Loading...
Agenda 07/14/2020 Item #16A32 (RPS #20-7708 - Veterans Memorial Blvd. Extension)07/14/2020 EXECUTIVE SUMMARY Recommendation to approve the final ranking of design -build firms and to commence negotiations with Quality Enterprises USA, Inc./Q. GradyMinor & Associates, P.A., for Request for Professional Services ("RPS") No. 20-7708, Design -Build Veterans Memorial Boulevard Extension, Phase I (Livingston Road to New High School on Veterans Memorial Boulevard). OBJECTIVE: To obtain professional engineering and construction services for the Veterans Memorial Boulevard Extension, Phase I Project (Livingston Road to New High School on Veterans Memorial Boulevard). CONSIDERATIONS: On December 20, 2019, the Procurement Services Division released notices for RPS No. 20-7708, Design -Build Veterans Memorial Boulevard Extension, Phase I. The County sent out 28,220 notifications, and interested firms downloaded one hundred forty (140) solicitation packages. The County received proposals by the February 11, 2020 deadline from the following firms: 1. Ajax Paving Industries of Florida, LLC & Kisinger Campo & Associates, Corp. 2. Quality Enterprises USA, Inc. & Q. GradyMinor & Associates, P.A. 3. Wright Construction Group, Inc. & CW3 Engineering, Inc. On March 2, 2020, the selection committee scored and shortlisted the firms' proposals based on their qualifications, followed by a review of their technical proposals on June 1, 2020. Finally, each bidder gave an oral presentation to the committee and, thereafter, Procurement staff opened each firm's bid and finalized the ranking: Name of Firm Selection Committee Final Ranking Quality Enterprises USA, Inc. & Q. GradyMinor & Associates, 1 P.A. Ajax Paving Industries of Florida, LLC & Kisinger Campo & 2 Associates, Corp. Wright Construction Group, Inc. & CW3 Engineering, Inc. 1 3 Staff recommends approving the final ranking and requests that the Board authorize staff to commence negotiations with the top -ranked group consisting of Quality Enterprises USA, Inc./Q. GradyMinor & Associates, P.A. If an agreement cannot be reached with the top -ranked firm, staff will continue negotiating with the remaining firms in their above -ranked order until a proposed agreement can be brought back for the Board's consideration. FISCAL IMPACT: Estimated cost of the project is $10,500,000. Funding is included in the FY21 capital budget, Veterans Memorial project # 60198. Funding sources for this project will be impact fees and gas taxes. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. RECOMMENDATION: To approve the final ranking of design -build firms and to authorize staff to commence negotiations with the top -ranked firm, Quality Enterprises USA, Inc./Q. GradyMinor & Packet Pg. 1312 16.A.32 07/14/2020 Associates, P.A., for Request for Professional Services No. 20-7708, Design -Build Veterans Memorial Boulevard Extension, Phase I (Livingston Road to New High School on Veterans Memorial Boulevard), and in the event that staff is unable to reach an agreement with the top -ranked firm, to continue negotiating with the remaining firms in their above -ranked order until a proposed agreement can be brought back for the Board's consideration. Prepared by: Bee Thao, P.E, Sr. Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1.20-7708 Final Ranking (PDF) 2. [linked] DB Veterans Memorial_Blvd Exten (PDF) 3.20-7708 NORA (PDF) 4.20-7708 Design Build Step 1 (PDF) 5.20-7708 Design Build Step 2 (PDF) 6. [linked] DB_of Veterans Memorial_Blvd Extension Phase_l,_RPS20-7708 (PDF) Packet Pg. 1313 16.A.32 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.32 Doe ID: 12640 Item Summary: Recommendation to approve the final ranking of design -build firms and to commence negotiations with Quality Enterprises USA, Inc./Q. GradyMinor & Associates, P.A., for Request for Professional Services ("RPS") No. 20-7708, Design -Build Veterans Memorial Boulevard Extension, Phase I (Livingston Road to New High School on Veterans Memorial Boulevard). Meeting Date: 07/14/2020 Prepared by: Title: — Transportation Engineering Name: Bee Thao 06/15/2020 12:50 PM Submitted by: Title: Division Director - Transportation Eng — Transportation Engineering Name: Jay Ahmad 06/15/2020 12:50 PM Approved By: Review: Growth Management Department Rookmin Nauth Additional Reviewer Transportation Engineering Steve Ritter Additional Reviewer Growth Management Operations Support Christopher Johnson Transportation Engineering Marlene Messam Additional Reviewer Transportation Engineering Jay Ahmad Additional Reviewer Growth Management Department Gene Shue Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Growth Management Department Judy Puig Level 1 Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Budget and Management Office Mark Isackson Additional Reviewer County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/15/2020 1:06 PM Completed 06/15/2020 1:17 PM Additional Reviewer Completed Completed 06/15/2020 1:32 PM Completed 06/15/2020 1:41 PM Completed 06/15/2020 3:18 PM Completed 06/15/2020 3:48 PM Completed 06/15/2020 4:54 PM Completed 06/16/2020 10:02 AM Completed 06/16/2020 10:37 AM Completed 06/17/2020 9:31 AM Completed 06/22/2020 3:49 PM Completed 06/22/2020 4:09 PM Completed 06/23/2020 9:18 AM Completed 06/29/2020 10:28 AM Completed 07/07/2020 10:27 AM Packet Pg. 1314 07/14/2020 Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM Packet Pg. 1315 16.A.32.a c" 4F---i - 4CZ7�u*-wty Admirtiistr'ativa sErvic:es Division Procurement Services RPS #: 20-7708 Title: Design Build of Veteran Boulevard Extension Phase I Selection Committee Final Ranking Sheet Name of Firm Bee Thao Dennis McCoy Lorraine Lantz Robert Bosch Total Guaranteed Maximum Price Total Overall Score Selection Committee Final Rank Quality Enterprises/Q. Grady Minor & Associates 44 46 44 43 177 $10,065,000.00 250.0 427.0 1.0000 Ajax Paving Industries of Florida/ KCA 47 45 50 49 191 $10,850,000.00 230.5 421.5 2.0000 Wright Construction Group/CW3/RWA/TR Transportation 43 42 43 44 172 $10,430,000.00 240.9 412.9 3.0000 Procurement Professional Evelyn Colon, Procurement Manager L_ LL Q O F- a) N M t a x w m m c al .N iv 0 v m N r Page 1 of 1 Packet Pg. 1316 EMU A S E\\ T\\ \ ,Ateiv-County, FL Ile 1-F Ile Ile le Ile \ \ \ \ \ \ \ \ \ \ \ \ 00, 00, / / / / / / / / / / iL ION � f S I r� f RIPS Number 20-7708 1 Step 2 Statement of Qualification 0 1 Transmittal Letter & Executive Summary 02 Project Team Approach 03Technical Information t IF, 01 1 Transmittal Letter &Executive Summary Procurement Services Division Attn: Patrick Boyle, Procurement Strategist 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112 MAY 20, 2020 DEAR MR. BOYLE AND COMMITTEE MEMBERS, Enclosed please find our Step 2 response to RPS No: 20-7708 for the Design -Build of Veterans Memorial Boulevard Extension - Phase 7 Project. This response is submitted on behalf of the Quality Enterprises USA, Inc. (QE), Q. GradyMinor & Associates, P.A. (GM), and Preferred Materials, Inc. (PMI) Design -Build team. We have received, reviewed, and understand the requirements of RPS No: 20-7708 - Step 2 and agree to be bound by these requirements, including all addenda. Legal evidence of the authority to execute and sign this proposal is included at the end of Section 3. Technical Information. Our Guaranteed Maximum Price (GMP) has been delivered to you under separate cover. We acknowledge receipt of Addendum 7 dated March 17, 2020,Addendum 2 dated March 18, 2020,Addendum 3 dated March 30, 2020, Addendum 4 dated April 21, 2020, Addendum 5 dated April 23, 2020, Addendum 6 dated May 5, 2020, and Addendum 7 dated May 12, 2020. The signed addendums are included at the end of Section 3: Technical Information. The principal contact for our team will be myself, Louis J. Gaudio, and my contact information is listed below. On behalf of the Quality Enterprises USA, Inc., Q. GradyMinor & Associates, P.A. and Preferred Materials, Inc. Design -Build team, I thank you for the opportunity to propose on this project. Sincerely, LOUIS 3. GAUDIO Vice President Quality Enterprises USA, Inc. 3494 Shearwater St. Naples, FL34117 239-435-7200 Igaudio@geusa.com 01 TRANSMITTAL LETTER & EXECUTIVE SUMMARY QE + GM + PMI I A PROVEN & ESTABLISHED PARTNERSHIP The Quality Enterprises USA, Inc. (QE) + Q. GradyMinor & Associates, P.A. (GM) + Preferred Materials, Inc. (PMI) Design -Build team is highly qualified for the Veterans Memorial Boulevard Extension - Phase 1 Design - Build Project. QE + GM have collaborated on over 40 projects and maintain a strong working relationship with PMI. The team is well established in Collier County and has more than 100 years of experience combined in the local area. Together, QE + GM + PMI have successfully completed hundreds of projects with similar components, maintain an outstanding working relationship with each other and with Collier County, and have a vested interest in the success of this Design -Build project. / QE + GM + PMI will work collaborativelyto provide Collier Countywith the most cost effective and successful design and construction services. Together, QE + GM + PMI will: • Work closely with Collier County staff to identify and meet all goals • Provide industry -proven, technical, construction, and management expertise • Use local resources to meet the County's desired schedule • Identify and mitigate risks to avoid delays and provide the most cost-effective solutions • Comply with all Design Package Criteria and County Standards for utilities, roadway, and ROW • Prioritize public concerns to avoid impacts on surrounding residents, areas, and the environment • Be available to the County at all times QE is a versatile general contractor and will self -perform over 80% of this project. PMI will install all asphalt, and an experienced, local subcontractor familiar with Collier County Standards will provide lighting and signalization. QE's abilityto self perform allowsfor flexibility in scheduling, adaptabilityto rapid project changes, and guarantees that a skilled, local, and dynamic workforce will be available throughout this Design -Build project. The QE + GM + PMI team has also assembled a group of highly reputable, local companies with proven success to participate in this Design -Build project. Bridging Solutions, LLC. will provide Structural Design, Cella Molnar & Associates, Inc. will handle Public Information, Earth View, LLC. will perform Subsurface Utility Engineering services, Forge Engineering Inc. will oversee Geotechnical Engineering, McKim & Creed, Inc. will provide Right -of -Way Mapping, Passarella Associates, Inc. will manage Environmental Consulting, and Trebilcock Consulting Solutions, PA will design Street Lighting and Signalization. *Please note that McKim & Creed, Inc. has been added to the original QE + GM + PMI Design -Build team PROJECT GOALS AND OBJECTIVES The QE + GM + PMI team understands the County's intent to extend Veterans Memorial Boulevard (VMB) from Livingston Road to the new high school. The new roadway geometry will be urban (curb and gutter) divided arterial consisting of four, eleven -foot travel lanes (two in each direction), a 27-foot wide raised median, five-foot wide on -street bike lanes, and six-foot wide concrete sidewalks on both sides of the roadway. The eastbound travel lanes will align with the existing roadway alignment. The eastbound sidewalk will align with the existing sidewalk along the south side of the existing VMB. QE + GM + PMI's projected workload aligns with the proposed Design -Build schedule and 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. DESIGN -BUILD DELIVERY PLAN 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 and the QE + GM + PMI team is aware of the County's high standards and expectations for local work. The QE + GM + PMI team has put a significant amount of planning into this project and the team's understanding of local conditions will ' expedite movement through all phases. QE's role as overall project manager includes: overseeing clearing and grubbing, earthwork, installation of storm piping, utilities, base courses, curb and sidewalk. GM will be instrumental in the project design and will provide survey, permitting, construction administration, and construction engineering inspection (CEI). PMI will perform all asphalt paving on this Design -Build project. 02 TRANSMITTAL LETTER & EXECUTIVE SUMMARY PROJECT OVERVIEW AND BACKGROUND Collier County Public School (CCPS) is opening a new high school in August 2023 on a 15-acre CCPS property located on the south side of the proposed Veterans Memorial Boulevard (VMB) extension, approximately 1.5 miles west of Livingston Road. As a result of the new high school opening in August of 2023, Collier County has decided to proceed with the planned 4-lane extension for VMB from Livingston Road to Old 41 Road. As understood, all right-of-way (ROW) from Livingston Road to Old 41 Road has been secured by the County except for the ROW at the Seminole Gulf Railway (SGR) crossing. Due to the ROW at the SGR not being secured to date, and environmental permitting required on the western portion of the proposed VMB extension, the County has divided the VMB extension project into two phases. Phase 7 is from Livingston Road to the eastern entrance of the proposed high school (approximately 1.3 miles west of Livingston Road) and the future phase will connect from the terminus of Phase 1 to Old 41 Road. To accommodate the high school opening in August 2023, Phase 7 of the VMB extension project requires that the roadway extension is designed and constructed to the traveling public (Substantial Completion) by January 27, 2023 and Final Completion by March 31, 2023. Additionally, construction of the proposed high school is scheduled to begin by June 18, 2021. As a result, Phase 7 of the VMB extension project includes that a construction access road extending from the west terminus of the existing VMB to the high school property be constructed by June 18, 2021. In addition to providing access to the proposed new high school, VMB extension is a critical east/west link in the Collier County road network as detailed in red in Exhibit 1.1. In an effort to help expedite the permitting process, Collier County has contracted separately with consultants to begin the permitting process through the South Florida Water Management District (SFWMD) and USACE. The QE + GM + PMI team has reviewed all of the applications and Due Diligence Reports that were provided with Step 2 of the Design -Build process and has a firm understanding of where the permitting process stands and the outstanding challenges that are being worked through. THE QE + GM + PMI DESIGN -BUILD TEAM PROVIDES A UNIQUE ADVANTAGE TO COLLIER COUNTY, AS GRADYMINOR HAS WORKED ON THIS CORRIDOR FOR APPROXIMATELY 15 YEARS. As discussed in Step 1 of the Design -Build process, GradyMinor succeeded Heidt and Associates as Engineer of Record during construction of the road segment between Livingston Road and 1-7S in the mid 2000's and are also the Planner, Engineer, and Surveyor for the Imperial Lakes PUD project, located adjacent to the proposed new high school. DESIGN AND CONSTRUCTION PLANS OVERVIEW ROADWAY DESIGN - A critical first step in designing a new roadway is establishing the design criteria and standards that must be adhered to based on the type of facility and if it is part of the State Highway System (SHS). The VMB extension will be designed per the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook) as it is a public road, but is not part of the SHS. *The Design Criteria Matrix provided on the following page details the Roadway Design Standards for this Design -Build Project. 03 Veterans Memorial Bouelvard Extension Phase 1 DESIGN CRITERIA MATRIX Design Criteria & Standards 2016 Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Florida Greenbook) 2020 FDOT Design Manual (FDM) DESIGN ELEMENT Design Standards REFERENCE FACILITY TYPE Urban Arterial Florida Greenbook (Table 3-1) DESIGN SPEED 45 POSTED SPEED 35 LANE WIDTHS 11' Florida Greenbook Table 3-10 TURN LANE WIDTHS 11' Florida Greenbook Table 3-10 HORIZONTAL ALIGNMENT MEDIAN WIDTH 22' FDM (Table 210.3.1 Context C3) CROSS SLOPE Minimum = 0.015 Florida Greenbook (C.7.b.2) Max = 0.04 CHANGE IN CROSS SLOPE Should Not Exceed = 0.04 Florida Greenbook (C.7.b.2) BETWEEN ADJACENT THROUGH HORIZONTAL CURVATURE (MAX. 80 15' Florida Greenbook (Table 3-5) CURVATURE) HORIZONTAL CURVATURE (MIN. 680' Florida Greenbook (Table 3-5) RADIUS) SUPERELEVATION (emaX) 0.05 Florida Greenbook (Table 3-5) MAX DEFLECTION W/O 1000, FDM (210.8.1) HORIZONTAL CURVE MAX DEFLECTION THROUGH 30 00' FDM (Table 212.7.1) INTERSECTION SHIFTING TAPER LENGTH (NON- L=(W"S)/2 FDM (212.6) MERGING 4' CLEAR ZONE (FROM FACE OF (Maybe reduced to 1.5' where Florida Greenbook (Table 3-15) CURB) 4' cannot be reasonably obtained VERTICAL ALIGNMENT MINIMUM GRADE 0.3% Florida Greenbook (Table 3-7) MAXIMUM GRADE 6% Florida Greenbook (Table 3-7) MAX GRADE CHANGE WITHOUT 0.70% Florida Greenbook (Table 3 8) VERTICAL CURVE MINUMUM VERTICAL CURVE 135' Florida Greenbook (Table 3-9) LENGTH -CREST MINIMUM K VALUE- CREST 61' Florida Greenbook (Table 3-9) MINUMUM VERTICAL CURVE 135' Florida Greenbook (Table 3-9) LENGTH -SAG MINIMUM K VALUE- SAG 79 Florida Greenbook (Table 3-9) VERTICAL CLEARANCE MINIMUM VERTICLE CLEARANCE 16'-6" Florida Greenbook C.7.'.4 b SIDEWALKS MINIMUM WIDTH 5' Florida Greenbook (Chapter 8 B.1) MINIMUM SEPARATION FOR 5' 2' Florida Greenbook (Chapter 8 B.1) SIDEWALK FROM BACK OF CURB MINIMUM WIDTH ADJACENT TO 6' Florida Greenbook (Chapter 8 B.1) CURB MAXIMUM GRADE 5% (Max allowable without Florida Greenbook (Chapter 8 B.1) ramps and landings) MAXIMUM CROSS SLOPE 2% Florida Greenbook (Chapter 8 B.1) BICYCLE FACILITIES 4' (add 1' when adjacent to on WIDTH street parking, barrier, face of Florida Greenbook (Figure 9-1) curb or when truck volume is greater than 10% 04 TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. The VMB Extension -Phase 1 Design -Build Project will bean urban (curb and gutter) divided arterial consisting of four, eleven -foot travel lanes (two in each direction), a 27-foot wide raised median, five-foot wide on street bike lanes, and six-foot wide concrete sidewalks on both sides of the roadway. The eastbound travel lanes will align with the existing two-lane access road and the existing sidewalk along the south side of the existing VMB. The existing two-lane roadway curves slightly to the north just west of Veterans Elementary School and therefore will need to be reconstructed to allow for proper horizontal alignment of the new roadway section. Exhibit 1.2 depicts the ex One of the minor changes that the QE + GM + PMI team included in our proposed layout is the adjustment of the median width that is currently depicted in the proposed permit plans, provided in Step 2 of this solicitation. Per the Florida Greenbook, the median width is defined as the horizontal distance between the inside edge of travel lanes of the opposing roadways. The proposed permit plans detail a 29-foot median. As stated in the proposed Design Criteria Matrix, the required median width is 22-feet wide. The QE + GM + PMI design includes a median width of just over 27' that will allow for the construction of a 4-foot wide traffic separator, which is the minimum recommended traffic separator width, at the dual left turn lane locations (Phase 1 includes a total of three dual left turn lanes.) Additionally, the QE + GM + PMI design includes a slight modification to the single left turn lanes along the corridor as shown in the proposed permit plans. The QE + GM + PMI design of proposed single left turn lanes will provide a positive offset for any future opposing left turns that may be added. Exhibit 1.3 details the benefit of providing for a positive offset for opposing left turn lanes. While there are no opposing single left turn lanes shown in the current design, providing the safest layout of the proposed single left turn lanes will assure that a positive offset is maintained if a future opposing left turn lane is added, reducing the amount of reconstruction that would be required versus what would be required if the design in the proposed permit plan was constructed. Another critical component of the corridor design is the layout of the intersection of VMB and Livingston Road. The Negative and Positive Offset between opposing left turn lanes widening of the roadway to a four -lane divided roadway to the west of the intersection will require transitions to — — — — — — - — — — — — — — be accounted for to the east of the intersection. The QE + GM + PMI team has included the necessary transitions Negative Offset Positive Offset pere plans Exhibit and b lowthe in E FDOT Design Manual, shown _ in the plans and below in Exhibit 1.4. Source: Plans Preparation Manual Vol. 1, 2.133 05 TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. ACCESS MANAGEMENT -As stated in the Design Criteria Package, the Design -Build team "shall validate the anticipated Class 3 Access Management Classification or recommend an appropriate classification." Exhibit 1.5 details Collier County's Access Management Standards provided in Collier County's Transportation Planning Development Guidebook and per Resolution 13-257. Collier County Access Management Standards (Resolution 13-257) Access Minimum Connection Minirnurn median Minimum Signal Class Facility Features Spacing opening —directional FUII (feet)(z) Sparing (feet)(2)(3) (feet)(2) 2 Controlled Access 1320/600 1320 2640 0.5 3 Arterials and Collectors, divided 660/330 660 1320 0.5 4 Arterials and Collectors, undivided 660/330 N/A N/A 0.5 5 Arterials and Collectors, divided A30/220 440 12120/660 0.5/.25 6 Arterials and Collectors, undivided 130/220 N/A N/A 0-25 7 Arterials and Collectors, divided and undivided 125 330 440 0-25 Notes!(ll a 45mph f a45mph (21 These minimum spacing standards may not be adequate If auxiliary lanes and storage is requlred- (31 Single properties with frontages exceeding the minimum spacing criteria may not necessarily receive permits for the maximum number of possible connections - Team Member Norman J. Trebilcock (Trebilcock Consulting Solutions, PA) assisted Collier County with the most recent update to the County's Access Management Resolution 13-257. When considering the Access Management Classification for a roadway, a review of potential compliance with the spacing criteria for the existing/planned drives, medians, and signals can be helpful to determine the most appropriate Access Classification. Exhibit 1.6 provides such a review and based on this table, the QE + GM + PMI team believe that an Access Class of 5 would provide the greatest degree of compliance for this Project. ACCESS CLASS 5 PROVIDES THE GREATEST DEGREE OF COMPLIANCE VETERANS MEMORIAL BOULEVARD PHASE I ACCESS MANAGEMENT LOCATION ITYPE ACCESS ISPACING (FT) I CLASS 3 MET? CLASS 5 MET? IREMARKS Future driveway to be High School Bus constructed in next phase of Entrance FUTURE--NIC 965 NO YES project High School Student Distance from HS signal to Entrance FULL SIGNAL 4,830 YES YES elementary signal Secoya Potential residential access for Reserve/Mediterra Mediterra Community Residential DIRECTIONAL 505 NO YES (secondary) Potential to coordinate Mediterra RIGHT IN/RIGHT maintenance drive to align with Maintenance Drives OUT 230/490 NO/NO NO/YES school Veterans Memorial Elementary School Parent/Staff Distance from elementary Entrance FULLSIGNAL 1870 NO NO signal to Livingston Rd signal Veterans Memorial Bus entrance has internal Elementary School connection to school signal for Bus Entrance DIRECTIONAL 900 NO YES left out movement Livingston Road FULL SIGNAL CLASS 3 = b60 FT MIN CONNECTION; 1,320 FI UIRECI IUNAL; 2,640 FI FULL & SIGNAL CLASS 5 = 330 FT MIN CONNECTION; 440 FT DIRECTIONAL; 1,320 FT FULL; 2,640 FT SIGNAL EXISTING DEVELOPMENT ACCESS - The Mediterra Community runs along the entire 1.5-mile north frontage of the roadway ROW. The Mediterra golf course maintenance facility has two access drives on the existing section of VMB that is going to be improved to 4-lanes. In addition, the Mediterra Community may have interest in connecting to VMB for community traffic as a means of improving their overall access and circulation. The Secoya Reserve residential community (Sandalwood PUD) is a 57-lot single family subdivision that has a driveway connection on the south side of VMB western terminus. Veterans Memorial Elementary is just east of Secoya Reserve and has two driveway connections onto VMB. The Imperial Golf Estates is along the south frontage of VMB that has not been extended yet. The Imperial Golf Estates is not anticipated to connect to VMB, since their developed single-family platted homes are along the entire frontage without an opportunity for a street connection to VMB. Though there are not many drives along the roadway, coordination with the developments and school are important to create a desirable driveway spacing. Members of the QE + GM + PMI team have had past involvement in the Mediterra and Secoya Reserve projects. Through a proactive community coordination approach with the residential developments and CCPS, the QE + GM + PMI team believes that an effective Access Management program can be developed on VMB. 06 TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. NOISE STUDY - The QE + GM + PMI team has reviewed the EXISTING PAVEMENT ASSESSMENT - As part of the many site Traffic Noise Technical Memorandum prepared by AIM inspections performed by the QE + GM + PMI team, a roadway Engineering & Surveying, Inc. and has a full understanding of exisiting pavement inspection was performed to inspect for the study results as it pertains to Phase 7 of the VMB extension. any signs of pavement distress that may require the existing The results of the study concluded that noise barriers at roadway be fully reconstructed. Theexisting pavementbetween Imperial Golf Estates and Secoya Reserve, which are within the limits of Phase 7 of the VMB extensions, were found to meet the noise reduction requirement but were not cost reasonable and therefore not recommended. The noise study did conclude that noise barriers in the form of a 1,380-foot,16-feet wall were both a cost reasonable and feasible abatement measure for the impacted 23 residences identified as sensitive sites located within Landmark Naples. Landmark Naples is located on the south side of the ROW at the west end of the future phase of the VMB extensions. the western property line of Veterans Elementary School and Livingston Road is in good condition and the proposed milling and resurfacing associated with this project will suffice. The portion of the roadway between the existing western terminus point of the roadway and western property line of Veterans Elementary School is showing signs of pavement distress in the form of longitudinal cracking, as shown in Exhibit 1.7. However, as this portion of the existing two-lane roadway will be reconstructed to correct the existing alignment issue (slight curve to the north), the longitudinal cracking is not a concern. DRAINAGE DESIGN - As detailed in the documents provided in Step 2 of the VMB Extension - Phase 1 Design -Build Project, the County is working with an Environmental Consultant on the preliminary drainage design in an effort to obtain an Environmental Resource Permit (ERP) from the South Florida Water Management District (SFWMD). The surface water management system will be designed per the SFWMD "ERP Information Manual 2014". In addition to the ERP Information Manual 2014, the drainage infrastructure will be designed per the design criteria detailed in the Florida Department of Transportation (FDOT) 2020 Drainage Manual. *The following page has a detailed list outlining the design parameters associated with the drainage system. The drainage design on Phase 7 of the VMB extension consists of one (1) major basin divided into three (3) sub -basins. Turrell, Hall & Associates (THA) established the control elevation for the entire basin within Phase 7 as 10.5 ft. NAVD from wet season water nails. Runoff from the roadway will be collected via curb inlets along the roadway and will convey the water to wet and dry detention ponds located to the north of the roadway within each basin. The existing drainage extending from the westernmost portion of the existing two-lane access road to just west of Veterans Elementary School will need to be reconstructed. As seen in Exhibit 1.8, the existing drainage within this portion of the corridor consists of concrete flumes which convey the drainage runoff into a small swale on the southern side of the road. The proposed design will include realigning this portion of the roadway due to the current alignment of the corridor turning to the north, as outlined above. The drainage system in this portion of the roadway will be reconstructed with Type 6 curb inlets that will be connected via a cross drain to the dry detention area to the north. The QE + GM + PMI team has included in our preliminary design to reconstruct the existing drainage inlets & cross drains within the existing two-lane access for the following reasons: 0 The existing curb inlets consist of Type 9 curb inlets which convey water to cross drains that extend north to mitered end sections, as seen in Exhibit 1.9. Type 9 curb inlets are typically intended for locations with light to moderate flows and/or where ROW width is limited and does not provide the space to construct throated curb inlets. VMB is classified as an arterial roadway within Collier County's roadway network and has sufficient ROW. Therefore we are proposing the use of Type 6 inlets along the corridor. The QE + GM + PMI considered the use of Type 5 inlets as flanking inlets on both sides ofthe proposed Type 6 inlets, per Section 3.7.1.1 (Inlets) of the FDOT Drainage Manual. However, this would increase the cost of the project and based on our experience with the County, Type 5 flanking inlets are not typical. For example recent construction on Livingston Road does not utilize flanking Type 5 inlets. The existing cross drain inverts are too high for the design of the proposed Type C Ditch Bottom Inlets (DBI) that are located within the proposed dry detention area. If the existing cross drains were to remain, then ajunction box would be located within the median to allow for the construction of a deeper cross drain to the north to the proposed Type C DBI. 0 Reconstruction of the proposed infrastructure will provide a consistent design with the new portions of the corridor which will consist of Type 6 curb inlets conveying runoff to Type C DBIs located within the dry detention area. 07 TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. PIPE MATERIAL TBD based on optional pipe analysis. Assumed RCP for conceptual plans and price. Potential cost savings if other FDOT approved material is deemed acceptable. DESIGN STORM FREQUENCY 10-year (Table 3.1 FDOT Drainage Manual). The rainfall intensity will be determined from the OF STORM DRAIN SYSTEMS "Rainfall Intensity -Duration -Frequency Curve for Zone 8" based on the time of concentration of each contributing sub basin within the project limits. DESIGN TAIL WATER Based on surrounding SFWMD ERP permits, surveyed elevations of high water lines/marks, and local tidal information. RUNOFF DETERMINATION Rational Method per Section 3.5 of FDOT Drainage Manual. POND SIDE SLOPES Side slopes will be no greater than 4:1. CONTROL ELEVATION 10.5' NAVD. Based on surrounding SFWMD ERP permits and site specific Seasonal High Water information provided by Turrell, Hall & Associates. TIME OF CONCENTRATION 10 minutes minimum. MINIMUM CLEARANCE Excluding minor losses, the storm sewer system shall provide a minimum clearance of 1 foot from the Hydraulic Grade Line (HGL) to the gutter elevation. This will not apply to ditch bottom inlets where temporary ponding is not objectionable. If all minor losses are considered, then it is acceptable that the HGL can be designed to the gutter elevation. MINIMUM VELOCITY The minimum velocity shall be 2.5 feet per second (fps) in the storm sewer pipes. OUTLET VELOCITY If greater than 6 fps then erosion protection and/or energy dissipation shall be considered. MIANNING'S COEFFICIENTS TBD based on optional pipe analysis. Assumed 0.012 for concrete pipe for initial design. MINIMUM PIPE DIAMETER The minimum pipe diameter shall be 18 inches. MAXIMUM DISTANCE Maximum distance between pipe access shall be 300 feet for pipe diameters of18 inches, 400 feet BETWEEN PIPE ACCESS for pipe diameters of 24 to 36 inches and 500 feet for pipe diameters of 42 inches or larger. CALCULATED SPREAD AT Using an intensity of 4 inches per hour, the calculated spread at each curb inlet shall be less than EACH CURB INLET one half of the width of the outside travel lane. MINIMUM VERTICAL Minimum vertical clearance from other utilities shall be a 1 foot unless otherwise specified by CLEARANCE Utility Standards. The corridor will drain to the wet detention pond located at the far west side of Phase 1 of the VMB extension and will have one control structure, S-136, located in the southeast corner of the pond. Exhibit 1.10 details the layout of the proposed wet detention pond. I I I I MEDITERRA � 3 R/W LINE 5-135 5-739 S-126 WET DETENTION _ 5-134 POND ] --- $-137 .$-140 II 5- 136 - - S- 127 1� �v _ SUB BASIN 2 DRY DETENTION POND 1 0.577 AC 1.021 AC 95+00 _ 5100 0.673 AC 0.939 AC T R/W LINE -------- J ~ 5-128 5-138 5-141 BEGIN PROJECT BEGIN ROADWAY IMPROVEMENTS STA. 87-h56.45 PROPOSED HIGH SCHOOL SITE 08 TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. PROJECT OUTFALL -The discharge from the control structure located on the southeast corner of the proposed wet detention pond will discharge south via a bubble up structure located within an existing outfall ditch just south of the existing ROW. This discharge swale, highlighted blue, extends east ultimately to a ditch that runs along the eastern limit of the Imperial Golf Estates property, highlighted orange. The stormwater is then conveyed through a ditch which discharges into the Imperial Drainage Outlet Basin, as depicted in Exhibit 1.11, and then eventually into the Cocohatchee River. � m rvA 39 s I �• 5 rzc "va - e scne i aoo lieL .! �— i - ADJACENT PROPERTY OUTFALL - Construction of Phase 1 of the VMB extension will impact the discharge for two existing outfalls from Mediterra, which is the residential community on the north side of the County's ROW. The outfalls will be impacted as follows: • WESTERN OUTFALL FOR MEDITERRA-The existing western outfall for Mediterra discharges to the same drainage ditch located on the eastern limit of the Imperial Golf Estates property via the existing swale on the south side of the ROW. A bypass system will need to be constructed extending from Mediterra's control structure, around the proposed wet detention that will be constructed with Phase 1 of the VMB extension project and ultimately to a junction box that will convey both the stormwater from the wet detention lake and Mediterra's western control structure to the bubble up structure just south of the ROW. *EASTERN OUTFALL FOR MEDITERRA-The existing eastern outfall for Mediterra discharges south to the same drainage ditch located on the eastern limit of the Imperial Golf Estates property. A bypass system will need to be constructed from Mediterra's eastern outfall via a stormwater pipe under VMB and discharge into the outfall ditch adjacent to Imperial Golf Estates. POND SITING REPORT -The QE + GM + PMI team has a firm understanding of the five (5) pond locations that are being assessed for the future phase of the VMB extension. The team is familiar with the challenges associated with the ponds due to the potential need for ROW acquisition, utility conflicts, FPL transmission lines and having to work with Conservation Collier and/or property owner of the Imperial Lakes PUD for a joint agreement to use their property. tic 41 ll- f . YY- V'J/ 09 N; TRANSMITTAL LETTER & EXECUTIVE SUMMARY DESIGN AND CONSTRUCTION PLANS OVERVIEW CONT. SIGNALS -The intersection of VMB and Livingston Road is already signalized and adjustments to this location as well as desired upgrades (i.e. retroreflective backplates) will be incorporated into the signal design. Given that the original signal layout was based on a 6 lane by 6 lane layout and the proposed intersection will be a 6 lane by 4 lane layout, a new configuration of the mast arms is warranted. The QE + GM + PMI team has provided a design layout that meets current signal design approaches with staggered right turn stop bars for better sight visibility. The team has also provided a layout with far side intersection signal indications requested by staff and no need for supplemental near side signal heads. The team has laid out the intersection with 30 ft. radii entering VMB and 50 ft. radii entering Livingston Road to account for anticipated operations on the intersecting roadways. Two new signal installations are anticipated for the project at Veterans Memorial Elementary and at the future high school site. The team will design the signal system with fiber interconnect between the signals to be expanded in the future to the west as well (i.e. to Old 41 and US 41). As an alternative intersection treatment, roundabout expert Michael Wallwork with Alternative Street Design will review the feasibility of roundabout traffic control in lieu of signalization at these two locations. This design approach is consistent with FDOT recommendations and will help to achieve optimal safety and efficiency in the project's intersection design treatment. *Exhibits 1.12,1.13,1.14 display the Preliminary Signal Layouts for this Design -Build project. LIGHTING - There is no existing street lighting along the 2-lane developed section of VMB. There is an existing overhead electric distribution line along the south ROW of VMB that will impact the placement of the proposed street lighting system. Due to the existing residential development along this corridor, consideration of a staggered lighting system with a lower mounting height as an accommodation is recommended. The team has prepared a design layout using Collier County's desired Apollo Light fixture (seen in Exhibit 1.15) and will use a lower mounting height base to address potential concerns of nearby residents. These fixtures are also available with house shields to prevent additional backlighting, which are included in theteam's design.The results of using the LEDApollo light fixture mounted on a 30-ft aluminum pole with an eight foot arm results in an efficient staggered spacing on each side of the roadway. This layout would accommodate future median landscaping as well. In limited locations, the team would have median lighting to avoid conflicts with overhead electric lines and underground utilities. Light levels will meet/exceed applicable FDOT Design Manual arterial criteria for average foot-candles and uniformities. 160 mph wind speed criteria would be met as well. UTILITY DESIGN -There is currently an existing 12-inch PVC water main and 12-inch wastewater PVC force main along the south side of the existing two-lane VMB. Exhibit 1.16 depicts the temporary blowoff assemblies at the western terminuses of the existing water and wastewater mains. The permit plans provided with Step 2 of this solicitation depict a proposed 12-inch water main and 12-inch wastewater force main extending on the south side of the road for Phase 7 of the VMB extension. As part of this project, a 12-inch water main and 12-inch wastewater force main will be installed along the south side of the roadway, considering separation requirements per F.A.C. 62-555.314 and Collier County Standards and appropriate separation from the proposed light poles. Justin Frederiksen, P.E. will manage utility coordination for the QE + GM + PMI team and will be the point of contact for Collier County Public Utilities. Justin will ensure that the proposed utilities will be designed and constructed per Collier County's Utilities Standards Manual, the Florida Administrative Code, and AWWA Standards. The QE + GM + PMI DESIGN INCLUDES: • Isolation valves at no greater than 1,000 foot intervals • Fire hydrants at no greater than 500 foot intervals • Permanent sampling points every 3000 feet • Air release assemblies at all high points • Stubouts for the proposed High School connections • Temporary blowoff assemblies for the future extension of the utilities to the west 10 COLLIER COUNTY'S INPUT TRANSMITTAL LETTER & EXECUTIVE SUMMARY NOISE & ODOR ABATEMENT QE + GM + PMI will work diligently with and for Collier County during all project phases to provide the most economical design and best construction services. The team encourages input from the individuals that will own, operate, and maintain the system after its completion and value feedback from staff at all levels to ensure long-term project satisfaction. QE + GM + PMI strive to ensure that every project completed has a long-lasting positive effect on the County's infrastructure system. MANAGEMENT OF IMPACTS TO SURROUNDING COMMUNITIES QE + GM + PMI understands the importance of coordinating with adjacent property owners throughout the life of the project and has a vested interest that the project is constructed on time and with as little interruption as possible. Many of the team members live in close proximity to the project limits and are part of the impacted community, including Louis J. Gaudio (QE), Justin Frederiksen, P.E. (GM), and Ralph Verrastro (Bridging Solutions) who lives in Secoya Reserve which is along the project corridor. Below is a list of the key stakeholders along the project corridor that will need to be coordinated with often: • Collier County Public Utilities • Mediterra • Collier County ROW & Road Maintenance • SFWMD • Collier County Real Property • Secoya Reserve • Collier County Public Schools • US Postal Service • Veterans Elementary School • Imperial Golf Estates MINIMIZE IMPACTS TO MAINTENANCE OF OPERATIONS The QE + GM + PMI team will work closely with Collier County Transportation, Collier County Utilities, CCPS, and the surrounding communities to limit disruptions to the traveling public, pedestrians (walkers and bikers) and residents throughout project. This will be accomplished by always providing uninterrupted access to driveways and community entrances, as well as providing full access for vehicles related to the construction of the new High School. Additionally, utility tie-ins will be closely coordinated with the County to occur during peak down times to minimize disruptions to local residents and the nearby Elementary school. The team is aware that Collier County operates utilities within the Mediterra Facility yard and will provide full access to this as well. SITE SECURITY The QE + GM + PMI team prioritizes site security. With QE's equipment yard 15 miles from the project site, mobilization, storage, and maintenance costs will be reduced. Site access during construction will be controlled and only authorized personnel will be allowed onsite. Clearly visible signage for permitted access will be furnished. Materials will be distributed throughout the project as needed. Staging areas will be secured with orange safety fencing and restored to existing conditions upon project completion. The team does not anticipate noise or odor exceeding acceptable limits for this project. All noise levels will be maintained at or below the allowable Collier County ordinance limits. In the event that rock is encountered during any excavation operation, QE will utilize its Epi Rock cutter attachment. This method of rock removal uses a rotating attachment on a hydraulic excavator to cut through rock layers and is no louder than a standard excavator. PUBLIC OUTREACH CONCEPTS Community awareness, outreach, involvement, and communication are imperative to the success of this Design -Build project and will be handled in full by Cella Molnar & Associates, Inc. (CMA) as follows. Politically sensitive issues will be immediately brought to the attention of Collier County staff. QE is currently working with CMA on two high profile Design -Build projects for Collier County. Both of these projects have required extensive outreach to the public and local businesses and communities due to the fact that they are in highly visible areas. • A public information meeting will be held at the 30% plan phase to solicit input from the surrounding communities including Secoya Reserve, Imperial Golf Estates, Mediterra, and Veterans Memorial Elementary School. • An introductory invitation newsletter will be mailed to the surrounding communities, elected officials, and agency representatives to provide information on the toll free 24-hour "hotline." A press release with detailed project information will be sent to all local media, with additional information available upon request, and the meeting will be advertised in the Naples Daily News. A flyer will be provided as the invitation to the second public meeting and all advertising will be included. • Coordination with Collier County School personnel, including staff from Veterans Memorial Elementary, will begin earlyon to determine design specifics and to ensure that construction activities do not interfere with bus transportation and parent drop-off and pick-up. • A second public meeting will be held between the 60% and 100% plan phase to allow the public to provide comments on the prior plan phase. A possible meeting venue is Vanderbilt Presbyterian Church near Immokalee Road & Airport Pulling Road. • A preconstruction public information meeting will allow for public review of plans and discussions with the QE + GM + PMI Design - Build (DB) Team and County personnel. The proposed MOT plan will be made available to the public to show travel pattern changes. • CMA staff will work with the DB team and County staff daily to provide the public with up-to-date MOT information and to ensure that they are informed about all aspects of the project, usually this is most successful through weekly email blasts. • CMA will attend the weekly construction meetings and will have phone contact with the DB team 24-hrs per day so that issues (ie. unanticipated traffic or utility disruptions) can be resolved, and the public can be informed, imediately. • CMA will be available to make presentations to homeowner associations & civic organizations to provide project updates. CONSTRUCTION TRAFFIC CONTROL PLAN TRANSMITTAL LETTER & EXECUTIVE SUMMARY INNOVATIVE PROJECT APPROACHES Extensive thought has been put into a Traffic Control Plan that will minimize impacts to the traveling public, local residents and pedestrian traffic during the VMB Extension - Phase 1 Design -Build Project. The QE + GM + PMI team believes that a five phase roadway construction plan will allowfor the least amount of traffic disturbance and least amount of traffic control devices to minimize confusion. All plans and devices will be designed and placed in accordance with the latest FDOT Specifications. Clearing will be completed during Phase 1 of the project, which will occur west of the existing roadway end and will not impact any traffic or entrances. During Phase 2, construction of the future eastbound lanes will occur, with all activity occurring west of the existing roadway end. This will not impact traffic or entrances. Phase 3 will include the construction of westbound lanes, while maintaining construction vehicles for the proposed new high school on the eastbound lanes. A temporary stop sign and stop bar will be placed just west of the entrance to Secoya Reserve so that construction traffic stops at this point for added safety. Additionally, the westbound lanes will be constructed on the north side of the existing roadway while maintaining access to the Mediterra Maintenance facility. During Phase 4, the future westbound lanes will be utilized as 2-way traffic so that construction of eastbound lanes from Secoya Reserve to Livingston Road can be constructed. Access to Secoya Reserve will be maintained at all times. Phase 5 will involve the widening and construction of the turn lanes on the east side of Livingston Road along with the final overlay and line striping of the entire project limits. DEMOLITION & RESTORATION Demolition work on this project will be kept to a minimum and will be mostly concentrated to the west of the existing road terminus, as a majority of the project's demolition involves clearing trees within this area. In order to minimize noise and vibration levels, existing pavement will be removed by milling. The QE + GM + PMI team will also minimize open cuts through existing pavement by utilizing Horizontal Directional Drills for conduits and pipes to the greatest extent possible. Areas requiring restoration within existing walkways and travel lanes will be prioritized immediately following work in that area. EXTENDED PROJECT WARRANTY • RECYCLED CONCRETE AGGREGATE BASE COURSE (RCA) - In conforming with FDOT specifications, the QE + GM + PMI team believes that the use of RCA is far more superior to the Iimerock base used throughout Collier County and is offering this an alternative base course if preferred by Collier County. The supply of virgin aggregate in many areas of the United States is, or is, becoming limited. In such areas, the use of recycled aggregate is beginning to serve as an environmentally friendly and economically viable solution. It is noted that several states have high tipping fees for disposal of RCA; this is done to control landfill usage, thus increasing the reuse of recycled concrete aggregates. RCA has several potential advantages over virgin aggregates as a pavement base course. First, RCA can be a stronger base than virgin aggregates (LBR Value of 150 vs. 100 for Iimerock) and less subject to strength loss with moisture content fluctuations. Certain virgin materials in SW Florida that otherwise meet specifications can lose substantial strength with moisture content changes. These can be as small as 1% or 2% from optimum, even when properly compacted. • ASPHALT MIX DESIGN USING RAP - The QE + GM + PMI team has incorporated the use of Reclaimed Asphalt Pavement (RAP) into the proposed asphalt mix designs. RAP is a useful alternative to virgin materials because it reduces the use of virgin aggregate and the amount of virgin asphalt binder required in the production of HMA. Using RAP greatly reduces the amount of construction debris going into landfills, and it does not deplete nonrenewable natural resources such as virgin aggregate and asphalt binder. Ultimately, recycling asphalt creates a cycle of reuse that optimizes the use of natural resources and sustains the asphalt pavement industry. • TURN LANE OFFSET - Vehicles turning left from opposing left turn lanes may restrict the sight distance from the opposing vehicle based on the horizontal location of the left turn lane. An offset is defined as the lateral distance between the left edge of a left turn lane and the right edge of the opposing turn lane. A negative offset typically restricts sight lines as the opposing vehicle is within the sight line of the other vehicle. A positive offset is achieved when the vehicle in the left turn lane is far enough horizontally in the median to avoid being within the sight line of a vehicle in the opposing left turn lane. The team has designed the left turn lanes in such a way to create a positive offset for future opposing left turn lanes. • MILLING/RESURFACING OF EXISTING PAVEMENT - In order to minimize cost to the County, the QE + GM + PMI team obtained existing roadway elevations, via field surveying, and determined that the existing lanes west of Livingston can be milled and resurfaced In addition to the standard one-year warranty typically provided on to meet the proposed roadway elevations. This will allow for faster all Collier County projects, QE will extend the warranty on labor and construction time and results in cost savings for the County. materials for the VMB Extension - Phase 1 Project by one year for a . PHASING OF CONSTRUCTION - The QE + GM + PMI team believes total oftwoyearstotal warranty. In addition,QE will offer a fiveyear that our proposed phasing is innovative, as it provides the best warranty on the pavement in accordance with Section 338 of the alternative to minimize impact to the local residents, traveling FDOT Standard Specifications for Road and Bridge Construction, motorists and pedestrians. In addition, our phasing of placing the for a total of five years asphalt pavement coverage. This is beneficial for the County and reinforces QE+ GM + PMI's dedication and interest in this Design -Build project. construction access for the new high school on the future eastbound lanes while constructing the future westbound lanes eliminates 12 delays to both projects and creates an easier traffic flow for both. PROJECT TEAM APPROACH PROJECT TEAM APPROACH QE + GM + PMI is the local, trusted, and reputable choice for this Design -Build project. Having completed hundreds of projects with similar components in Southwest Florida, the QE + GM + PMI team is confident in their ability to successfully complete this project on time, within budget, and at high levels of quality. QE + GM + PMI's past experience on Design -Build projects allows the team the ability to fast track construction as the design progresses. The team will divide the project into five phases for roadway construction (described in detail later in this Section) in order to minimize traffic interruption to the traveling public and to minimize impactsto construction traffic forthe new high school.An illustration of the Phasing Plan has also been included in the team's Construction Plans at the end of Section 3: Technical Information. The QE + GM + PMI team will immediately focus on drainage design to allow construction to start on the temporary road. As construction is on -going in Phase 1, GM will focus their efforts on the remaining design so that construction work is streamlined with no delays. Final Overlay of Asphalt will be placed at the completion of Construction Phase S. Collier County can trust the QE + GM + PMI team to deliver a timely, cost-effective, and high -quality solution that exceeds standards based on the team's proven local performance. COMPANY OVERVIEWS 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. QE hasworked in Collier County since2002 on a varietyof infrastructure projects and has a dynamic knowledge and understanding of local construction and regulatory conditions. With the ability to self -perform the majority of each project, QE maintains job site control and has never been assessed liquated damages for project delays. • Proven record of successfully completing Design -Build projects on time and within budget. Established in 1981, Q. Grady Minor & Associates, P.A. (GM) provides expert civil consulting services to a wide array of public and private clients throughout Southwest Florida. Fully licensed and insured, the company maintains a strong technical and business foundation and is a local industry leader in Civil Engineering and Land Development. GradyMinor has successfully completed a wide range of projects, is locally owned and managed, and supports a team of 64+ employees. Preferred Materials, Inc. (PMI) is the leader in production of high quality hot mix and warm mix asphalt. PMI produces DOT spec mixes as well as custom mixes, and is committed to sustainability and investing in recycled materials and technologies that reduce emissions. PMI has maintained the Annual Resurfacing Contract for Collier County since 2014, which results in roughly $7 million worth of work per year. PMI has also received several industry awards & recongizitions, including: • 2015 - NAPA Larry H Lemon Award • 2016 - ACAF Urban Resurfacing Award Statewide SR 84 Collier Cty • 2017 - ACAF NonFDOT Project Award Laurel Rd Sarasota Cty • 2018 - NAPA Quality in Construction Award US 17 Charlotte Cty • 2018 - NAPA Quality in Construction Award US 41 Sarasota Cty • 2019 - ACAF Urban Resurfacing Award District 1 US 41 Sarasota Cty • 2020 - ACAF Pat Bolton Award District 1 SR 84 Collier Cty • 2020 - ACAF NonFDOT Project Award Sarasota 2019 Resurfacing PMI is also member of the following National Industry Organizations: • National Asphalt Pavement Association (NAPA) • QE is also a member of NAPA • Florida Transportation Builders Association (FTBA) • Asphalt Contractors Association of Florida (ACAF) The Organizational Chart on the following page displays the QE + GM + PMI team members for this Design -Build Project. • Extended Project Warranty. • Knowledge of local seasonal traffic & wet season weather. • The QE + GM + PMI team has the necessary experience and • Self -performance of major items of work. knowledge to fast track Design -Build Projects. On a recent • Past Experience with Collier County Transportation, Collier Design -Build project for Collier County, QE + GM were successful in permitting a project involving Collier County County Public Schools & Collier County Utilities. • QE + GM+ PMI is a truly integrated team with a genuine, ROW, SFWMD ROW, and Dewatering within 30 days of the collaborative philosophy. The team integrates the two prime NTP, and then mobilized and started work within 40 days of roles of Designer and Builder and supports collaboration the NTP. This is unprecedented for a Design -Build project. and high performing team concepts. IT IS HAS BEEN DETERMINED THAT THIS DESIGN -BUILD PROJECT INCLUDES 13% MORE CONSTRUCTION COST IN UNDERGOUND UTILITY AND STORM PIPING THAN IN ASPHALT PAVING. WITH QE SELF -PERFORMING EARTHWORK AND UNDERGROUND UTILITY, AND PMI PERFORMING ASPHALT PAVING, THE OE + GM+ PMI TEAM IS THE PROVEN CHOICE FOR THIS JOB. 13 QE C3UALITY ENTERPRISES I LOUIS J. GAUDIO Vice President I Fred L. Wiedner Construction Project Manager Harlan Sawyer Paul J. Moriarty Margarita Negron Isa Carreras Estimator Superintendent Manager of Project Administrator/ Health & Safety EEO Officer MGradyMinor I DANIEL FLYNN, P.E. Design Project Manager �► Preferred MATERIALS, INC. A CRH COMPANY I JASON BATES Project Manager Jerry Fletcher Chuck Molloy Area Manager Operations Manager Sally Goldman, P.E. Justin Frederiksen, P.E. Frank Feeney, P.E. Alex Dunko, P.E. Rick Featherstone, G.C. Richard Chalupa, R.L.A. Design Project Utility Coordinator QA/QC Design Project Construction Landscape Engineer Engineer Inspector Architect SUBCONTRACTORS Subsurface Utility Environmental Geotechnical Minority Business Engineering Engineering Engineering Enterprises Earth V�°=QNt via wnn �xre rPASSARELLA s ss� o dt FORCE Public Street Lighting Structural Right of Way Mapping Information & Signalization Design CELL/WtOLNhR VTr �� ebl,000R I^j,,,i BRIDGING v� _MCIOV &CREED " m�.iou .e...i� SOLUTIONS 14 PROJECT TEAM APPROACH PROJECT MANAGEMENT The VMB Extension - Phase 1 Design -Build Project will require significant coordination between QE + GM + PMI and Collier County. In response, the QE + GM + PMI management team is efficiently structured and is focused on strong communication, coordination, and decision making. Combined, QE + GM + PMI has over 300 employees living and working in the local area and QE's corporate office and equipment yard are less than 15 miles from the project site. This will strengthen project management, as key personnel can perform daily job site visits and will result in the prompt mobilization of equipment. QE will self -perform 80% of this Design -Build project. GradyMinor will oversee all design, permitting, and engineering efforts and PMI will provide all asphalt paving services. QE's experienced earthwork, utility, and concrete crews will self -perform the following items: embankment, storm piping and structures, utilities, base work, curb & sidewalk, MOT, and restoration to pre -construction conditions. A step ahead, QE will utilize the industry leading construction ERP solution, Vista by Viewpoint, to help manage this Design - Build project. A multi -faceted cloud -based construction suite, this state-of-the-art technology program provides a direct line of communication between the office and field, reducing the need for superintendents and crews to leave the job site and visit the office. Additionally, as part of this process, a Procurement Register will be created to record all goods and services purchased by QE from suppliers. Technology plays an integral role in QE's operations, as many machines are equipped with GPS, site positioning systems for machine grading, and 3D technology. The company has also invested in Trimble Sitework Technology which allows millimeter accuracy with fewer passes and no manual staking. All mid to large excavators are equipped with CAT Pin Grabber Coupler System which increases machine performance, versatility, and jobsite safety. Collectively, these resources reduce project risk from the County's perspective. PROJECT MEETINGS QE's Corporate Office/ Equipment Yard is 15 miles from the project site, and GM's office is 6 miles from the project site; therefore, meetings between QE + GM + PMI and Collier County can be held at either location and easily followed by site visits if desired. This is a great benefit for Collier County. QE + GM + PMI propose the following meeting approach for this Design Build project: • Kickoff meeting prior to project start to review project • Additional meetings as necessary to coordinate with objectives and initiate coordination with County staff suppliers, regulatory agencies, etc. • Design review meetings at 60%, 90%, and 100% plans to field • Public meetings as necessary to inform residents, area questions and incorporate questions from County staff businesses, etc. of upcoming activities • Biweekly project progress meetings CONSTRUCTION RESOURCES QE is prepared for the VMB Extension - Phase 1 Design -Build Project, as the company has experienced significant growth over the past few years, increasing in total number of pieces of equipment owned, personnel employed, and number of successfully completed jobs. With over 300 local employees and 350+ pieces of modern heavy construction equipment, the QE + GM + PMI team has the resources of large competitors but an attentive and responsive management structure characteristic of a small firm. The Following Graphs Demonstrate QE's Growth from 2076 - Present: Number of Employees k New Equipment + Vehicles Purchased ' Number of Jobs 2016 2017 209 S3.1MIE 167 2018 Present 15 PROJECT TEAM APPROACH DESIGN -BUILD MANAGEMENT TEAM & STAFFING This Design -Build project will require significant coordination between the QE + GM + PMI team and Collier County. QE + GM + PMI's strong and experienced leadership will manage the skilled construction workforce and will ensure that the project is completed on time, within budget, and at high levels of quality. *More information on the team's key leadership is provided on the following page. The QE + GM + PMI team is efficiently structured: Louis J. Gaudio serves as QE's Vice President and will oversee Fred L. Wiedner, the team's Design -Build Construction Project Manager for the VMB Extension - Phase 1 Design -Build Project. Additionally, Paul J. Moriarty will serve as the Construction Superintendent, Daniel Flynn, P.E. will serve as the Design Project Manager, and Justin Frederiksen, P. E. will serve as the Utility Coordinator. Fred Wiedner will be available to Collier County at all times and will oversee construction operations, with Louis Gaudio available to assist when necessary. Fred will be supported by a qualified administrative staff and will work closely with GM, specifically Daniel Flynn, throughout this project. The management staff will remain hands on to identify opportunities, address challenges, and mitigate risks. QE ensures that Paul Moriarty, the Project's Superintendent, will remain on site with the construction crews at all times, and regular site visits will be performed by other lead staff throughout the process. KEY PERSONNEL COMMITMENT PRECONSTRUCTION CONSTRUCTION Louis J. Gaudio QE Vice President 40% 30% Harlan Sawyer QE Estimator 100% 40% Fred L. Wiedner QE Construction Project Manager 30% 100% Paul J. Moriarty QE Superintendent 30% 100% Margarita Negron QE Manager of Health and Safety 20% 80% Isa Carreras QE Project Administrator/ EEO Compliance Officer 20% 80% Daniel Flynn GM Design Project Manager 80% 50% Justin Frederiksen GM Deputy Project Manager 60% 30% Sally Goldman GM Design Project Engineer 80% 50% Alex Dunko GM Design Project Engineer 30% 60% Donald Saintenoy GM Survey Project Manager 20% 60% Frank Feeney GM Quality Assurance/ Quality Control 30% 50% Rick Featherstone GM Construction Inspector 15% 80% Richard Chalupa GM Landscape Architect 60% 40% Jason Bates PMI Project Manager 25% 50% Jerry Fletcher PMI Area Manager 10% 70% Chuck Molloy PMI Operations Manager 25% 70% I@ KEY PERSONNEL PROJECT TEAM APPROACH LOUIS J. • 30+years of construction industry experience • Maintains a long-standing relationship with Collier County and is familiar with local conditions, GAUDIOregulations, personnel, etc. Vice President • Experience managing projects ranging from $500K to $40 Million for the Army Corps of Engineers, Charlotte County, City of Naples, City 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 roadway improvement and extension projects in Florida and South Carolina `111 QE • Louis will support Fred L. Weidner, Project Manager, on RPS #20-7708, Veterans Memorial Boulevard Extension - Phase 1 Project FREDL. 20+ years of construction industry experience WIEDNER • Strong background working on large-scale construction projects ry Holds several advanced certifications, including: FDOT Maintenance of Traffic, OHSA 10 Hour, Construction OSHA Inspections for Construction and Multi -Employer worksites, OSHA Incident Investigation, Project ATSSA Worksite Traffic Supervisor, OSHA Permit Required Confined Spaces, OSHA Jobb Hazard Manager Analysis, OSHA Excavation and Trenching Safety • Fred will serve as the Main Point of Contact to Collier County for RPS #20-7708, QEVeterans Memorial Boulevard Extension - Phase 1 Project PAULJ. • 30+ years of construction industry experience • Extensive background working with Collier County's Transportation and Engineering Division MORIARTY. Certified by the US Army Corps of Engineers, Quality Management for Contractors, and FDOT Construction Maintenance of Traffic Superintendent Strong understanding of SWFL construction and regulatory conditions Paul will oversee daily construction activities and field operations, while utilizing Viewpoint QEsoftware to generate electronic daily reports from the field on RPS #20-7708, Veterans Memorial Boulevard Extension - Phase 1 Project DANIEL• 13+ years of industry experience. • Works with FDOT, Collier County, multiple counties and cities in Florida to produce roadway and FLYNN, P.E. sidewalk construction plans • Extensive design background in projects ranging from minor resurfacing/widening, to roadway Design Project reconstruction, to multimodal complete streets throughout the state of Florida Manager • Engineering experience in Maintenance of Traffic (MOT), signing/ paving marking, and horizontal ©Grady Minor and vertical geometry designs, super -elevation roadway layouts, and sidewalks/ intersection projects • FDOT certified in Advanced MOT JUSTIN• 17+years of engineering and construction experience in the State of Florida FREDERIKSEN • Engineer of Record on various small and large utility projects in Collier County Managed various Municipal Projects, which required: preparation of master planning P. E. documents, engineering designs/ plans/ and specifications, project permitting, bidding assistance, contractor selection, and general construction coordination Deputy Project • Served as the Deputy Director for the City of Naples where he performed: rate studies, annual Manager reports of utility operations, grant/ loan program administration, and assisted in developing © Grady Minor and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies JASON• Serves as the Project Manager on all Collier County projects and will handle scheduling, contracts, and billings BATES• Experienced with SWFL regulatory and working conditions • PMI has maintained the Annual Resurfacing Contract for Collier County since 2014, resulting in roughly $7 million worth ofwork per year. Contract includes milling & resurfacing roadways Project Manager throughout the County. r► Preferred • PMI will perform all asphalt paving on RPS #20-7708, Veterans Memorial Boulevard Extension - " a„ o„pq„ INC.Phase 1 Project 17 KEY RESOURCES PROJECT TEAM APPROACH As one of the largest local roadway contractors, QE is prepared for the VMB Extension - Phase 1 Design -Build Project. With over 250 employees, including earthwork, utility and concrete crews, the company has a large and skilled workforce and is proud to celebrate 50 years of service. QE is knowledgeable of local conditions, has the capacity to bond this project, can acquire materials in a timely fashion, and will provide machinery from the company's 350+ piece heavy equipment fleet. LOCATION Broom Tractors 05 Loaders 30 Crawler Cranes 02 Milling Machine 02 Crushing & Screening Equipment 10 Articulated Truck 03 Dozers 03 Asphalt Pavers 03 Dump Trucks 08 Rollers 14 Epi Rock Drum Cutter 03 Rubber Tire Excavator 01 Excavators 39 Skid Steer 04 Excavators with Hammers 03 Sheet Pile Vibratory Hammer 02 Fusing Machine 04 Trailers 38 Graders 02 Tractors 05 Horizontal Directional Drilling Rigs 03 VAC Truck, Tankers, Mud Reclaimer 09 Lowboys 06 QE Mechanics & Lube Trucks 07 QE's Corporate Office/ Equipment Yard is located 15 miles from the project site, GM's office is 6 miles from the project site, and PMI's office is 8 miles from the project site; therefore, key personnel can be on location quickly should the need arise. Meetings between QE + GM + PMI and Collier County staff can be held at either the QE or GM office location, and easily followed by site visits if requested. The close location will also allow for prompt equipment mobilization, resulting in significant cost savings for Collier County. A map has been provided to show the distance between the project site and QE + GM's office locations. KEY - The *shows the location of the Veterans Memorial Boulevard Extension - Phase 1 Design -Build Project. 0 Bonita Springs 6 fl KO JVY t North Naples j '` �' .. ; L = rh NAPLES PARKIF IL PELICAN BAY _W i.r Vineyards ai 1L LL 5}L PARK SHOR E ►��tl �� .�' Golden Gate ,1�'..[ a �f,Ji hi LO QUALITY ENTERPRISES, USA, INC. Approximately IS miles from the project site 3494 Shearwater Street Naples, FL 34117 239.435.7200 qeusa.com Q. GRADYMINOR & ASSOCIATES, P.A. Approximately 6 miles from the project site 3800 Via Del Rey Bonita Springs, Florida 34134 4► Preferred 239.947.1144 MATERIALS, INC. " J gradyminor.com PREFERRED MATERIALS, INC. Approximately 8 miles from the project site 18080 Green Meadow Road QEFt. Myers, Florida 33913 DUALITY 239.985.1138 ENTERPRI3E6 preferred materia Is.com 18 PROJECT TEAM APPROACH SCHEDULE & CRITICAL PATH METHOD The QE + GM + PMI team has reviewed the milestone dates set forth in RPS# 20-7708 for Completion of Temporary Roadway, as well as Substantial and Final Completion, and believe that these dates are easily obtainable using the Design -Build Process. The team has established the Critical Path Method (CPM) as the permitting process, which should be a non -issue with most permitting occurring by Collier County prior to the project's start. The QE + GM + PMI team has worked to create non -disruptive design, permitting, and construction phases to ensure that the Veterans Memorial Boulevard Extension - Phase 1 Design -Build Project is successful and economical. QE + GM + PMI has developed a Master Schedule (*Found on Pages 20-21 of this proposal) for this Design -Build project that will yield success from day one. The QE + GM + PMI team has laid out the project in Five Phases to minimize disruption to vehicular traffic, pedestrians, and local residences, as well as allow for ease of entry and exit by construction vehicles for the new High School. Upon issuance of Contract and Notice to Proceed, the QE + GM + PMI team will immediately start gathering Survey Data for design purposes, as well as to set project boundaries. PHASING PLAN QE is experienced with Design -Build projects and recognizes that this process can provide the quickest delivery system for an owner when the team is collaborative and accomplished. QE + GM + PMI is quailified for this Design -Build project and will complete the project within the County's alloted time frame. On a recent Collier County Design -Build project, QE worked behind the scenes on design items before the NTP was provided. This work was completeled at QE's own risk, but the company felt that the reward of time out -weighed the risk. If awarded the contract, QE is prepared to do the same on this Design -Build project to ensure that all aspects are completed on time, within budget, and at the highest levels of quality. The QE + GM + PMI team has outlined a Phasing Plan for this Design -Build project. The planwill provide the most economical approach to the County, as well as the least disruptive approach to the construction of the new high school, traveling public, and pedestrian traffic. The Phases are described in detail as follows: PHASE 1 - Clear and Grub all vegetation for the entire width of the ROW from end of existing road to west end of project. This phase of the project is projected to start late September 2020 and be completed within two months. Three Clearing Crews will be committed to this phase. PHASE 2 - Construct drainage piping and roadway for future east bound lanes (south side of VMB) to be utilized as a temporary access road for construction of the new High School. This phase of the project is projected to start upon completion of Construction Phase 1, late November, and be completed within five months. QE will start this phase with two earthwork crews to excavate future drainage areas to generate fill material for roadway as well as import additional fill as required to complete this phase. QE will have two utility crews committed to this phase for the installation of utility piping and storm piping. Upon completion of utility and storm piping and testing of pipes, QE will mobilize a road crew to install base material for roadway. QE will complete this phase by coordinating with PMI to place asphalt base course to be used as access by Collier County Public Schools contractors to construct the new High School. PHASE 3 - Construct drainage and roadway for west bound lanes on north side of VMB from Livingston to west end of project. Phase 3 is scheduled to start in late April 2021 and be completed within 15 months. This phase will commence with the completion of Construction Phase 2. QE will set up MOT and perform survey work for future westbound lanes of VMB. QE will utilize the same earthwork and utility crews used during Phase 2 to perform work in this phase. The familiarity with the previous phase should allow for quicker installation of work during Phase 3. This phase will also involve the installation of the drilled shafts for signalization mast arms. QE's same road crew will place base material for roadway which will be followed by two concrete crews to install curbs and sidewalks. Two crews will be used to place sod which will be followed by PMI installing asphalt base course and temporary line striping to prepare the future westbound lanes for two-way traffic PHASE 4 - Place 2-way traffic on west bound lanes and modify existing lanes for eastbound traffic. This phase is scheduled to start mid July 2022 and be completed by mid -September 2022. This phase will start with setting up MOT and switching all traffic in a two-way set up on the westbound lanes. Once the traffic switch is completed, QE will mobilize its milling crew to mill existing lanes and then utilize one utility crew for this installation of storm piping and utility piping. Concrete crews (2) will complete curb and sidewalks. PHASE S - Construct widening and turn lanes on VMB east of Livingston. This phase is scheduled to start mid -September 2022 and be completed by late January 2023. This phase will focus on the widening of VMB east of Livingston Road. Again, QE will utilize crews familiar with the project. One utility crew will complete installation of storm pipe, followed by one roadway crew installing base and one concrete crew complete curbs. This phase will also involve this installation of mast arms and poles at all locations. Sod will be installed along with signage which will be followed by PMI paving all widening as well as final lift of asphalt throughout the entire project. VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE 1 PROJECT Quality Enterprises USA, Inc. RPS No.: 20-7708 Design -Build of Veterans Memorial Blvd Extension - Phase 1 Preliminary Project Schedule ID Task Name $tart Finish Duration lune July August Sep[e ORobe Novem Decem lama Febru March April May Lune July Augurt Septe Octobe Novem Decemk January Febru March April May June July August 5ep[ei Octobe Noven Decem lanuaD Febru March April Jul Au N v D Jan Feb Mar A r Ma Jun ul Au Nov Dec Jan Feb Mar A r Ma Jun Jul Aug0 t N v D c Jan Feb Mar A r 1 Notice to Proceed Wed 7/1/20 Wed 7/1/20 1 day Design/Permitting Phase Wed 7/1/20 Fri 1/8/21 138 days Permits (by County) Wed 7/1/20 Fri ll/27/20 108 days Assist and Coordinate Permit Acquisition by DBF Wed 7/1/20 Fri ll/27/20 108 days Survey for Design Wed 7/1/20 Fri 7/10/20 8 days Roadway Design 30%Plans Mon 7/13/20 Fri 9/11/20 45 days County Review Mon 9/14/20 Fri 9/25/20 10 days Roadway Design 60%Plans Mon 9/28/20 Fri 11/6/20 30 days County Review Mon 11/9/20 Fri 11/20/20 10 days Roadway Design 100%Plans Mon 11/23/20 Thu 12/24/20 24 days County Review Mon 12/28/20 Fri 1/8/21 10 days Construction Phase I -Clearing of Vegetation West of Existing Road Mon 7/27/20 Wed 11/25/20 88 days Public Information Meeting (Initial) Mon 7/27/20 Mon 7/27/20 1 day Public Information Meeting (2nd Meeting) Mon 11/9/20 Mon 11/9/20 1 day Mobilization Mon 9/21/20 Mon 9/21/20 1 day MOT Devices Tue 9/22/20 Wed 9/23/20 2 days Survey Thu 9/24/20 Wed 9/30/20 5 days Erosion Control Thu 30/1/20 Wed 10/7/20 5 days Clear & Grub Thu 10/8/20 Wed 11/25/20 35 days Construction Phase II - EB Lanes (Temporary Rd for School Construction) Thu 11/26/20 Tue 4/20/21 104 days Earthwork/Embankment Thu 11/26/20 Wed 2/3/21 50 days Installation of Utilities (WM for fire protection during construction) Thu 2/4/21 Wed 3/24/21 35 days Installation of Storm Piping Thu 2/25/21 Wed 3/24/21 20 days Installation of Roadway Base Thu 3/25/21 Wed 4/14/21 15 days Place Construction lift of Asphalt Thu 4/15/21 Mon 4/19/21 3 days Temp Roadway Opened Tue 4/20/21 Tue 4/20/21 1 day Constuction Phase III - WB Lanes From Livingston to End of Project Wed 4/21/21 Tue 7/12/22 320 days Survey Wed 4/21/21 Tue 4/27/21 5 days Erosion Control Wed 4/28/21 Tue 5/4/21 5 days Clear & Grub Wed 5/5/21 Tue 6/1/21 20 days Earthwork Wed 6/2/21 Tue 8/24/21 60 days Installation of Utilities Wed 8/25/21 Tue 11/30/21 70 days Installation of Storm Piping Wed 12/1/21 Tue 1/25/22 40 days �1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Project: Preliminary Project Sch Date: Mon 1/18/20 Task Summary �1 InaRive Mile 0 Duration -only I Start -only E E#ernal Milestone ♦ Manual Progress Split P jeR Summary InaRive Summary r ------ — 1 Manual Summary Rollup Finish -only 7 Deadline ♦ Milestone ♦ Inactive Task Manual Task Manual Summary r ----1 EA Tasks Progress Page 1 20 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE 1 PROJECT Quality Enterprises USA, Inc. RPS No.: 20-7708 Design -Build of Veterans Memorial Blvd Extension - Phase I Preliminary Project Schedule ID Task Name Start Finish Duration June July August Sep[e ORobe Novem Decem Janua Febru March April May lone July August Sep[e ORobe Novem Decem Janua Febru March April May lone July August Septe ORobe Novem Decem lama Febru March April Au 0 N v De Feb Mar A r Ma ul A Nov D Jan F b Mar Ma ul Au Oct Nov D F b Mar A r 35 Installation of Conduits for Communication Infra Wed 12/1/21 Tue 1/25/22 40 days Installation of Drilled Shafts for Signalization -VMB&Livingston Wed 1/26/22 Tue 2/15/22 15 days Installation of Drilled Shafts for Signalization- Elementary Wed 2/16/22 Fri 2/18/22 3days Installation of Drilled Shafts for Signalization- New High School Mon 2/21/22 Wed 2/23/22 3days Installation of Roadway Base Wed 1/26/22 Tue 4/5/22 50 days Installation of Curbs/Sidewalks Wed 4/6/22 Tue 5/17/22 30 days Installation of sod Wed 5/18/22 Tue 6/14/22 20 days Installation of Signage Wed 6/15/22 Tue 6/28/22 10 days Place Construction lift of Asphalt Wed 6/29/22 Tue 7/12/22 10 days Constuction Phase IV - EB Lanes From Secoya Reserve to Livingston Rd Wed 7/13/22 Wed 9/21/22 51 days Traffic Switch Over Wed 7/13/22 Wed 7/13/22 1day Mill Existing Pavement Thu 7/14/22 Mon 7/18/22 3 days Installation of Storm Piping Tue 7/19/22 Mon 7/25/22 5 days Installation of Conduits for Communication Infrastructure Tue 7/26/22 Mon 8/8/22 10 days Installation of Roadway Base Tue 8/9/22 Mon 8/29/22 15 days Installation of Curbs/Sidewalks Tue 8/30/22 Mon 9/12/22 10 days Installation of sod Tue 9/13/22 Mon 9/19/22 5 days Installation of Signage Tue 9/2/22 Wed2 2days Constuaion Phase V -Widening of VMB east of Livingston Rd Thu 9/222/22 Thu 1/26/2/26/23 91 days Survey Thu 9/22/22 Thu 9/22/22 1 day Erosion Control Fri 9/23/22 Mon 9/26/22 2 days Clear & Grub Tue 9/27/22 Fri 9/30/22 4 days Installation of Storm Piping Mon 10/3/22 Fri 10/7/22 5 days Installation of Roadway Base Mon 10/10/22 Fri 10/21/22 10 days Installation of Curbs Mon 10/24/22 Fri 11/4/22 10 days Install Mast Arms and Signals- Elementary, VMB/Livingston, New HS Mon 11/7/22 Fri 11/25/22 15 days Installation of sod Mon 11/7/22 Wed 11/9/22 3 days Installation of Signage Thu 11/10/22 Fri 11/11/22 2 days Place Construction lift of Asphalt Mon 11/28/22 Mon 11/28/22 1 day Final Lift of Asphalt on Entire Project Tue 11/29/22 Thu 12/8/22 8 days Line Striping - Thermo Fri 1/20/23 Thu 1/26/23 5days Substantial Completion Jan 27 2023 Fri 1/27/23 Fri 1/27/23 1 day Punch List Items Mon 1/30/23 Thu 3/30/23 44 days Final Completion March 31, 2023 Fri 3/31/23 Fri 3/31/23 1 day h 1/27 3/31 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 Project Preliminary Project Sch Date: Mon 5/18/20 Task Summary �1 Inactve Milestone 0 Duration -only f� Start -only C Bnemal Milertone ♦ Manual Progress split ..................... ProjeR Summary Inactive Summary Manual Summary Rollup Finish -only 7 Deadline ♦ Milestone ♦ Inacive Task Manual Task Manual Summary tM lTasks Progress Page 2 21 PROJECT TEAM APPROACH COLLABORATION WITH COLLIER COUNTY PUBLIC SCHOOL (CCPS) DISTRICT QE + GradyMinor have significant experience working with the local CCPS District. Recent projects include: BARRON COLLIER HIGH SCHOOL WM REPLACEMENT PHASE 1 & 2 - GradyMinor performed the design, permitting, and construction administration for the replacement of 3,000 feet of 8" water main piping, the transfer of ownership of 1,400 feet of 8" water main piping, milling & resurfacing, and striping improvements throughout Barron Collier High School. QE performd Phase 1 of this project, which included installation of 1,400 LF of 8" water main piping along Cougar Drive, tie-ins to the existing water main, milling and resurfacing. The water mains replaced affected service to Barron Collier High School, Osceola Elementary School and the County's School District Administration Building. This project involved extensive coordination between the Collier County Utility Division, the Public School District, and the affected schools. BARRON COLLIER HIGH SCHOOL TRAFFIC ANALYSIS - GradyMinor completed an analysis of the traffic conditions throughoutthe Barron Collier High School campus and provided recommendations to improve the safety and movement for student/faculty parking, student drop-off and pick-up, pedestrian access/crossings, and bus drop-off/pick-up. 8TH STREET IMPROVEMENTS - GradyMinor performed the design, permitting, and construction administration for roadway, utility, stormwater, landscape, irrigation, and improvements along 8th Street from 7th Avenue North to Sth Avenue South and along 3rd Avenue South from 8th Street to US 41. One of the property owners which was affected by this project included Gulfview Middle School as it abuts 8th Street for 800 feet. Extensive coordination was required with the School District for this project to receive input by the School District on the design, schedule, and the changes to the intersection of 8th Street and 3rd Avenue South. PELICAN ELEMENTARY WM REPLACEMENT - GradyMinor performed the design, permitting, and construction administration for the abandonment of the existing 8-inch DIP water main along Airport Pulling Road from Crescent Lake Drive to Vanderbilt Beach Road. In order to abandon the water main the water service main to Pelican Marsh Elementary School needed to be replaced with a new service main connected to an existing 16-inch water main. GradyMinor performed extensive coordination with the School District and Pelican Marsh Elementary School to ensure the new water service was installed and cleared for use without affecting water service to Pelican Marsh Elementary School. COUGAR DRIVE CONNECTION ROAD SPEED AND TRAFFIC CALMING - GradyMinor completed an analysis of the access drive leading from the bus depot north of Barron Collier High School to Osceola Trail, also known as Cougar Drive. This analysis reviewed the existing conditions, traffic patterns, existing speed controls and recommendations of improvements for traffic calming. r � 5 ryr �q 7p AP1055F CAI �r Div TECHNICAL INFORMATION DESIGN AND CONSTRUCTION STANDARDS The improvements associated with this Design -Build project will adhere to the following standards: • MANUAL OF UNIFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION AND MAINTENANCE (FLORIDA GREENBOOI ) • FDOT DESIGN MANUAL REQUIREMENTS AND STANDARDS • SFWMD REQUIREMENTS AND STANDARDS • COLLIER COUNTY UTILITY STANDARDS, DETAILS, AND SPECIFICATIONS • FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) AND THE FLORIDA ADMINISTRATIVE CODE REQUIREMENTS & STANDARDS • 10 STATE STANDARDS DEVIATIONS FROM DESIGN CRITERIA PACKAGE QE + GM + PMI's proposed design and construction for this project will adhere to the criteria in this document. At this point, it is anticipated that no design exceptions or variations will be needed for the construction of Veterans Memorial Boulevard Extension - Phase 1 Design -Build Project. Design exceptions are required when any of the 13 controlling Design Elements established by AASHTO, cannot be met. Design variations are required when FDOT's criteria, outside ofAASHTO's13 controlling elements, cannot be met. The QE + GM +PMI team has reviewed the information provided in Step 2 of the Design -Build process and has included in our design slight modifications/recommendations for safety improvements versus the permitting plans that were provided by Collier County in Step 2. The design modifications include adjusting the median width of the typical section for Phase 7 of the VIA extension due to a total of three dual left turn lanes within the first phase. Another modification to the horizontal design is the layout of the left turns along the corridor. The proposed left turns will be designed to provide a positive offset for any future opposing left hand turns that may be added. Exhibit 33 details the benefit of providing a positive offset for opposing left turn lanes. Negative and Positive Offset between opposing left turn lanes Negative Offset Positive Offset TECHNICAL INFORMATION PERMITTING As stated in RIPS #20-7708, the Veterans Memorial Boulevard Extension - Phase 1 Design -Build Project will be subject to all required regulatory approvals including, but not limited to: • FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) • SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) • UNITED STATES ARMY CORPS OF ENGINEERS (USACE) • ALL APPLICABLE AND REGULATORY AGENCIES POLICIES AND REQUIREMENTS Collier County has contracted separately with consulting firms to produce a pond siting report and obtain permits from the District and USACE. Although permitting will not be required as part of this contract, QE + GM + PMI's experience and knowledge of permitting agency requirements will be beneficial in coordinating any minor modifications that may present themselves during the life of this project. In preparation for this project, the team felt that it was extremely important to have a firm understanding of all the items associated with the County's current submittal's to the SFWMD and USACE. In preparation for this project, our proposed Design Project Manager Daniel Flynn, P.E. spoke to both the SFWMD Environmental Reviewer and the USACE reviewer to gain a firm understanding of the status of the permit applications. Below are specific items of importance that were identified in the documents provided by the County during Step 2 of this solicitation process. SFWMD SUBMITTAL • ENGINEERING - Veterans Memorial Boulevard Extension is separated into two separate phases for both design and permitting through the District. The first phase includes approximately 6,600 linear feet of a four -lane divided roadway, 2,200 linear feet of which currently exist as a two-lane road, which extends west from Livingston Road to allow for an entrance to the proposed high school on the south side of the right of way. The first phase of the Veterans Memorial Boulevard Extension includes one (1) major basin divided into three (3) sub -basins. Each sub -basin will include either an on -site wet detention or dry detention pond to allow for water quality and attenuation. The project will ultimately discharge through a control structure located on the southeast portion of the wet detention pond to a swale along the south side of the corridor which ultimately outfalls to a ditch on the east side of Imperial Golf Estates residential community. The ditch on the east side of Imperial Golf Estates residential community ultimately discharges to the Cocahatchee River via a canal on the south side of Imperial Golf Estates. • ENVIRONMENTAL - The first phase of the Veterans Memorial Boulevard Extension project extends west through undeveloped natural habitat of both upland and isolated wetlands. At the pre -application meeting with SFWMD, Collier County was asked by the SFWMD to propose 100% impacts to all the wetlands which accounts for 1.07 wetland impacts. The proposed mitigation will provide compensation for impacts to the waters of the state through purchase of mitigation bank credits at Panther Island Mitigation Bank. The County's consultant provided a listed species survey to determine if any threatened/endangered plants or wildlife could be utilizing the site. The charts on the following page list what was Observed and what was Not Observed but Have a Strong Presence Potential. PERMITTING CONT. TECHNICAL INFORMATION The closest nests lie approximately 1.65 miles southwest of the site, 0.9 miles south, 0.35 miles south (the BALD EAGLE new high school site), and 2 newer nests located 2.2 miles due west. Bald eagles were noted flying over the project area, but not foraging. Observed foraging along the drainage swale to the south of the right of way. No signs of nests or signs SNOWY EGRET of nesting were observed onsite. Observed foraging within the open trails and grassed areas on the north and south sides of the ROW. WHITE IBIS The White Ibis were also observed perching in Cypress trees immediately to the west of Phase1. No nests or signs of nesting were observed onsite. Observed foraging along the drainage swale to the south of the right of way. No signs of nests or signs LITTLE BLUE HERON of nesting were observed onsite. One Wood Stork was observed within the drainage trail to the south of the right of way. No signs of nests WOOD STORK or signs of nesting were observed onsite. Burrows were observed in the scrubby habitat in the western portion of Phase 1. Two active burrows GOPHER TORTOISE were located and flagged within the right of way boundary. Please refer to Exhibit 3.2 concerning the location of the burrows. BLACK CYPRESS FOX TURTLE FLORIDA BLACK BEAR FLORIDA BONNETED BAT EASTERN INDIGO SNAKES SOUTHEASTERN AMERICAN KESTERAL USACE SUBMITTAL During the initial Due Diligence stage of the environmental portion of the project it was determined that a two-phase approach to the environmental permitting associated with the USACE submittal would be the best path forward. The County's environmental consultant conducted a pre -application meeting with the USACE in July of 2019 to discuss the project with staff. The County's consultant performed onsite inspections and determined that permitting through the USACE would not be required for the first phase of the project due to the isolated nature of the three small wetlands and how they are not connected to any waters of the U.S. The three wetland areas are located at the far west section of the first phase of the Veterans Memorial Boulevard Extension Design - Build project as shown in Exhibit 3.3. A request for a Jurisdictional Determination was submitted to the local USACE office on October 15, 2019 in an effort to confirm if the first phase qualifies for "no permit required" through the USACE. 25 TECHNICAL INFORMATION CONSTRUCTION PLANS QE + GM + PMI's preliminary Roadway, Signalization & Lighting Plans for the Veterans Memorial Boulevard Extension - Phase 1 Design -Build Project can be found at the end of this section, Section 3. Technical Information. These plans include the team's proposed roadway alignment (plan and profile), drainage layout, preliminary lighting layout, and preliminary signal layout. The plans have been used to generate QE+ GM + PMI's proposed Project Schedule and Guaranteed Maximum Price (GMP). , r t a Wn . 4 �� UNANIMOUS WRITTEN CONSENT IN LIEU OF THE 2020 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF QUALITY ENTERPRISES USA, INC. The undersigned, being all the directors of Quality Enterprises USA, Inc. (the "Corporation"), pursuant to Virginia Code Section 13.1-685, hereby approve and consent to the following actions in lieu of the Annual Meeting of the Board of Directors: WAIVER OF NOTICE: Execution of this Written Consent will constitute full waiver of notice of the Annual Meeting of the Board of Directors of the Corporation for the year 2020. ELECTION OF OFFICERS: The following persons are elected to the offices following their names to serve until the expiration of their terms at the next annual meeting of the Board of Directors, or until their successors shall be duly elected and qualified: Howard J. Murrell, Jr Louis J. Gaudio Allison B. Murrell Rachel S. Murrell Howard J. Murrell, III Stacey L. Murrell President Vice President Chief Information Officer/Asst Secretary Corporate Officer Corporate Officer Secretary WHEREAS, the Directors believe it is in the best interest of the Company to grant, without limitation, signing authority and the authority to conduct business on behalf of the Company to each of the following Officers: Howard J. Murrell, Jr., President WHEREAS, the Directors believe it is in the best interest of the Company to grant authority to enter into and sign contracts on behalf of the Company to each of the following Officers: Louis J. Gaudio Vice President Allison B. Murrell Chief Information Officer/Asst Secretary Rachel S. Murrell Corporate Officer Howard J. Murrell, III Corporate Officer Stacey L. Murrell Secretary RATIFICATION: All acts taken on behalf of the Corporation by the Corporation's officers since the last meeting of the Board of Directors are hereby ratified and approved. MINUTES: This Unanimous Consent shall be filed with and become a part of the Minutes of the Corporation. Effective date: January 1, 2020 �- h 0-v Date signed QUALITY ENTERPRISES 00 yer County Administrative Services Division Procurement Services Date: 03/17/2020 Email: Patrick. Boylegcolliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added Files: ACOE.PDF, POND SITTING.PDF and ERP SUBMITTAL.PDF Change 2. All CADD files are made available to the design build teams from March 18th 2020 at 8:OOam - March 25th 2020 at 5:OOPM One (1) flash drive is made to each design team. Pickup location: Procurement Services Division East 3295 Tamiami Trail Naples Fl 32112 Change 3: Extended Bid Open Date to April 28`h, 2020 at 3:OOPM Extended Q & A session to April 23', 2020 at S:OOPM If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Finn) 3/17/20 Date Co per Cow y Administrative Services Division Procurement Services Date: 03/18/2020 Email: Patrick. Boyle(a�,colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 2 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added additional vendor account to the solicitation. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) LOUIS J. C3audlo, vice F'resicle Quality Enterprises USA, Inc. (Name of Firm) 3/18/20 Date CO Ur County Administrative Services Division Procurement Services Date: 3/30/2020 Email: Patrick. BoyleA..colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 3 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 3 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Question #15. The greatest number of points allowed will be awarded to the Firm who has the lowest GMP. The lowest GMP will be divided by the next lowest GMP which will then be multiplied by criteria points to determine the firm's points awarded. Each subsequent firm's point score will be calculated in the same manner. For illustrative purposes only: Firm Hourly Rate Points Awarded Firm ABC $100,000.00 20 Firm DEF $1 10,000.00 18 Firm GHI $135,000.00 15 Change 1. Added sample Design Build Contract. Change 2. Added supplemental documents to address questions #8 and #10 If you require additional information, please post a question on our Bid Sync (www.bids, ny c.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Quality Enterprises USA, Inc. (Name of Firm) 3/30/20 President Date 0DLL7er COMMY Email: Patrick.Boyle(cbcolliercount�fl.aov Administrative Senrices Division Telephone: (239) 252 - 8941 Procurement Services Addendum 4 Date: 04/21 /2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 4 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended Bid to Tuesday May 12', 2020 at 3:OOPM If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature s J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Finn) 4/21/20 Date CO1LieY County Administrative Services Division Procurement Services Date: 04/23/2020 Email: Patrick.Boyle@colliercount fl.l.gov Telephone: (239) 252 - 8941 Addendum 5 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 5 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Question 2: See NPR letter and VMB AJD GRAPHICS AJD FORM attachments. Question 10: See Collier County Roadway Design Standards and Fiber Conduit attachments. Question 17: Link provided below: https://www.colliercountyfl. gov/yyour-government/divisions-s-z/traffic-operations/traffic-technical- special-provisions Question 23 Link provided below: https://www.colliercounty l.goo/your-govenunent/divisions-s-z/traffic-operations/traffic-technical- special-provisions Question 30 Link provided below: https://www.colliercountyg.aov/your- overmnent/divisions-s-z/traffic-operations/traffic-technical- special-provisions Question 31 Link provided below: https://www.colliercountyfl.gov/your-govermnent/divisions-s-z/traffic-operations/traffic-technical- special-provisions Question 33: See SFWMD 3-18-20 meeting notes attachment. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Firm) 4/23/20 Date C,6 6f' County Email: Patrick. Boyle(ii)colliercountyfl.gov Administ alive Sences Dvision Telephone: (239) 252 - 8941 Procurement Services Addendum 6 Date: 05/5/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 6 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended Bid to Wednesday May 20th, 2020 at 3:OOPM Extended Q & A to Wednesday May 13', 2020 at 5:OOPM Change 2. Added supporting documents for questions 18, 39, 40, 41, 42, and 43 Design criteria Package VMB Utilities final signed.pdf 050902-23.pdf Conceptual Veterans Memorial Blvd.pdf PO —WO _Prop—RWA.pdf Veterans Preliminary Spread Calcs.pdf Bond Proposal.pdf Change 3. Question 50 - Updated Section 1.0 on Design Build Step 2 PDF to reflect the maximum allowable pages from 8 —12 pages. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) L6uis J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Firm) 5/5/20 Date CoiLier County Administrative Services Division Procurement Services Date: 05/12/2020 Email: evelyn.colonncolliercount�fl.gov Telephone: (239) 252 - 2667 Addendum 7 From: Evelyn Colon, Procurement Manager - Acquisitions To: Interested Bidders Subject: Addendum 7 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Bid Opening time was changed as follows: Wednesday May 20th, 2020 at 399EM 4:OOPM If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Firm) 5/12/20 Date PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we Quality Enterprises USA, Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of Illinois with its principal offices in the City of Schaumburg and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Commissioners, Comer (�nunty, Flnrirla (hereinafter called the Owner), in the full and just sum Of -Five-Percent-of-Amount-Bid-- Dollars ($ 5%-of-Bid-- ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Design Build Design Build of Veteran Memorial Boulevard Extension - Phase I. NOW, THEREFORE, if the Owner shall accept the RPS of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such RPS, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Proposal Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed SUM of $ 5%-of-Bid-- noted above as liquidated damages, and not as a penalty, as provided in the RPS Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this zoth day of May , 201(20 BY Quality Enterprises USA, Inc. Louis J. Gaudio, Vice President Fidelity and Deposit Company of Maryland Terri K. Strawhand, Countersigned _ Non- Daniel J. Grygb I " Local Resident Producing Agent for Fidelity and Deposit Company of Maryland Principal (Seal) Surety (Seal) Bond Number Bid Bond Obligee Board of Count) Conan Collier CnnNc Florid, ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Terri K. Strawhand . its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of June, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND oaoe By: Robert D. MurrayVice President ` t.�iGll!!i (�� `GY�f •-';',e13°�••0r4,^o nm3 By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 19th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this I 20th day of May 12020 . Fop e[ius. �+r�.'"• : ��r -3zn/�J� Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaimsna,zurichna.com 800-626-4577 CONTRACT PLAN COMPONENTS — ROADWAY PLANS — SIGNAL PLANS — LIGHTING PLANS INDEX OF ROADWAY PLANS Sheet No. Description 1 KEY SHEET 2-3 DRAINAGE MAP 4 TYPICAL SECTIONS 5 PROJECT LAYOUT 6-13 ROADWAY PLAN -PROFILE 14-15 DETAILS 16 PRELIMINARY PROJECT PHASING PLAN 17-32 SIGNING and PAVEMENT MARKING PLANS ATTENTION IS DIRECTED TO THE FACT THAT THESE PLANS HAVE BEEN REDUCED IN SIZE BY REPRODUCTION. THIS MU BE CONSIDERED WHEN OBTAINING SCALE DATA. GOVERNING DESIGN STANDARDS: FLORIDA DEPARTMENT OF TRANSPORTATION, FY 2020-21 STANDARD PLANS FOR ROAD AND BRIDGE CONSTRUCTION AP APPLICABLE INTERIM REVISIONS (IRS). STANDARD PLANS FOR ROAD CONSTRUCTION AND ASSOCIATE IRS ARE AVAILABLE AT THE FOLLOWING WEBSITE: http://www.fdot.gov/roadway/design/standardp/ans. GOVERNING STANDARD SPECIFICATIONS: FLORIDA DEPARTMENT OF TRANSPORTATION, JANUARY 2020 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AT THE FOLLOWING WEBSITE: http://www.fdot.gov/programmanagement/Implemented/SpecBooks HFVISIONS /` /% ► I T r ►"l /% /% 1 ► A 1T\/ Location Map COLLIER COUNTY PROJECT MANAGER: BEE THAO, P.E. ©GradyMinor anon v�. m�^�nw . sm+ow. nemna Civil linginecrs Land Surveyors Planners Landscape Architects B.A. Spnng 239,947.1144 u[nuw.�waw 6'roO,vA+loot. anm F-My .: 239.690.4380 OOLL.IffE COUXTr R. DANIEL FLYNN, P.E. Q. GRADY MINOR & ASSOC., P.A. 3800 VIA DEL REY BONITA SPRINGS, FL 34134 FLORIDA P.E. LICENSE NO. 76205 EB/LB 0005151 SHEET NO. VETERANS BLVD. EXTENSION - PHASE 1 I I I I I I I I 5-133 � � I R/W LINE S-735 5-126 C WET DETENTION 0 ® 5-134 POND I ��� I S-137 5-127 11 _ 5-136 _ — �-�— SUB BASIN 2 — — 0.577 AC 0+00 ' 1.021 AC 5+00 - -— ,.-��"� 0.673 AC AC — R/W LINE — —0.939 �— —�� — — — — — — 5-]28 S-]38 BEGIN PROJECT/ BEGIN ROADWAY';F IMPROVEMENTS STA. 87+56.45 PROPOSED HIGH SCHOOL SITE r-- MEDITERRA 5-142 5-139 — 5-140 DRY DETENTION POND 2 J 5-141 5-144 I I �a I I S-143 5-145 5-146 0 100, 200' R/W LINE o SCALE: 1" = 200' SUB BASIN 2 LLI 0.924 AC '' 0.924 AC LLl 1.037 AC 1.037 AC _ W — — — — — — — — — — — — — — — — — — — — — —�R/W LINE J VETERANS MEMORIAL BLVD. S-147 I II IMPERIAL GOLF CLUB l MEDITERRA 3. 171 5-151 I M 1 5-148 5—]52 �•I' 5-154 5-755 5-158 W Lu S-149 �' `' ,i"1544 — R/W LINE r W � I R/W LINE _ _ _ — — — — — — — — SUB BASIN 2 Q ^' SUB BASIN 2 DRY DETENTION POND 2 �J — _ — _ _ _ — — — — — LLl LLJ LLJ 0.924 AC 0.924 AC 1.072 AC +00 — 1.037 AC 1.037AC 1.269AC LLI z_ --- ------ - - J R/W LINE VETERANS MEMORIAL BLVD. Rlw = 5-750 S-153 5-156 �_ f'J--� CUE Q Q SECOYA RESERVE • NOTE: DO NOT USE THE INFORMATION ON THIS SHEET FOR CONSTRUCTION PURPOSES. THIS SHEET IS IN THE PLANS FOR DOCUMENTATION AND TO ASSIST CONSTRUCTION PERSONNEL WITH DRAINAGE CONCERNS. 4LELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMER[CAN IMPERIAL GOLF CLUB 4 •, ,, VERTICAL DATUM 1988 (NAVD '88) e' •k `'` 1�S _ `v I �' r CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM ��.vm ■r�h" w..•,..1_ r•uf� .�-L=•�iG, � ate, �-�J.��... �, .. I��•=L�-a�'� 1929 (NGVD '29) IS (+) 1.22. R E V I S I O N S o.aadrnn�o —nesome .p.n. �-y 7��v ,�'v �y�� �y DATE DESCRIPTION DATE DESCRIPTION GradyMinor B-C.SYNnpBF.fift 34134 IL®LLL ffi? IL®�U �V T SHEET N0. Civil Engineers Land Surveyors Planners . Landscape Architects ,.n .rnE."gI, .1a,I apoos s area, zspoozss ROAD NO. COUNTY PROJECT NO. DRAINAGE MAP I in, Spftm: 239947.1 i4a .—G,,d,.fnoncom Forty s 239.69-3a9 VETERANS BLVD. 2 R. DANIEL FLYNN, P.E. EXTENSION — PHASEt FLORIDA P.E. LICENSE N0. 76205 5-163 N R/W LINE W� — — ---r W SUB BASIN 3 U-) — — — W ].37] AC 140+00 W — vn AC Lu R/W LINE F1.486 S-16U S-175 S-164 MEDITERRA S-766 5-167 DRY DETENTION POND 3 _ — — — — — — — — 0.989 AC= S-168 VEREANS MEMORIAL ELEMENTARY SCHOOL mmr i t a I II II :0.7734AC-- gig S-170 B A IN 3 = — �^- -�— ---- 1.019 AC III MEDITERRA { S-172f. - elllll �R/W LINE � VETERANS MEMORIAL BLVD. 5-171 � Iz II o II � I II z I1J I MEDITERRA 1 R/W LINE — 0.693 AC 5-177 _I I —0.823 A +000 C — I 17— 3+50 1 END PROJECT w i rty'`.~ END ROADWAY IMPROVEMENTS ' STA. 172+42.88 VETERANS MEMORIAL BLVD. 0.619 AC_ 0.490 AC— R/W LINE �'.' L • L� �� ♦ t�. i� ` 1°l i �- ..a ,tyr �• _ 7 ..L"�`�f � ' � �. C � - � : ,�. � . . r� jC. .tom.'. BARRINGTON COVE-OL , t 'i V`v_ =� r Y;r ik m W 0.971 AC — W 160+00 ].148 AC I R/W LINE — I J S— ] 74� s _ S—EX 100 Q N 0 100' 200' SCALE: 1" = 200' NOTE: DO NOT USE THE INFORMATION ON THIS SHEET FOR CONSTRUCTION PURPOSES. THIS SHEET IS IN THE PLANS FOR DOCUMENTATION AND TO ASSIST CONSTRUCTION PERSONNEL WITH DRAINAGE CONCERNS. ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVD '88) CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.22. R E V I S I O N S O. GlAy Mi or lxl::- p.n. DATE DESCRIPTION DATE DESCRIPTION GradyMinor B..a.SYNnmBF.fift 34134 �-y 7��v COLL- ffi? ,�'v �y�� �y �L®�U T SHEET �V N0. Civil Engineers Land Surveyors . Planners . Landscape Architects ""","""`az.1a,I °`"""""`a°°°"s' a""'"`a„`Ss"°°�Bs DRAIINAGE MAP2 ROAD NO. COUNTY PROJECT NO. in, Sp,In 239947.1 i4a .w G,,d,.fnoncom Forty s 239.69-3a9 VETERANS BLVD. R. DANIEL FLYNN, P.E. EXTENSION — PHASEt ' FLORIDA P.E. LICENSE N0. 76205 ROW ROW 6' LANDSCAPE STRIP 6' SIDEWALK DRY 10 DETENTION 2 AREA VARIES 3:1 TO (65' MAX.) 2/ EXISTING GRADE 4 4 6" CONCRETE 10' WET DETENTION AREA (]70' MAX.) 3:1 TO EXISTING GRADE �L a 6" CONCRETE TYPICAL SECTION (STA. 87+56 TO STA. 91+97) a 6' LANDSCAPE STRIP 6' SIDEWALK 10' 2.9' 2% OF CONSTRUCTION VETERANS BLVD. RIGHT—OF—WAY (VARIES 200' MIN. — 330' MAX.) 27' 13.58' 13.58' 2' S' 11' 11' 1.33' 24.5' MEDIAN 1.33' 1 ]' BIKE TRAVEL TRAVEL TRAVEL LANE LANE LANE LANE 2% PGL 4% 4% PGL TYPE 'F' TYPE 'A' TYPE 'A' - CURB & CURB & CURB & GUTTER 12" TYPE B GUTTER GUTTER 12" TYPE B— STABILIZATION STABILIZATION MINIMUM LBR 40 MINIMUM LBR 40 TYPICAL SECTION VETERANS MEMORIAL BOULEVARD EXTENSION (STA. 87+56 TO STA. 137+34) NEW CONSTRUCTION OPTIONAL BASE GROUP 9 WITH TYPE SP 9.5 STRUCTURAL COURSE (TRAFFIC C) (2") AND FRICTION COURSE FC-9.5 (TRAFFIC C) 0") (PG 76-22) ROW 6' LANDSCAPE STRIP 27' 6' SIDEWALK 1 ]' S' 2' 7.5' 10' DRY TRAVEL BIKE UTILITY LANE LANE CORRIDOR 6" CONCRETE 3:7 TO 2% 2% EXISTING GRADE 4' 16' --- TYPE 'F' CURB & GUTTER 12" DR-18 PVC 12" DR-18 PVC WATER MAIN FORCE MAIN OF CONSTRUCTION VETERANS BLVD. ROW 200'RIGHT—OF—WAY ROW 6' LANDSCAPE STRIP MILLING & RESURFACING 6' SIDEWALK 27' 13.58' 13.58' 27' DRY 10' DETENTION 2' 2' S' ] ]' ] ]' ].33' 24.5' MEDIAN 1.33' ]I, 11' S' 2' AREA BIKE TRAVEL TRAVEL TRAVEL TRAVEL BIKE EXISTING VARIES LANE LANE LANE LANE LANE LANE (65' MAX.) SIDEWALK 3:7 TO 3:1 TO 4% 4% PGL TO REMAIN EXISTING p EXISTING 2� o 2% PGL 2� GRADE GRADE — 6" CONCRETE TYPE 'F' TYPE 'A' TYPE 'A' TYPE 'F' CURB 12" TYPE B CURB & CURB & & GUTTER 0 CURB & STABILIZATION GUTTER GUTTER ]2" EX. WATER MAIN GUTTER MINIMUM LBR 40 12" EX. FORCE MAIN TYPICAL SECTION VETERANS MEMORIAL BOULEVARD EXTENSION (STA. 137+34 TO STA. 172+43) MAINLINE MILLING MILL EXISTING ASPHALT (1" AVERAGE DEPTH) MAINLINE RESURFACING FRICTION COURSE FC-9.5 (TRAFFIC C) (1") (PG 76-22) NEW CONSTRUCTION OPTIONAL BASE GROUP 9 WITH TYPE SP 9.5 STRUCTURAL COURSE (TRAFFIC C) (2") AND FRICTION COURSE FC-9.5 (TRAFFIC C) (I") (PG 76-22) R E V 1 5 1 O N 5 Q. rnu� —ua1—.Ui—P.A. GradyMinor M Ben i3^B C®L 7l 7T�° Im (70&7V7. JLsL( Ll vl v SHEET N0. DATE DESCRIPTION DATE DESCRIPTION Civil Engineers Land Surveyors Planners Landscape Architects �.saaoos,s, ' e,a,,,1..�n000s,s, - ad easteza000zsa Bonita Sprtnge: 239,947.1144 wa'w. /.�oO,r4/loot. �nm Fart Myers: 239.690.4380 TYPICAL SECTIONS ONS ROAD NO.t COUNTY PROJECT NO. VETERANS BLVD. R. DANIEL FLYNN, P.E. FLORIOA P.E. LICENSE NO. 76205 EXTENSION — PHASE BEGIN PROJECT _ ,', . PROPOSED HICH y SCHOO,L.,L SITE Nh wt t a 4k WNWr.. r .1R• y':: y! �' "!. '�M`� w t fad' � . l . , L e R • f r�, �/ • n .Ak .„.4�91��tQ'` -. � �+�r'!: `rc`�s ��' `°4►••4":. LEGEND ROADWAY PLAN - PROFILE SHEET NUMBER END PROJECT N 0 300' 600' SCALE: 1" = 600' I T4 c �e �rMEDITERRA BARRINGTON COVE "o'kA sa � A _ . t "'h.. tR ..r •< ,F . ,�! -.. �r st <� �.s.- - I a� ,I �j' � ��•y. �,f'`_ ;;�y � � •�, ,, r„s ,,'�.r r.�: .k yt�w ,.7'�'::,� w�' _ y !'x',iii I "r �Y., R � � Y ' •y '+} ir:,.. � � :, YM L -.q `:� '� � i ,f• !I).B+�X.• 7..A• .,� .,�.,,4` ram.. . �, ' ' � � ':::'�.• ♦- `JM-r .!+`� ..� - ..x._.`aybr -� t•j. '}c f�-�y` � s '3 -d e � t �a .� a � � - _ - .. � ft %�t-�ta:.i�i- : 7.;at...•. � -. � '�..., % -'' #. � ���:..,� _ �r�Let�:"`+.a ...s. �$.-�-�_- .. :;•.... R E V I S I O N S —d,rSAX,:..- GradyMinor .r.w. —LsFRNVO34134 COLL i? COOyryY SHEET N0. DATE DESCRIPTION Civil Engineers Land Surveyors . Planners' landscape Architects n , n .n,,6;,.;, 3,,,,,,.,,,.F.=6600=6s UT PROJECT ACT LAYOUT ROAD NO. COUNTY PROJECT NO. nnl[x aPNngH. L39.94Z1144 unn-Gred.�Af/ooccom Fort kl a., 29,690430 VETERANS BLVD. R FL DANIEL FLYNN, P.E. RIDA P.E. LICENSE N0. 762D5 EXTENSION —PHASE 1 1 42W S-126 STA. 87+97.34, OFF CONST. Index No. 4 Conc. End Section STA. 87+97.18, OFF:41.8 L CONST. Index No. 425-021, 425-010 - Curb Inlet Type 6 2 w STA. 87+97.18, OFF:52.8 R o CONST. Index No. 425-021, 425-010 - Curb Inlet Type 6 BEGIN ROADWAY C IMPROVEMENTS STA. 87+56.45 86+00Jn 87+0 -- — �� s 12" BO ASSEMBLY (FM) 12" BO ASSEMBLY & I F.H. ASSEMBLY (WM) •r R/W LINE i MEDITERRA _ } 5-133 ►� S-133 STA. 91+98.54, OFF: 242.0 L STA. 91+52.94, OFF: 86.1 L l CONST. Index No. 425-053 - CONST. Index No. 425-052 - - _ 42" RCP Ditch Bottom Inlet - Type G Ditch Bottom Inlet - Type C 5-132 S-134 5-137 5-131 a 5-]32 �� • STA. 91+61.25, OFF: 104.5 L STA. 91+95.44, OFF: 85.9 L STA. 85+86.03, OFF: 243.0 L STA. 89+11.30, OFF: 242.5 L I CONST. Index No. 423-021 - CONST. Index No. 425-053 - CONST. Index No. 425-053 - CONST. Index No. 425-053 - Conc. End Section Ditch Bottom Inlet - Type G Ditch Bottom Inlet - Type G Ditch Bottom Inlet -Type G 5-138 STA. 92+06.64, OFF: 103.8 L STA. 92+21.30, OFF: 88.8 R W DETENTION PIP�� -\\ CONST. Index No. 425-052 - CONST. Index No. 425-053 - i P Doi ' Ditch Bottom Inlet - Type D Ditch Bottom Inlet - Type G `30" RCP 1 R/W LINE — ---------------------~-~--~--~--~---- a �ED 71 -- 5-126 `- S-135 s 13y - MEDITERRA 'STA. 94+00.01, OFF: 66.6 L CONST. Index No. 425-052 - Ditch Bottom Inlet - Type C 5-1ZIndex 1 STA., OFF:41.8 L �� CONNo. 425-021, 25-rb Inlet Type 6 •� STA. 94+00.04, OFF:41.8 R o ao ao' CONST. Index No. 425-021, SCALE: 1" = 80' 425-010 - Curb Inlet Type 6 _ +• °,' DRY DETENTION POND 2 - • Y O 6' CONCRETE - TYPE 'A' CURB j -► _ 5-]36 5-1�7 � � SIDEWALK � 5-139 AND GUTTER W 24"FRCP % 18" RCP ry RCP V W - W 5-140 �24" A 27 LF CONCRETE CONST. TYPE 'F' CURB 42" RCP a, LLJ S-127 o BARRIER AND GUTTER —24" RCP a 00 i I — - z ti 24" RCP PROP. TYPE 'F' CURB NJ J 38 LF CONCRETE 12" PV AND GUTTER o 5-141 Q�_ U o_ 5-128 BARRIER FM - FM — - Q WM — WM W I— W WM — WM WM — WM — W� — WM — WM —WM WM � WM — WM — WM — W — WWI wM — — — — — — T _PROP. 12" DR-]8 ` , RyW LINE 5-138 - 4 TYPE 1 CONCRETE \ +PVC WATERMAIN Z -16;" am PROP. i0° WM O j` TRAFFIC SEPARATOR F.H. PROPOSED HIGH SCHOOL SITE I STUBOUT & GV 12" INLINE GV & -_---- - - j- LRj- - 0LF CLUB, ASSEMBLY F.H. ASSEMBLY - 6' CONCRETE '- PROP. 8" FM STUBOUT & PV SIDEWALK PROP. 12" DR-18 PVC FORCEMAIN 0 00 24 0 o 22 n o + o Ln o0 rn rn Ln + 20 Ln + � II rn cn �m N,_ a Q Ln II v II ^ M 18 w II II LnLU v II II U) > > 16 W PROP. GRADE ^ W w - a LU » @ PGL LINE a LU w 14 a w 0.54 o.noi OAO -0.65% 12 10 PROP. 12" DR-18 PVC WM EX. GRADE AT PGL LINE 8------------ --------------------------------------------------- ------ 6 4 PROP. 12" DR-18 PVC FM m i 2 o NOTE: AIR RELEASE ASSEMBLIES WILL -2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS -BUILT CONDITIONS -4 L-00 88+00 89+00 90+00 91+00 92+00 93+00 94+00 95+00 96+00 97 R E V I S I O N S o. �arn.o,A la" P.w. GradyMinor B-t. 9pri­I.IJ34134 COLL i? COOyryY SHEET DATE DESCRIPTION N0. PROP. NEW CONSTRUCTION cmiepgmeep9 L39asrt eYrtp6 Pi399ep9 ce6P6vea mceP9 R9 pppps„I ppppslsl pr ROAD NO. COUNTY PROJECT NO. ea, pzapppz6a —It a Sp,Ia 2399471— .w G,,d,M ...... Fortmy z 239.6904360 ROADWAY Ai Y PLAN - PROFILE PROP. PAVEMENT MILL &RESURFACE VETERANS BLVD. 6 R. D-EL FLYNN, P.E. FLORIDA P.E. LICENSE N0. ]6205 EXTENSION - PHASE ] MEDITERRA m S-145 S-]46 STA. 101+00.01, OFF: 66.5 L STA. 108+00.09, OFF: 66.6 L CONST. Index No. 425-052 STA. 108+00.08, OFF:41.B L CONST. Index No. 425-021, CONST. Index No. 425-052 - - Ditch Bottom Inlet - Type C Ditch Bottom Inlet _Type C 425-010 - Curb Inlet Type 6 , . f f STA. 101+00.00, OFF:41.8 L 5-147 STA. 108+00.08, OFF:41.8 R CONST. Index No. 425-021, . • Vikl CONST. Index No. 425-021, « 425-010 - Curb Inlet Type 6 425-010 - Curb Inlet Type 6 , ^ • S-144 �I 4 • STA. 101+00.00, OFF: 41.8 R j , ;, 0 40' 80, r CONST. Index No. 425-021, R/W LINE SCALE: 1 = 80' R/W LINE 425-010 - Curb Inlet Type 6 — ' � « •~ , 6' CONCRETE • ~ « S-145 DRY DETENTION POND 2 TYPE 'A' CURB �'Wi • 5-142 ' S ; SIDEWALK AND GUTTER ♦ i " RCP L1J W W 5-146 W o Q O TYPE 'F' CURB CL CONST. 5-143 A v=LLJ 24" RCP AND GUTTER _ — — — � W 100 10] 00 102+0O 103+00 104+00 1, r �% 0 1P7+QO h0 oo LII W F0o 1 « 98+00 Z�SLA!_ 9 + - - - - - +a.0 r +" •� 24„ RC z r +o.00 W 24" RCP 5-144 F.H. ASSEMBLY o 5-147 zl •. -' ,— WM WM WM — WMW WM — W --%M WM «.. WM W WM — WM — WIC Z WM — WM WM — WM — WM — WM —� WM =.�- WM —01m _ W WM _ IF— = = r— — — — — R/W LINE—� R/W LINE •' — e PROP. =� TYPE 'F' CURB 6' CONCRETE 12" INLINE GV & SIDEWALK 1 PROP. 12" DR-18 PVC WATERMAIN 12" PV AND GUTTER F.H. ASSEMBLY • PROP. 12" DR-18 PVC FORCEMAIN IMPERIAL GOLF CLUB 1 0 0 Q) 0 24 0 0 0 0 Ln n o Ln � o 22 p � M Ln + o Ln o Lri o �Lr� 20 m ¢ II Ln II 4 18 I I Ul) II a Q II Q II I I 16 W W W J Uj w W PROP. GRADE W W a W @ PGL LINE 14 -0.40% a W 0.40% 12 IO EX. GRADE AT PROP. 12" DR-18 PVC WM PGL LINE ------------------------------ 6----------------------------------------- 4 PROP. 12" DR-18 PVC FM 2 � NOTE: AIR RELEASE ASSEMBLIES WILL —2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS —BUILT CONDITIONS —4 00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108 R E V I S I O N S o.manr Mi..,a Aaapm::- p.A. GradyMinor B-c.sp,Iaperoiaapa4134 �j®�ILsLL Le� L®L/1 V �d SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION R9 cmiepgmeeps L39asrt eYrtps Pi399ep9 Lds6pa mcePLs •.ppppps„ ppppss pr ea, pzapppz6a —It a Sp,[p 2399471— .w G,,d,M ...... Fortmy z 239.6904360 ROADWAY Ai Y PLAN PROFILE N0. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE 7 R. DAMEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASEt ' * MEDITERRA 5-148 � TR STA. 115+00.01, OFF: 66.4 L STA. 115+00.00, OFF:41.8 L 7 _ CONST. Index No. 425-052 - CONST. Index No. 425-021, Ditch Bottom Inlet - Type C 425-010 - Curb Inlet Type 6 I a r 5-150 • STA. 115+00.00, OFF:41.8 R r �• CONST. Index No. 425-021, = , , • jC 425-010 - Curb Inlet Type 6 ' it V+ , • e • • R/W LINE R/W LINE 0 40' 80, SCALE: 1" = 80' 7 AN � • •� t j �� • -1 6' CONCRETE DRY DETENTION POND 2 SIDEWALK 5-148 4, TYPE 'A' CURB AND GUTTER r 1- I w • , . _ _ Id LQ 5-149 V W LU TYPE 'F' CURB Z4" RCP _ o — I — AND GUTTER — _ LLJ112+00 110 0 111+OO•a 1]3+Od 1]4+00 115 00 ,�. ]]6+ 00 A W 00 109+00 � W TYPE 'F' CURB CONST. 24" RCP 5-150 v J _ Z AND GUTTER FM FAIL J _ FAIL- MEhL WM wM , W .� WM WM — WM — WM IWM WM — WM — WM — WM '-WM M — WM WM — WM — WM I wM — WM WM — WM WM — WM WM� WM — WM — — — R/W LINE Q - _ R/W LINE PROP. PROP. 12" DR-18 6' CONCRETE �� F.H. ASSEMBLY 12" PV 12" INLINE GV & PVC WATERMAIN SIDEWALK - F.H. ASSEMBLY 12" DR-18 MimPROP. PVC FORCEMAIN T B' IMPERIAL GOLF CLUB 24 0 0 0 0 o 0 Ln 22 + p + Co ti L L j ^ L� 20 II Ln ti Ln ti II Ln ti n 18 �n M II ]6 w a PROP. GRADE ^ r w a J � W @ PGL LINE W J W w 14 w 0.40% -0.40% a W 0.40% 12 EX. GRADE AT 10 PROP. 12" DR-18 PVC WM -- PGL LINE 6 iN _ 4 I") o PROP. 12" DR-18 PVC FM N u 2--L. W W ° NOTE: AIR RELEASE ASSEMBLIES WILL —2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS —BUILT CONDITIONS —4 00 109+00 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119 R E V I S I O N S o. aanr n9 0, a s naaomau . P.n. GradyMinor B-C.SPNaper.,IdA 34134 �-7 �v COLL-Iffi? rL®�L/XT SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION cmiePgmeers L39asrt eYrt6 Ple99ers IN" ..P, mcecLs •PPPs„I •PPPslsl a•r.ea, za9oozsa s0a1ta SP11.0: 2399471— .w G,,d,M ...... Fort-y z 239.6904360 ROADWAY Ai Y PLAN — PROFILE N0. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE 8 R. DAMEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASEt ' 5-151 5-152 j\ �MEDITERRA. • S-154 S-155 STA. 122+00.01, OFF: 68.5 L STA. 121+99.98, OFF:41.8 L t STA. 129+00.04, OFF: 66.6 L STA. 128+99.96, OFF:41.8 L CONST. Index No. 425-052 - CONST. Index No. 425-021, 7r/� �, CONST. Index No. 425-052 - CONST. Index No. 425-021, Ditch Bottom Inlet - Type C 425-010 - Curb Inlet Type 6 : �' Ditch Bottom Inlet - Type C 425-010 - Curb Inlet Type 6 5-156 5-153 ~ STA. 129+00.00, OFF:41.8 R STA. 122+00.01, OFF:41.8 R ! t CONST. Index No. 425-021, CONST. Index No. 425-021, 425-010 Curb Inlet Type 6 425-010 - Curb Inlet Type 6 � i. - / ` ' ♦ • LINE 0 40' ao, — — SCALE: 1" = 80' • DRY DETENTION POND 21d 'A' ♦. 6' CONCRETE SIDEWALK - 7�� ; r •• TYPE CURB AND GUTTER .17� 5-154 LU TYPE 'F' CURB ` CIE- o W �' AND GUTTER = ' — — ,� W _ i - _ LU 24" RCP 5-152 CL CONST. _ 0o — — - 12]+0 12 00 i _23+00 - + 127+00 - 128+00 W . —'�TYPE'F'CURB25-153� �RCP U AND GUTTER - - - U - - - -- - FM Fu FA FM — W + WM — v — W � — WM — WM WM — WM T WM WM — WM • WM �T� WM — WM s WM — WM �W 1 B" RCP - WM — WM — WM — WM — WM — WM .., — — —WM — ' R/W LINE — R_/W LINE i PROP. 6' CONCRETE � � _ PROP. 12" DR-18 PVC WATERMAIN 12" PV SIDEWALK P. 12" DR-18 PVC FORCEMAIN F.H. ASSEMBLY 2 12" INLINE GV & F.H. ASSEMBLY IMPERIAL GOLF CLUB - - - 0 24 0 0 0 0 o Ln o 22 + N Ln + N 0) 20 0, N Ln II Ln N Ln IS II v <( II II Q Q 16 LJ II Ln> W » II Ln > ru - w PROP. GRADE -' EX. GRADE AT a LU- W w w 14 -0.40% W W �° PGL LINE 0.40 % PGL LINE -0.40% a W 0.55% 12 ------ 1O ----------------------------------------------------------- PROP. 12" DR-18 PVC WM 8 6 N PROP. 12" DR-18 PVC FM h 4 it I I 2 W W NOTE: 2 AIR RELEASE ASSEMBLIES WILL BE PROVIDED AT ALL HIGH POINTS BASED ON AS -BUILT CONDITIONS -4 00 120+00 121+00 122+00 123+00 124+00 125+00 126+00 127+00 128+00 129+00 130 R E V I S I O N S o. many Mi.., ap3naapmau . I GradyMinor B-c.spNameR.,IdA 34134 �-7 �v COLL-Iffi? rL®�L/XT SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION emiepgmeeps pppps„I —It a Sp,Ia 239947,1— D39asrt eYrtps Pi399ep9 cds6pa mceP R9 ppppslsl s.r.ea, zapoozsa .w G,,d,M ...... Fortmy z 239.690 360 ROADWAY Ai Y PLAN - PROFILE N0. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE 9 R. D-EL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION - PHASEt s-157 MEDITERRA s-1 B _ s-16o -16 5-163% -165 STA. 130+88.30, OFF: 52.9 R STA. 135+48.09, OFF: 100.5 L STA. 138+15.15, OFF: 52.8 R STA. 138+83.95, OFF: 81.3 L ' STA. 140+94.89, OFF:74.5 L TA. 140+94.89, OFF:41.8 R CONST. Index No. 425-021, CONS .Index No. 425-052 - CONST. Index No. 425-021, CONST. Index No. 425-052 - CONST. Index No. 425-052 -ONST. Index No. 425-021, 425-010 - Curb Inlet Type 6 Ditch Bottom Inlet - Type D 425-010 - Curb Inlet Type 5 Ditch Bottom Inlet - Type C Ditch Bottom Inlet - Type C . 425-010 - Curb Inlet Type 6 5-15 5-162 . 14l 5-164 STA. 36+65.32, OFF: 102.R L STA. 138+83.83, OFF: 52.6 L STA. 140+94.87, OFF:41.8 L • , CONS .Index No. 425-052 - ,� CONST. Index No. 425-021, CONST. Index No. 425-021, � R/W LINE IDitch Bottom Inlet - Type D • 425-010 - Curb Inlet Type 6 - Curb Inlet Ty6 r — R/W LINE —Type425-010 �� — — — — — 5-158 30"1 RCP 5-159 \ DRY DETENTION POND 3 6' CONCRETE DRY DETENTION POND 2 CURVE 1 RVE� CURB 'A' L=106.809 L=]05.54 O 5-161 o ao ao SCALE: 1" = 80' SIDEWALK F =1.5i52 — 0=1.5166� —TYPE AND GUTTER 18" RCP — — — 24" RCP =4O 1T5O0 R=3987.500 W —� — Llj W P/ STA: 137+79.51 LL— — TYPE 'F' CURB PT STA: 734+704' TYPE I CONCRETE .78 O AND GUTTER — — TRAFFIC SEPARATOR fl 4' TYPE I CONCRETE A J) TRAFFIC SEPARATOR �_ 4400 31-F� 00— 132+00- � 133+00 - 734+00 - - _ 137+00 1 138+00 - _ W _Aift - —�— Z 1� _ 11' WIDENING v 24 RCP � 6' CONCRETE = SIDEWALK CONNECT �� — w- — _ CONST. _ o� e ��� —� o :MILL 6 RESURFACE ° 5-765 — — — - - r� —��—� � -� - - — S 160 / � — ' W Z 5-157 TO EX. FM TYPE 'F' CURB _ _ _ — — J _ .. ,J -10 "LL _ — W4 NIM — WM WM — R/W LINE _— _ -_ O r- - -- ------ �o G ------ - --- - - - ------ i- 6' CONCRETE EX. SIDEWALK ___ -------- SIDEWALK TO BE REMOVED RIW LINE , . I 6' CONCRETE SIDEWALK PROP. 12" DR-18 t _ EX. SIDEWALK Fri r1 I� PVC FORCEMAIN CONNECT � I m TO BE REMOVED LI I 1O'DE r ROW ESMT OR 151 PG 643 EX. 12" PVC EX. SIDEWALK PROP. 1 PVC WATERMAIN TO EX. WM �I/ �' • FORCEMAIN ER L RE «--�- I C TO BE REMOVED DEI & D - EX. 12" PVC EX. SIDEWALK SECOYA RESERVE _ WATERMAIN TO REMAIN 24 CID 22 M p aN ^ O+ 20 II II II �6 II a 18 Ul) J-) PROP. GRADE U') `* it W W EX. GRADE AT W @PGL LINE W PGL LINE � J W II � J . 16 � W J CL 0.30% -0.30% W W a W W J 14 W 0.55% -0.36% W 12 70 CONNECT PROP. 12" DR-18 PVC FM TO EXISTING WM �EX-12'=WM 8 ---------------------- --------------- - - - - 6 ----------------- ---------------- ----------------------------------------------- --- °j CONNECT PROP. 12" DR-18 EX. 12" FM 4 II PVC FM TO EXISTING FM W W 2 d o NOTE: AIR RELEASE ASSEMBLIES WILL -2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS -BUILT CONDITIONS -4 00 131+00 132+00 133+00 134+00 135+00 136+00 137+00 138+00 139+00 140+00 141 R E V I S I O N S o. aar nrxo —Aaao,:a-., P.a, GradyMinor B..a. Sprl—R.Htla 34134 p� /�/9 //p�� COT/y/�\\/Tryy y�yy COLL-ii i COO V 8 d SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION CivllEngineers . LanaSnrFeyors Planners . LandarayeArcMterts w.pa9pps,s apppss U"..a,rezapoozsa Boom Spsx 239947.1 oncom Fort Myern: 239.a904380 ROADWAY Ai Y PLAN PROFILE NO. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE 1.0 R. D-EL FLYNN, P.E. FLORIDA P.E. LICENSE NO. 76205 EXTENSION - PHASE71 ] �f w• ' MEDITERRA 5-166 5-167 STA. 147+34.35, OFF: 74.5 L STA. 747+34.41, OFF:41.8 L STA. 147+34.54, OFF:52.8 R �0' F:n. e� { CONST. Index No. 425-052 - CONST. Index No. 425-021, CONST. Index No. 425-021, Ditch Bottom Inlet - Type C - Curb Inlet Type 6 425-010 - Curb Inlet Type 6 •, • • 1 t �.. 544225-010 r .. • R/W LINE �'� / <A - —� DRY DETENTION POND 3 6' CONCRETE o SIDEWALK 0 4O' 80' 4' TYPE 1 CONCRETE TYPE 'A' CURB — — ' 24" RCP — — SCALE: 1" = 80' W — TRAFFIC SEPARATOR — — — AND GUTTER tio- • N W CONST. JTYPE 'F' CURB - �_ — — — ZZ- W W — T218 — — LLL�AND GUTTER o o W _ � I 144+00 145+00 146+.00 147+00LLJ + ti 148+00 r 149+00 - _ - �— n — - W z �� TYPE 'F' CURB 24" RCP 4' TYPE ti I CONCRETE EX. SIDEWALK TO BE REMOVED W TRAFFIC SEPARATOR rn J �I MILL & RESURFACE AND GUTT - _ � LU ,.....: - R/W LINE z _ -` , R/W LINE ~� 0 11WIDENING EX. SIDEWALK 6' CONCRETE TO REMAIN ' 6' CONCRETE SIDEWALK Q EX. 12" PVC WATERMAIN �„ EX. SIDEWALK TO REMAIN EX, 12" PVC FORCEMAIN MW SIDEWALK EX. SIDEWALK TO BE REMOVED EX. SIDEWALK TO BE REMOVE 6' CONCRETEIF • -. SIDEWALK ,, :tl► VERE_ANS MEMORIAL ELEMENTARY SCHOOL N 24-- M + M + 22 + Ln W o rn 20 II Ln o II Ln N IS U')W II �W li Ln 76 J CL W PROP. GRADE EX. GRADE AT J a W w W @ PGL LINE PGL LINE a W A-0.30 % 14 0.30 % -0.30% 0.30 % 12 70 12" W M 8 ------------------------------------------------------------------------------------------- -EX. ------------------------------------------------------------------------------ ------------------------------------------------------- - ------------------- ------------------------------------------------------------------------------ h 6 EX 12" FM 4 w 2 ° NOTE: AIR RELEASE ASSEMBLIES WILL —2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS —BUILT CONDITIONS —4 00 142+00 143+00 144+00 145+00 146+00 147+00 148+00 149+00 150+00 151+00 152 R E V I S I O N S o..aarn9xo,a a Aeso lew . P.a. GradyMinor B-c.sPNxper.1[dA 34134 �-7 J� 7���vv COLL-Iffi? �7 j yJ� T �y rL®�L/XT SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION cmiePgmeers U39asrt eYrts P'a....s ds6pa mcePLs r.R9 w.PPPPPs„I PPPPsIsI s.r.ea, zsxoozss s0x10 SP11.0: 239947.1 oncom Forty z 239.6904360 ROADWAY Ai Y PLAN - PROFILE N0. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE �•1 R. DAMEL FLYNN, P.E. FLORIDA P.E. LICENSE NO. 76205 EXTENSION — PHASEt 5-]69 RRA''� �' - 5-172 MEDSTA. 153+74.12, OFF: 74.5 L S-]70 ]���MEDITE i 1 I 1 r; l EX. SIDEWALK STA. 159+15.69, OFF: 71.6 L 5-174 CONST. Index No. 425-052 - STA. 153+74.16, OFF:41.8 L STA. 153+74.31, OFF:52.8 R ` TO REMAIN CONST. Index No. 425-052 - STA. 159+15.36, OFF: 4.0 R Ditch Bottom Inlet - Type C CONST. Index No. 425-021, CONST. Index No. 425-02 C: Ditch Bottom Inlet - Type C CONST. Index No. 425-001, 425-010 - Curb Inlet Type 6 425-010 - Curb Inlet Ty 6 b`. ^ 3 425-010 - Type 7 Manhole 1 EX. SIDEWALK ®` h STA. 159+15.57, OFF: 4; L TO BE REMOVED \\ CONST. Index No. 425-0. R/W LINE 425-010 - Curb Ind T4ae F LINE — / I _R/W fg 1 EX. SIDEWALK — — — — — TYPE 'F' CURB - TO BE REMOVED AND GUTTER DRY DETENTION POND 3 CONCRETE — — — — o 40' 80, TYPE 'F' CURB SIDEWALK 2 5 17— — r— — — TYPE'F' CURB SCALE: 1" = 80' 6' CONCRETE 24" RCP 5-169 AND GUTTER _ / R5 / ` — — 6' CONCRETE 24" RCP — — — AND GUTTER - ti ti I_ = SIDEWALK — — — — I SIDEWALK :.. ".. S 173 tii o W N, W W Z _ 5-170 _ 4' TYPE I CONCRETE o 22.6' — WIDENING CONST. 24" RCP o o o I l� Z � o TRAFFIC SEPARATOR A 16 -- _ - - W LU 00 A - 153+00 — -24RCP— - -- _ W34_ _ ] 1' WIDENING _ _ ---- —_—_— ti -�. =_----_—= j W � h, S-EX 700 W � � o MILL &RESURFACEF ------ J ---- —� _ fl77 �-f R/W LINE R/W LINE \ \ . EX. SIDEWALK • EX. 12" PVC 'F' } — • TO REMAIN EX. TYPE 'F' CURB AND WATERMAIN TYPE CURB AND GUTTER � � ] GUTTER TO REMAIN 6' CONCRETE' • EX. 12" PVC SIDEWALK a FORCEMAIN EX. SIDEWALK _ s �. EX. SIDEWALK j TO BE REMOVED a rr EX. SIDEWALK TO BE REMOVED EX. SIDEWALK � • . • L TO BE REMOVED 6' CONCRETE TO REMAIN + SIDEWALK 24 M Lrj M Ln + 22 M IIN N20 � p II _ o II � II k6 IS L II j tLl EX GRADE W u1 w 16 w LU AT PGL LINE - PROP. GRADE w CL W w w - @ PGL LINE -j 14 -0.30 % a w 0.30 % -0.30 % C1. W 0.30 12 10 EX. 12" KM 8 --------------------- -------------------------------------- --- --------------------------------- ----------------------------------- " ------------------------------------------------ EX. 12 FM 6 � � u 4 u W W W 2 o NOTE: AIR RELEASE ASSEMBLIES WILL —2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS —BUILT CONDITIONS —4 00 153+00 154+00 155+00 156+00 157+00 158+00 159+00 160+00 161+00 162+00 163 R E V I S I O N S o. many Mi.., ap3naapmau . I GradyMinor B-c.spNameR.,IdA 34134 �-7 �v COLLs-Iffi? �L®�L/XT SHEET DATE DESCRIPTION PROP. NEW CONSTRUCTION cmiepgmeeps 039asrt eYrtps Pi399ep9 . IN"..P, mcects pppps„I ppppslsl sr ea, pzapppz6a BI.Ita Sprla 2399471— .w G,,d,M ...... Fort.y z 239.690 360 ROADWAY Ai Y PLAN PROFILE N0. ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PROP. PAVEMENT MILL & RESURFACE 1.2 R. D-EL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASEt ' �.� 5-175 ; 5-177 MEDITERRA '• fir' r �' A. 165+39.70, OFF: 61.3 L STA. 165+39.85, OFF: 0.0 CONST. Index No. 425-052 CONST. Index No. 425-001,� i • - Ditch Bottom Inlet - Type C 425-010 - Type 7 Manhole .. • — f ti • .,+ ' — , — S-176 s '_ ^ ® _ / R/W LINE— .' ��• R/W LINE - — — STA. 165+39.82, OFF: 40.6 L — — — — — — — — — — — — — - — — — — - coNsr_m�ex No 425 021 — — — — — END PROJECT - 425-010 - Curb Inlet Type 6 END ROADWAY IMPROVEMENTS 0 40' so, TYPE 'F' CURB I � STA. 172+42.88 SCALE: 11 = 80' N 24" RCP AND GUTTER I II I \� A I W TYPE 'F' CURB = AND GUTTER o— RCP — — — — — — CONST. — — — — — — — — — — —LLJ — 171+00 — — ]72+00 — ]7--- 173+5 — 00 +mW0a64+00 0, 165+0 5-177 — — \ +D _ — — — — — W _�_ _ -- = EX. TYPE 'F' CURB AND 'REMAIN / ////// /—---__ FACE MILL &RESURFACE _—— --__-- — V ANS MEMORIAL BLVD. Nj N � _-- ESU �! i', GUTTER &/ -- — — — — — — — — — — — — _ — -- �'— LINE/W LINE REMOVE EX. TYPE 'F' CURB AND GUTTER TOREIMAINALK � DRIW N N 0�1 24 1 ± 22 M to^ L �O 00 00 Ln tic} •-.p �Cp �� 20 N II ko II �0 II tz II IS Ln > UP) PROP. GRADE ul) ] 6 i W J a. w J � w PGL LINE J @ , w EX. GRADE AT J--� W aw aw aw aw PGL LINE 0.30% -0.30% — — — — _ _ _ — — 14 - --- —— — — — — — — — 12 EX 70 __ ----------------------_---------------------------------------------------------________ -------------------------------------------- —12'=WM --------------_ ----------------- --- ------------------ —------------------- _ -- -----� g------ ---------------- —----- EX. 12" FM 6 4 u 4 w 2 o NOTE: AIR RELEASE ASSEMBLIES WILL —2 BE PROVIDED AT ALL HIGH POINTS BASED ON AS —BUILT CONDITIONS —4 00 164+00 165+00 166+00 167+00 168+00 169+00 170+00 171+00 172+00 173+00 173 R E V I S I O N S Q—Ayn9pp—ne•pmpw.p.n. GradyMinor B-t.Sprix P.1ift 34- �-7 �v COLL-Iffi? rL®�L/XT SHEET DATE DESCRIPTION N0. PROP. NEW CONSTRUCTION cmiepgmeeps �39asrt eYrtps Pi399ep9 cd—a mceP 99 ppppslsl Sr p ROAD NO. COUNTY PROJECT NO. w.ppppps,sl ea, p:sppp=6s —10 Sp,Ix 239947.1 oncom Fortmy z 239.69-360 PLAN AND PROFILE 8 PROP. PAVEMENT MILL & RESURFACE VETERANS BLVD. R. FLYNN, P.E. FLORIDARIDA P.E.,LICENSE N0. 76205 EXTENSION - PHASE ] UNDISTURBED AREA I TRENCH I UNDISTURBED AREA LIMITS "WHERE ANY TRENCH OCCURS IN AN UNSURFACED AREA, THE TRENCH BACKFILL IN COMPACTED THIRD STAGE OF BACKFIWNG MAXIMUM 12" LIFTS TO A 98% SHALL EXTEND TO THE FINISHED REQUIRED DENSITY GRADE. THIRD STAGE "1 SECOND STAGE TRENCH BACKFILL TO LEVEL OF PIPE ONE FOOT ABOVE TOP OF PIPE IN 6" COMPACTION LIFTS FIRST STAGE PIPE BEDDING (SEE NOTE 2) 1'-0" OUTSIDE 1'-0' MINIMUM DIAMETER MINIMUM NOTES: 1. BACKFILL SHALL BE OF SUITABLE MATERIAL REMOVED FROM EXCAVATION EXCEPT WHERE OTHER MATERIAL IS SPECIFIED. BACKFILL MATERIAL SHALL CONSIST OF EARTH, LOAM, SANDY CLAY, GRAVEL, CRUSHED LIMESTONE, OR OTHER APPROVED MATERIAL. REFER TO TECHNICAL SPECIFICATIONS FOR DETAIL REQUIREMENTS. 2. IF TRENCH BOTTOM CONTAINS ROCK, THEN A MINIMUM OF A 6' PIPE BEDDING SHALL BE USED. UNPAVED AREA TRENCH BACKFILL DETAIL NITS G-1 REVISED: APRIL 2006 o�moo��m PIPE LENGTH RERESTRAINED DUCER (4) moo® moo® moo® RESTRAIN ALL PIPE JOINTS WITHIN THE DISTANCE SHOWN ON THE TABLES MEASURED FROM THE POINT OF CONNECTION. 2. ISOUTION VALVES SHALL BE TREATED AS DEAD ENDS, WITH RESTRAINT ON BOTH SIDES OF THE VALVE. 3. RESTRAINT IS FOR BRANCH OF TEE. IF BRANCH SIZE IS NOT ON TABLE, USE NEXT LARGEST BRANCH. 4. RESTRAW IS FOR URGE DIAMETER SIDE OF REDUCER. IF REDUCER SIZE IS NOT ON TABLE, USE NEXT SMALLER REDUCER (SMALL END). 5. THIS SCHEDULE IS TO BE USED FOR DUCTILE IRON AND PVC PIPE. PIPE RESTRAINT SCHEDULE G-10 NTS REVISED: APRIL 2006 R E V I S I O N S J 18" MINIMUM EPARATION ORM SEWER, IRRIGATION MAIN AND FORCE MAIN NOTES: 1. WATER MAINS SHALL BE SEPARATED FROM STORM SEWER, SANITARY SEWER, NON -POTABLE IRRIGATION MAINS, AND FORCE MAINS BY A MINIMUM CLEAR VERTICAL DISTANCE OF 18 INCHES MEASURED BETWEEN THE BOTTOM OF THE UPPER PIPE AND THE TOP OF THE LOWER PIPE. THE 18 INCHES MINIMUM VERTICAL SEPARATION DISTANCE DOES NOT APPLY TO SEPARATIONS OF SEWER LATERALS AND POTABLE WATER MAIN PIPELINE INSTALLATIONS. ALSO, WATER MANS SHALL BE SEPARATED FROM STORM SEWER, SANITARY SEWER AND FORCE MAINS BY 10 FEET AND FROM IRRIGATION MANS BY 5 FEET MEASURED HORIZONTALLY BETWEEN OUTSIDE OF PIPES. 2. ALL CROSSINGS WITH VERTICAL CLEARANCE LESS THAN 18 INCHES SHALL REQUIRE SUBMISSION AND APPROVAL OF A DEVIATION. IF A DEVIATION IS SUBMITTED, THE FOLLOWING MINIMUM SRPUUTIONS APPLY: THE CROSSING SHALL BE MADE USING A FULL LENGTH OF THICKNESS CLASS SOO (DR14) AWWA C-900 PVC OR CUSS 235 (DR18) AWWA C-905 PVC PIPE CENTERED ON THE CROSSING. 3. 18 INCHES CLEAR DISTANCE SHAL NOT BE REDUCED IN CASES WHERE WATER CROSSES UNDER SEWER LINE. 4. WATER MAINS, SANITARY SEWER, STORM SEWER, AND NON -POTABLE IRRIGATION MAINS SHALL BE IN SEPARATE TRENCHES. 5. WATER MAINS CROSSING ANY TYPE OF SANITARY SEWER. INCLUDING FORCE MAIN, OR STORM SEWER SHALL HAVE THE ONE FULL LENGTH OF WATER MAN CENTERED ABOVE OR BELOW THE OTHER PIPELINE SO THAT THE WATER JOINTS WILL BE AS FAR AS POSSIBLE FROM THE OTHER PI MINE. ALTERNATIVELY, AT SUCH CROSSINGS, THE PIPES SHALL BE ARRANGED SO THAT ALL WATER MAIN JOINTS ARE AT LEAST THREE FEET FROM ALL JOINTS IN VACUUM -TYPE SANITARY SEWERS STORM SEWERS. STORMWATER FORCE MAINS, OR PIPEUNES CONVEYING RECUIMED WATER REGULATED UNDER PART III OF CHAPTER 62-610, FAC, AND AT LEAST SIX FEET FROM ALL JOINTS IN GRAVITY- OR PRESURE-TYPE SANITARY SEWERS, FORCE MAINS, OR PIPEUNES CONVEYING RECLAIMED WATER NOT REGULATED UNDER PART III OF CHAPTER 62-610. 6. IF THE VERTICAL SEPARATION BETWEEN GMMW SANITARY SEWER AND STORMWATER LINES IS LESS THAN 18 INCHES. THEN 57 STONE SHALL BE UTILIZED BETWEEN THE TWO LINES. 7. SEE SECTION 1- DESIGN CRITERIA FOR ADDITIONAL REQUIREMENTS. M SHEEP N0PIPE SEPARATION DETAIL co ,B. aoE+yay G-3 NTS PuN'c Ue9Ms tlKMvl PAVED AREAS NON -PAVED AREAS MJ RETAINER GLAND MJ TAPPED CAP WITH RUBBER SEAL WITH HOSE BIBB 18" x 18" x 6" CONCRETE COLLAR EXTEND BLOWOFF 24" ABOVE FINISHED GRADE FINISHED PAVEMENT, FINISHED GRADEI LINE SIZE GATE VALVE (SEE NOTE VALVE BOX SHALL NOT BEAR ON VALVE OR WATER MAIN MJ RETAINER `MJ 45' BEND WITH MJ RETAINER GLANDS (TYP) GLANDS (TYP) [31113KNIMYA NOTES: 1. MJ TAPPED CAP WITH HOSE BIBB IS TO BE REMOVED AFTER INITIAL BACTERIOLOGICAL CLEARANCE AND PRIOR TO WATER MAIN ACCEPTANCE. 2. SEE TECHNICAL SPECIFICATIONS SECTION 331200 FOR GATE VALVE AND VALVE BOX REQUIREMENTS. 3. ALL COMPONENTS THAT COME INTO CONTACT WITH DRINKING WATER SHALL CONFORM TO NSF STANDARD 61. TEMPORARY BLOWOFF REv161oN DATe: SHEET No. MAV 2013� ASSEMBLY WITH BACTERIAL � aP.,Iav W-1 SAMPLING POINT DETAIL NTS THRUST ERLOC FOR FUSTNG A/CKP VENL REQUIRED USIRINGE O OEM 1. cON DT mNG Nc PIPE � E o J NDI NRaED sGl FITTINGS EXISTING A/C PIPE - HEADWALL RESTRAIN IFNGM (SEE NGURE G-,D) (BOTH SIDES OF ALL f1TnNGS) � ITEM IN CONfTUGT RETTFUNED JOINT RNGTH ' E UOiREO TO AC EVE CLUPAHCE NEW & EXISTING PIPE - RESTRAINED JOINT NOTES t. SEE S ON I - DESIGN CRITERIA FOR AR RE E VALVE PIPE CONFLICT DETAILS G-4 REVISED: APRIL ZOOS 18" x 18" x 6" CONCRETE COLLAR CONTRACTOR SHALL CONTACT LOCAL FIRE DISTRICT FOR PAINT COLOR AND HYDRANT 2•-0" SPECIFICATIONS MINIMUM PAID GHT-OF 20'-O" MAX. IUS LINE OR SIDEWALK CURB, GUTTER, TRAFFIC OR EDGE OF 7'-6" MIN. BREAKAWAY PAVEMENT SEE PLANS MIN. 18", FLANGE MAX. 22" TWO PIECE CAST IRON VALVE �� ��� -r 6" THICK x ���� 24' SQUARE 3OX WITH DR 18 PVC PIPE T �� CONCRETE B EXTENSION IF NEEDED SLAB WITH (C-900 DR 14 PVC PIPE "T j/4 BARS AS N PAVED AREAS). VALVE BOX REQUIRED OR PIPE SHALL NOT BEAR ON VALVE OR WATER MAIN WATER MAIN HYDRANT TEE OR HOT TAP DR 18 PVC PIPE (C-900 DR 14 PVC PIPE IN PAVED AREAS) J DRAIN OR PLUG DRAIN OPENING BEFORE INSTALLATION MJ RETAINER GLANDS (TYP) NOTES: 1. HYDRANT MUST BE CURRENT YEAR MANUFACTURE AND YEAR OF MANUFACTURE MUST BE CAST ON BARREL. 2. ALL EXISTING MAINS WHERE FIRE HYDRANTS ARE TO BE INSTALLED SHALL BE HOT TAPPED. 3. TAPPING SADDLES MAY BE EITHER STAINLESS STEEL OR DUCTILE IRON. ALL TAPPING SADDLES FOR ASBESTOS CEMENT PIPE SHALL BE STAINLESS STEEL. 4. ALL FIRE HYDRANT BARRELS SHALL BE A MINIMUM 5-1/4" IN DIAMETER. 5. ALL FIRE HYDRANTS INSTALLED SHALL BE OF THE BREAK AWAY FLANGE TYPE AND SHALL MEET THE REQUIREMENTS OF THE LOCAL FIRE CONTROL DISTRICT. 6. HYDRANT SHALL CONFORM WITH AWWA C-502. 7. THRUST RESTRAINT SHALL BE BY MJ RETAINER GLANDS. 8. ALL COMPONENTS THAT COME INTO CONTACT WITH DRINKING WATER SHALL CONFORM TO NSF STANDARD 61. REVISION DATE: SHEET NO. FIRE DETAILHYDRANT my zola �F4� W-3 NTS Plbl'c I>tlliues LtiHson ©GradyMinor O'GM^M Me al,bmeluLeN..,I, awn vIN m�^mw . NNHR�, vemBN Civil Engineers Land Surveyors Planners . Landscape Architects Bon ANASpnng 239,947.1144 atnuu.GwnwU�.'oO,F4/lnnU'. PGm Faµ Myer. 239.690.4380 IL OLL.IHE IL o& %' r RE H �PVCUSH PIPE WPH CUNCR RE(IS wHEN�DED) EP1RR'LETIEFRI"$EWERSE IIIFL P DR w NG O 1DMLtlEW' 2' WIN FPDM -DE A 3 D- (WA nTER OC L'ORflE COLWt UND IB NAN SRE OF uAN OR BYPASS St TURNS TO NUIJBER OF TURNS TO OPEN ISO OPEN - C CW DIRECTION TO TURN TO OPEN t 4 YEAR VALVE INSTALLED 'u�A!+•L�L�L�S+•d��r I 3. (2) TRACER _ES. TERMINATE INSIDE FRESSURE MAN 2 SCH SEE SECTTO(WHN330523A O fl.„S S �ODREMCSENOF,IP�E �IAUG S SST TPETYPICAL VALVE n N SHEET P 0. SETTING DETAIL CO TerCoE4rrt7 G NTS FMN'c UeBMs tlKMorl REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTER ASSEMBLY (PROVIDED SY CONTRACTOR) SUPPLIED WITH ANMONN AND CHLORINE RESISTANT SEATS AND SIUCONE RUBBER SEALS. INSTAUATION AS REQUIRED BY COUNTY ORDINANCE AND AWWA M-14 STANDARDS (SEE APPROVED BACKFLOW DEVICES. APPENDIX G) TEMPORARY METER TO BE PROVIDED BY COLLIER COUNTY WITH A 48 HOUR NOTFICATON. CERTIFIED ­FLOWf 9 _ TESTER TO BE ONSITE AT THE THE O® THAT THE METER IS SET O o O? SCHEDULE 80 FVC (TYP) �$n FLOW W TAPPED CAP WITH 2' THREADED NJ RETAINER GLANDS DYE) OMU TAP NEW MAN TAPPED CAP WITH 2" THREADED TM THRUST 4'-0" MINIM1 MAXIMUM BLOCK ( STAINLESS STEEL C IRON GATE VALVE (MAIN UNE HOT TAP) TA PPINNGG TASADDLE EXISTING MAN NOTES: 1. FINAL CONNECTION TO BE WITNESSED BY COLLIER COUNTY WATER DISTRIBUTION. 2. MJ TAPPED CAPS TO BE PROPERLY RESTRANEO. 3. INSTALL JUMPER TAP SYSTEM FOR TEMPORARY METER DOWNSTREAM OF 4. TAPPING SADDLES MAY BE EITHER STAINLESS STEEL OR DUCTE IRON. CEMENT PIPE SHALL BE SOIUNLESS STEEL 5. JUMPER ASSEMBLY MUST BE MINIMUM OF 18" ABOVE FINISHED GRADE. 6. BACKFLOW ASSEMBLY REQUIRES INITIAL CERIIFICATON BY CERTIFIED BACKFLOW 7. THIS ASSEMBLY SHALL ONLY BE USED IF NO COMBUSTIBLES WILL BE ON ON SITE, THEN THE TEMPORARY BACK DOW PREVENTERS AND FIRE PROTECTION BE USED. 8. THIS ASSEMBLY IS NOT APPROVED TO PROVIDE FIRE PROTECTION WATER ASSEMBLY NOT TO BE REMOVED AND SPOOL PIECE INSTALLED FOR FINAL BLIND FIANCE FOR CONSTRUCTION ALL TAPPING SADDLES FOR ASBESTOS TESTER. SRE. IF COMBUSTIBLES ARE BROUGHT METER TE-IN ASSEMBLY TO THE SITE DURING CONSTRUCTION. CONNECTION UNTIL AFTER TESTING, WATER. SHALL BACTERIAL CLEAANCE, FINAL INSPECTION AND COUNTY ACCEPTANCE. 9. GM CONDGUMTON TO BE INSTALLED WITHIN 24 HOURS OR LESS AT DISTPUBUTION DEPARTMENT. 10. ALL COMPONENTS THAT COME INTO CONTACT WITH DRINKING WATER SHALL 11. FOR INSTALLATIONS WHERE LESS THAN 20' OF NEW WATER MAIN IS BEING THE DISCRETION OF THE WATER CONFORM TO NSF STANDARD CONSTRUCTED BETWEEN THE 61. PERMANENT BACKFLOW ASSEMBLY AND THE EXISTING MAIN, NO TEMPORARY JUMPER IS REQUIRED. CONNECTION TO EXISTING WATER MAIN Jutr tote Ca ��y SHEET NO. W-4 DETAIL (GAP CONFIGURATION) NITS P,A�'=uollues lz.HNoll MIS GILL ILILA NE ® ITS DE TA ILLS SHEET NO. VETERANS BLVD. EXTENSION - PHASE I 14 PROVIDE SCREENED, DOWNWARD - FACING PVC BEND IN ACCORDANCE WITH FAC 62-555 SECTION 320(21)(B) REOUIREMEN g E Z E FINISH GRADE-\ -PEDESTAL HOUSING (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) —STAINLESS STEEL POST WITH STAINLESS STEEL HARDWARE AND STAINLESS STEEL LOCKING HASP WITH BRASS LOCK (KEYED. FOR COLLIER COUNTY) —COMBINATION AIR RELEASE VALVE (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) SCHEDULE 80 NIPPLE 1" BRASS CORPORATION STOP (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) WITH COUPLING AS NECESSARY #57 STONE 1�,1 g \ u 1 6" MINIMUM � T t*lWATER MINIMUM PE .ri ♦ Y 0 HT BRASS BEND (TYP) 1" BRASS PIPE 1" BRASS CORPORATION STOP (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) 1" DOUBLE STRAPTAPPING SADDLE BRASS MAIN POTABLE WATER AIR RELEASE VALVE DETAIL W-5 NITS REVISED: AUGUST 2008 i 2'-0' RIGHT-OF-WAY LINE �If� OR SIDEWALK 4" % 4" REINFORCED CONCRETE POST 1/2" STAINLESS STEEL ANCHORS 2-1/2" LONG (1(8))" N#x 18" x 6" CONCRETE COLLAR (RS CONTINUOUS 4) #4 BARS DIAGONALAND BURY LENGTH SHOULD BE 1/2 THE PIPE DEPTH I SAMPLING STATION (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) WITH 1/4' PET COCK AND BRASS STANDPIPE STAINLESS STEEL POST WITH STAINLESS STEEL HARDWARE AND STAINLESS STEEL LOCKING HASP WITH BRASS LOCK (KEYED FOR COLLIER COUNTY) ML TO ROADWAY C...3/4" POLYETHYLENE WATER SERVICE TUBING WITH STAINLESS STEEL INSERT AND BUSHING (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) SIDE VIEW BRASS SERVICE SADDLES WITH CORPORATION STOP (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) FOR PVC C-900 6" TO 12 . ALL SIZES DUCTILE IRON PIPE SHOULD BE DIRECT TAP WITH CORPORATION STOP (SEE COUNTY APPROVED PRODUCT LIST, APPENDIX F) PERMANENT BACTERIAL SAMPLE POINT DETAIL NTS MAIN W-6 REVISED: AUGUST 2008 2' REDUCED PRESSURE BACKFLOW PRE —TER ASSEMBLY SUPPLIED WITH AMMONIA AND CHLORINE RESISTANT SEATS AND SILICONE RUBBER SN LS. UL/FM APPROVED FOR FIRE SERVICE INSTALLATION. STALLATION AS REWIRED BY COUNTY ORDINANCE AND AWWA M-14. (SEE APPROVED RACKFLOW DEVICES, APPENDIX G) PRESSURE GAUGE FIRE PROTECDON METER (SEE COUNTY APPROVED PRODUCT UST, APPENDIX F) IL/FM APPROVED FOR FIRE SERVICE STALLATION (FACTORY ASEMBL£O WOH TOP ACCM STRAINER ONLY) — PRESSURE GAUGE I OSW VALVE CLOSED CURB STOP /-12* SPOOL PIECE V TAP �WITH 3/4ENOSE BIBBS METER UL/FM APPROVED FOR FIRE SERVICE INSTALLATION. INSTALLATION AS REDUIRED BY CGL_ ORDNANCE AND AWMA M-14. (SEE APPROVED _ ^ JR ISING STEM AID RESIUEM SEAT i FLANGED LATE VKVE (TYPICAL OF THREE) MI IR Btl BEND WITH\` RETAINER GLANDS AMN SIZE PER DL1 U1Y PUN NOTES: MAN SIZE PER LDT PUW 1. ALL ABOVE GROUND PIPE SHALL BE FANGED END DUCTILE IRON PIPE, PRESSURE CLASS 350. ALL NUTS AND BOLTS SHALL BE STAINLESS STEEL. 2. WATER MAIN EXTENSION AND ASSEMBLY IS REQUIRED TO BE FLUSHED, CHLORINATED AND GNEN BACTERIAL CLEARANCE BY THE WATER DEPARTMENT LAB BEFORE PIACEMENT IN SERVICE. 3. BACKFLOW UNIT AND METER REQUIRES INIDAL CERTIFICATION FOR OPERATION AND ACCURACY WITH RESULTS AND ANNUAL TESTS SUBMITTED TO THE COWER COUNTY WATER DEPARTMENT. 4. INSPECTIONS ARE REQUIRED FOR SYSTEM TIE-IN AND PSSEMBLY CONNECTION. 5. THIS ASSEMBLY SHALL BE PAINTED WITH RED EPDXY PAINT. 6. ALL COMPONENS THAT COME INTO CONTACT WITH DRINKING WATER SHALL CONFORM TO NSF ). A 4'X8' SIGN WITH 3" LETTERS OR BIGGER SHALL READ: 'IN CASE OF FIRE, OPEN VALVE." STANDARD 61. 8. A REDUCED PRESSURE DETECTOR BACKFLOW ASSEMBLY SHALL BE USED WHEN HIGH HAZARDS, AS DEFINED BY AWWA M-14 RISK OF CHEMICAL ADDITION, MEDICAL FACILITIES, INDI.S R FACILITIES, PROPERIIES USING RECWMED WATER, ETC.). TEMPORARY BACKFLOW PREVENTER AND FIRE PROTECTION METER TIE-IN ASSEMBLY W-9 NTS REVISED: JULY 2011 ARV OUTLET GATE VALVE AND METER BOX ROTATED 90' ONLY TO BE PROVIDED WHEN FOR CLARITY TAPPING SADDLE IS IN 1 ROADWAY f y12i6M.Iy1iM 1`. WARNING SIGNe DETAIL TOP OF GATE VALVE ELEVATION TO MATCH FINISHE➢ GRADE ELEVATION ®oPFD' L2AX SLOPE MIN® �2' 316 SST PIPE OFFSET ARV AS RERUIREL SCH. 10 3' MIN. BURIED DEPTH W/ (2) 316 SST CONNECT TO FM CONNECT TO FM C-CLAMP STRAPS (SEE NOTE 5) (SEE NOTE 5) (ONLY FOR OFFSET HP— LOCATIDNS) DF REE �E=W ImAss ansT WICF t BEaaAsc � EB ZI WARNING OLrs �-LA- BA KCKGROuNB A TEXT MATERIAL vAAN I— aD1OvaAPP Q.aNIAT N TME ARY. RamwAr K RV ¢ Jd aApPS ARpdO ARV (a WW1) - RE Face Ate'— PF TAPP. REVISION DATE: ET NO. FORCE MAIN AIR DETAIL LEASE VALVE AN.2015�� SHEWW_13 NTS PUNCUN6;s CNison R E V 1 5 10 N 5 Q. rl:"N.Iw,".;u,ll,wX""wl... P.A. DATE DESCRIPTION DATE DESCRIPTION GradyMinor Im SRI I'll aD1^INn C iJj Jj 7jL?)[) /7®JlTT�T .r SHEET ((J'/c✓ILsLLILe1L�. �L YJ10'l! 1! N0, Civil Engineers Land Surveyors Planners Landscape Architects Ba�aaslsl ' ". " .M Naas,Al ' _zA. ROAD NO. COUNTY PROJECT NO. MIS CIE ILLA NE ® ITS DE TA ILLS Bonita Sprtage: 239,947.1144 FP' G. .F,UlART P, Fart Myers: 239.690.4380 VETERANS BLVD. f. R. LANE L FLYNN, P.E. EXTENSION — PHASE ] FLORIDA P.E. LICENSE No. 76205 BEGIN PROJECT BEGIN ROADWAY IMPROVEMENTS STA. 87+56.45 ' I MEDITERRA i --- —--- ' — — — VETERANS MEMORIAL BLVD. PROPOSED HIGH SCHOOL SITE I IMPERIAL GOLF CLUB I I I I I I I�r.-,,.%'h�*�i�i .^iBCa 1'!�'_ I '�.-� >� �. � � 'P_'9V�t+�..� a.w. I ..h .. � i��' ilY>R'• i. � W. � . .�Y. "t'� "Y?..d�lAru" `�i!'.. T1 0 300' 600' SCALE: 1" = 600' I END PROJECT .� END ROADWAY �. I IMPROVEMENTS STA. 172+42.88 MEDITERRA I MEDITERRA 170 173 o _ate .;•,'tee VEREANS MEMORIAL SECOYA RESERVE-. r ELEMENTARY SCHOOL QD I i;7� F 1 I I I REVISIONS GradyMinor Q.1e pM ue al,bmeW en. P.A. awn vi, m�^�nw IN �M��t. Bprt��. pnMna Cia lAEngineers cLand Surveyors Planners Lands. ape Architects Bonita Sprtngr 239,947.1144 to W Lwa'w'/.�oO,F4/loot. gnm Fart My : 239.690.4380 COL L.IHE Cyo&:%Trr ROAD NO. COUNTY PROJE VETERANS BLVD. EXTENSION - PHASE I PRELIMINARY PROJECT PHASING PLAN BARRINGTON COVE SHEET N0. 1.6 0 20' 40' SCALE: 1" = 40' R/W LINE —�—�-- — -- _— -- — ----- - ---_— - ,\----- ------- --------- ------- --------- -- WET DETENTION POND I co 24" WHITE DIRECTIONAL 6" WHITE ~ ARROW (TYP.) v 24" WHITE, 6" WHITE SKIP %(10130) W q SPACING PER w/ W/R RPMs @ 40' W CONST. FDOT INDEX VETERANS MEMORIAL BLVD, 7II-ooI 6° YELLOW w 00 88+00 89+00 90+00 0 W MD/Y FLEXIBLE DELINEATOR W i 6" WHITE z 6" SKIP NJ J YELLOW (2/4) V = 12 6" WHITE 6" SKIP i WHITE I o � � i 12" WHITE BIKE LANE ARR a a ....__..._...._._........._. —__._..._.__._.._..BIKE S�MBOL�TYP^._.....__._....._.._..__..._. ... ........LINE. ......... .._ ---—___...._..._......_........__......__....._..__....._........._...._..._....._._......._._.... .... ._.... ..... ..... ..... ..... ..... _..._....._........._........._........._.........------------ ...... .._........ - f / R/W LINE 24" WHITE, SPACING PER 24 WHITE FDOT INDEX Y 711-001 W Q cn R9-9, 4"x!2" m w C' STA. 87+54 N z V r Cn W 700-1-1m W — m 01 R3- ] 7, 24"x 18" Z� mp R3-17P, 24"x8" STA. 91+04 R2-1, 24"x3o" NOTE: 700-1-17 STA. 92+00 EXIST. SIGNS TO REMAIN I AS 700-7-17 UNLESS OTHERWISE NOTED I AS R E V I S I O N S Q,—drna.o,—nesome .r.n. �-y 7��v ,�'v �y�� �y DATE DESCRIPTION DATE DESCRIPTION GradyMinor B-t.SVrin R.itlena4134 COLL- ffi? IL®�U�VT SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT MARKING No. dmiapso,ldezzas eaznaa drAu� Lw a�w'craerm"d..rdm eun cores: zaosao asau ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PLAN SHEET _ F. FLYNN, P.E. - ] FLORIDARIDA P.E.,LICENSE 1.7 LICENSE N0. ]6205 EXTENSION PHASE 0 20' 40' SCALE: 1" = 40' R/W LINE — — R/W LINE — — — — — — — — — — — — — — — — — — BIKE LANE ARROW (TYP.) BIKE SYMBOL (TYP.) Lli W v ti W = 6" WHITE o � 6" YELLOW W DIRECTIONAL W Lu ARROW (TYP.) 6" WHITE SKIP (10/30) W i 6" WHITE w/ W/R RPMs @ 40' CONST. 984 W - - 96+00 95+00 _ I - - 97+00 - T i _ LV —�— VETERANS MEMORIAL BLVD. Iz J J C� 6" YELLOW - U NJ Q 6" YELLOW Q 6" WHITE — — — — — — — — — — — — — — R/W LINE — R/W LINE I NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madrna.o,add nesome.r.n. GradyMinor B-t.SVrin R.itle"a4134 Civil Engineers Land Surveyors Planners Landscape Architects �-y 7��v COLL- ffi? ,�'v �y�� �y IL®�U�VT SIGNING & PAVEMENT MARKING SHEET No. DATE DESCRIPTION DATE DESCRIPTION dmiapso,ldezzas eaznaadrAu�Lw a�w'craerm"d..rdm eun cores: zaosao asau PLAN SHEET - 2 ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. 1.8 F. FLYNN, P.E. FLORIDARIDA P.E.,LICENSE LICENSE N0. ]6205 - ] EXTENSION PHASE 0 20' 40' SCALE: 1 40' R1W LINE R1W LINE — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — cc Q) Lij ULJ w U-j Z 6" WHITE z J-) Nj '-A — 6" YELLOW U) LLJ Li i LLJ Lu CONST 101+00 102+00 . . 103+00 100+00 Lu 99+00 — — — — -- — — — — I— — — — � — � . . . . Lu loo 6" WHITE SKIP (10130) VETERANS MEMORIAL BLVD. wl WIR RPMs g 40' " Y 6 6" Y — — — ----- --------- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — - — — — — — — % R1W LINE R1W LINE NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S 1 0 N S Q,—dyMi..,—A GradyMinor =' �' jA, B-t. Spri­ R.l[dA 34134 Pla .... L-�&'�.p'�"=m COLL-Iffi? COUXTY SIGNING & PAVEMENT MARKING SHEET NO. DATE DESCRIPTION DATE DESCRIPTION ,,,=I ROAD NO. COUNTY PROJECT NO. —10 Sp,l­ 239,947,1 ...... M'69-30 PLAN SHEET - 3 VETERANS BLVD. 1.9 R, D-EL FLYNN, P.E. FLORIDA P.E, LICENSE NO, 76205 EXTENSION - PHASE 0 20' 40' SCALE: 1" = 40' R/W LINE — — R/W LINE — — — — — — — — — — — — — — — — — — W v W w W 6" WHITE _ � o !�C 6" YELLOW ONST. W W W W 1 106+00 107+00 109 108+00 —T _ 1 W 104+00 105+00 _ + _ W 6" WHITE SKIP (10130) VETERANS MEMORIAL BLVD. I z J w/ W/R RPMs @ 40' J 6" YELLOW I Q � 6" WHITE � o BIKE LANE ARROW (TYP.) BIKE SYMBOL (TYP.) — — — — — — — — — — — R/W LINE R/W LINE — NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madrna.o,add nesome.r.n. GradyMinor B-t.Spri � nitlena4134 Civil Engineers Land Surveyors Planners Landscape Architects �-y 7��v ,�'v �y�� �y COLL- ffi? IL®�U �V T SIGNING & PAVEMENT MARKINGNo. SHEET DATE DESCRIPTION DATE DESCRIPTION ddoa pso��dez�zas eay.naa drAu� Lw a�w'craerm"d�.rdm eun cores: zaoo a sasau PLANSHEET - 41 ROAD NO.t COUNTY PROJECT NO. VETERANS BLVD. 20 R. DANIEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION - PHASE 0 20' 40' SCALE: 1 40' RIW LINE R1W LINE — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — BIKE LANE ARROW (TYP.) BIKE SYMBOL (TYP.) — — — — — — — — — — — — — Lu LLJ U-1 Lu IF- NJ 6" WHI E z ul) V) 6" YELLOW U-1 LLJ Lu LLA V (f) 112+00 114 1 +00 1 LLJ 110+00 111+00 Lu ro 6" WHITE SKIP (10130) VETERANS MEMORIAL BLVD. ;2: i4tl WIR RPMs @ 40' 6" YELL NJ 6" WHITE 4, R1W LINE R1W LINE NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S 1 0 N S Q,—dyMi..,—A X, GradyMinor .-I-,rI­�.PI.,Id-4134 Pla .... L-�&'�.p'�"=m COLL-Iffi? COUXTY SIGNING & PAVEMENT MARK_yNG SHEET NO. DATE DESCRIPTION DATE DESCRIPTION ,,,=I ROAD NO. COUNTY PROJECT NO. —10 Sp,l­ 239,947,1 ...... M'69-30 PLAN SHEET - 5 VETERANS BLVD. 21 R, D-EL FLYNN, P.E. FLORIDA P.E, LICENSE NO, 76205 EXTENSION - PHASE 1 0 20' 40' SCALE: 1" = 40' R/W LINE R/W LINE — — — — — — — — — — — — W W W 6" WHITE W � I 6" WHITE o - V) 6" YELLOW W W Lu W CL CONST.- A 120 LQ I i 117+00 7HT +o 118+00 —i 119+00 _ _ _ — — �— — Tuj I W 115+00 — 116+ 00 — — — T _�_ — 6SKIP (10130) VETERANS MEMORIAL BLVD. J J 1 w/ W/R RPMS @ 40' = U 6" YELLOW U Q NJ' 6" WHITE � o — — — — — — — — — — R/W LINE - — — — — — — — BIKE LANE R/W LINE ARROW (TYP.) BIKE SYMBOL (TYP.) NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madrna.o,add GradyMinor Civil Engineers Land Surveyors Planners nesome.r.n. B-t.Suri � R.l[aaoani34 Landscape Architects �-y 7��v ,�'v ��T �y COLL- ffi? IL®�U �V T SIGNING & PAVEMENT MARKINGNo. SHEET DATE DESCRIPTION DATE DESCRIPTION °ddoapso,ldezzas eay.naadrAu�Lw a�w'craermdd..rdm eun cores: zaosao asau PLAIN SHEET - 6 ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. 22 F. FLYNN, P.E. FLORIDARIDA P.E.,LICENSE N0. 76205 EXTENSION - PHASE ] 0 20' 40' SCALE: 1 40' RIW LINE RIW LINE — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — BIKE LANE ARROW (TYP.) BIKE SYMBOL (TYP.) % LLJ Lli LLJ N, z U-i Z Lr) ul) LLJ LQ L-Li U-1 (J) 123+00 124+00 125+00 I +0�� 121+00 122+.00 —1— — — LLJ 6" WHITE SKIP (10130) U-i VETERANS MEMORIAL BLVD. wl WIR RPMs @ 40' ul R1W LINE RIW LINE NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S 1 0 N S GradyMinor B-t. Spri.m. R.,IdA 34134 Pla,,,,, 1-d .. P, COLL-Iffi? COUXTY SIGNING & PAVEMENT MARKING SHEET NO. DATE DESCRIPTION DATE DESCRIPTION _'__'=m ROAD NO. COUNTY PROJECT NO. —10 Sp,l­ 239,947,11 w. G,, 0— ...... —.—z M'69-30 PLAN SHEET - 7 VETERANS BLVD. 23 R, D-EL FLYNN, P.E. FLORIDA P.E, LICENSE NO, 76205 EXTENSION - PHASE 1 0 20' 40' SCALE: 1" = 40' R/W LINE R/W LINE a N � ~ W 6" WHITE W W 4 W = � q 1 m 6" YELLOW z ul) I — V) LLl W CONST. 129+00 130+00 � W _ 131 � �/1 127+00 128+00 +�_ _ 26~0 �— _ _ _ _ — — _ 6" WHITE SKI 7P 0/30) VETERANS MEMORIAL BLVD. W W I w/ W/R RPMs @ 40' z J = 6" YELLOW J _ U 6" SKIP WHITE (2/4) �I U a a BIKE SYMBOL (TYP.) BIKE LANE ARROW (TYP.)— R/W LINE _ R/W LINE � m — Z R4-4, 24"x3O" STA. 130+24 700-7-11 1 AS NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madr Aa.o,add Aesome.r.A. GradyMinor B-t.SurmmeF.,IdA 34134 Civil Engineers Land Surveyors Planners Landscape Architects �-y 7��v ,�'v �y�� �y COLL- ffi? IL®�U �V T SIGNING & PAVEMENT MARKING SHEET No. DATE DESCRIPTION DATE DESCRIPTION ddoapso,ldezzas eay.naa drAu� Lw a�w'craermdd..rdm eun cores: zaosao asau PLAN SHEET — 8 ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. 24 F. FLYNN, P.E. FLORIDARIDA P.E.,LICENSE N0. 76205 EXTENSION — PHASE ] I I I I I I R/W LINE �� R5-1, 36"x36" DO NOT � EXIST. SIGN TO 0 \ R3-18L, 36"x36" O O 00 BE REMOVED STA. 134+05 ENTER 0 0 700-1-60 700-1-11 \o i 2 AS — — — 1 -AS — N _ 6" WHITE — W VETERANS MEMORIAL BLVD. W �0 132+00 — 133�134+00 0 _ — T _ _ + — Lu - - - - 6" WHITE SKIP (10130) 6" YELLOW � w/ W/R RPMs @ 40' MD1 Lu DEL AINO N2ini 1H`JRi °J dOlS RI-1, 36"x36" 0 20' 40' R3-5b, 24"x3O" SCALE: 1 = 40' STA. 135+85 — — — — — 700-1-11 — — 1 AS L R/W LINE R2-1, 24"x3O" �1 STA. 135+18 Lu L � 700-1-1] J M 1 AS I 24" 24" WHITE, SPACING PER WHITE FDOT INDEX 711-001 ] 2" WHITE 6" SKIP �IWHITE (2/4) � f N 01 16" WHITE w/ W/R W CONST. i RPMs @ 40' LLI 2 _ Ln 136+00Lu W 6" WHITE - =XIBLE —� r0! 18" WHITE LV z 6" WHITE w/ W/R ti 6" YELLOW @ 20' z J J 6" SKIP WHITE (2/4) RPMs @ 40' 0 6" WHITE 6" SKIP = = 6" WHITE WHITE (2/4) U - e 24" WHITE, SPACING PER 12" p FDOT INDEX 711-001 WHITE BIKE LANE ARROW (TYP.) — — — — R/W LINE T — — — — BIKE SYMBOL (TYP.) R/W LINE DIRECTIONAL - lVM 3N0 ARROW (TYP.) _-_-- - - - - - - - - ______ ONE WAY AVM ]NO Z c ? 24„ R6- I L, 36"x 12" " R6-1 R, 36"x 12" �' AVM 3N0 WHITE R6-IR, 36"x12" m TRACT STA. 136+11 m STOP RI-1, 36"x36" 5cz V I I m B ` R3-5R, 20"x36" ^ R6-1 L, 36"x ] 2" _ ' 1 AS R3-7R, 24"x30" STA. ]33+41 STA. 134+28 STA. 132+14 EXIST. SIGN TO 1 700-]-11 R4-4, 24"x3O" 700-1-1] 700-]-11 BE REMOVED IISTOP II 1 AS STA. 135+74 1 AS 1 AS 700-1-60 700-1-1] NOTE: 2 AS I AS EXIST. SIGNS TO REMAIN ONLY UNLESS OTHERWISE NOTED R E V I S 1 0 N S ©GradyMmor B-C.Surmm.Pl,I C®LLLLffi? C®UXT SHEET ena4134 Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT MARKING NO. somiapso,[�ezzas eaznaa�rAu�Lw a�w'craerm""..r"m eun cores: zaosao asau PLAIN SHEET - 9 ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. 25 R. FLYNN, P.E. FLORIDARIDA P.E.,LICENSE N0. 76205 EXTENSION - PHASE ] Ln N W W W Lu W z J v Q 0 20' 40' SCALE: 1" = 40' R/W LINE R/W LINE— — — — — (D 0 m R3-7R, 24"x3O" c9 m c� STA. 137+47 = = z II z IIII 700-1-11 C EXIST. SIGN TO IIq g Illloll R4-4, 24"X3O" BE REMOVED V w IIII Z„ II 7 AS _ — 700�-60 —II m �I�I — — — — — — � STA. 139+43 — — 1 EA==--�LJ — 0-1 �1 — — — — — -- I AS 6" WHITE 6" WHITEIR N VETERANS MEMORIAL BLVD. w 24" WHITE, SPACING 6" WHITE I 6" SKIP PER FDOT INDEX 24" WHITE , 6" WHITE w/ W/R W WHITE (2/4) 711-001 m RPMs @ 40' W ICONST. - 6" YELLOW 6" WHITE SKIP 139+00 - - — —I - W 37+00 w/ W/R RPMs @ 40' 38+00 _ + - - . rWr�, — — — v l 1 6" WHITE i I MD/Y FLEXIBLE W 6" WHITE w/ W/R 24" WHITE V I 6" YELLOW v Z ^' RPMs �° 40i' DELINEATOR 6" SKIP WHITE (2/4) 6" SKIP 12" WHITE 6" WHITE o _ wm 6" WHITE 6" SKIP YELLOW (- - -J � ~ WHITE (2/4) i 24" WHITE, SPACING PER 12" WHITE o Z FDOT INDEX 711-001"ollf BIKE LANE 6" WHITE SKIP (10130) ARROW (TYP.) O BIKE SYMBOL (TYP.) w/ W/R RPMs @ 40' _-- --- -- _ -- — R/W LINE R/W LINE DIRECTIONAL------;' ARROW (TYP.) r cf) _-------- - - - - m -------------- --- 24" zq m WHITE W 0 C!J L------J 1 �, z W m EXIST. SIGN TO m j �STOPy m BE7OOREMOVED 0 o R3-17, 24"xl8" 0 R3-7R, 24"x3O" - R3-17P, 24"x8" 1 AS STA. 137+36 EXIST. SIGN TO STA. 139+85 R2-1, 24"x3O" BE REMOVED STA. 140+41 700—]-11 700-1—]1 70 1 AS I EA6O 1 AS 700-1-11 NOTE: 1 AS EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madrnn�o —nesome DATE DESCRIPTION DATE DESCRIPTION .r.n. GradyMinor B-t.Spri � P.1ift 34134 �-y 7��v COLL- ffi? ,�'v �y�� �y IL®�U �V T SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT T MA111�1�111�V� No. rpsorlsesozas aa srA��w ROAD NO.t COUNTY PROJECT NO. umix eazna�w'craerm"o..r"m eun cores: zaoo a sasau PLAN SHEET - 10 VETERANS BLVD. 26 R. D-EL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASE 0 20' 40' SCALE: 1 40' R1W LINE RIW LINE — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — Nj Lu CONST. 6" YFI i nWa J-) HITE U-1 Lu LLA 11 145+00 146+00 147+ 00 LUL)i �)F- 144+00 7- 6" WHITE SKIP (10130) VETERANS MEMORIAL BLVD. U-i LLJ wl WIR RPMs @ 40' 6" YELLOW 6" YELLOW -_j Z 6" SKIP WHITE (214) 6" WHITE 6" WHITE q T F,= — - - - - - - - - - RIW LINE BIKE LANE RIW LINE ARROW (TYP.) DIRECTIONAL ARROW (TYP.) m G> BIKE SYMBOL (TYP.) R4-4, 24"x3O" R3-7R, 24"x3O" STA. 144+30 STA. 146+04 1 AS I AS NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED DATE DESCRIPTION R E V I S 1 0 N S DATE DESCRIPTION Q, —dy Mi— —3� I k GradyMinor �X' �' j, B-I. Spri.m. R.,IdA 34134 Pla,,,,, * 1-d .. P, COLL-Iffi? COUXTY SIGNING & PAVEMENT MARKING SHEET NO. B1.10 Spli.o: 239,9471— G,, d,— ...... F.. --z �39'69-30 PLAN SHEET ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. 27 R, D-EL FLYNN, P.E. FLORIDA P.E, LICENSE NO, 76205 EXTENSION - PHASE 0 20' 40' SCALE: 1" = 40' R/W LINE R/W LINE — — — — — — — — — — — — R5-1, 36"x36" DO NOT R3-18L, 36"x36" STA. 148+84 700-1-11 ENTER 1 AS — — — — — — — — — — — — — — — rN N 6" WHITE w/ W/R N 6" WHITE - RPMs @ 40_ W o 6" YELLOW W VETERANS MEMORIAL BLVD. 18" WHITE @ 20' _ 4 CONST. 6" WHITE SKIP (70130) C/1 W 151+00 - 152+00 -w/ W/R RPMT@ 40'- - 153 W LJJ I 48+00 - - 49+00 - - _ — - - I r - + 6" YELLOW 6" WHITE I W Z MD/Y FLEXIBLE 6" YELLOW 6" YELLOW z J DELINEATOR J v 0 6" WHITE 6" SKIP WHITE (2/4) _ U 6" SKIP WHITE (2/4) 0 6" WHITE - U Q �, sor• - - - � 12" WHITE BIKE LANE 24" WHITE ARROW (TYP.) BIKE SYMBOL (TYP.) e° a R/W LINE R/W LINE -� DIRECTIONAL I I ARROW (TYP.) AVM 3N0 = III \ IIDIII� r`—„ A 24" WHITE, SPACING PER ONE WAY JU ),VM 3N0 FDOT INDEX �5 `SIGN TO/ m�� z R6-IL, 36"x72" 711-001 R6-1L, 36"x12" BE RELOCATED r^ STA. 148+36 STOP R6-1R, 36"x12" 701 EA R7-1, 36"x36" I EA STA. 52+30" - � STA. 152+83 700-1-11 R3-5R, 20"x36" 1 AS EXIST. SIGN TO r 1 STA. 148+95 700-1-11 BE REMOVED ISTOPII � 700-]-11 1 AS NOTE: I EA o 0 1 AS EXIST. SIGNS TO REMAIN-� UNLESS OTHERWISE NOTED ONLY R E V I S I O N S o.madrnn�o —nesome .r.n. �-y 7��v ,�'v �y�� �y DATE DESCRIPTION DATE DESCRIPTION GradyMinor B-t.SVrin P1.1ift 34134 COLL- ffi? IL®�U �V T SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT MARKING No. omiapso,l�ezzas eaznaa rAu� Lw a�w'craerm""..r"m eun cores: zaosao asau ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. ]CLAN SHEET 12 28 R. FLYNN, P.E. EXTENSION - PHASE ] FLORIDARIDA P.E.,LICENSE N0. 76205 r O O EXIST. SIGN TO BE REMOVED � / O 700-1-60 O O O O o 4 AS \o O O p — — — R/W LINE IeisiilYDt7�lY EXIST. SIGN TO II BE RELOCATED III 700-]-50 1 EA N W ti W = o J/1 6" YELLOW W W 1 +00 W 6" YELLOW z J_ I Q 6" SKIP WHITE (2/4) 0 20' 40' SCALE: 1" = 40' Q) M W W 2 W W W z J v Q RI LINE BIKE SYMBOL BIKE LANE DIRECTIONAL R/W LINE a°° ;24WH7ITE.(TYP.) ARROW (TYP.) ARROW (TYP.)��� mII �� L p II c� II III z C x EXIST. SIGN TO = z EXIST. SIGN TO 'T EXIST. SIGN TO BE REMOVED m BE REMOVED 700-1-60 700-]-60 R3-7R, 24"x30„ BERELOCATED 1 EA R3-7R, 24"x3O" I EA STA. 155+86 0 NOTE: STA. 154+46 700-1-]1 1 EA EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED 700-1-]] 1 AS 1 AS R E V I S I O N S o.madrnn�o —nesome .r.n. �-y 7��v ,�'v �y�� �y DATE DESCRIPTION DATE DESCRIPTION GradyMinor B-t.SVrin P1.1ift 34134 COLL- ffi? IL®�U �V T SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT El�l[IEI� T MARKINGNo. o�oapso,l�ezzas eay.naa rAu� Lw a�w'craerm�"..r"m eun cores: zaosao asau ROAD NO. COUNTY PROJECT NO. VETERANS BLVD. PLAN SHEET - 13 29 R. FLYNN, P.E. EXTENSION - PHASE ] FLORIDARIDA P.E.,LICENSE N0. 76205 r O p O EXIST. SIGN TO o O O\� BE REMOVED o r 700-1-60 OO O O r0 9 AS 7 EXIST. SIGN TO r z BE REMOVED �ll II � II 700-1-60 1 AS L—=====J o° EXIST. SIGN TO BE RELOCATED \� IIIII II I Z O � I JII 700-1-50 °y —1JL J All 11 1 AS 0 20' 40' SCALE: 1" = 40' R/W LINE R/W LINE— — — — — — — — — — — — — — — — — — — 24" WHITE, SPACING PER— FDOT INDEX 711-001 N W LV 24" = WHITE J/1 W W U1 i 0 W z_ —� = 12" U WHITE i BIKE SYMBOL (TYP.) BIKE LANE ARROW (TYP.) NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED DIRECTIONAL ARROW (TYP.) 7a .. a M ~ 0 i 6" WHITE 6" WHITE CONST. 78" WHITE @ 20' Lu J w w 6" 0 163+00 — — — _ — —16 W — — — — — — — _ — _ — -- — — — — — W _ _ _ _ _ _ _ _ _ u/1 Z� _ _ — — — — — — — — — — — — — — — — — — _ _ _ _ _ _ _ _ — — — — — — _ _ _ 6" YELLOW 6" WHITE w/ W/R VETERANS MEMORIAL BLVD, RPMs @ 40' 6" YELLOW z I v v V 6" WHITE J A T 2 _ _ _ — -- — — — — —. — —. — .— .—_— — - — WHITE PAVEMENT _ — — — — — — — — — — - - — — — — — — — — — —MESSAGE (TYP.)- — — — — R/W LINE - — — / R/W LINE _ — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — F7-1 r — Z D rrl (� FT R9-1L, 36"x36" STA. 158+80 700-7-11 2 AS R E V I S I O N S o.madrnn�o —nesome DATE DESCRIPTION DATE DESCRIPTION .r.n. GradyMinor B-t.Spri � P.1ift 34134 �-y 7��v COLL- ffi? ,�'v �y�� �y IL®�U �V T SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENT T MA111�1�111�V� No. �pso,l�ezaa �rAu� Lw ROAD NO.t COUNTY PROJECT NO. o�oa zas eay.na�w'craerm"o..rom eun cores: zaoo a sasau PLAN SHEET - 14 VETERANS BLVD. 30 R. DANIEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASE 0 20' 40' SCALE: 1" = 40' z R3-17, 24"x78" m p R9-9, 4"x 12" /� g z R3-17P, 24"x8" \ Z� (n D STA. 165+09 700-7-11 Y w 0O STA. ]65+23 700-1-11 \ / R/W LINE R/W LINE � 1 AS — — 1 AS — — — — — — — — _ _ — — — — — — — — — — — — — — — — — — — — — — _ - — — — — — — — — — — \ BIKE SYMBOL (TYP.)BIKE I 1 I LNE ARROW( TYP.) / W/R I O RPMs @ 40' I N M 6" WHITE M 18" WHITE @ 20, \ I w w ,,� I / I w / I z _ V) NJ — — — — —I un w 6" YELLOW - — — - -VETERANS MEMORIAL BLVD. CONST. w w � � 1 +00 168+ 169+00 — — _ — LLJ 165+00 ~ — _+ 166+00 — 6" YELLOW w/ Y/R w Z RPMs@40' J U U ~ 6" WHITE 18" YELLOW @ 20' Q YELLOW � _ � R/W LINE R/W LINE NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED R E V I S I O N S o.madrnn�o —nesome .r.n. GradyMinor B-t.Spri � P.1ift 34134 Civil Engineers Land Surveyors Planners Landscape Architects �-y 7��v ,�'v �y�� �y COLL- ffi? IL®�U �V T SIGNING & PAVEMENT MAR SHEET No. DATE DESCRIPTION DATE DESCRIPTION �pso,l�ezzas eaznaa �rAu� Lw a�w'craerm"o..rom eun cores: zaoo a sasau omia ]CLAN SHEET - 15 ROAD NO.t COUNTY PROJECT NO. VETERANS BLVD. 31 R. DANIEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASE RI-4R, 36"x36" STA. 171+20 700-]-11 1 AS 18" WHITE _@ 20' — — — — — — — — — — — — — — 6" WHITE w/ W/R 6" WHITE RPMs @ RPMs @ 40' —R/W LINE — — M �I W Lu ui V1 I 40' 6" YELLOW w/ Y/R CONSTLLI. 1 173+50 173+0 W 171+00 — — — = 172+00 = EXIST. 6" SKIP U WHITE (10130) Iv ~ EXIST. 6" o Q _ VETERANS MEMORIAL BLVD. 6" WHITE WHITE ti A 18" YELLOW @ 20' BIKE LANE ARROW (TYP.) BIKE SYMBOL (TYP.) — — — — — R/W LINE R/W LINE NOTE: EXIST. SIGNS TO REMAIN UNLESS OTHERWISE NOTED •� R6-1, 36"x36" STA. 173+01 701 AS 7 AS 0 20' 40' SCALE: 1" = 40' R E V I S I O N S o.madrnn�o —nesome DATE DESCRIPTION DATE DESCRIPTION .r.n. GradyMinor B-t.Spri � P.1ift 34134 �-y 7��v COLL- ffi? ,�'v �y�� �y IL®�U �V T SHEET Civil Engineers Land Surveyors Planners Landscape Architects SIGNING & PAVEMENTMA1E�I�III�VG NO. �pso,l�ezaa �rAu� Lw ROAD NO.t COUNTY PROJECT NO. omia zas eazna�w'craerm"o..rom eun cores: zaoo a sasau ]CLAN SHEET _ 16 VETERANS BLVD. 32 R. DANIEL FLYNN, P.E. FLORIDA P.E. LICENSE N0. 76205 EXTENSION — PHASE INDEX OF LIGHTING PLANS SHEET NO. SHEET DESCRIPTION L-1 KEY SHEET L-2 PLAN LAYOUT MAP L-3 TABULATION OF QUANTITIES L-4 GENERAL NOTES L-5 FIXTURE DETAILS AND LIGHTING STATISTICS L-6 POLE DATA L-7 TO L-13 LIGHTING PLANS PLANS PREPARED FOR COLLIER COUNTY GROWTH MANAGEMENT TRANSPORTATION ENGINEERING DIVISION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 � �hl_ 1_ l l; 1" � �h l .A-"1 � 1•I_ �h1" 11/�.�1 VETERANS MEMORIAL BOULEVARD ROADWAY IMPROVEMENTS WORK K WITHIN THE VIE T E RA NS MEMORIAL B O UL E V� RIGHT OF WAY SECTION, C71"1l ON 11 yS 12 71 O NS IHIIP. 48 RANGE: 25 BEGIN PROJECT GOVERNING STANDARDS AND SPECIFICATIONS: Florida Department of Transportation, STANDARD PLANS 2020-21 and revised Index Drawings as appended herein, and 2020 Standard Specifications for Road and Bridge Construction, as amended by Contract Documents. For Design Standards click on the "Design Standards" link at the following web site: HTTPS://WWW.FDOT.GOVIDESIGNISTANDARDPLANS/CURRENTIDEFAULT.SHTM Design Standards For the Standard Specifications for Road and Bridge Construction click on the "Specifications" link at the following web site: s t p://dw.doatte.fl.uslspecificationsofficel c COLLIER COUNTY TRAFFIC OPERATIONS SIGNALIZATION TECHNICAL SPECIAL PROVISIONS (TSP) DATED MARCH, 2019 AND ROADWAY LIGHTING DESIGN STANDARDS DATED DECEMBER, 2018. R25E I R26E 6 .; - ew•� a: _ Boln TO FORT MYERS ,00.o..,. `. ......... .....45 ... �. ' ._ — I ::. a � 901 9 1 •.. 11- 12 7 -- 8 aww....•' ��� EFOOT BEAC T E LFIR E S E R V E ............... :i c:{ (titititiitii •iii•i•: Fi: 17 00 16}:ii 888 14 :: 13 C•cii: :t:• 17 •• • F::::• AIL L I"'DEL IMI :•.. L GG11NS a aZ Qo- Pal W I I IO U g2"4D 22 Riveter// _Acres,..;{ (itii: [•;;; -WI TE RECREATION AREA _x� 21 Napl Estates pa 2NA LEs 24 Riv r DELIMITED AREA :.:•{ _ 20 846 Par shores Irrmoka I ee Rd'ii _ Vanderbilt' . 28 Beach 5I "±•f 27 ' T�\z5 T'1 �••:I -Vitro r-'ILI 30 z9 crI Vander 000 Beach. Estat 360.43 P a k 1 h{.Y?.,.,�•,. i •• ' T 862 'Four5eas rr31 36. 34 1 �` ns 31 93 3z .¢ffia 33 Q 351, Ln 5 ae m 0* pps e8on Ln a P, P a. 8 i 41 2 7 1 Q 9U t r�6 11 -- KEY SHEET REVISIONS DATE DESCRIPTION 0 1 2 Miles END PROJECT 2CE T PALM ACH 4UDERDALE r SHOP DRAWINGS TO BE SUBMITTED TO PLANS PREPARED BY: n%oTPODUC plannino-ennineeriiv 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 TREBILCOCK CONSULTING SOLUTIONS PA CERTIFICATE OF AUTHORIZATION No. 27796 PHONE: 239 566 9551 FAX: 239 566 9553 NOTE: THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION. ISSUE FOR DRAFT DATE: 4117120 ENGINEER OF RECORD: NORMAN J. TREBILCOCK PE AICP P.E. NO.: 47116 i 1010 10.37 FENCE COR C L-7 L-7 L-8 L-9 L- 9 L-10 L-10 NTS L-11 L-12 L-12 L-13 NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 REVISIONS VETERANS MEMORIAL BOULEVARD SHEET DATE DESCRIPTION DATE DESCRIPTION LIGHTING PLANS ��//77 �y�/v MAP NO. !pencoch ROAD NO. COUNTY FINANCIAL PROJECT ID PLAYA LA -rout 1�'1fA1!'anning•enpineerinp NA COLLIER NA L-2 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 S:\Proposals\Public Sector\County_Collier\2020\20-7708 D.Br41M@gs Memorial gfvjtgget Ph]_sub to 4E\Street Lighting\Veterains Lighting 5-19-2020.dwg PAY ITEM NO. DESCRIPTION UNIT SHEET NUMBERS TOTAL THIS SHEET L-7 L-B L-9 L-10 L-1I L-12 L-13 PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL 630-2-11 CONDUIT (FURNISH AND INSTALL) (OPEN TRENCH) LF 630-2-12 CONDUIT (FURNISH AND INSTALL) (DIRECTIONAL BORE) LF 635-2-11 PULL AND SPLICE BOX (FURNISH AND INSTALL) EA 639-1-121 ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER AS FURNISHED BY POWER COMPANY 639-2-1 ELECTRICAL SERVICE WIRE, (FURNISH & INSTALL) LF 715-7-12 LIGHTING CONDUCTOR (FURNISH AND INSTALL) INSULATED, No. 6 LF 715-4-11 LIGHT POLE COMPLETE (FURNISH AND INSTALL -PER LIGHTING FIXTURE SCHEDULE EA 16 18 19 16 18 15 9 111 715-7-12 LOAD CENTER (FURNISH AND INSTALL) PRIMARY VOLTGE EA ] 7 REVISIONS Roach planning-enaineerinq 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 VETERANS MEMORIAL BOULEVARD LIGHTING PLANS ROAD NO. COUNTY I FINANCIAL PROJECT 15 NA I COLLIER NORMAN TREBILCOCK, AICP, PE #4711 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 YA' B UZA 711IO2V OF QUAYV77I711I1ES SHEET NO. L-3 ROADWAY LIGHTING GENERAL NOTES: 1. PRIOR TO ANY EQUIPMENT ORDER, THE CONTRACTOR SHALL SUBMIT FOR APPROVAL BY TREBILCOCK CONSULTING SOLUTIONS, EQUIPMENT SPECIFICATIONS AND DESIGN DATA FOR ALL MATERIAL PROPOSED FOR THE PROJECT. THESE MUST SPECIFICALLY INCLUDE: A. LUMINARIES. B. POLE SHOP DRAWINGS. C. TRANSFORMER BASE SHOP DRAWINGS. D. FUSE HOLDERS, FUSES, FUSE NEUTRALS, SURGE ARRESTERS AND POLE CABLE DISTRIBUTION SYSTEMS. E. FOUNDATIONS. F. COPIES OF MANUFACTURERS WARRANTIES. G. POLE STRENGTH CALCULATIONS, FRANGIBILITY TESTS, ANCHOR BOLT SPECIFICATIONS AND BOLT CIRCLE DIAMETER. H. SHOP DRAWINGS SHALL BE IDENTIFIED WITH THE PROJECT ID AND SPECIFIC PAY ITEM NUMBER. 2. ELECTRICAL WORK SHALL MEET THE REQUIREMENTS OF THE LATEST EDITIONS OF THE NATIONAL ELECTRICAL CODE, THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD PLANS, AND THE COLLIER COUNTY SPECIAL TECHNICAL SPECIAL PROVISIONS (TSP), AND COLLIER COUNTY SPECIFICATIONS AS APPLICABLE. 3. CONDUIT ROUTING SHALL BE POLE TO POLE MAINTAINING POLE SETBACK DISTANCE FROM EDGE OF PAVEMENT. ANY CABLE ROUTING IN LOCATIONS WHERE GUARDRAIL IS PROPOSED SHALL BE OFFSET 2 FEET FROM POSTS. 4. CONDUIT THAT WILL REMAIN EMPTY AS SPARES SHALL BE MANDREL TESTED, CLEANED INSIDE AND BOTH ENDS CAPPED. INSTALL A CORROSION RESISTANT PULL/DRAG WIRE IN EACH CONDUIT AND TERMINATE IN PULL BOXES. 5. AT ALL PULL BOXES AND POLE BASES, ENDS OF CONDUIT SHALL BE A MINIMUM OF 2 INCHES ABOVE THE FOUNDATION AND SEALED IN ACCORDANCE WITH SECTION 630 OF THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. 6. ANY PUBLIC LAND CORNER WITHIN THE LIMITS OF CONSTRUCTION IS TO BE PROTECTED. IF A CORNER MONUMENT IS IN DANGER OF BEING DAMAGED OR DESTROYED AND HAS NOT BEEN PROPERLY REFERENCED, THE ENGINEER SHALL NOTIFY THE DISTRICT LOCATION SURVEYOR WITHOUT DELAY BY TELEPHONE. 7. THE LOCATIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE BASED ON LIMITED INVESTIGATION TECHNIQUES AND SHOULD BE CONSIDERED APPROXIMATE ONLY. VERIFIED LOCATIONS/ELEVATIONS APPLY ONLY AT THE POINTS SHOWN. INTERPOLATIONS BETWEEN THESE POINTS HAVE NOT BEEN VERIFIED. 8. THE CONTRACTOR SHALL VERIFY IF OTHER UTILITIES (NOT SHOWN ON THE PLANS) EXIST WITHIN THE LIMITS OF CONSTRUCTION. SHOULD THERE BE UTILITY CONFLICTS, THE CONTRACTOR SHALL NOTIFY THE ENGINEER AND UTILITY OWNERS OF CONFLICTS AND/OR ADJUSTMENTS AS REQUIRED. LIGHT POLE CLEARANCE TO FPL POWER LINES TO BE A MINIMUM OF 10 FEET SEPARATION. 9. RESTORE DISTURBED AREAS, AS APPLICABLE. 10. BEFORE FINAL ACCEPTANCE, THE CONTRACTOR SHALL PROVIDE FULL SIZE AS -BUILT PLANS TO COLLIER COUNTY. 11. CONTRACTOR SHALL DETERMINE THE SERVICE -REQUIRED DATE FOR THE POWER COMPANY TRANSFORMER INSTALLATION AT THE PRE -CONSTRUCTION CONFERENCE. 12. CONTRACTOR SHALL BE RESPONSIBLE FOR AND MAINTAIN LIGHTING COMPONENTS FOR A PERIOD OF ONE (1)YEAR AFTER FINAL ACCEPTANCE. 13. CONDUIT DEPICTED ON THE PLANS IS SCHEMATIC. NO OPEN CUTTING OF EXISTING PAVEMENT IS ALLOWED. CONDUIT SHALL BE DIRECTIONAL BORED UNDER PAVEMENT. CONDUITS MAY BE DIRECT BURIED IN UNPAVED AREAS, OR MAY NEED TO BE DIRECTIONAL BORED, AS APPLICABLE. 14. CONDUITS ABOVE GROUND SHALL BE RIGID GALVANIZED STEEL (RGS). RISER INTO UTILITY TRANSFORMER AND OTHER CONDUITS SHALL BE SCHEDULE 40 PVC UNLESS OTHERWISE SPECIFIED. SECONDARY CONDUIT SHALL BE BURIED AT 42" BELOW FINISH GRADE (BFG) WITH PLASTIC WARNING TAPE DIRECTLY ABOVE CONDUIT AT 24" BFG. ALL OTHER CONDUIT UNLESS OTHERWISE NOTED SHALL BE BURIED AT 36" BFG, MINIMUM. 15. ROADSIDE CLEAR ZONE - THE MINIMUM CLEAR ZONE FOR AN URBAN FACILITY WITH 45 MPH DESIGN SPEED IS PRESENTED AS FOLLOWS: ROADWAY THRU LANES: 4-FT - MEASURED FROM THE FACE OF CURB - WHERE CURB IS PRESENT (CONSERVATIVELY USE BACK OF CURB FOR TYPE E CURB, SINCE IT HAS AN ANGLED FACE) AND 18-FT MEASURED FROM THE EDGE OF THROUGH TRAVEL LANE WHERE NO CURB AND GUTTER IS PRESENT (FDOT MUMS, TABLE 3 - 15). FOR AUXILIARY LANES, WOULD RECOMMEND 8-FT MEASURED FROM THE EDGE OF PAVEMENT FOR THE AUXILIARY LANE WHERE NO CURB AND GUTTER IS PRESENT (FDOT DM TABLE 215.2.1, NOTE 8-FT CORRESPONDS TO 18-FT CLEAR ZONE RRR IN TABLE--50 MPH). 16. FIFTY (50) FEET 518" COPPER CLAD GROUND ROD SHALL BE DRIVEN AT EACH STREET LIGHT LOAD CENTER ELECTRIC SERVICE. TWENTY (20) FEET 518" COPPER CLAD GROUND ROD SHALL BE DRIVEN AT EACH STREET LIGHT POLE LOCATION. CAD WELDING SHALL BE USED TO CONNECT GROUNDING WIRE TO GROUNDING RODS. 17. A #10 GROUND WIRE SHALL BE INSTALLED BETWEEN THE GROUND CONNECTIONS IN THE TRANSFORMER BASE AND THE STREET LIGHT LUMINAIRE. 18. FLORIDA POWER AND LIGHT COMPANY FURNISHES A 240 AND 480 VOLT 2-WIRE SYSTEM AS APPLICABLE. ALL CONDUCTORS SHALL BE COPPER, STRANDED WITH XLP/USE INSULATION. WIRE INSTALLED BETWEEN STREET LIGHT POLES SHALL NOT BE SPLICED IN PULL BOXES. 19. HANDHOLE COVERS AND TRANSFORMER BASES SHALL BE LOCATED OPPOSITE APPROACHING TRAFFIC. 20. CONDUIT INSTALLED UNDER PAVEMENT (DIRECTIONAL BORES) SHALL BE 2" SCHEDULE 80 HDPE, AS APPLICABLE. 21. PROVIDE AN ATTACHMENT POINT FOR THE ELECTRIC UTILITY COMPANY TO ATTACH TO IF INSTALLING AN OVERHEAD SERVICE POLE. 22, PULL BOXES SHALL BE PER THE COLLIER COUNTY SPECIAL TECHNICAL SPECIAL PROVISIONS (TSP) AS APPLICABLE. PULL BOXES SHALL BE PROVIDED ON BOTH SIDES OF ROADWAY CROSSINGS. LIGHT POLE PULL BOXES MAY ALSO BE USED FOR PARALLEL CIRCUIT RUNS, AS APPLICABLE. PULL BOXES SHALL BE LABELED "STREET LIGHTS'. 23. IDENTIFICATION PLATES SHALL BE INSTALLED ON ALL LIGHT POLES. PLATES SHALL CONTAIN THE FOLLOWING INFORMATION: POLE NUMBER AND CIRCUIT NUMBER AS SHOWN ON THE POLE DATA SHEET. IDENTIFICATION PLATES SHALL BE PLACED AT THE BACK OF THE POLE. COST 1S INCIDENTAL TO THE LIGHT POLE PAY ITEM. 24. THE CONTRACTOR SHALL NOTIFY THE APPROPRIATE UTILITY OWNERS A MINIMUM OF 48 HOURS IN ADVANCE OF ANY EXCAVATION INVOLVING THEIR UTILITIES AND SCHEDULE A PRECONSTRUCTION MEETING PRIOR TO START OF CONSTRUCTION. COORDINATE NEW PRIMARY CONDUIT ROUTING WITH FLORIDA POWER AND LIGHT (FPL). FPL CONTACT IS MR. JOEL BRAY AT 239-586-6403. UTILITY CONTACT INFORMATION AS FOLLOWS: UTILITY OWNER: CONTACT: CROWN CASTLE FIBER FLORIDA POWER & LIGHT SUMMIT BROADBAND INC. COLLIER COUNTY TRAFFIC COLLIER COUNTY BBC ROAD MAINT COLLIER COUNTY STAKE & LOCATES COLLIER COUNTY INFORM TECHNOLOGY TECO PEOPLES GAS COMCAST CENTURYLINK- NAPLES TELEPHONE: DANNY HASKETT (786) 610 - 7073 JOEL BRAY (239) 586 - 6403 MIKE REBER (239) 325 - 4105 X261 PAM WILSON (239) 252-8260 PAMELA LULICH (239) 252-8924 JENNIFER RAINEY (239) 252-5924 JOE OLIVER (239 252-8677 JOAN DOMNING (813) 275 - 3783 LEONARD NEWBOLD (239 432-1861 JIGS SLIANG (239) 336-2003 25. A SURGE ARRESTOR SHALL BE LOCATED AT AND BE READILY ACCESSIBLE IN EACH STREET LIGHTING POLE. SURGE ARRESTOR SHALL PROTECT BOTH THE GROUNDED AND UNGROUNDED CURRENT CARRYING CONDUCTORS. SURGE ARRESTORS SHALL BE EDC #SHA-4803 OR APPROVED EQUAL. SEE THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD PLANS INDEX, AND THE COLLIER COUNTY SPECIAL TECHNICAL SPECIAL PROVISIONS (TSP) FOR BUSS BREAKAWAY REQUIREMENTS, AS APPLICABLE. 25. STREET LIGHTS SHALL BE CONTROLLED BY A HEAVY DUTY PHOTOELECTRIC CELL INSTALLED AT THE POWER SOURCE AS SPECIFIED IN THE RISER DIAGRAM LEGEND. 27. POLES SHALL BE INSTALLED IN ACCORDANCE WITH THE POLE MANUFACTURERS RECOMMENDATIONS. SHOP DRAWINGS SHALL BE SUBMITTED PRIOR TO POLE ORDERING AND INSTALLATION. CONTRACTOR OR POLE VENDOR SHALL FURNISH SIGNED AND SEALED CERTIFICATION FROM A FLORIDA REGISTERED STRUCTURAL ENGINEER STATING THAT POLES WITH SELECTED FIXTURES AND FOUNDATION WILL SATISFY CRITERION TO WITHSTAND WINDS OF 150 MPH WITH 1.3 GUST FACTOR. IN ACCORDANCE WITH ASCE 7-98. FDOT STANDARD INDEX NO. 715-002 MAY BE USED AS A DESIGN REFERENCE TO SATISFY THE WIND SPEED REQUIREMENTS, AS APPLICABLE. 28. EXISTING ROADWAY TRAFFIC SHALL BE ACCOMMODATED AND THE IMPLEMENTATION OF THE PROJECT MAINTENANCE OF TRAFFIC (MOT) PLAN SHALL BE IN ACCORDANCE WITH FLORIDA DEPARTMENT OF TRANSPORTATION (DOT) STANDARD SPECIFICATIONS FOR ROAD & BRIDGE. IN ADDITION, FDOT 102-600 SERIES INDEXES AND THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS SHALL BE THE GOVERNING DESIGN AND IMPLEMENTATION DOCUMENTS. REFER TO FDOT INDEX NO. 102-600 FOR ADDITIONAL GENERAL INFORMATION. THE SIGN SPACINGS SHOWN IN THE FDOT INDEXES ARE TYPICAL (RECOMMENDED) DISTANCES. THESE DISTANCES MAY BE INCREASED OR DECREASED BASED ON FIELD CONDITIONS, IN ORDER TO AVOID CONFLICTS OR TO IMPROVE SITE -SPECIFIC TRAFFIC CONTROLS. NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 REVISIONS GOODLETTE-FRANK ROAD (CR 851) SHEET DATE DESCRIPTION DATE DESCRIPTION JfAIMPROVEMENTS p y �/v NO. TreNCQCH ROAD NO. COUNTY FINANCIAL PROJECT ID 6W ffRAL zV o ffs lip plannino-engineering CR 851 COLLIER NA L-4 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 CONVENTIONAL LIGHTING DESIGN CRITERIA Average Initial Intensity: 1.5 foot candle Uniformity Ratio Avg./Min: 4:1 Or Less Max./Min. 10:1 Or Less Wind Speed: 160 MPH LIGHTING FIXTURE SCHEDULE MANUFACTURER ORDER INFORMATION O QUANTITY LAMP LUMINAIRE CATALOG NUMBER VOLTAGE MOUNTING REMARKS A APOLLO METRO 104 LED ** APOLLO SL5-NW-150-L-T3 480 POLE APOLLO METRO LIGHTING -(SINGLE) LED STREET LIGHTING. PROPOSED POLE: 30-FT MOUNTING HEIGHT WITH A 8-FT ARM AND HOUSE SIDE SHIELDS. ALUMINUM POLE, ATTACHED TO A CONCRETE FOUNDATION. B APOLLO METRO 7 LED APOLLO SL5-NW-150-L-T3** 480 POLE APOLLO METRO LIGHTING -(DOUBLE) LED STREET LIGHTING. PROPOSED POLE: 30-FT MOUNTING HEIGHT WITH A 6-FT ARM AND HOUSE SIDE SHIELDS. ALUMINUM POLE , ATTACHED TO A CONCRETE FOUNDATION. ** NOTE: HOUSE SHIELDS Statistics Description Symbol Avg Max Min Max/Min Avg/Min Livingston Intersection + 2.0 fc 5.8 fc 0.6 fc 9.7:1 3.3:1 Veterans Memorial Blvd- East + 1.8 fc 5.5 fc 0.6 fc 9.2:1 3.0:1 Veterans Memorial Blvd- West + 2.1 fc 6.0 fc 0.6 fc 10.0:1 3.5:1 LEGEND SYMBOLS DESCRIPTION �p LUMINAIRE. PER LIGHTING FIXTURE SCHEDULE. o SCHEDULE 40 PVC CONDUIT WITH XLP / USE CONDUCTORS INSIDE (CONDUIT AND CONDUCTOR SIZE AS SHOWN ON PLAN SHEETS). SCHEDULE 80 PVC CONDUIT, DIRECTIONAL BORED UNDER PAVEMENT WITH XLP / USE CONDUCTORS INSIDE (CONDUIT AND CONDUCTOR SIZE AS SHOWN ON PLAN SHEETS). EXTEND CONDUIT BEYOND EDGE OF PAVEMENT TO PULL BOXES. ❑ PULL BOX. FOR SPECIFICATIONS SEE COLLIER COUNTY ROADWAY LIGHTING TECHNICAL SPECIAL PROVISIONS AS APPLICABLE. DISTRIBUTION POINT. FOR REQUIREMENTS SEE STANDARD PLANS NO. 639-001 OF DESIGN STANDARDS, OR COLLIER COUNTY ROADWAY LIGHTING TECHNICAL SPECIAL PROVISIONS, AS APPLICABLE. NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 REVISIONS SHEET DATE DESCRIPTION DATE DESCRIPTION VETERANS MEMORIAL BOULEVARD TrehIICQCN LIGHTING PLANS lH1I�71'lll�l� �1�71s4l1ILd4' A1DT� No. ROAD NO. COUNTY FINANCIAL PROJECT ID L pllip anning engineering d��7�1DPa `��`���`����`� NA COLLIER NA L-5 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 S:\Proposals\Public Sector\County_Collier\2020\20-7708 E?-rj ggs Memorial gjvtgLpct Ph] sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg POLE NO. CIRCUIT STATION DIST. OR ARM LUMINAIRE WATTAGE MOUNTING HEIGHT POLE SETBACK REVISIONS Trebilcock plannino-enpineerinp 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 POLE NO. CIRCUIT STATION DIST. OR ARM LUMINAIRE WATTAGE MOUNTING HEIGHT POLE SETBACK VETERANS MEMORIAL BOULEVARD LIGHTING PLANS ROAD NO. COUNTY I FINANCIAL PROJECT ID NA I COLLIER I NA NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 SHEET NO. L-6 \ TA00+00.0 \\�—pso STA 00+00.0 A POLE N0. X SEE SIGNAL PLANS STA 00+00.0 A POLE N0. XRW STA 00+00.0 LINE A POLE N0. XLE N0. X CKT. X-X FIXTURE ON CKT. X-X CKT. X-X CKT. X-X UPRIGHT 0 10 40 — Feet e • . °•• ° + VETERANS NZMORIAL 00 88+00 90+ �- + PARTVVA7- - - -��- o z + O n Q BEGIN PROJEC o U*) 87+58.45 cm- 3- 30p v1 • •� ° SEE SIGNAL PLANS — STA 00+00.0 -- STA 00+00.0 FH UPRIGHT STA 00+00.0 A A POLE NO. X A POLE NO. X POLE N0. X CKT. X-X CKT. X-X CKT. X-X STA 00+00.0 RW LINE STA 00+00.0 STA 00+00.0 STA 00+00.0 A A A A POLE NO. X POLE NO. X POLE NO. X POLE NO. X CKT. X-X CKT. X-X CKT. X-X CKT. X-X 0 10 40 Feet VETERANS MEMORIAL PARKWAY 0 0 ry' 95+00 96+00 97+00 98+00 99 z O + o Q z u') Q un i r STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00 A.0 POLE N0. X POLE NO. X A POLE N0. X A POLE NO. X A POLE NO. X A CKT. X-X CKT, X-X CKT. X-X CKT. X-X CKT, X-X NORMAN TREBILCOCK, AICP, PE #4 116 TCS CERTIFICATE OF AUTHORIZATION No. 27 96 ISSUE FOR DRAFT DATE: 4117120 REV/5/ONS VETERANS MEMORIAL LIGHTING PLANS BOULEVARD SHEET No. DATE DESCRIPTION DATE DESCRIPTION ia TPODUCOCR LIGHTING PLANS ROAD N0. COUNTY FINANCIAL PROJECT ID NA COLLIER NA alanning•enuingering L-7 2800 DAV15 BLVD SUITE 200 NAPLES FL 34104 511912020 2:36:13 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg RW LINE STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 A A A A A POLE N0. X POLE NO. X POLE NO. X POLE NO. X POLE NO. X CKT. X-X CKT. X-X CKT. X-X CKT. X-X CKT. X-X 0 10 4 Feet v O + 0 100+00 101+00 102+00 VETERANS MEMORIAL 103+00 104+00 �05 _ _ —� _ _ — PARKWAY — — —�—�— o z 0 Ln 0 � u' z o Q •f • . • . L . • • • • • ° • ° • . • • • • • • • °I ° . • • ° , ° • • • F STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 POI F NO. X A POI F NO. X A POLE N0. X A �QLF A CKT. X-X CKT. X-X CKT. X-X CKT. X-X STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 POLE NO. X A POLE NO. X A POLE NO. X A POLE NO. X CKT. X-X CKT. X-X CKT. X-X CKT. X-X 0 10 40 Feet • ° • • • . ° °• ' • • ' • ° . ° • ° • • • • • • ' .. ° ° • • . • ° 41• • • • 4 ' • • t . a . °' O O Ln 0 106+00 107+00 I08+00 VETERANS MEMORIAL log+oo 110+00 111 1 PARKWAY + z o Q z o � Q un STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 POLE NO. X A POLE NO. X A POLE NO. X A POLE NO. X A A POLE NO. X CKT. X-X CKT. X-X CKT. X-X CKT. X-X CKT. X-X NORMAN TREBILCOCK, AICP, PE #4 116 TCS CERTIFICATE OF AUTHORIZATION No. 27 96 ISSUE FOR DRAFT DATE: 4/17/20 REV1510N5 VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION TPODUCOCR (%7:0) LIGHTING PLANS ROAD N0. COUNTY FINANCIAL PROJECT ID NA COLLIER NA alanning•enuingering L-g 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 511912020 2:36:47 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg STA 00+00.0 STA 00+00.0 A STA 00+00.0 q STA 00+00.0 q RW LINE STA 00+00.0 A POLE N0. X POLE NO. X POLE NO. X O. X POLE N0. X CKT. X-X CKT. X-X CKT. X-X X CKT. X-X 7CKT. 0 10 40 — Feet O O 00 112+00 113+00 114+0o V ET ERANS MEMORIAL 115+00 116+00 11 0 z PARKWAY o o Q z Q STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 A POLE NO. X A POLE NO. X A POLE NO. X A POLE NO. X CKT. X-X CKT. X-X CKT. X-X CKT. X-X STA 00+00.0 A POLE NO. X CKT. X-X STA 00+00.0 A POLE NO. X CKT. X-X STA 00+00.0 STA 00+00.0 A POLE NO. X A POLE NO. X CKT. X-X CKT. X-X STA 00+00.0 RW LINE A POLE N0. X CKT. X-X 0 10 40 L — Fee— 4 PID 00146640104 o o COLLIER COUNTY boo 119 12o+ooVETERANS MEMORIAL121+o0 123 a —�——�— ———�— PARKWAY o N Q z Q STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 A A A NORMAN TREBILCOCK, AICP, PE #4 ] ]6 POLE NO. X POLE NO. X POLE NO. X POLE NO. X POLE NO. X TCS CERTIFICATE OF AUTHORIZATION No. 27 96 CKT. X-X CKT. X-X CKT. X-X CKT. X-X CKT. X-X ISSUE FOR DRAFT DATE: 4117120 REV / 5 ! 0 N S VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION 4)!p0bucoch Ld�a%Il�TdNG PLANS ROAD N0. COUNTY F/NANClAL PROJECT ID NA COLLIER NA anning•enuingering L-9 2800 DAV15 BLVD SUITE 200 NAPLES FL 34104 511912020 2:37:22 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg RW LINE STA 00+00.0 STA 00+00.0 A STA ONO. STA 00+00.0 A POLE NO. X POLE NO. X A X POLE N0. X A POLE N0. X 0 1p 40 CKT. X—X CKT. X—X CKT. X—X CKT. X—X Feet <• <• a a 0 0 + M N O z00 124 00 125+00 126+OO VETERANS MEMORIAL — — — — 127+00— 128+00 12 �A ZTVI AlT — — — Q z � � o Q y a STA 00+00.0 POLE N0. X A POLE N0. X A POLE N0. X A POLE N0. X (APOLE NO. X CKT.X-X — CKT. X X _ _ CKT x-X — — CKT X _ _ rKT X-x STA 00+00.0 STA 00+00.0 A STA 00+00.0 A STA 00+00.0 A POLE NO. X RW LINE POLE NO. X A POLE NO. X POLE NO. X CKT. X—X CKT. X—X — CKT. X—X CKT. X—X 0 ]0 40 Feet Q) Q) + STA 00+00.0 STA 00+00.0 00 — — - R ��V E kZ1�L — 8 POLE N0. X — 132i 00 B POLE %J }3i PO — p z PARKWAY CKT. X-x 49 — CKT. x-x — — ----� — o Ln M i Q z �- o L Q --------__________ ---------- i1 $" -► u~i A • I d y— . . POLE NOX PROPOSED LOAD ENTER L NO MAN THE ILCOCK, AICP, PE #4 116 TCS CERTI ICATE 9F AUTHORIZATION No. 27 96 — ISSU FOR RAFT DATE: 4/17/20 REV/SIGNS VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION TrencocN LIGHTING PLANS ROAD N0. COUNTY FINANCIAL PROJECT ID NA COLLIER NA al anning•enuingering L-10 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 512912020 2:31:56 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg STA 00+00.0 TA 00+00.0 STA 00+0 .0 A STA 00+00.0 A STA 00+00.0 q A POLE NO. X OLE N0. X POLE NO. X POLE N0. X POLE N0. X CKT. X-X — KT. X-X CKT. X-X CKT. X-X CKT. X-X _ 0 1p 40 • ° { — — — — — — — — — — — STA 00+00.0 207' ©8 POLE NO. X CKT. X-X o— , 137+00 13s+ooD VETERA 1�J+�9EMORIAL —�+oo— — — _ ti � J� PARKWAY o o i STA 00+00.0 190, POLE NO. X � � �----------------------------------------------------£-IFS.-X-�------------- - Q � z - - - - - - - - - - - - - - - -C �► Q STA 00+00.0 STA 0+00.0 STA b k00.0 POLE NO. X A POLE �' X A A POLE O - - - --------- CKT. X-X ------- CKT. X-X� — — — — — — — — — — — — — � CKT. X-X - — — — — — — — — — — — — — — — — — — `" — — — — — STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 A A A A POLE NO. X POLE NO. X POLE NO. X POLE NO. X — CKT. X-X CKT. X-X — CKT. X-X CKT. X-X 0 10 40 Feet fan STA 00+00.0 I 143+o0VETERANS L 144+00 145+00 POLE No. X 14 0 ARKWAY CKT. X-X + o — — — Q � z o � Q - - - - - - - - - - - amp FISSUE 1 1 `i' 1 STA 00+00.0 STA 00+00.0 STA 00+00�0 POLE NO. X A A POLE NO. X A POLE N0. X NORMAN TREBILCOCK, AICP, PE #4 116 CKT. X-X CKT. X-X CKT. X-X TCS CERTIFICATE OF AUTHORIZATION No. 27 96 FOR DRAFT DATE: 4117120 REV / 5 ! 0 N 5 VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION ja!pehucoch Ld�a%Il�TdNG PLANS ROAD N0. COUNTY F/NANClAL PROJECT ID NA COLLIER NA anning•enuingering L-71 2800 DAV1S BLVD SUITE 200 NAPLES FL 34704 511912020 2:38:31 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg STA 00+00.0 A STA 00+00.0 STA 00+00.0 RW LINE STA 00+00.0 A PTA A POLE NO. X POLE NO. X A POLE N0. X A POLE N0. X X POLE N0. X NO. _ CKT. X-X CKT. CK �X CYY_X CKT. X-X — 0 1p 40 ' .. •• ,' .. .. , • ,, .. 4 e e STA 00+00.0 8 POLE NO. X O +00 — 8 STA 00+00.0 148+00� -IVY — — 149+00 Y�:�751+00 CKT. X- 152+00 \ 15 n PUCE X — - — I — -- — i — — — — CKT. X-X 0 z M VETERANS MEMORIAL Ln PARKWAY o - - - - - - - - - - - - Z Q Al STA 00+00.0 STA 00+00.0 A A POLE NO. X POLE N0. X CKT. X-X CKT. X-X RW LINE SEE SIGNAL S 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 A A POLE NO. X A POLE NO. X A POLE NO. X ,n, I POL UPR GHT 7 ! CKT. X-X CKT. X-X CKT. X-X CKT. X-X QA ' I VETERANS MEMORIAL Q PARKWAY !o I 154+00 — 5 —I — +00 —]58+00+— — + ry) o I I iZ I U) Q J - - - - - - - - - - - - I-- i i Q I •� e • i +y GNAL PLANS � — — — — — — — ' ---- - - — — ----- �� I I ! i OfIXTUP,-ON STA 00+00.0 A STA 00+00.0 SEE SIGNAL PriANS ! i A POLE N0. X POLE NO. X FIXTURE 01� i • -� CKT. X-X CKT. X-X UPRIGHT '� I I I ORMA ITREBILCOCK, AICPIN27; 116 S CER OF AUTHORIZATIO96 ' R5p • D AFT DATE: 41171 REV / S ! 0 N 5 VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION ia TPOD11coch LIGHTING PLANS ROAD N0. COUNTY FINANCIAL PROJECT ID NA COLLIER NA alanning•enuingering L-12 2800 DAV15 BLVD SUITE 200 NAPLES FL 34104 511912020 2:39:05 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph7_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg STA 00+00.0 STA 00+00.0 A A STA 00+00.0 STA 00+00.0 STA 00+00.0 NO. POLE NO. X POLE NO. X NO. A A POLE NO. X POLE NO. X COT. CKT. POLE NO. X 0 CKT. X-X 10 40 CKT. X-X CKT. X-X Feet Ln r r r r z Q ;�STA 00+00.0 STA 00+00.0 STA 00+00.0 STA 00+00.0 E POLE NO. X A O NO. X POLE A E POLE NO. X A POLE NO. X . X-X- CKT-.--t-X CKT Y" v . - - NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4117120 REVISIONS VETERANS MEMORIAL BOULEVARD LIGHTING PLANS SHEET No. DATE DESCRIPTION DATE DESCRIPTION jolpebucoch d�s ����d�P!��NS ROAD N0. COUNTY FINANCIAL PROJECT ID NA COLLIER NA anniag•engiaterill L-13 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 511912020 2:39:24 PM S:\Proposals\Public Sector\County_Collier\2020\20-7708 D-8 Vets Memorial Blvd Ext Ph/_sub to QE\Street Lighting\Veterains Lighting 5-19-2020.dwg INDEX OF PLANS SHEET NO. SHEET DESCRIPTION T-1 KEY SHEET T-2 TABULATION OF QUANTITIES T-3 PAY ITEM NOTES AND CONTACT INFORMATION T-4 GENERAL NOTES T-5 / T-7 SIGNALIZATION PLAN PLANS PREPARED FOR COLLIER COUNTY GROWTH MANAGEMENT TRANSPORTATION ENGINEERING DIVISION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 c176-r col.-Mty Growth Management Department VETERANS MEMORIAL BOULEVARD ROADWAY IMPROVEMENTS WORK K WITHIN THE VIE 717E RA NS MEMORIAL B O UL E V� RIGHT OF WAY SECTION, 11Q12 TOWNSHIP. 48 RANGEo 25 BEGIN PROJECT GOVERNING STANDARDS AND SPECIFICATIONS: Florida Department of Transportation, STANDARD PLANS 20-21 and revised Index Drawings as appended herein, and 2019 Standard Specifications for Road and Bridge Construction, as amended by Contract Documents. For Design Standards click on the "Design Standards" link at the following web site: HTTPS://WWW.FDOT.GOVIDESIGNISTANDARDPLANS/CURRENTIDEFAULT.SHTM Design Standards For the Standard Specifications for Road and Bridge Construction click on the "Specifications" link at the following web site: http://www.dot.state.fl.uslspecif icationsoff icel Standard Specifications COLLIER COUNTY TRAFFIC OPERATIONS SIGNALIZATION TECHNICAL SPECIAL PROVISIONS (TSP) DATED JANUARY, 2020. 6 e�/' zw�a: B In i`t i. Shore< 000 456 44 _.. .8 4 >z EFOOT BEAC TE (PRESERVE 17 CO 4,n W L-WIGGINS�.�� TE RECREATIONS AREA rt Vander ,000 Beach 360.43 ES of :C 1n rn �P a' R25E I R26E TTO FORT MYERS I 45 2 i 9 10 11 11_ 7 — B f 41 0 ] 2 __ 887 .-� - Miles 16 it I::. 888 5 14 i 3 18 —I. : 7 — °.; QUAIL ?I ° 1:: .: DEL I M I ; - PalWi l l0 9 R i v Acres 22 Estale s 21 Nap I 6 Parl 23 24 Pali NA LES Riv ,r DELIMITED AREA .I Shores Irrmoka I ee Rd :1 _ _ —Pa" 28 ROS L / 27F Vanderbilt Beach _I �\26 I zs { I- I '1 30 I F P a nk Four Seasons �34 I _ 36 so I_r I 36 31' 3� 31 I� 2ED I 7 4 U 3 6 Rme oalb I df�"1�IGY'��'I[LES 11 III ]z-I 7... 20 Ln w G In D a M ; 1 1 F— KEY SHEET REVISIONS DATE DESCRIPTION END PROJECT 2CE T PALM ACH 4UDERDALE r SHOP DRAWINGS TO BE SUBMITTED TO: PLANS PREPARED BY: TPODIICOCR ' planning •enaineerill TREBILCOCK CONSULTING SOLUTIONS PA 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 CERTIFICATE OF AUTHORIZATION No. 27796 PHONE: 239 566 9551 FAX: 239 566 9553 NOTE: THE SCALE OF THESE PLANS MAY HAVE CHANGED DUE TO REPRODUCTION. ISSUE FOR DRAFT DATE: 4124120 SIGNAL PLANS ENGINEER OF RECORD: NORMAN J. TREBILCOCK PE AICP P.E. NO.: 47116 PAY ITEM NO. DESCRIPTION UNIT SHEET NUMBERS TOTAL THIS SHEET T-5 T-6 T-7 PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL 570-1-2 PERFORMANCE TURF, SOD SF 75 75 150 300 630-2-I1 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 101 135 114 350 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 203 207 441 851 632-7-1 SIGNAL CABLE- NEW INTERSECTION, FURNISH & INSTALL PI 1 1 2 632-7-4 SIGNAL CABLE- ADJUST PI 1 1 633-1-121 FIBER OPTIC CABLE, F&l, UNDERGROUND, 12 FIBERS LF 4850 1903 6753 633-1-122 FIBER OPTIC CABLE, F&I, UNDERGROUND,48 FIBERS LF 4850 1903 6753 633-3-11 FIBER OPTIC CONNECTION HARDWARE, F&1, SPLICE ENCLOSURE EA 1 1 1 3 633-3-14 FIBER OPTIC CONNECTION HARDWARE, F&I, BUFFER TUBE FAN OUT KIT EA I 1 1 3 633-3-15 FIBER OPTIC CONNECTION HARDWARE, F&I, PATCH PANEL EA 1 1 1 3 635-2-11 PULL & SPLICE BOXES (FURNISH & INSTALL) EA 12 12 23 43 639-2-1 ELECTRIC SERVICE WIRE (FURNISH & INSTALL) LF 50 50 100 639-3-12 ELECTRIC SERVICE DISCONNECT EA 1 1 2 641-2-12 SERVICE POLE -TYPE P-11 METER EA 1 1 2 646-1-11 ALUMINUM SIGNALS POLE, PEDESTAL EA 4 4 8 16 649-21-3 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 40' EA 1 1 649-21-8 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, DOUBLE ARM 50'-40' EA 1 1 649-21-10 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 60' EA 1 649-21-15 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, DOUBLE ARM 70' EA 1 2 3 649-21-16 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, DOUBLE ARM 70'-30' EA 1 1 649-21-21 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 78' EA 1 1 649-26-3 STEEL MAST ARM ASSEMBLY, REMOVE, SHALLOW FOUNDATION- BOLT ON ATTACHMENT EA 4 4 650-1-14 TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1 WAY AS 9 8 16 33 650-1-60 TRAFFIC SIGNAL, REMOVAL AS 7 7 653-1-11 PEDESTRIAN SIGNAL (FURNISH & INSTALL) (LED) (COUNTDOWN) ( 1-WAY) AS 4 4 8 16 660-3-11 VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL CABINET EQUIPMENT EA 1 1 2 660-3-12 VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL, ABOVE GROUND EQUIPMENT EA 3 3 4 10 660-4-60 VEHICLE DETECTION SYSTEM -VIDEO, REMOVE EA 2 2 663-1-111 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, CABINET ELECTRONICS EA 1 1 2 663-1-112 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&l, OPTICAL, DETECTOR EA 3 3 3 9 663-1-600 SIGNAL PRIORITY & PREEMPTION SYSTEM, REMOVE 4 4 665-1-11 PEDESTRIAN DETECTOR (FURNISH & INSTALL) 4 4 8 16 670-5-110 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 1 2 682-1-133 ITS CCTV CAMERA, F&I, DOME PTZ ENCLOSURE - NON -PRESSURIZED, IP, HIGH DEFINITION 2 2 2 6 685-1-14 SYSTEM AUXILIARIES, F&I, UNINTERRUPTIBLE POWER SOURCE EA 1 1 2 700-2-12 MULTI- POST SIGN, F&I GROUND MOUNT, 12-20 SF (SIGNAL INTERSECTION SIGN) EA 2 2 2 6 700-31-01 SIGN PANEL, FURNISH & INSTALL GROUND MOUNT, UP TO 12 SF+ EA 4 4 8 700-32-01 SIGN PANEL, FURNISH & INSTALL OVERHEAD MOUNT, UP TO 12 SF EA 1 1 1 3 700-5-21 INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL, OVERHEAD MOUNT, 12-18 SF EA 3 3 4 10 715-5-31 LUMINAIRE & BRACKET ARM, INSTALL EA 2 3 5 REVISIONS Roach planninu enaineerina 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 VETERANS MEMORIAL BOULEVARD ROADWAY IMPROVEMENTS ROAD NO. I COUNTY I FINANCIAL PROJECT 15 COLLIER I NA NORMAN TREBILCOCK, AICP, PE #4711 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4124120 SHEET NO. T-2 MOBILIZATION: 101-1; CONTRACTOR TO SURVEY ALL MAST ARM BOLTS AND FOUNDATION. MEASUREMENTS ARE TO BE TAKEN FROM THE CENTER OF EACH BOLT AND CENTER OF FOUNDATION AT EACH UPRIGHT LOCATION FOR ACCURATE MAST ARM FABRICATION. SIGNALS INSTALLATION: 630 THRU 700 INTENTION IS TO PROVIDE COMPLETE FUNCTIONAL SYSTEM. SIGNAL CONTRACTOR TO PROVIDE COLLIER COUNTY WITH RECORD DRAWINGS ACCURATELY DEPICTING PULL BOXES, CONDUIT, SIGNAL & SIGNS. CONTINGENT QUANTITIES PROVIDED, AS APPLICABLE. GROUNDING: THE COST TO FURNISH AND INSTALL GROUND RODS, GROUND ROD WIRING AND ASSOCIATED CONNECTORS FOR CONTROLLER CABINETS, MAST ARM POLES,PEDESTALS AND POWER SERVICES SHALL BE INCLUDED IN THE COST OF THE PAY ITEM BEING GROUNDED. PULL & SPLICE BOX: 535-2-11, PULL & SPLICE BOXES WILL BE PER COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS DATED JANUARY, 2020. (TSP-23, 24). THE COST OF THE CONCRETE APRON AROUND THE PULL BOX SHALL BE INCLUDED UNDER THE PULL BOX PAY ITEM. THE COST OF REMOVAL OF PULL BOXES SHALL BE INCLUDED UNDER 650-1-60. MAST ARM: 649-21: USE THREE 2" AND ONE 314" CONDUITS STUBBED OUT THROUGH THE MAST ARM POLE FOUNDATION AND TEMPORARILY SEAL. ALL MAST ARM ASSEMBLIES SHALL HAVE A TERMINAL COMPARTMENT. SIGNAL HEAD: 650-1: THE COST FOR THE TUNNEL VISORS AND BACKPLATES WITH A 2" REFLECTORIZED (TYPE III REFLECTIVITY) OUT EDGE BORDER SHALL BE INCLUDED UNDER THE SIGNAL HEAD PAY ITEM. THE RED, YELLOW AND GREEN LIGHT SOURCE FOR THE TRAFFIC SIGNAL SHALL BE LIGHT EMITTING DIODE (LED) MAST ARM MOUNTED SIGNAL HEAD BRACKETS SHALL BE PELCO EC, PART NO. 3075, AS MANUFACTURED BY PELCO PRODUCTS, INC. OR APPROVED EQUIVALENT. EMERGENCY VEHICLE DETECTOR ASSEMBLY: 663-1-111 & 663-112: THIS PAY ITEM NUMBER SHALL BE A GTT OPTICOM INFRARED, OR APPROVED EQUIVALENT, EMERGENCY VEHICLE DETECTION ON NEAR SIDE MONOTUBE CENTERED ON THE APPROACH. INSTALL ALL COMPONENTS AND WIRING FOR THE INSTALLATION OF A FULLY OPERATIONAL EMERGENCY VEHICLE DETECTION SYSTEM. EMERGENCY DETECTION COMPONENTS SHALL BE COMPATIBLE WITH A TS2, TYPE I CONTROLLER ASSEMBLY. THE COST TO FURNISH AND INSTALL THE"EMERGENCY VEHICLE DETECTOR WITH CONFIRMATION LIGHT AND "EMERGENCY CONFIRMATION LIGHT WITH ELECTROMECHANICAL RELAY INTERFACE PANEL" SHALL BE INCLUDED WITH THE PAY ITEM NUMBER FOR THE EMERGENCY VEHICLE PREEMPTION. THE CONFIRMATION BEACON INDICATOR SHALL BE L.E.D. EQUIVALENT TO A 90 WATT FLOOD LAMP TRAFFIC CONTROLLER ASSEMBLY: 670-5-110: TRAFFIC CONTROLLER ASSEMBLY SHALL MEET THE COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS DATED JANUARY, 2020 WITH THE FOLLOWING EXCEPTIONS: 1. THE TRAFFIC CONTROLLER CABINET SHALL BE MANUFACTURED BY TRANSPORTATION CONTROL SYSTEMS, INC. OR APPROVED EQUIVALENT. 2. THE TRAFFIC CONTROLLER SHALL BE AN INTELIGHT MODEL X3. :�w���rrramirr.�rrlmriaa�Y:�»r� 685-1-14: THE UPS SHALL BE A CLARY, PART NUMBER SP2000LX WITH INTERNAL SNMP OPTION PROVIDING TCP/IP CAPABILITY TO INTERNET OR APPROVED AQUIVALENT. UPS INSTALLATION SHALL MEET THE COLLIER COUNTY TECHNICAL SPECIAL PROVISIONS DATED JANUARY, 2020. LED EDGE LIT STREET NAME SIGNS: 700-5-21: LED EDGE LIT STREET NAME SIGNS SHALL MEET THE COLLIER COUNTY TRAFFIC OPERATIONS SIGNALIZATION TECHNICAL SPECIAL PROVISIONS, DATED JANUARY, 2020. 700-5-21 SHALL INCLUDE THE COST TO FURNISH AND INSTALL ELECTRICAL SERVICE WIRE TO ENERGIZE THE OVER HEAD EDGE LIT LED STREET NAME SIGNS AND SHALL BE OPERATED BY A PHOTOCELL LOCATED INSIDE THE CONTROLLER CABINET. CONTACT INFORMATION THE MAINTAINING AGENCY IS COLLIER COUNTY. CONTRACTOR SHALL CONTACT COLLIER COUNTY TRAFFIC OPERATIONS PROJECT MANAGER NOT LESS THAN SEVEN DAYS PRIOR TO BEGINNING WORK. TRAFFIC OPERATIONS PROJECT MANAGER COLLIER COUNTY 2885 HORSESHOE DRIVE SOUTH NAPLES, FLORIDA, 34104 TELEPHONE: 239-252-8260 AT LEAST 72 HOURS PRIOR TO BEGINNING CONSTRUCTION, CONTACT COLLIER COUNTY RIGHT—OF—WAY OFFICE, TELEPHONE NO. 239-252-3726. AT LEAST 48 HOURS PRIOR TO BEGINNING THE TRAFFIC SIGNAL /NSTALLATLON, CONTRACTOR SHALL CONTACT THE TRAFFIC SIGNAL INSPECTOR/LIAISON. SUBMITTAL DATA FOR ALL PERMIT JOBS MUST BE IN ACCORDANCE WTH FOOT SPECIFICATIONS SECTION 603.5, AND SHALL BE SUBMITTED TO COLLIER COUNTY TRAFFIC OPERATLONS FOR REVIEW AND APPROVAL OR REJECTION PRIOR TO ORDERING. CONTACT MR. GREGORY GARCIA COLLIER COUNTY 2885 HORSESHOE DRIVE SOUTH NAPLES, FLORIDA, 34(04 TELEPHONE: 239-252-5818 AS REQUIRED BY FLORIDA STATUTES, THE CONTRACTOR SHALL NOTIFY THE SUNSHINE STATE ONE CALL CENTER AT I-800-432-4770 NOT LESS THAN 48 HOURS IN ADVANCE OF ANY OF THE CONTRACTOR'S WORK ACTIVITY WHICH MAY IMPACT ANY UTILITY FACILITY. UTILITY OWNER: CONTACT: TELEPHONE: COLLIER COUNTY TRAFFIC OPERATION COLLIER COUNTY BBC ROAD MA/NT COLLIER COUNTY STAKE & LOCATES COMCAST FPL TECO PEOPLES GAS SUMMIT BROADBAND CROWN CASTLE FIBER COLLIER COUNTY INFORM TECHNOLOGY CENTURYLINK PAM WILSON 239-252-8260 PAMELA LULICH 239-252-8924 JENNIFER RAINEY 239-252-5924 LEONARD NEWBOLD 239-432-1861 JOE BRAY 954-581-3088 JOAN DOMN/NG 8/3-275-3783 MIKE REFER 239-325-4105 DANNY HASKETT 305-552-2931 JOE OLIVER 239-252-8677 JIGS SLIANG 239-336-2003 EXISTING ROADWAY TRAFFIC SHALL BE ACCOMMODATED AND THE IMPLEMENTATION OF THE PROJECT MAINTENANCE OF TRAFFIC (MOT) PLAN SHALL BE /N ACCORDANCE WITH FLORIDA DEPARTMENT OF TRANSPORTATION (DOT) ROADWAY AND TRAFFIC DESIGN STANDARDS. IN ADDITION, FDOT 600 SERIES INDEXES AND THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS SHALL BE THE GOVERNING DESIGN AND IMPLEMENTATION DOCUMENTS. REFER TO FOOT INDEX NO. 600 FOR ADDITIONAL GENERAL INFORMATION. THE SIGN SPACINGS SHOWN IN THE FDOT INDEXES ARE TYPICAL (RECOMMENDED) DISTANCES. THESE DISTANCES MAY BE INCREASED OR DECREASED BASED ON FIELD CONDITIONS, IN ORDER TO AVOID CONFLICTS OR TO IMPROVE SITE —SPECIFIC TRAFFIC CONTROLS. THE WORK ZONE AS POSTED OR MAY BE REDUCED BY /0 MPH WITH APPROPRIATE POSTING AND APPROVAL IN WRITING. NORMAN TREBILCOCK, AICP, PE #47116 TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4124120 REVISIONS VETERANS MEMORIAL BOULEVARD SHEET DATE DESCRIPTION DATE DESCRIPTION TrebilcocN ROAD ROADWAY IMPROVEMENTS PA1Y17ff' M O7ff,f AiVD NO. NO. COUNTY FINANCIAL PROJECT ID io planniva-engineering COX71`41v✓7 .lXF0j?MA71IIOX NA COLLIER NA T-3 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS (TSP) DATED 'JANUARY, 2020". GENERAL NOTES: 1. ELEVATIONS SHOWN IN THESE PLANS ARE BASED ON NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD 88). 2. THE CONTRACTOR SHALL BE AWARE THAT EXISTING UNDERGROUND AND ABOVE GROUND STRUCTURES AND FACULTIES WITHIN THE BOUNDS OF WORK SHOWN IN THE PLANS HAVE NOT BEEN PHYSICALLY LOCATED, ARE BASED ON LIMITED INVESTIGATION TECHNIQUES AND SHOULD BE CONSIDERED APPROXIMATE ONLY. THE VERIFIED LOCATIONS/ELEVATIONS APPLY ONLY AT THE POINTS SHOWN IN THESE PLANS. THE CONTRACTOR IS FULLY RESPONSIBLE FOR LOCATING AND AVOIDING EXISTING UNDERGROUND AND ABOVE GROUND STRUCTURES AND FACILITIES. J. THE PLANS MAY NOT DEPICT ALL UTILITIES IN THE AREA. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY FOR HAVING ALL UNDERGROUND UTILITIES LOCATED AND IDENTIFIED BY PROPER AUTHORITIES AT CONSTRUCTION SITE PRIOR TO CONSTRUCTION. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING AND MEETING WITH ALL UTILITY OWNERS HAVING OVERHEAD OR UNDERGROUND FACILITIES IN CLOSE PROXIMITY OR IN POSSIBLE CONFLICT WITH THE CONTRACTORS WORK PRIOR TO START OF CONSTRUCTION. FOR THOSE UTILITIES LOCATED NEAR THE MAST ARM FOUNDATIONS, THE CONTRACTOR SHALL COORDINATE WITH THOSE UTILITY OWNERS PRIOR TO DIGGING THE FOUNDATION IN CASE A REPRESENTATIVE WOULD LIKE TO BE PRESENT. 5. EXISTING DRAINAGE STRUCTURES WITHIN CONSTRUCTION LIMITS SHALL REMAIN, UNLESS OTHERWISE NOTED. 6. ALL PROPOSED CURB RAMPS SHALL HAVE DETECTABLE WARNINGS SURFACES PER FDOT STANDARD PLANS INDEX 522-002 AS APPLICABLE. 7. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY FOR HAVING UNDERGROUND CABLE AND UTILITIES LOCATED AND IDENTIFIED BY PROPER AUTHORITIES AT CONSTRUCTION SITES, AND SHALL COORDINATE ANY RELOCATIONS AS REQUIRED. SIGNALIZATION NOTES: 8. THE CONTRACTOR SHALL CONTACT COLLIER COUNTY TRAFFIC OPERATIONS 239-252-8260) PRIOR TO NOTICE TO PROCEED TO GET THE LATEST COLLIER COUNTY TRAFFIC TECHNICAL SPECIAL PROVISIONS. 9. THE CONTRACTOR SHALL BE AWARE THAT THE SUE PERFORMED AND DEPICTED IN THESE PLANS DOES NOT RELIEVE THE CONTRACTOR OF ANY RESPONSIBILITY FOR SAFE GUARDING ALL UTILITIES WITHIN THE PROJECT AREA. THE CONTRACTOR SHALL BE RESPONSIBLE FOR EXAMINING THE JOB SITE CONDITIONS BEFORE SUBMITTING BID PROPOSALS IN ACCORDANCE WITH SECTION 2-4 OF THE FDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. THE CONTRACTOR IS RESPONSIBLE TO PERFORM SUBSURFACE EXCAVATION TO ENSURE THE LOCATION OF THE PROPOSED MAST ARMS IS CLEAR OF UTILITIES PRIOR TO ORDERING THE MAST ARMS. /0. THE IMPLEMENTATION OF THESE PLANS SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), THE LATEST EDITION OF THE FDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, THE LATEST EDITION OF THE MINIMUM SPECIFICATIONS FOR TRAFFIC CONTROL SIGNAL DEVICES, THE LATEST EDITION OF THE FOOT DESIGN STANDARDS, AND THE COLLIER COUNTY SIGNALIZATION TECHNICAL SPECIAL PROVISIONS (MARCH 2OI9), EXCEPT AS MODIFIED HEREIN. WHERE CONFLICTS ARISE, THE COUNTY'S SPECIFICATIONS SHALL PREVAIL. It. THE CONTRACTOR SHALL COORDINATE ALL EFFORTS WITH COLLIER COUNTY TRAFFIC OPERATIONS WHEN SPLICING INTO THE EXISTING FIBER OPTIC COMMUNICATIONS SYSTEM. IP�9C:Ii7►�C:1:7�!IllfirlG7�/1=1"idi7/N/�adiL/filjr:LlyyLrZi)M�:L'rrredF`7_'r�r�:�y/J'I�Id�I�ir:CC9� 13. SHOP DRAWING SUBMITTALS SHALL BE IN ACCORDANCE WITH SECTION A60I OF THE FOOT MINIMUM SPECIFICATIONS FOR TRAFFIC CONTROL SIGNAL DEVICES, INCLUDING AMENDMENTS THERETO. 14. FOOT SECT.6II-4 FIELD TESTS OF SIGNAL INSTALLATIONS; PRIOR TO THE 46 HOUR TEST (CONDITIONAL ACCEPTANCE TEST) ALL EQUIPMENT SHALL BE INSTALLED AND OPERABLE. RESULTS OF FIELD TEST, I.E. SECT. 611-4 SHALL BE MADE AVAILABLE TO THE ENGINEER /N WRITTEN FORM. A QUALIFIED REPRESENTATIVE SHALL BE PRESENT AT THE CONDITIONAL ACCEPTANCE INSPECTION OF THE CONTROLLER ASSEMBLY. THE QUALIFICATIONS FOR THE REPRESENTATIVE SHALL INCLUDE COMPLETE FAMILIARITY WITH ALL SYSTEM ELEMENTS INCLUDING CONTROLLERS, COORDINATION UNITS, SYSTEM CLOCKS AND SYSTEM COMMUNICATIONS ELEMENTS. THE REPRESENTATIVE SHALL BE QUALIFIED TO INPUT AND RECALL ALL CONTROLLER AND SYSTEM TIMING FUNCTIONS. 15. THE CONTRACTOR SHALL NOTIFY COLLIER COUNTY'S TRAFFIC SIGNAL SECTION, IN WRITING WITH DATE AND TIMES OF START OF SIGNAL, AND COMPLETION OF CONSTRUCTION PROJECT. 16. SIGNAL CABLE SHALL FOLLOW THE COLOR CODE AND INSTALLATION REQUIREMENTS IN THE COLLIER REVISIONS 17. FOR TRAFFIC SIGNAL COMPONENTS OR DETAILS NOT SHOWN, THE REQUIREMENTS OF THE COLLIER COUNTY SIGNALIZATION TSP DATED 'JANUARY, 2020", FDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, FOOT EVALUATION CRITERIA FOR TRAFFIC CONTROL DEVICES, AND THE FDOT ROADWAY AND TRAFFIC DESIGN STANDARDS SHALL APPLY. 18. ALL GROUNDING WIRE SHALL BE EXOTHERMICALLY WELDED TO GROUND ROD ELECTRODES OR AN ARRAY OF ELECTRODES. 19. AT THE TIME OF THE FINAL INSPECTION OF THE PROJECT, THE CONTRACTOR SHALL FURNISH THE COUNTY'S PROJECT MANAGER WITH TWO COMPLETE SETS OF AS -BUILT PLANS. 20.THE CONTRACTOR SHALL INCLUDE SHOP DRAWINGS FOR THE CLOSED-CIRCUIT TELEVISION CAMERA (CCTV) MOUNTING HARDWARE AS PART OF THE SHOP DRAWING SUBMITTAL, AS APPLICABLE. 21. THE EXISTING SIGNAL INSTALLATION SHALL REMAIN IN OPERATION UNTIL THE NEW SIGNAL INSTALLATION HAS PASSED CONDITIONAL ACCEPTANCE TESTING. THE MAINTENANCE OF THE EXISTING SIGNAL SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 22.THE TERMINATION ENDS OF ALL PVC CONDUIT ENTERING PULL BOXES SHALL BE FITTED WITH A BELL END DUCT FITTING PRIOR TO ANY PULL BOX OR CABLE INSTALLATION. 23.THE TYPE OF EQUIPMENT USED IN THE INSTALLATION OF MAST ARMS/FOUNDATIONS AND THE MOVEMENT/REMOVAL OF STRAIN POLES SHALL MEET THE FOLLOW REQUIREMENTS. A. OVERHEAD LINES SHALL STAY IN PLACE BOTH VERTICALLY AND HORIZONTALLY. B. THE CONTRACTOR SHALL MEET ALL APPLICABLE OSHA REQUIREMENTS. ANY COST ASSOCIATED WITH THE TYPE OF EQUIPMENT REQUIRED FOR THIS INSTALLATION IS INCLUDED IN THE RELATIVE PAY ITEMS. GROUNDING: 24. ALL GROUNDING FOR THE VARIOUS ELEMENTS OF THE TRAFFIC SIGNAL INSTALLATION SHALL BE BONDED TOGETHER TO FORM A SINGLE ARRAY THAT MEETS A MINIMUM GROUNDING RESISTANCE OF 5 OHMS OR LESS. BOND WIRE THAT IS ROUTED THROUGH CONDUIT SHALL BE #6 GREEN INSULATED. 25. FURNISH AND INSTALL GROUNDING AND LIGHTNING PROTECTION TO PROVIDE PERSONNEL AND EQUIPMENT PROTECTION AGAINST FAULTS, SURGE CURRENTS AND LIGHTNING TRANSIENTS. PROVIDE A GROUNDING AND LIGHTNING PROTECTION SYSTEM IN ACCORDANCE WITH THE DETAILS SHOWN IN THE DESIGN STANDARDS UNLESS OTHERWISE SHOWN ON THE PLANS PER FDOT SECTION 620 TRAFFIC CONTROL SIGNAL AND DEVICE INSTALLATION AS APPLICABLE. SIGNAL HEADS AND CABLE: 26. ALL ELECTRICAL CONNECTIONS FOR VEHICULAR TRAFFIC ASSEMBLIES SHALL USE TERMINAL BLOCKS AND INSULATED SPADE TERMINALS. 27. SIGNAL HEADS SHALL INCLUDE ALL SUPPORTING HARDWARE NECESSARY TO RIGIDLY MOUNT SIGNAL HEADS TO MAST ARM. NUTS, BOLTS, WASHERS, SHALL BE STAINLESS STEEL. 28.ALL SIGNAL HEADS HOUSINGS SHALL BE CAST ALUMINUM (BLACK). 29.ALL RED, YELLOW AND GREEN SIGNAL INDICATORS SHALL HAVE FDOT CERTIFIED LED LENS INSTALLED IN THE SIGNAL ASSEMBLY. NO METAL INSERTS FOR ARROWS WILL BE ALLOWED. 30.TRAFFIC SIGNAL HEADS SHALL BE EQUIPPED WITH TUNNEL VISORS AND LOVERED ALUMINUM BACKPLATES. BACKPLATES SHALL BE INSTALLED IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS CONSISTENT WITH SAFE CONSTRUCTION PRACTICES AND MUST MEET COLLIER COUNTY STANDARDS. ALL ALUMINUM BACKPLATES SHALL BE PROVIDED WITH RETRO-REFLECTIVE BORDER MATERIAL. 3/. THE CONTRACTOR SHALL VERIFY COLOR CODES FOR SIGNAL CABLE WITH COLLIER COUNTY TRAFFIC SERVICES DIVISION BEFORE ORDERING, AND WIRE THE SIGNAL IN ACCORDANCE WITH THAT COLOR CODE. 32.THE CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR APPROVAL OF THE STREET NAME SIGN LEGENDS PRIOR TO ORDERING THE SIGNS, AS APPLICABLE. PULL BOXES: 33. PULL BOXES SHALL BE PLACED BEHIND CURB AND GUTTER. WHERE THERE IS NO CURB AND GUTTER, PULL BOXES SHALL BE PLACED A MINIMUM OF TEN FEET FROM THE EDGE OF PAVEMENT. 34. PULL BOXES SHALL FOLLOW THE CRITERIA STATED IN THE COLLIER COUNTY SIGNALIZATION TSP. TPebliCOCR planning engineering 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 35.PULL BOXES SHALL BE INSTALLED ON A BED OF PEAROCK WITH A MIN/MUM DEPTH OF TWELVE (I2) INCHES. 36. UNDER PAVEMENT CONDUIT SHALL BE 3 INCH PVC. MAST ARM POLES: 37. LOCATION OF OVERHEAD WIRES IS APPROXIMATE. A MINIMUM TEN FOOT SEPARATION FROM ANY PART OF THE SIGNAL POLE TO THE POWER LINES SHALL BE MAINTAINED. 38. THE CONTRACTOR SHALL FIELD VERIFY ALL CRITICAL ELEVATIONS PRIOR TO ORDERING. VERIFYING ELEVATIONS IS THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED IN THE COST OF THE ASSEMBLY PAY ITEM. 39. WHERE MONOTUBE, STRAIN POLES, OR ANY OTHER SIGNAL EQUIPMENT REQUIRING FOUNDATIONS ARE PROPOSED IN CLOSE PROXIMITY TO ANY UNDERGROUND UTILITY , THE UTILITY SHALL BE LOCATED AND PROTECTED AND THE INITIAL 5 FEET OF THE SHAFT INSTALLATION SHALL BE HAND DUG. 40. SEE PLANS FOR NUMBER OF CONDUITS TO BE PLACED IN THE MAST ARM FOUNDATION. A MINIMUM OF THREE, 3 INCH CONDUITS SHALL BE PLACED IN THE FOUNDATION. THE CONTRACTOR SHALL ALSO INCLUDE A SEPARATE CONDUIT FOR GROUNDING. ALL CONDUITS SHALL INCLUDE PULL AND LOCATE WIRES. THE PULL AND LOCATE WIRES SHALL BE TERMINATED IN THE APPROPRIATE PULL BOX. 41. THE DEFAULT COLOR COAT SHALL BE FEDERAL CODE COLOR RAL 6005. FOR REFERENCE PURPOSES THE COLLIER COUNTY TRAFFIC OPERATIONS CURRENTLY UTILIZES AMERON COATINGS PSX 700T3, COLOR #5/0007-2/7 " ENGLISH IVY", GREEN FINISH: HIGH GLOSS. ROADWAY LIGHTING: 42. LUMINARIES SHALL BE APOLLO METRO SL4-50,000 LUMEN (SOFTWARE CONFIGURABLE) T3 LENS WITH INTERNAL DRIVER ON A 12 FT. ARM AT EACH UPRIGHT. 43.CONDUCTORS SHALL BE A MINIMUM AWG l0 THWN-2. BLACK= HOT, WHITE=NEUTRAL, GREEN --GROUND. FUSE HOLDERS, FUSE. FUSE NEUTRAL & SURGE ARRESTOR PER CCTO ROADWAY LIGHTING SPECIFICATIONS. VETERANS MEMORIAL BOULEVARD ROADWAY IMPROVEMENTS ROAD NO. I COUNTY I FINANCIAL PROJECT /D NORMAN TREBILCOCK, AICP, PE #4711E TCS CERTIFICATE OF AUTHORIZATION No. 27796 ISSUE FOR DRAFT DATE: 4124120 SHEET NO. NA I COLLIER c Sector\County T-4 \2020\20-7708 D-B Vets Memorial Blvd Ext Phl sub to 0E\Sionals\Veteran5 Sionals 04-24-20 PID 00146080007 COLLIER COUNTY _... ..5.._._ ate._ .a. $° 635-2-11 3 EA 649-21-21 1 EA 650-1-14 7 AS 700-5-21 2 EA 1 I -0- - 2D- — --40-J �*> ----- met —� 150' WEST O INTERS CTI N 630-2-11 5 LF SI- W16 P 635-2-11 1 EA _ 1 -11 Si / W 16 7P 1 SIGNAL 653-I-11 I AS / 715-5-31 ] EA 1 LIGHTING 665-1-11 1 EA ` 66 LF/RUN 635-2-77 2 EA\i 40' ARM- 1 EA 682-1-133 Q 2 1 SIGNAL/ PED Ed vz CCTV TRAFFIC I LIGHTING MONITORING CAMERA z I PED DETECTION 138 vz 106' vz I EA 663-1-112 1 SPARE TURNING 5 97 LF/RUN VEHICLES - 89+00 90+00 635-2-11 3 EA v TO ❑° — +�— ~ — 5 649-21-21 1 EA 650-1-14 2 A5 700-5-21 1 EA ❑6 vB V6A 630-2-11 5 LF 715-5-31 1 EA Q 700-32-01 1 AS 138' 635-2-71 7 EA LUMINAIRE W/ARM D 6 0 663-1-112 1 EA R70-15R 106' v6 646-1-11 1 EA <t -° � 653-1-1 1 1 AS ' 665-1-11 1 EA P7 0. SI-1 P6 ° W 16-7P CONTROLLER 630-2-11 10 LF 630-2-11 15 LF RIGHT OF WAY 630-2-11 10 LF < A 635-2-11 1 EA 632 7 ] ] PI 635-2-1 1 1 EA I II II 646-]-1] 1 EA 660-1-]09 ] EA 0 646-1-11 1 EA 653-1-11 1 AS 670-5-]]0 ] AS 653-1-11 1 AS 150' WEST OF I 665-1-11 1 EA 685-1-14 1 EA INTERSECTION 665-1-]1 1 EA 630-2-]2 - S1-1 7 SIGNAL/ PED'. EXISTING FIBER W16-9P 1 PED DETECTIO INTERCONNECT & PULL BOX 1 SPARE INSTALLED FROM 106 LF/RUN SE CORNER OF ELEMENTARY SCHOOL ENTRANCE & VETERANS MEMORIAL PKWY (EXISTING) ' 7 ��" NORMAN TREBILCOCK, AICP, PE 47116 _ _ TCS CERTIFICATE OF AUTHORIZATION No. 7796 ISSUE FOR DRAFT DATE: 41, 20 REVISIONS DATE DESCRIPTION DATE +r► VETERANS MEMORIAL BOULEVARD SIGNALIZA ION J LAN SHEET ROADWAY IMPROVEMENTS No. Roach ROAD NO. COUNTY FINANCIAL PROJECT ID FUTURE NIGH SCHOOL 1ian9imeouineerinD NA COLLIER NA T-5 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 412912020 1: 00. 47 PM S:\Proposals\Public Sector\County Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph1 sub to QE\Signals\Veterans Siqnals 04-24-20.dwa TURNING VEHICLES • v TO 700-32-01 2 AS RIO-15R 190, V h 106' vs 138' r-mr4m A 635-2-11 2 EA 649-21-16 1 EA 650-1-14 6 AS 700-5-21 2 EA 715-5-31 1 EA �. 6 _ 4 0 nm m - - - - - - - - - - 682-1-133 1 EA ❑2 630-2-11 I SIGNAL CCTV TRAFFIC Q 1 SPARE MONITORING CAMERA ❑2 100 LF/RUN 0 7 EA 663-1-112 139+00 630-2_]2 �5 1 SIGNAL/ PED 1 PED DETECT 1 SPARE ------— — — — — — — — — — o FIBER INTERCONNET _ 1 EA 635-2-17 0 SZ>4850 LF 633-1-121 643 150' WEST OF 4850 LF 633-1-122 EF INTERSECTION PROPOSED FIBER Aw16-9P INTERCONNECT FROM SE CORNER OF ELEMENTARY SCHOOL ENTRANCE & I VETERANS MEMORIAL PKWY (RUN TO PROPOSED HIGH SCHOOL SIGNAL) I 630-2-11 10 LF 635-2-11 1 EA 646-1-11 1 EA 653-1-11 1 AS 665-1-11 1 EA SI-I W16-9P x a 150' WEST OF INTERSECTION 630-2-11 5 LF 5]-] W16-7P 635-2-11 1 EA 646-1-11 1 EA 653-1-17 1 AS 665-1-11 1 EA -0- .,g El V2 635-2-11 2 EA 138 Vz 106' z n� 630-2-11 5 LF i 635-2-11 1 EA 646-1-11 1 EA 653-1-11 1 AS 665-1-11 1 EA CONTROLLER 635-2 630-2-11 15 LF 649-21- 630-2-12 632-7-1 1 PI 650-1- 1 SIGNAL/ PEDf-`q 660-1-]09 1 EA 700-5- 1 PED DETECTION 670-5-710 1 AS 715-5- 1 SPARE 685-7-14 I EA 109 LF/RUN L u rI 646-1-11 1 EA 653-1-11 1 AS 665-1-11 1 EA -11 3 EA 6 1 EA 14 2 AS 21 2 EA 31 1 EA EXISTING FIBER INTERCONNECT & PULL BOX INSTALLED FROM SW CORNER OF LIVINGSTON ROAD & VETERANS MEMORIAL PKWY (EXISTING) \ NORMAN TREBILCOCK, AICP, PE #47116 \ TCS CERTIFICALF aE nnTHOBLZATION No. 27796 ISSUE FOR DRAFT DATE: 4 24 20 DATE DESCRIPTION DATE ia VETERANS MEMORIAL BOULEVARD SHEET Roach ROADWAY IMPROVEMENTS SIIGS1DT�l1�11Z�]17CION PLAN NO. ROAD NO. COUNTY FINANCIAL PROJECT ID elpnnin0•enDineerinq VETERANS MEMORIAL BLr�D � NA COLLIER NA ELEMENTARY SCHOOL T-6 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 412912020 1: 00. 52 PM S:\Proposals\Public Sector\County Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph1 sub to QE\Signals\Veterans Siqnals 04-24-20.dwa PROPOSED FIBER INTERCONNECT FROM SE CORNER OF LIVINGST, DR & VETERANS MEMORI PKWY - 1 EA 630-2-11 7000LF633-1-121 633-1-1000 LF FIBER INTERCONNET 156+00 �a �I /E EXISTING SIGNALS AND II ARM - FOUNDATION TO BE I NATED 4' BELOW GRADE. 5 LF 6 0-2-11 1 EA 6 5-2-11 I EA 6 6-1-11 1 AS 653-1-11 / 1 EA 6 -1-11 Iro LF 630 2-11 EA 646 1-11 AS 653 1-11 \ P4 EA 665-1-17 - ° 635-2-11 3 EA 649-21-10 1 EA 700-5-21 2 EA Q 715-5-31 1 EA LUMINAIRE W/ARM +00 630-2-12 1 EA 1 SIGNAL/ PED vV 1 LIGHTING o9 1 PED DETECTION 1 SPARE 142 LF/RUN 79' LUMINAIRE W/ARM 635-2-11 4 EA 649-21-15 1 EA 650-1-14 4 AS 700-5-21 1 EA 715-5-31 1 EA 1 EA 76U 1-712 I II 635-2-11 3 EA P7 649- ]-21 I EA II 0 20 40 700-5-21 s Feet m1 E 15 LF NP40NITORING CTV TRAFFI C M 635-2-11 1 EA 682-1-13 E 646-1-11 1 EA 653-1-11 1 AS \ 665-1-11 1 EA 663-1-]]2 E 630-2-11 24 LF 8' ARM 635-2-11 1 EA iL-2D - 646-1-11 1 EA i ❑6 El ElP4., L 653-1-11 1 AS - \ - 665-1-1] I EA 175.3' 630-2-12 1 SIGNAL/ PED I LIGHTING I PE-q DETECTION I SPARE 139 LF/RUN ]58+00 a -V LUMINAI /ARM 3❑ 635-2-11 3 EA ` 9' 649-21-15 1 EA 5V-I-14 4 AS 700-5-21 1 EA 715-5-31 1 EA �3-1 1112 ] EA Q 106' REMOVE EXI 3TING SIGNALS AND '° - `•-' - MAST ARM - FOUNDATION TO BE 635-2-11 1 EA ELIMINATED 4' BELOW GRADE. \/ 646-1-17 1 EA / 653-1-11 1 AS 1 EA 1 EA 663-1-112 \ 0 IT 1 1GI11L-6D,, IP 630-2-17 630-2-17 12 LF 635-2-]] 635-2-11 1 EA 635-2-11 _ _ _ 646-1-11 1 EA FIBER INTERCO NET 1 EA 6 -]1 �5p � O ❑2 � 653-1-11 ] AS 1 AS 653-1-] / I I 665-1-11 1 EA 1 EA 665-1-11 1 630-2-12 REMOVE EXISTING SIGNALS ND I I 1 SIGNAL/ PED a, I I EMOVE EXISTING SIGNALS AND MAST ARM - FOUNDATION TO BE 1 LIGHTING °? I MAST AF M - FOUNDATION TO BE ELIMINATED 4' BELOW GRAD I 1 PED DETECTI I I ELIMINA ED 4' BELOW GRADE. 7 SPARE EXISTING I I 160 LF/RUN III I I CONTROLLER 8 LF 630-2-11 I n n I I TO REMAIN 1 EA 635-2-11 1 EA 646-1-11 7 AS 653-1-11 � � �, II I I N NORMAN TREBILCOCK, AICP, PE #47116 7 EA 665-1-11 CMS TIFII i TCATE OF AUTHORIZATION No. 27796 ME OR DRAFT DATE 4 24 20 REVISIONS Roach elpnnin0•enDineerinD a 2800 DAVIS BLVD SUITE 200 NAPLES FL 34104 VETERANS MEMORIAL BOULEVARD ROADWAY IMPROVEMENTS S jjGj�7ALIZA71ION PLAN VETERANS MEMORIAL ��r�17 LIVINGSTONROfAD SHEET NO. DATE DESCRIPTION DATE NO. COUNTY FINANCIAL PROJECT ID T-7 NA COLLIER NA 412912020 1: 00. 57 PM 5:\Propos7ls\Public Sector\County Collier\2020\20-7708 D-B Vets Memorial Blvd Ext Ph1 sub to QE\Signals\Veterans Siqnals 04-24-20.7w 1:1E: QUALITY ENTERPRISES U S A. I N C. DocuSign Envelope ID: 447C25CE-6DCC-4400-A19A-42394CEE4919 Col[iev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7708 Title: Design Build of Veteran Memorial Boulevard Extension — Phase I Due Date and Time: May 20th, 2020 at 4:OOPM Respondents: Company Name City County State Final Ranking Responsive/Responsible Quality Enterprises USA, Naples Collier FL 1 YES/YES Inc., Q. GradyMinor & Associates, P.A. and Preferred Materials. Ajax Paving Industries of Fort Myers Lee FL 2 YES/YES Florida, LLC. and Kisinger Campo & Associates, Corp. (KCA) Wright Construction Group, Fort Myers Lee FL 3 YES/YES RWA and CW3 Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On December 201h, 2019 the Procurement Services Division released notices of Request for Professional Services 19-7708 Design Build of Veteran Memorial Boulevard Extension Phase I. Twenty-eight thousand two hundred twenty (28,220) firms were notified, one hundred forty (140) firms downloaded the bid information and three (3) proposals were received by the due date of February 11th, 2020. All three (3) proposers were found to be responsive and responsible. The Selection Committee met on March 2nd, 2020, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Quality Enterprises USA, Inc. Ajax Paving Industries of Florida, LLC. Wright Construction Group On June 2nd, 2020 the Selection Committee reconvened for Step 2, presentations were given, and the Committee ranked the firms as followed: Quality Enterprises USA, Inc. ranked as 1 Ajax Paving Industries of Florida, LLC ranked as 2 Wright Construction Group ranked as 3 Staff is recommending negotiations with the top ranked firm, Quality Enterprises, Inc. E L_ U_ 0- 0 H Packet Pg. 1317 DocuSign Envelope ID: 447C25CE-6DCC-4400-A19A-42394CEE4919 16.A.32.c Contract Driven = Purchase order Driven 0 Project Manager: DocuSigned by: 5F6C3462BB5F43E... Required Signatures DocuSigned by: Procurement Strategist: I 'P.;r"" Bo 7& 6/8/2020 BCB13261E6AD447... Procurement Services Director: �DocuSigned by: H 6/8/2020 SanZtM3FFJ ffLYPA554F5... Date E 0- 0 Packet Pg. 1318 16.A.32.d collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS L REQUEST FOR PROFESSIONAL SERVICES (RPS) — STEP 1 0 In accordance with Florida Statute 287.055 F_ Consultants' Competitive Negotiation Act FOR DESIGN -BUILD OF Veterans Memorial Boulevard Extension - Phase I RPS NO.: 20-7708 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.boyle@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. Packet Pg. 1319 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.A.32.d REQUEST FOR PROFESIONAL 20-7708 SERVICES (RPS) NUMBER: PROJECT TITLE: Veterans Memorial Boulevard Extension, Phase I PROPOSAL OPENING January 28'� 2019 at 3:OOPM DAY/DATE/TIME: 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: hit2s://www.bidsync.com/bidsync-cas/ As requested by the Transportation Engineering Division (herein after referred to as "Division"), 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 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 improvements to Veterans Memorial Boulevard Extension, Phase I (herein after referred to as "VMB"). The project is located on Veterans Memorial Boulevard from the intersection with Livingston Road to approximately 1.3 miles east of Livingston Road. 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. The purpose of this background is to describe the scope of work and responsibilities of the Design -Build Firm (herein after referred to as "DBF") in connection with the preparation of the Request for Services (RPS) package for the design and preparation of a complete set of construction plans and special provisions, if necessary, for: • Roadway improvements and extension to the transportation facility describe herein. In 2019, the Collier County Public School (COPS) informed the Division of their intention to open a new high school on their facility located on a 15-acre site south of the proposed VMB extension at approximately 1.5 miles west of Livingston Road. With the new high school opening in August of 2023, the County decided to proceed with the planned 4-lane extension for VMB from Livingston Rd. to Old 41 Rd. All right-of-way (herein after referred to as "ROW"), from Livingston Rd. to Old 41 Rd. has been acquired by the County except for the ROW at the Seminole Gulf Railway (herein after referred to as "SGR") crossing. With the ROW issue at the SGR to be addressed, along with the environmental needs, the project was split into two phases. Phase 1 is from Livingston Road to the eastern entrance of the high school (approximately 1.3 miles west). Phase II will connect from the terminus of Phase I to Old 41 Road. The DBF shall construct a temporary access road extending from the west terminus of the existing VMB to the high school property by June 18, 2021 to allow for construction of the new school facilities to begin. To accommodate the high school opening in August 2023, the DBF shall design, build, construct, and open the permanent roadway to the traveling public (Substantial Completion) by January 27, 2023 and Final Completion by March 31, 2023 in accordance with the work described in this RPS 20-7708 Design -Build for Veterans Memorial Boulevard Extension — Phase I E L_ U. Q. O 1 d N M a .r x w m m c LM .y m G 0 I* to N a a) co 2 0 m c 0 .y m ao 0 ti ti 0 N C m E t c� Q Packet Pg. 1320 The contract term, if an award is made, will commence on the date of the Notice to Proceed (NTP) and end on upon acceptance and approval of the final payment. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The intent of this Project is to extend VMB from Livingston Road to the new high school. The new roadway geometry will be urban (curb and gutter) divided arterial consisting of four, eleven -foot travel lanes (two in each direction), a 22-foot wide raised median, five-foot wide on street bike lanes, and six-foot wide concrete sidewalks on both sides of the roadway. The eastbound travel lanes will align with the existing roadway alignment (with the expectation that the existingpavement can remain. A complete reconstruction may be necessary). The eastbound sidewalk will align with the existing sidewalk along the south side of the existing VMB. E ii The County has contracted separately with Environmental Consultants to produce a pond siting report, environmental resource permit, p and Army Corp of Engineers (USAGE) permits. The DBF shall understand that at the time of NTP, the environmental permits may not be issued. The County's expectation is that the DBF will work with the County's Environmental Consultants so that the final - design incorporates the environmental findings and recommendations. No construction shall commence until permits are issued. The N following documents may be provided as part of the Step II phase of this RPS, if they are available: a - Pond Siting Report x w - Master Drainage Infrastructure Map op - Conceptual Roadway Plans - 60% Right of Way maps - Preliminary Noise Impact Analysis - High School Traffic Impact Study (DRAFT) m - Elementary School Traffic Impact Study (DRAFT) aM - Imperial Lakes PUD y d C Compliance with all Environmental Commitments is the responsibility of the DBF. c The stormwater system will be designed to meet the permitting requirements of the applicable permitting agencies. Stormwater system co C4 design will consider the Pond Siting Report provided while employing Harvey Harper analysis, best management practices, open system, closed system, lateral ditches, shared use ponds, exfiltration, etc., or a combination thereof, within or outside the existing a right-of-way. +; Preliminary Right of Way/easement maps, sketches and descriptions, and a topographic survey have been established for the 2 construction corridor limits. It is the responsibility of the DBF to ensure that all Project construction activities are conducted within COi the county -owned Right -of -Way limits. If additional property acquisitions are needed as part of this scope of work, the DBF is to aT complete the right of way mapping and provide legal sketches and description for the additional property acquisitions. y m 0 The DBF shall analyze and design traffic signals in accordance with all applicable FDOT manuals, guidelines, handbooks, procedures, c and current County traffic signal specifications. It is anticipated that the signal system at the intersection of Livingston Road and F. VMB will be up graded, and two new signals will be installed, one at the current elementary school and one at the future high school. c The DBF shall review the Draft TIS for the proposed high school, existing elementary school, and Imperial Lakes development. N Signal timings will be performed by the County. c a� E The DBF shall prepare an Interconnect Plan that will include extending the existing conduit and communications infrastructure at Livingston Road and the intersection of VMB. Neither the existing elementary school nor the future high school will be ;a interconnected. CCTV cameras and associated hardware will be incorporated with the new signal installations. Q Roadway lighting will be incorporated with this project. The DBF shall analyze, document, and design roadway lighting in accordance with all applicable FDOT manuals, guidelines, standards, handbooks, procedures, and current County lighting specifications. The documentation shall include structural calculations for concrete foundations if required, voltage drop calculations, and load analysis calculations. The County has hired AIM Engineering to perform a Noise Impact Analysis. The preliminary Noise Impact Analysis is being made a part of this RPS. The DBF should review the preliminary Noise Impact Analysis and anticipate incorporating traffic noise barriers. 20-7708 Design -Build for Veterans Memorial Boulevard Extension — Phase I Packet Pg. 1321 Prior to commencing any Noise Barrier design, the DBF shall review the Final Noise Impact Analysis and meet with the Co16.A.32.d the Noise Consultant so that the appropriate design might be incorporated in the project. Noise barriers selected shall meet the criteria promulgated by FDOT. Public involvement will be a part of this scope of work. The DBF should anticipate at least three public information meetings. One at the 30% design phase, one at 60% design phase, and one at the start of construction phase. The design and construction of public utilities (potable water, wastewater, and IQ water) will be part of these scope of work. The DBF will provide these services as part of the Project. The intent of this Project is to replace, repair or rehabilitate all deficiencies noted in the RPS within the Project limits such that maintenance work required upon Final Acceptance is limited to routine work. 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 an 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 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 proposals, 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 to submit a 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. 20-7708 Design -Build for Veterans Memorial Boulevard Extension — Phase I E L_ iz Q. 0 d N M IL x w 00 m c aM .y d C 0 co N a d 00 c T y m 0 ao 0 ti ti 0 N c a) E c� Q Packet Pg. 1322 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. 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 Design Build road extension 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 Design Build road extension 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 20-7708 Design -Build for Veterans Memorial Boulevard Extension — Phase I E U. a 0 d N M t a x w m m c aM .y d C 0 m N a d U) 2 .5 00 c T .y m 00 0 ti ti 0 N r-: c a� E t cc Q Packet Pg. 1323 16.A.32.d establish the project location in order to manage day-to-day or on -site information collection and distribution 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)*** 20-7708 Design -Build for Veterans Memorial Boulevard Extension — Phase I 9 Packet Pg. 1324 16.A.32.e collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS L REQUEST FOR PROFESSIONAL SERVICES (RPS) — STEP 2 0 In accordance with Florida Statute 287.055 F_ Consultants' Competitive Negotiation Act FOR DESIGN -BUILD OF Veteran Memorial Boulevard Extension — Phase I RPS NO.: 20-7708 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1325 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.A.32.e REQUEST FOR PROFESSINAL 20-7708 SERVICES (RPS) NUMBER: PROJECT TITLE: Design Build of Veteran Memorial Boulevard Extension — Phase I RPS OPENING DAY/DATE/TIME: April 2111, 2020 at 3:OOPM PLACE OF RPS 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: hit2s://www.bidsync.com/bidsync-cas/ INTRODUCTION Through the issuance of this Request for Professional Services — Step 2 (RPS — Step 2), the Growth Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") is hereby soliciting sealed Technical Proposals, Guaranteed Maximum Price (GMP), and Presentations for a contract to perform Design -Build of Veteran Memorial Boulevard Extension — Phase I (Project). The issuance of this RPS - Step 2 is the second step in a two-step solicitation process for the Project. By utilizing a Design -Build (D-B) project delivery approach, the County expects to secure substantial benefits. These expected benefits include timely and efficient scheduling, optimal risk allocation, competitive design selection, innovation, clear assignment of performance responsibilities to a single contracting entity, long-term reliability, and life -cycle cost savings. Another expected benefit is the full integration of key design, construction, and quality assurance/quality control (QA/QC) personnel in all aspects of the Project. The intent in developing this RPS - Step 2 is to encourage the Proposers to provide the best solution for the Project, consistent with the Project goals and requirements as defined. Proposers should carefully review this RPS - Step 2 to ensure a clear understanding of the Project's needs, objectives, work scope, and requirements. Only the shortlisted firms from the Step 1 process are eligible to respond and those firms are listed below: Quality Enterprises/Q. Grady Minor & Associates Ajax Paving Industries of Florida/KCA Wright Construction Group/CW3/RWA/TR Transportation BACKGROUND The Collier County Transportation Engineering Division (hereinafter referred to as the "Division") is soliciting proposals from firms interested in providing Design -Build Services for the design and construction improvements to Veterans Memorial Boulevard Extension (herein after referred to as "VMB"), Phase I in Collier County, Florida. DESIGN CRITERIA PROFESSIONAL All short-listed Proposers will be provided with the Design Criteria Package which describes the minimum scope and required quality for design and construction of the project, and it also provides additional relevant information about the project. The Design Criteria Package generally provides for less than 30% completion level of the design documents and in no way is it represented as being final construction documents. The Design Criteria Package has not undergone regulatory review and it does not include all the details necessary to identify all materials and items to construct the project. It will be the Design -Builder's responsibility to develop complete construction documents with all necessary details commensurate with the scope and quality indicated in the Design Criteria Package and to meet all regulatory requirements. Each Proposer shall certify on a Certification Form provided that the Proposer acknowledges, understands and agrees that the Design Criteria Package and other project information provided do not constitute construction documents and do not reflect all of the design, permitting, regulatory, and construction requirements for the project, and that, notwithstanding the above, these documents are sufficient in all respects for purposes of the Proposer's preparation and submittal of its Proposal. 20-7708 Design Build Step — 2 E L_ a 0 a) 0 M IL x w m m c y (D C 0 14 co N N a) m c T 0 a) C 00 0 ti ti 0 N C d E t c� Q Packet Pg. 1326 16.A.32.e Proposers are advised that in no event shall a Proposer include any employee of the firm listed above (nor any employee of Collier County) as part of its team for the Project. All communications with the County or Design Criteria Professionals regarding this procurement shall be in accordance with the applicable sections of this RPS - Step 2. PROCUREMENT OVERVIEW AND OBJECTIVES By utilizing a D-B project delivery approach, the County expects to secure substantial benefits. These expected benefits include efficient and cost-effective design, construction and operation, optimal risk allocation, competitive design selection, and clear assignment of performance responsibilities to a single contracting entity. Other expected benefits include the full and appropriately -balanced integration of key design, construction, and QA/QC personnel in all aspects of the Project development. The County's project objectives are to ensure: • An overall positive outcome and experience for the communities involved. • Environmental protection through compliance with all regulatory requirements. • Compliance with other performance guarantees identified in the Agreement. • Project completion on schedule. • A safe Project construction and operating environment. • Good neighbor attributes to adjacent properties in terms of noise, vibration, dust, odors, traffic, and lighting impacts. • Efficient and cost-effective design, permitting, and construction. • A high degree of coordination between the design, permitting, and construction elements. • Ease of operations and maintenance. • Consideration and ease of expandability. • A high degree of security for the Project Sites. • Construction of an aesthetically -pleasing Project. • Successful integration of work completed by others. The County desires to optimize creativity, cost -competitiveness and efficient delivery in the D-B process and will therefore provide some flexibility to Proposers with respect to the design and other applicable elements affected by the overall Program. Nevertheless, it is critical that proposed equipment and designs have been proven to meet the performance requirements of this RPS - Step 2. The proposed project will be subject to all required regulatory approvals including, but not limited to, the Florida Department of Environmental Protection (FDEP), the Southwest Florida Water Management District (SWFWMD), the United States Army Corps of Engineers (USAGE), and all applicable County and regulatory agencies policies and requirements. The County's schedule expects completion of the Project as noted in Design Criteria Package. These milestones are a key factor for implementation of the Project using the D-B procurement method. The Board of County Commissioners (BOCC) approved implementation of this Project using the D-B procurement method and solicitation of the RPS - Step 1 and this RPS - Step 2. It is the County's intent to establish a working partnership among all Project participants - County staff and the Design -Builder. SERVICES SUMMARY The County believes the D-B procurement method will accomplish its objectives. To achieve the optimal benefit from this process, the County prefers that the Proposer's Project team be one that is a truly integrated team with a genuine, collaborative philosophy. Such a team would integrate the two prime roles of designer and builder. These prime roles would be integrated in a manner that supports collaboration and high performing team concepts. This team structure should share risk and reward, contain proper incentives, and allow for the routine conflict resolution of the issues that typically arise among these two prime roles. The Design -Builder shall provide the County with the following integrated D-B services: Overall Project Coordination o Leadership, coordination and communications with internal and external entities to ensure project success o Community outreach, input and information to appropriately engage the community and County personnel, and ensure that overall needs are met o Coordination of activities that interface with other ongoing and planned County projects in the area and related to this Project • Design & Permitting: o Design of the project and all associated elements outlined o Comprehensive permitting of all elements of the project as described in the Design Criteria Package 20-7708 Design Build Step — 2 L_ U. a 0 a) 0 M a x w m m c a� .y d C 0 co N N a d 00 c a� .y CD 0 ao 0 ti ti 0 N r c a� E t ca Q Packet Pg. 1327 16.A.32.e Construction: o Construction management and administration o Construction of the project and all on -site and off -site elements of the project as defined o Seamless maintenance of operations thorough coordination with all project team members o Completion of installation and start-up of all required equipment and systems as well as performance and acceptance tests (where applicable) o Completion of training of County personnel on individual systems and complete facility operation and maintenance requirements (where applicable) o Demolition and Repurposing of existing resources, including transfer to the County of Salvaged Equipment (where applicable) o Other requirements as mandated by the Agreement o Optional construction (where applicable) In providing these services the Design -Builder shall, at all times, comply with the following: • Design criteria and performance standards outlined in the Design Criteria Package • Measures set forth in all approved permits issued by relevant agencies • Design review/approval processes as detailed in this RPS - Step 2 • County and industry design and construction standards GRADING CRITERIA FOR DEVELOPMENT OF FINAL RANKING: For the development of a FINAL RANKING, this evaluation criterion will be utilized by the County's Selection Committee to score and rank 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 2 Evaluation Criteria Maximum Points 1. Technical Proposal 2. Guaranteed Maximum Price (GMP) 3. Oral Presentation 30 Points 50 Points 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 and is invoked by the Procurement Services Division Director or designee. 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. EVALUATION CRITERIA NO. 1: TECHNICAL PROPOSAL (30 Total Points Available) The Proposer shall provide the appropriate information in accordance with the content requirements set forth in this RPS Step 2. No reference to information or details of the Proposer's GMP shall be included in the Technical Proposal. Proposers are advised that, if selected, as part of the contract preparation phase, portions of the information contained in the Successful Proposal could be included or integrated in the Agreement as necessary. The County reserves the right to include (or exclude) any information submitted in the Proposal in the final Agreement. Section 1.0 - Transmittal Letter and Executive Summary (12 pages max.) Together with its Proposal, the County must receive one original, fully executed Proposal Transmittal Letter from the Proposer acknowledging, among other things, that the Proposer has completely reviewed, understands, and agrees to be bound by the requirements of this RPS - Step 2 including all addenda. The transmittal letter shall also clearly note receipt of all addenda (bv addenda numbers) and shall list the DrinciDal contact Derson for the Proposer, their phone number, email address, and street address. The Proposal Transmittal Letter shall be executed by a representative of the Proposer who is empowered to sign it and to commit the Proposer to the obligations contained in the Proposal. If the Proposer is a partnership, the Proposal shall be signed by one or more of the general partners. If the Proposer is a corporation, an authorized 20-7708 Design Build Step — 2 L_ a 0 a) 0 M a x w m 00 c aM .y d C 0 co N N a d U) m c T y a) 0 00 0 ti ti 0 N r c a� E t �a Q Packet Pg. 1328 16.A.32.e officer shall sign his or her name and indicate his or her title beneath the full corporate name. Anyone sig Proposal as an agent shall file with it legal evidence of his or her authority to execute such Proposal. The Proposer shall submit a Project Executive Summary of the key aspects of the Proposal. The Project Executive Summary should briefly describe the Proposers understanding of the County's goals and objectives for the Project, provide notification of any changes to the Proposer's key team members, the Proposer's design -build delivery plan, an overview of the design and construction plans, noise and odor abatement, management of construction impacts to surrounding community, coordination of construction to minimize impact to maintenance of operations, construction traffic control plan, site security plans, public outreach concepts, innovative approaches to project design and/or delivery, demolition and restoration, and other significant aspects of the Proposal. Small scale graphics and architectural renderings of the new and restored site may be incorporated into the Project Executive Summary within the specified page limitations. Section 2.0 — Project Team Approach (10 pages max) This section of the Proposal shall describe the proposed approach the Proposer's Project Team will utilize to address all facets of the project. A written overview should outline team aspects of overall delivery of this project, addressing the team's approach to management, staffing and execution of the project with consideration given to the location of key resources to accomplish the work. This section should include details on how the design -build teams will address the significant personnel resources to complete the design and construction of the project and within the proposed schedule. The Proposer should illustrate to the County how resources will be assigned and managed to meet each phase and each major element of the project. A detailed project schedule should accompany the information provided to outline the major tasks, relationships between the tasks, the resource allocations by task, and considers all elements and requirements outlined in the Design Criteria Package and this RPS — Step 2. The Proposal shall include a Project Critical Path Method (CPM) schedule that presents the major activities necessary to implement the D-B Project. The schedule should commence with the Notice to Proceed with Design Date and extend to Final Completion, including distinct design, permitting, procurement, construction, etc. The Proposer should indicate proposed task start and finish dates and key interim milestones. Proposers shall also identify anticipated County actions and suggested County review periods during design. Proposer should discuss items that may impact the critical path and how these items will be mitigated. Proposers should recognize that the information provided in RPS — Step 1 was used as a basis for short -listing Proposers. Therefore, any changes in any information in the Proposer's submittal including but not limited to personnel, subcontractors, partners, and their personnel or financial capability of the Proposer, found to be unacceptable by the County may result in disqualification of the Proposer, or a deduction in points as deemed appropriate. Therefore, changes to the Proposer's project team, particularly the proposing entity, subcontractors, and personnel, unless it is viewed by the County as an enhancement to the Project Team, shall not be allowed in the step except for extenuating circumstances, such as corporate takeovers, buyouts, and other unforeseen changes. If extenuating circumstances cause a change to the Proposer's team following shortlisting, the change must be clearly identified in Section 3 of the Proposal, with a clear and complete explanation. Proposers may enhance their teams at any time prior to submission of Proposals by adding additional personnel and subcontractor members. Information on additional personnel will be included in the page limit for Section 3. Section 3.0 - Technical Information (no page limit) This section shall present the technical aspects of the Proposer's plan to implement the Project. The project design and construction plans shall be in sufficient detail so that the County can ascertain the Proposer's ability to comply with, the RPS — Step 2, including the Design Criteria Package and applicable regulatory requirements and industry standards. Proposal text, which provides an explanation of a rationale behind the design, including descriptions of the benefits of the proposed design shall be provided in narrative sections of the Proposal. The Proposer shall provide a clear and detailed description of the Project. All major components shall be described, including all infrastructure, site development, mitigation (if applicable), demolition and repurposing and any enhancements, access roads, and elements to address community impacts and permit requirements, as noted throughout the RPS. The Proposer shall outline all technical elements that shall be included in order to demonstrate compliance with the County standards and operational requirements. Enhanced technical features that meet the Design Criteria and that the Proposer feels enhance the value of the proposed Project, shall be described in this section of its Proposal. EVALUATION CRITERIA NO. 2: GUARANTEED MAXIMUM PRICE (50 Total Points Available) 20-7708 Design Build Step — 2 E L_ E a 0 d W t IL .r x w m m c a� d C 0 co N N a d m c a� .y N 0 00 0 ti ti 0 N r c W E t c� w Q Packet Pg. 1329 16.A.32.e A Proposal submitted in response to this RPS - Step 2 shall contain a Guaranteed Maximum Price that fully conforms with and satisfies the format and content requirements described herein and on Guaranteed Maximum Price Form. The Guaranteed Maximum Price must be submitted separately in a sealed envelope and mail to: PROCUREMENT SERVICES DIVISION ATTN: PATRICK BOYLE 20-7708 Design Build of Veteran Memorial Boulevard Extension - Phase I 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 EVALUATION CRITERIA NO.3: ORAL PRESENTATION (20 Total Points Available) All proposers invited to participate in this RPS — Step 2 will provide a thirty (30) minute oral presentation to the selection committee and allow for a fifteen (15) minute questions and answer period after. The content of the oral presentation must be applicable to the submittal for this step with no disclosure of the total Guaranteed Maximum Price. The proposer can discuss how the GMP was obtained; however, the final amount will be revealed at the time of scoring. 20-7708 Design Build Step — 2 E L_ M M 0 d N M t a x w m m c a� .y aD c 0 co N Packet Pg. 1330 A,- 1�,000�,00f�,000�,foof� �; ;Vu �nNira mEMORIAL \,: BOULEVARD EXTENSION= PHASE 1 m F, i I , /1'. i, J�� 0 RPS Number 20-7708 Patrick Boyle, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 --.._... .., -020 �. DEAR MR. BOYLE AND COMMITTEE MEMBERS, Quality Enterprises USA, Inc. (QE) is pleased to submit this proposal in partnership with Q. GradyMinor & Associates, P.A. (GM) and Preferred Materials, Inc. (PMI) for RPS #20- 7708, Veterans Memorial Boulevard Extension - Phase 1, to the Collier County Board of County Commissioners. We have received, reviewed, and understand the requirements of RPS #20-7708, and are confident in our abilities to perform all work on time, within budget, and at high levels of quality. The QE + GM + PMI team has assembled a group of highly reputable, local companies with proven success to participate in this Design Build project. Working with the team will be Bridging Solutions, LLC for Structural Design, Cella Molnar & Associates, Inc. who will handle Public Information, Public Involvement and Communications, Forge Engineering, Inc. for Geotechnical Engineering, Passarella Associates, Inc. for Environmental Consulting, and Trebilcock Consulting Solutions, PA for Street Lighting and Signalization. Also partnering with our team is Earth View, LLC, QE's in-house Trenchless Technology sister company who will provide Subsurface Utility Engineering services, including utility locates and soft digs by vacuum excavation. Quality Enterprises USA, Inc. has successfully completed millions of dollars worth of roadway improvement and extension projects for various local government agencies and self performed over 90% of each respective project. These projects involved the construction of new roadways, reconstruction of existing roadways, pathways, drainage and utility work, and lighting and signalization. QE has a thorough understanding of Collier County's procurement process; from bonds and contracts, submittals and acquisition of materials, to field construction and restoration, QE has the staff and resources to ensure project success. Quality Enterprises prioritizes the use of advanced construction technology, maintains a large equipment fleet, holds the required licenses and certifications for work under this RPS, and has extensive project experience in the local area. More information on the Firm's Qualifications and Resources is provided throughout this Qualification Package. SELF PERFORMANCE 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 to rapid project changes, and guarantees that a diverse and skilled workforce is available throughout an entire project. QE's management team is efficiently structured and is focused on strong communication, coordination, and decision making. With over 250 local employees and 300+ pieces of modern heavy construction equipment, QE has the resources of large competitors but an attentive and responsive management structure characteristic of a small firm. JOBSITE & LOCATION QE's corporate office and equipment yard are 15 miles from the project site. Additionally, GM's office is 6 miles, and PMI's office is 8 miles, from the project site. The close proximity of the QE + GM + PMI team will enhance project efficiency, allows for prompt mobilization of materials and equipment, and allows key personnel to easily perform daily job site visits. A PROVEN PARTNERSHIP QE + GM have collaborated on 38+ projects and maintain a strong working relationship with Preferred Materials. The 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 Collier County. Respectfully, LOUIS J. GAUDIO Vice President Initial Point of Contact Phone: 239.435.7200 Email: Igaudio@qeusa.com -u. S NO YY _ I� TABLE OF CONTENT 1 Ability of Professional Personnel 2 Certified Minority Business Enterprise 3 Past Peformance 4 Location 5 Recent, Current, and Projected Workloads of the Firm A Reauired Forms ABILITY OF PROFESSIONAL PERSONNEL \I QUALITY ENTERPRISES USA, INC. I 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: U I Aviation Roads and Bridges Heavy Highway 0 0 Underground Utilities Water Treatment Many other types of & Storm Piping & Storage specialized construction I 93-019 QE + SWFL PROJECTS I 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 SWFL construction and regulatory conditions, directly pertaining to dewatering, sandy soils, 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 and has held both the Collier County School Board Contract and Collier County Utility Emergency Contract since 2007 and 2008, respectively. Additionally, QE has maintained an Annual Contract for Bridge Repairs and Maintenance with Collier County since 2014. 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 Veterans Memorial Blvd. Extension - Phase 7 Project. ABILITY OF PROFESSIONAL PERSONNEL QE I A NATIONAL 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 mechanical dredging, installation of steel sheet piles, battered H-Piles, and concrete for over 10 miles worth of flood walls. QE's attentiveness and punctuality will prove beneficial for RIPS #20-7708, Veterans Memorial Boulevard Extension -Phase 1. The organizational chart on the following page displays team members for this Design Build project. QE QUALITY ENTEIiPRISEB I LOUIS J. GAUDIO Vice President I Fred L. Wiedner Construction Project Manager Harlan Sawyer Paul J. Moriarty Margarita Negron Isa Carreras Estimator Superintendent Managerof Project Administrator/ Health & Safety EEO Officer Collier Cou"ty © Grady Minor I DANIEL FLYNN, P.E. Design Project Manager Sally Goldman, P.E. Justin Frederiksen, P.E. Frank Feeney, P.E. Alex Dunko, P.E. Design Project Deputy Project QA/QC Design Project Engineer Manager Engineer Subsurface Utility Environmental Geotechnical Engineering Engineering Engineering E"rth 4 16PASSARELLA P�evise Utility LoeaHne & ASSOc1ATmS FORGE SUBCONTRACTORS A► Preferred MATERIALS, INC. A CRH COMPANY I JASON BATES Project Manager Jerry Fletcher Chuck Molloy Area Manager Operations Manager Rick Featherstone, G.C. Richard Chalupa, R.L.A. Construction Landscape Inspector Architect Minority Business Public Street Lighting Structural Enterprises Information & Signalization Design 9W"WO R ; I Trehl cock BRIDGING ,�.,�i�o-.00i.aei,o uw SOLUTIONS ABILITY OF PROFESSIONAL PERSONNEL HE'S PREPARATION FOR THE JOB Quality Enterprises USA, Inc. is prepared to provide Collier County with roadway improvement and extension services. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that QE 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 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. QE has never been debarred or failed to complete a project and has the ability to obtain performance and payment bonds. it is important for Collier County to know that QE has successfully completed all of their past roadway improvement and extension projects. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and maintains a premiere management and support staff to ensure that all projects are performed to the highest degree. QE is a trusted, versatile contractor and will not disappoint. The following graphs demonstrate QE's growth from 2076 - Present. ` Number of Employees 2018 2016 -Present New Equipment + Vehicles Purchased 579,732 Number of Jobs 11� WGradyMinor ABILITY OF PROFESSIONAL PERSONNEL Established in 1981, Q. Grady Minor and Associates, P.A. (GradyMinor) has provided expert Civil consulting services to a wide array of Public and Private clients throughout Southwest Florida. Throughout the years, GradyMinor has had the opportunity to thrive on a strong technical and business foundation, enabling the firm to develop a reputation for outstanding customer service while emerging as one of the industry leaders in Civil Engineering and Land Development in Southwest Florida. GradyMinor is fully licensed and insured and has successfully completed projects of varying size and scope. This includes small sidewalk improvements to complete streets, multimodal roadway improvements, and the design and construction of new alignment roadways. Additionally, GM's scope includes small utility relocation projects to complete water, wastewater, and stormwater collection, transmission, distribution, storage, pumping, and treatment systems. and small site improvements to large hundreds of acre site developments. GradyMinor is a locally owned and managed firm of 62 employees, just under half of which live in Collier County, including president (Mark W. Minor, P.E.), secretary and co-owner Wayne Arnold A.I.C.P, and Vice President (Justin Frederiksen, P.E.). GRADYMINOR'S LOCAL STAFF INCLUDES: • Eleven (11) Professional Engineers • Two (2) Professional Surveyors and Mappers • A Certified Planner • One (1) Landscape Architect • A licensed General Contractor • Nine (9) Engineering Technicians • Five (S) Survey Crews • Survey Technicians • Engineer Interns ABILITY OF PROFESSIONAL PERSONNEL QE+ GM + PM1 I A PROVEN 6 ESTABUSHLD PARTNERSHP The QE + GM + PMI team is well established in Collier County. With over 100 years of experience, this team has successfully completed hundreds of projects in the area, both invidually and collaboratively, all on time, within budget and at high levels of quality. UNDERSTANDING OF PROJECT IMPACTS Collier County Public School (CCPS) is opening a new high school in August 2023 on a 15-acre CCPS property site located on the south side of the proposed Veterans Memorial Boulevard extension, approximately 1.5 miles west of Livingston Road. As a result of the new high school opening in August of 2023, Collier County has decided to proceed with the planned 4-lane extension for Veterans Memorial Boulevard from Livingston Road to Old 41 Road. As understood, all right-of-way (ROW) from Livingston Road to Old 41 Road has been acquired by the County except for the ROW at the Seminole Gulf Railway (SGR) crossing. Due to the ROW at the SGR not being acquired to date and environmental permitting required on the western portion of the proposed Veterans Memorial Boulevard extension, the County has divided the Veterans Memorial Boulevard extension project into two phases. Phase 1 is from Livingston Road to the eastern entrance of the proposed high school (approximately 1.3 miles west of Livingston Road). Phase II will connect from the terminus of Phase I to Old 41 Road. To accommodate the high school opening in August 2023, Phase 1 of the Veterans Memorial Boulevard extension project requires that the roadway extension is designed and constructed to the traveling public (Substantial Completion) by January 27, 2023 and Final Completion by March 31, 2023. Additionally, construction of the proposed high school is scheduled to begin by June 18, 2021. As a result, Phase 1 of the Veterans Memorial Boulevard extension project includes the construction of a temporary access road extending from the west terminus of the existing Veterans Memorial Boulevard to the high school property by June 18, 2021. In addition to providing access to the proposed new high school, Veterans Memorial Boulevard extension is a critical east/west link in the Collier County road network as detailed in red in Exhibit 1.1. The QE + GM + PMI team understands the necessity to extend this portion of the corridor and has an unmatched advantage due to GM's recent experience designing the geometry for the Veterans Memorial Boulevard extension and the team's overall knowledge of Collier County. The Veterans Memorial Boulevard extension geometry will be an urban (curb and gutter) divided arterial consisting of four, eleven - foot travel lanes (two in each direction), a 22-foot wide raised median, five-foot wide on street bike lanes, and six-foot wide concrete sidewalks on both sides of the roadway. The eastbound travel lanes will align with the existing roadway alignment. The eastbound sidewalk will align with the existing sidewalk along the south side of the existing Veterans Memorial Boulevard. Exhibit 1.2 details how the new proposed roadway and sidewalk would align with the existing roadway which currently extends just west of Secoya Reserve. MEDITERRA —..-- -- — — — — — —.,- Ir _ — —. — — -- .— —_..— �'�_�..� — f --- _ --- s�o 1— . I I I 1 1 I I I � 10 I ti EXHIBIT 1.2 SECOYA RESERVE 1 I3 �J ~ -___»_-- _�f______f�_�_ — —�PE -T �o . ,.FJ El, s' tout, so¢re�. VETERANS MEMORIAL ELEMENTARY ABILITY OF PROFESSIONAL PERSONNEL _ fi III it I II t" I As seen in the Exhibit 1.3 above, also included in this project are modifications to the intersection of Livingston Road at Veterans Memorial Boulevard due to the new four -lane divided typical section. Transitioning the roadway from a four - lane divided roadway to a two-lane, two-way roadway will be required just east of Livingston Road. This transition will need to meet current Collier County and FDOT standards.. GRADYMINOR PROJECT HISTORY WITHIN PROJECT LIMITS GradyMinor has been working on Veterans Boulevard for approximately 15 years including engineer of record services for the construction of segment between Livingston Road and 1-75 (easterly segment) and Preliminary design engineering and surveying services for the segment between Livingston Road and Old 41 Road (westerly segment). EASTERLY SEGMENT EXPERIENCE GradyMinor succeeded Heidt and Associates as Engineer of Record during construction of the road segment between Livingston Road and 1-75 in the mid 2000's. The easterly segment was part of Talis Park Developer's commitment, and during construction GradyMinor performed extensive inspections and oversight, coordinated with the contractor to perform remedial work, oversaw substantial and final completion inspections, oversaw testing, and in general ensured the road was constructed per Collier Countystandards prior to the road being dedicated to Collier County. WESTERLY SEGMENT EXPERIENCE GradyMinor has been performing engineering and surveying services in the immediate Veterans Memorial Boulevard Extension Design -Build Project area since before the planning and construction of Livingston Road. When the area was used for agriculture (tomato farms) GradyMinor was retained to design impoundments and perform impoundment berm inspections. Additionally, GM was retained by the Imperial Golf Course Owners Association and the developer to design and permit surface water management improvements. Subsequent to the opening of Livingston Road between Immokalee Road and Bonita Beach Road, GradyMinor was retained byvarious developersto plan, design, permit and build several residential enclaves and the Royal Palm Academy, all in close proximity to the project site. GM's experience directly related to the westerly segment is evident by GM being the Planner, Engineer and Survey for the Imperial Lakes PUD project. Over the past many years, GradyMinor has worked closely with at least two environmental consultants in mapping wetlands. GM has completed engineering surveys and topographic surveys of the road corridor and surrounding lands by researching public records and coordinating with County staff. This was done to gain a thorough understanding of the existing surface water flow characteristics and surface water management systems of the neighboring developed properties, including problems and potential solutions. In anticipation of a potential Imperial Lakes/County joint venture GM designed 30% road plans for Veterans Memorial Boulevard between Livingston Road and Old 41 Road. GM also met with Collier County Transportation and Development Services Staff several times during the process of developing road cross sections and geometric plans that are almost identical to the proposed cross-section and road alignment. GradyMinor has calculated preliminary cost estimates for both the design, permitting, bidding, construction and dedication of this road together with a detailed permitting and construction schedule. We have a high-level understanding of the design and permitting requirements for this project. Additionally, GradyMinor has collected a trove of technical data including environmental reports, surveys and primary design plans and have gained a very high level of hands-on knowledge that will be an enormous advantage resulting in reducing the amount of upfront investigative and data collecting time. We will be able to jump right into construction documents and will be able to complete the project in advance of the stated deadlines. PERMITTING ABILITY OF PROFESSIONAL PERSONNEL As understood, Collier County has contracted separately with Environmental Consultants to produce a pond siting report, environmental resource permit, and Army Corp of Engineers (USACE) permits. Although the environmental permits may not be issued at the time of notice to proceed (NTP) for this design build project, the QE + GM + PM team is committed to working with the County's Environmental Consultants to ensure that the final design incorporates the conditions set forth in all the permits. PROJECT SCOPE QE + GM + PMI have reviewed the detailed scope of work provided in the Veterans Memorial Boulevard Extension Design -Build Project Phase I advertisement, we take no exceptions to the scope, and are prepared to meet all the required standards and schedules to deliver a successful project to Collier County and the community. It should be noted from the start that all design and construction for the proposed roadway, stormwater, utility, lighting, traffic signals, and communications will be held in compliance with all Collier County Utility Right -of -Way Standards and Ordinances, FDOT Standards, and Collier County Utility Standards. CRITICAL PROJECT SUCCESS FACTORS COMMUNICATION The QE + GM + PMI team understands the importance of communicating to all the stakeholders in the vicinity of this project which include the adjacent HOAs, adjacent property owners, and the Collier County School District. In orderto ensure the project is a success, the team will communicate with all the stakeholders from the initial design phase of the project, all the way through construction. Additionally, the team will maintain close communication with all affected County divisions and any other contractors working near the project area. The QE + GM + PMI team 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 Vice President, Louis J. Gaudio, QE's Construction Project Manager, Fred L. Weidner, and GM's Deputy Project Manager, Justin Frederiksen, P.E. X61611911.1_N0If]►Vd/111117[de]„1 4.1XG1911J2111CA1111-34[01&Yel:1616]KI The QE + GM + PMI team has reviewed a conceptual traffic control plan that could be implemented for the improvements associated with the Veterans Memorial Boulevard Extension Design -Build Project Phase I and has identified critical construction items that may affect student drop-off and pick- up. Items such as the construction of drainage infrastructure and intersection improvements will need to be phased in such a way to ensure the disruption of traffic associated with Veterans Memorial Elementary parent drop-off and parent pick-up is kept to a minimum. GM has recent experience coordinating with Collier County Public Schools on roadway and utility projects adjacent to Gulf View Middle School and Barron Collier High School; the QE + GM + PMI team will take the lessons learned from these projects and implement them for this project. TEMPORARY ACCESS ROAD DESIGN QE + GM + PMI team identified yet another cost and schedule saving for this project: expedite the design of the corridor to ensure that the horizontal and vertical geometry of the temporary access road extending from the west terminus of the existing Veterans Memorial Boulevard to the high school property is utilized for the eastbound lanes of the ultimate 4-lane divided roadway section. The QE + GM + PMI team is committed to quickly designing the profile for the Veterans Memorial Boulevard extension based on the locations of the ponds, minimum roadway elevation (based on the stormwater ICPR model), and spread criteria to ensure the temporary access road can be utilized for the ultimate 4-lane design. QUALITY CONTROL/ QUALITY ASSURANCE ABILITY OF PROFESSIONAL PERSONNEL SAFETY APPROACH With extensive design and construction experience in Collier County, the QE + GM + PMI team 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+GM+PMI will provide a full time Quality Control Manageron this project who will confirm that all materials and installations comply with Collier County Standards. 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. Due to the projects' proximityto Veteran's Memorial Elementary, work adjacent to this existing school may be best performed during non -school times, such as winter, spring or summer breaks. QE + CM + PMI will communicate with stakeholders throughout the life of the project; this will ensure that affected parties are aware of the design and construction schedule and will allow the team to accomodate scheduling concerns. QE + GM + PMI's Scheduled Project Approach includes: Conduct a pre -construction meeting with Collier County to determine critical areas of work and sequencing. 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. f The personal health and safety of each employee and associate of QE 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 job site. The SSHP is implemented and strictly enforced to incorporate the most stringent practices and procedures with regards to worker safety. SELF -PERFORMANCE QE has the unique ability to self -perform many aspects of this project including: clearing and grubbing, earthwork, installation of storm piping, utilities and all base courses, curb and sidewalk. PMI will perform all asphalt paving, and subcontractors will be retained for striping and signalization. Self -performance allows for total control of construction activities, safety, and scheduling. PMI I A TRUSTED PARTNER Preferred Materials is the leader in production of high quality hot mix and warm mix asphalt. Operating 16 asphalt plants serving five major markets in Florida, Georgia and South Carolina, PMI produces DOT spec mixes as well as custom mixes. PMI has 13 CMEC-accredited Asphalt Quality Control labs in Florida and DOT certified labs in both Georgia and South Carolina. PMI ensures quality through individual quality control initiatives, rigorous product testing, management plans, and procedures. Additionally, PMI is committed to sustainability and to investing in recycled materials and technologies that reduce emissions. PMI will provide all asphalt paving services on RIPS #20- 7708 and has a strong working relationship with Quality Enterprises USA, Inc., as the two companies have collaborated on several projects together. PMI has maintained the Annual Resurfacing Contract for Collier County since 2014, resulting in roughly $7 million worth of work per year. Quality Enterprises USA, Inc. RPS No.: 20-7708 PROJECT SCHEDULE Design -Build of Veterans Memorial Blvd Extension - Phase 1 Preliminary Project Schedule ID Task Name Start Finish June un I July I August Septe Octobe Novem Decem Janua Febru March April May June July August Septe Octobe Novem Decem Janua Febn� March April May June July August Septe Octobe Novem Decem i—a Febru March ul Au 0 Nav De lan F b Mar A r Ma n I A O t N v D an F b Mar A r Ma n Au 0 Nov D c Jan Feb Mar April A r 1 Notice to Proceed Wed 7/1/20 Wed 7/1/20 Design/Permitting Phase Wed 7/1/20 Fri 1/8/21 Permits (by County) Wed 7/1/20 Fri 11/27/20 Assist and Coordinate Permit Acquisition by DBF Wed 7/1/20 Fri 11/27/20 Survey for Design Wed 7/1/20 Fri 7/10/20 Roadway Design 30% Plans Mon 7/13/20 Fri 9/11/20 County Review Mon 9/14/20 Fri 9/25/20 Roadway Design 60% Plans Mon 9/28/20 Fri 11/6/20 County Review Mon 11/9/20 Fri 11/20/20 Public Information Meeting Mon 11/23/20 Mon 11/23/20 Roadway Design 100% Plans Mon 11/23/20 Thu 12/24/20 County Review Mon 12/28/20 Fri 1/8/21 Construction Phase I - Temporary Roadway Mon 1/11/21 Thu 6/17/21 Public Information Meeting Mon 1/11/21 Mon 1/11/21 Mobilization Mon 1/18/21 Mon 1/18/21 MOT Devices Tue 1/19/21 Wed 1/20/21 Survey Thu 1/21/21 Wed 1/27/21 Erosion Control Thu 1/28/21 Wed 2/3/21 Clear & Grub Thu 2/4/21 Wed 2/17/21 Earthwork Thu 2/18/21 Wed 3/31/21 Installation of Utilities (WM for fire protection Thu 4/1/21 Wed 5/19/21 during construction) Installation of Storm Piping Thu 4/22/21 Wed 5/19/21 Installation of Roadway Base Thu 5/20/21 Wed 6/9/21 Place Construction lift of Asphalt Thu 6/10/21 Wed 6/16/21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Project: Preliminary Project Sch Date: Mont/10/20 Task Summary ii Inactive Milestone '. Duration -only Start -only C External Milestone ♦ Manual Progress Split ............. Project Summary ii Inactive Summary 0 0 Manual SummaryRollup Finish -only 7 Deadline Milestone ♦ Inactive Task Manual Task Manual Summary r ----1 External Tasks Progress Page 1 Quality Enterprises USA, Inc. RPS No.: 20-7708 PROJECT SCHEDULE Design -Build of Veterans Memorial Blvd Extension - Phase 1 Preliminary Project Schedule ID Task Name Start Finish June JunJul I July I August Septe Octobe Novem Decem Janua Febru March April May June July August Septe Octobe Novem Decem Janua F&ru March April May June July August Septe Octobe Novem Doe Janua Febru March Au 0 Nav De lan F b Mar A r Ma n A O t N v D an FebMar A r Ma n Au 0 Nov D c Jan Feb Mar April A r 25 Temp Roadway Opened Thu 6/17/21 Thu 6/17/21 Constuction Phase II - Permanent Roadway Fri 6/18/21 Fri 3/31/23 Survey Fri 6/18/21 Thu 7/1/21 Erosion Control Fri7/2/21 Thu 7/15/21 Clear & Grub Fri 7/16/21 Thu 8/12/21 Earthwork Fri 8/13/21 Thu 11/4/21 Installation of Utilities Fri 11/5/21 Thu 2/10/22 Installation of Storm Piping Fri 2/11/22 Thu 4/7/22 Installation of Conduits for Communication Infra Fri 4/8/22 Thu 6/2/22 Installation of Signalization - Upgrade at VBR Fri 6/3/22 Thu 6/23/22 Installation of Signalization - Elementary Fri 6/24/22 Thu 8/4/22 Installation of Signalization - New High School Fri 8/5/22 Thu 9/15/22 Installation of Roadway Base Fri 6/3/22 Thu 8/11/22 Installation of Curbs/Sidewalks Fri 8/12/22 Thu 9/22/22 Installation of sod Fri 9/23/22 Thu 10/20/22 Installation of Signage Fri 10/21/22 Thu 11/3/22 Place Construction lift of Asphalt Fri 11/4/22 Thu 11/17/22 Place Final lift of Asphalt (Coordinate School Fri 11/18/22 Thu 12/1/22 Construction Traffic) Line striping - Temp Fri 12/2/22 Thu 12/8/22 Line Striping -Thermo Fri 1/20/23 Thu 1/26/23 Substantial Completion Jan 27 2023 Fri 1/27/23 Fri 1/27/23 Punch List Items Mon 1/30/23 Thu 3/30/23 Final Completion March 31, 2023 Fri 3/31/23 Fri 3/31/23 1 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Project: Preliminary Project Sch Date: Mon2/10/20 Task Summary ii Inactive Milestone '. Duration -only Start -only E External Milestone ♦ Manual Progress Split ...................... Project Summary ii Inactive Summary 0 0 Manual SummaryRollup Finish -only 7 Deadline Milestone ♦ Inactive Task Manual Task Manual Summary r ----1 External Tasks Progress Page 2 KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL LOUTS J. GAUDIO Vice President, Initial Point of Contact E 1 � �LITV FRED L. WEIDNER Construction Project Manager QE �l1ALIT� PAUL J. MORIARTY Construction Superintendent QEL • 30+ 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 the Army Corps of Engineers, Charlotte County, City of Naples, City 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 roadway improvement and extension in Florida and South Carolina • Louis will support Fred L. Weidner, Project Manager, on RFP#20-7708, Veterans Memorial Boulevard Extension - Phase 1 Project • 20+ years of construction industry experience • Strong background working on large-scale construction projects • Holds several advanced certifications, including FDOT Maintenance of Traffic, OHSA 10 Hour, OSHA Inspections for Construction and Multi -Employer worksites, OSHA Incident Investigation, ATSSA Worksite Traffic Supervisor, OSHA Permit Required Confined Spaces, OSHA Jobb Hazard Analysis, OSHA Excavation and Trenching Safety • Fred will serve as the main point of contact to Collier County for RFP#20-7708, Veterans Memorial Boulevard Extension - Phase 1 Project • 30+ years of construction industry experience • Extensive background working with Collier County's Transportation and Engineering Division • Certified by the US Army Corps of Engineers, Quality Management for Contractors, and FDOT Maintenance of Traffic • Strong understanding of SWFL construction and regulatory conditions • Paul will oversee daily construction activities and field operations and utilize Viewpoint software to generate electronic daily reports from the field on RFP#20- 7708, Veterans Memorial Boulevard Extension - Phase 1 Project IcA • 9+ years of construction industry experience • Responsible for submitting project permits and revisions CARRERAS Facilitates all EEO compliance and training for QE personnel • Assists with continued safety education for construction crews Project Administrator/ EEO Officer QE �l1ALIT s MARGARITA 20 + years of construction industry experience NEGRON Monitors project sites and enforces compliance with government regulations, acts, and standards • Sets and reviews health and safety guidelines in order to minimize accidents and Manager of injuries Health and Safety Travels to project sites to conduct safety audits and ensure that crews utilize proper safety gear QE KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL DANIEL FLYNN, P.E. Design Build Project Manager © Grady Minor JUSTIN FREDERIKSEN, P.E. Deputy Project Manager IL" 1 © Crad� Adinar • 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, new alignment, 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. • 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. • 5+ years of engineering and development experience in the State of Florida. SALLYSkilled at design analysis, permitting and construction management, technical GOLDMAN, P.E. report writing, computer modeling, engineering plan development, geotechnical design, environmental studies, and utility management at the local and state levels. Design Project Engineer ALEX • 6+ years of industry experience with direct involvement on water, wastewater, and site development projects in South Florida. DUNKO, P.E. 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. Design Project Trained as a Civil Engineering Site Inspector (CEI). Engineer 15+ years of industry experience as a licensed Professional Surveyor and Mapper in DONALD the State of Florida. SAINTENOY, Expertise in directing survey field crews on data collection for design, boundary and PSMconstruction surveys. Has worked in both the private and public sectors in South West Florida. Survey Manager KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL �► Preferred MATERIALS, INC. ACRH COMPANY �► Preferred MATERIALS, INC, ACRH COMPANY �► Preferred MATERIALS, INC. ACRH COMPANY FRANK 25+ years of engineering and construction experience, with 19 in the Southwest Florida area FEENEY, P.E. Experience with a wide variety of civil engineering and local construction • Great ability to recognize and correct potential construction issues during the • design phase Quality Assurance/ Bachelor of Science, Ocean Engineering, U.S. Naval Academy Quality Control LEED Accredited Professional (LEED-AP, BD+C) © Grad, \I;I,, r Member of Florida Water Environment Association and US Green Building Council RICK • 35+ years of experience as a licensed General Contractor in South West Florida. • Experience with civil construction, earthwork, road building, and underground FEATHERSTONE, utility and storm drainage systems. • Ability to interpret, understand, and apply construction requirements G.C. Successfully completed the OSHA 40-hour Hazardous Waste Operations and Construction Emergency Response Course and 8-hour HAZWOPER Supervisor Training Inspector Rick will perform construction inspections, ensure that the QE + GM + PMI team © Gra i `i_I I r is aware of deviations, check for constructability and economic feasibility, and provide quick and cost-effective resolutions. RICHARDFlorida Registered Professional Landscape Architect 7+ years of professional landscape architecture experience, including significant CHALUPA, R.L.A. Collier County roadway landscape experience Exceptionally talented in 3D Sketchup (renderings and animations), Graphic Design, Hand Graphics, Plant Identification, as well as AutoCAD, Adobe Photoshop, Landscape InDesign, Illustrator, df and Microsoft Office Suite products Architect © Grade yh1lor JASONServes as the Project Manager on all Collier County projects and will handle BATES scheduling, contracts, and billings • 23+ years of experience in the construction industry • PMI has maintained the Annual Resurfacing Contract for Collier County since 2014, resulting in roughly $7 million worth of work per year. Contract includes: milling & Project Manager resurfacing roadways throughout the County. r► Preferred PMI will perform all asphalt paving on RFP#20-7708, Veterans Memorial Boulevard MATERIALNY INC. ^_••<0^�^ Extension - Phase 7 Project JERRYF. • Oversees business line for PMI Experienced with SWFL regulatory and working conditions FLETCHERExtensive knowledge and understanding of roadway construction • PMI has a strong working relationship with Quality Enterprises USA, Inc., as the two companies have collaborated on several projects together. Area Manager PMI has maintained the Annual Resurfacing Contract for Collier County since 2014, resulting in roughly $7 million worth of work per year. Contract includes: milling & 411- MATERIALS, INC. Preferred resurfacing roadways throughout the County. CHUCK' Manages the daily operations for local milling and paving crews • 41+ years of experience in roadway construction MOLLOY Experienced with SWFL regulatory and working conditions • PMI has a strong working relationship with Quality Enterprises USA, Inc., as the two companies have collaborated on several projects together. Operations PMI will perform all asphalt paving on RFP#20-7708, Veterans Memorial Boulevard Manager Extension - Phase 7 Project �► Preferred MATERIALS, INC. ABILITY OF PROFESSIONAL PERSONNEL The QE + GM + PMI team has partnered with a group of highly reputable, local companies to assist with RFQ 20-7708, Veterans Memorial Boulevard Extension- Phase 7. This community centered group strives for perfection, as the County's success is their success. Collectively, this team provides the necessary expertise to achieve project completion. Strengths of each team member are provided below. QUALITY ENTERPRISES USA, INC. DESIGN BUILD • 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 • 300+ pieces of heavy equipment to ensure project success • Close proximity from corporate office/ equipment yard to job site GRADYMINOR & ASSOCIATES, P.A. SURVEY, PERMITTING, DESIGN, CONSTRUCTION ADMINISTRATION & CEI • 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 62+ 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 PREFERRED MATERIALS ENVIRONMENTAL CONSULTING Have maintained an annual +/- $7 million Collier County Resurfacing Contract since 2014 • Vast experience with Southwest Florida regulatory and working conditions • Past projects include: turn lane at Davis Blvd. and Airport -Pulling Rd (9/2019) ($394,000); roadway widening on Oil Well Rd. (current) ($596,000) • Subcontractor on several Design Build projects BRIDGING SOLUTIONS STREET LIGHTING & SIGNALIZATION • Provides specialized bridge and structural engineering services in the FL Land Development & Transportation market sectors • Clients include FDOT, local municipalities, land development firms, contractors, community associations and other engineering firms • Structural engineering services include vehicular and pedestrian bridges, retaining walls, sea walls, box culverts, drainage structures, and transportation traffic signal structures • Pre -qualified by FDOT to provide structural engineering services in the following work groups: 4.1.1 - Miscellaneous Structures, 4.1.2 - Minor Bridge Design, 5.1 - Conventional Bridge Inspection, 5.4 - Bridge Load Rating CELLA MOLNAR & ASSOCIATES, INC. PUBLIC INFORMATION • Provides professional consulting services in all aspects of public involvement, and has in-depth technical expertise in planning, design and construction for infrastructure projects • Certified MBE and DBE, with over 23+ years of experience. • 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 EARTH VIEW, LLC SUBSURFACE UTILITY ENGINEERING • Fully licensed and insured subsurface utility engineering company based in Naples, FL • Will perform utility locating and soft digs by Vacuum excavation on the Veterans Memorial Boulevard Extension Project - Phase 7 • Management has over 30+ years of experience • Full range of services also includes directional drill services in Florida and South Carolina FORGE ENGINEERING, INC. GEOTECHNICAL ENGINEERING • 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 PASSARELLA & ASSOCIATES, INC. ENVIRONMENTAL CONSULTING • 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 TREBILCOCK CONSULTING SOLUTIONS, PA STREET LIGHTING & SIGNALIZATION • Principal has 30+ years of experience as a Transportation Engineer and Planner in Southwest Florida. • Certified as a Small Business Enterprise (SBE) with the SFWMD and FDOT. Veteran owned business. • Have prepared over 300 Traffic Impact reports and 300 lighting plans for public and private clients. ABILITY OF PROFESSIONAL PERSONNEL Vice President EXPERIENCE PROFILE QE Experience: 16 years Louis J. Gaudio serves as Vice President at Quality Enterprises USA, Inc. (QE) where he oversees all Industry Experience: 30+ years business development efforts and project estimation/management in the state of Florida. Louis will support the Project Manager on RPS# 20-7708, Veterans Memorial Boulevard Extension - Phase 1, EDUCATION/CERTIFICATIONS and brings more than 30 years of experience to the job. In addition to many roadway improvement Polytechnic University and extension projects, Louis has managed other large projects for QE including the $24 million B.S. in Civil Engineering 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 E.I.T. Certification concrete flood wall construction, respectively.) PROJECT EXPERIENCE QERECONSTRUCTION OF COLLIER BOULEVARD CITY OF VENICE DOWNTOWN CORRIDOR QUALITY ENTERPRISES Marco Island, FL • IMPROVEMENTS Description: This project involved the Venice, FL complete reconstruction of 3-miles of Description: This project involved the roadway including all new utilities for complete reconstruction of 4 main roadways watermain, reclaim, force mains, gravity within the downtown area of the city of sewer and storm piping. Project was Venice. Work included utilities, storm piping, completed on time and within budget. QE self- concrete curbs and sidewalks, earthwork, performed 90% of contract. paving, landscape and irrigation. Based on QE's stellar performance, the city authorized BURNT STORE ROAD PHASE II an additional $1 million change order to add Cape Coral, FL • another section of roadway. Project was grant Description: This project involved the funded by FDOT. Project was completed on construction of a new 2-mile roadway with 3 time and within budget. QE self -performed bridges, utility work, and storm piping. Project 80% of work. was completed on time and within budget. QE self -performed 75% of work. WEST WINTERBERRY SEWER DISTRICT Marco Island, FL LAKE FRONT AIRPORT T WALLS, US ARMY CORPS OF ENGINEERS New Orleans, LA Description: This federal project involved the construction of 3000 LF of concrete flood walls for Post Katrina flood prevention. The project involved relocation of existing utilities and storm pipes, installation of H piles and steel sheeting, and construction of 25-foot-high concrete walls with an integral gate system. QE self -performed 100% of work. 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. ABILITY OF PROFESSIONAL PERSONNEL Project Estimator EXPERIENCE PROFILE QE Experience:10 years Harlan Sawyer serves as the Senior Estimator at Quality Enteprises. With over 40 years of industry Industry Experience: 40+ years experience, Harlan's extensive background in projects relating to site development, underground utilities, and road and highway work will prove invaluable to the Veterans Memorial Boulevard EDUCATION/CERTIFICATIONS Extension - Phase I project. Harlan is involved with the takeoff, material and subcontractor solicitation, North Carolina State and pricing for all QE projects and has participated in jobs at the private, local, and state levels. University B.S. in Civil Engineering with a concentration in Construction QE QUALITY ENTERPRISES PROJECT EXPERIENCE REPAIR AIRCRAFT APRON AND BULKHEAD SP AREA, PHASE I & II, NAVAL STATION Norfolk, VA 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 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 e 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 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. HILTON HEAD AIRPORT RUNWAY 21 & II r_X t1T.9a /Li WA 1114 z LeI: Hilton Head, SC e Description: This project included taxiway replacement and runway extension to accomodate for commercial jet traffic. Collectively between Taxiway 3 & Runway 21, QE and Preferred Materials installed 19,300 tons of P401 Asphalt. All asphalt material was provided by Preferred Materials. Extensive earthwork and utility work was required, including the relocation of an existing Force Main by open cut and directional drilling. ABILITY OF PROFESSIONAL PERSONNEL Construction Project Manager EXPERIENCE PROFILE QE Experience:l+ years Fred L. Wiedner serves as a Project Manager at Quality Enterprises USA, Inc. (QE), where he is responsible Industry Experience: 40+ years for the overall direction, completion, and financial outcome of multiple large-scale construction projects. Fred was the owner of a heavy highway and bridge building company for over 11 years and AFFILIATION/CERTIFICATIONS brings more than 20 years of industry experience to the QE team. Fred has overseen several roadway Member of the Project improvement and extension projects, and has the leadership, organization, time -management, and Management Institute communication skills necessary to perform quality work with a strong business management acumen. MOT Advanced Certication PROJECT EXPERIENCE KINSLEY FOREST DEVELOPMENT OSHA 10 hour KANSAS CITY, MO Description: This project involved the OSHA Inspections for construction of 3.2 miles of new roadway, one Construction and Multi- 2-span bridge,18,000 LF of curb and gutter, employer worksites various storm structures and RCP ranging from 15" to 36", 6,500' of sewer main, 8,250' of 12" OSHA Incident Investigation water main, and associated service lines. ATSSA Worksite Traffic 159TH ST. METCALF TO NALL AVE Supervisor OSHA Permit Required Confined Spaces Advanced FDOT Temporary Traffic Control OSHA Job Hazard Analysis OSHA Excavation and City of Overland Park, KS Description: This project involved the replacement of 4 miles of roadway,10,800 LF of curb and gutter, 585 CY of cast in place concrete form -liner walls, various storm structures and RCP ranging from 12" to 36", 5,200' of water main replacement, temporary sewer bypass for 100+ homes during construction of 5,200' of gravity sewer main. The greatest challenge of this project was maintaining utility services for each home and Trenching Safety the local high school. QE C3UALITY ENTERPRISES 69 HIGHWAY BOURBON COUNTY Bourbon County, KS Description: This project involved the grading and construction of 7 miles of new roadway, 580,000 CY of excavation including 110,000 in rock, multiple bridges, drainage structures and RCP ranging in size from 15" to 60", 7 miles of water main installation and 15 horizontal directional drills under existing 69 highway. Attention was given to employee MOT training to ensure safe work zones for both worksite forces and the general public who travel this particular stretch of 69 Highway. THE FLINTLOCK FLYOVER BRIDGE - MDOT City of Liberty, MO Description: This project involved the construction of 3.5 miles of new roadway, 2 traffic circles, 3 bridges including one 11-span structure over existing Interstate 35, 8,100 LF of 12" force main, decorative lighting and associated electrical, various storm structures and RCP storm systems ranging in size from 15" to 48". This was a very challenging project, as it involved multiple crews on each side of the Interstate. Two of these crews merged their progress in the middle of the construction of the Flyover bridge above the travel way. ROUTE 45 RECONSTRUCTION Platte County MO Description: This project involved the widening and reconstruction of 3 miles of highway, 44,000 SF of MSE walls, 3 bridges comprising 1,600 CY of concrete and 248,000 Ibs of reinforcing steel, 22,000 LF of RCP ranging from 18" to 72", 309 LF of jacked 36" pipe under existing roadways, 4,000 LF of open cut electrical and fiber optic lines, 800 LF of horizontal directional drilling (HDD) service lines, and 17,000 LF of 12" PE fused force mains. Public relations and communications were an intrinsic part of this project. Daily communications with the City Council, County Commissioners, and Golf Club board members was the norm. ABILITY OF PROFESSIONAL PERSONNEL k, COW, i. Construction Superintendent EXPERIENCE PROFILE QE Experience: 27 years Paul J. Moriarty will serve as the Construction Superintendent on the Veterans Memorial Boulevard Industry Experience: 30+ years Extension - Phase 1 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 EDUCATION/CERTIFICATIONS meetings with customers and inspectors, oversee daily crew activities, bring changes/ modifications 4-year Plumbing and to the attention of the Project Manager, and verify material quantities and deliveries, etc. With over 30 Mechanical Apprenticeship years of industry experience and extensive safety training, Paul's expertise will be integral to project Program success. OSHA 40- Hour Certification, PROJECT EXPERIENCE Hazardous Waste Operations & RECONSTRUCTION OF NORTH COLLIER COLIGNY ROADWAY REDEVELOPMENT AND Emergency Response BOULEVARD POPF AVENUE RESURFACING Marco Island, FL - OSHA 8-Hour Description: This project involved the HazWOPER Supervisor Course complete reconstruction of approximately 2.5 miles of a 4-lane roadway. All new utilities U.S. Army Corps of Engineers were installed including new water main, force Training Course, Construction main, reclaimed water and storm piping. Pipe Quality Management for sizes varied from 6" to 72" in diameter with Contractors (CQC) excavation cuts as deep as 18 ft. New roadway base materials, asphalt paving and concrete Maintenance of Traffic curb and sidewalks were also installed. Certification, FDOT RECONSTRUCTION OF SOUTH COLLIER QEBOULEVARD Marco Island, FL C3UALITY ENTERPRISES 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. Hilton Head Island, SC 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 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. CONSTRUCTION OF TAXIWAY "A" EXTENSION AT THE PUNTA GORDA AIRPORT Punta Gorda, FL Description: This project involved the extension of existing Taxiway "A" including installation of storm piping and structures, earthwork, installation of base material and placement of over 5,000 tons of P-401 Asphalt mix. All work was self performed by QE. ABILITY OF PROFESSIONAL PERSONNEL R. Daniel Flynn, P.E. Project Manager Education • Bachelor of Science, Civil Engineering, University of Central Florida Professional Registrations/ Affiliations • Professional Engineer (P.E.), Florida • FDOT Advanced MOT Certified • FDOT Intermediate MOT Certified • Chairman, APWA Southwest Florida Branch GradyMinor Mr. Flynn offers over 15 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 analysis, spread calculations, ditch conveyance calculations, horizontal and vertical geometry designs, superelevation layout, guardrail calculations and intersection design. RELEVANT PROJECTS Municipal Proiects • 8ch Street Improvement Project, City of Naples • Florida Shared -Use Nonmotorized (SUN) Trail Van Buren Pkwy/El Dorado Blvd/Kismet Pkwy, City of Cape Coral • Nicholas Parkway West Access Management Improvements, City of Cape Coral • Gulf Shore Boulevard Stormwater and Sidewalk Improvements, City of Naples • BLVD/KISMET PKWY , 3' Avenue South Improvement Project, City of Naples CRA • 3`d Avenue South Improvements, City of Naples • City of Bonita Springs Sidewalks, City of Bonita Springs. • ADA Beach Access Study, City of Naples • White Boulevard and 23rd Street Intersection Improvement, Collier County • Golden Gate Estates Hammerheads — Group 9, 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) • 28t1i Ave Bridge over Miller Canal, Collier County • Osceola Parkway from Buenaventura Boulevard to Boggy Creek Road, Osceola County (Widening) FDOT Proiects • SR 228 from East of SR 200 to Bicentennial 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 Proiects • 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) • Carlton Lakes Uncontrolled Approach Crosswalk Study Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Justin Frederiksen, P.E. Deputy Project Manager Education • Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations • Professional Engineer (PE), State of Florida, License # 66068 QGradyiMinor 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 of 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). Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Sally Goldman, PE Project Engineer 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 WL r dyMinor A Southwest Florida native, Ms. Goldman is a Project Engineer with 5 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, Community 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. Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Alexander Dunko, P.E. Project Engineer Education • Bachelor of Science, Civil Engineering, Florida Atlantic University Professional Registrations/ Affiliations • Engineering Intern #1100018919, State of Florida • Envision Sustainability Professional #11798 0 Grady Minor Mr. Dunko has over 6 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 • City of Naples ASR #3 Construction Inspection. • Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, l 04.05, 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 Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Donald L. Saintenoy III, PSM Survey Project Manages 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 ,GradyMinor 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. PROJECTS • Captiva and Sanibel Islands Beach Re -nourishment Project • Clam Pass Parking Garage Feasibility and Park Facilities Expansion • Bonita Springs Flooding and Modeling Analysis • Cocohatchee River Park Dock Replacement • City of Naples Seawall Replacement/Repair • Margood Harbor Park • Bluebill Avenue Restroom and Turnaround • City of Naples Seawall Replacement • 951 Boat Ramp Parking Lot • Bayview Park Phases I & II • Big Corkscrew Island Regional Park Phase I • Bluebill Avenue Beach Access • Clam Pass Tramway • Port of the Islands Boat Ramp Park • Tigertail Beach Restroom/Dune Walkover • Vanderbilt Beach Park • Gordon River Greenway • Pump Station 101.20 Replacement (Cocohatchee Park) • Coconut Jack's Waterfront Grill - Dock Replacement • Bonita Bay Marina - Floating Dock Extension • Mariners Cove — Community Ramp • Club at Crystal Lake — Wooden Walk & Dock Plan • Corkscrew Swamp Sanctuary — Boardwalk Replacement Plan • Habitat for Humanity — Fixed Dock • Miromar Lakes Beach & Golf Club — Fixed Deck & Floating Dock • Harbor Club at Vanderbilt Beach — Seawall & Cap Replacement • Numerous Residential Projects including: Seawalls, Boathouses, Docks, and Rip Rap Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Frank J. Feeney, P.E., LEED-AP BD+C Quality Assurance/ Quality Control Education • Bachelor of Science, Ocean Engineering, U.S. Naval Academy Professional Registrations/ Affiliations • Professional Engineer (PE), Florida 964698 • LEED Accredited Professional, (LEED-AP, BD+C) • Florida Water Environment Association • US Green Building Council IwGradyMinor Mr. Feeney is a Senior Project Manager with over 25 years' engineering experience in the area and 21 years total experience. He is involved with the design of stormwater, sewer, fire and water distribution systems, roadway design, site design, and grading, as well as permit and construction coordination with SFWMD, SWFWMD, FDEP, Collier County, Lee County, Sarasota County, Monroe County, Cities of Marco Island, Naples, Key West, North Port, and Bonita Springs. Mr. Feeney was previously Project Manager/Associate for Hole Montes, Inc. and was responsible for project management of multiple Collier County Utility projects that included overseeing the design, bidding, cost estimating, construction engineering inspection, and final project close-out. Additionally, Mr. Feeney acted as project manager/designer for numerous private development projects ranging from 20 acre commercial shopping centers to multi -section rock mines. Prior to working for GradyMinor, Mr. Feeney was in the United States Navy and served at the Joint Interagency Task Force in Key West conducting counterdrug operations, and served aboard the USS Falcon (MHC-59 and USS Gallery (FFG-26). RELEVANT PROJECTS City of Key West Sidewalk Enhancement Projects — Mr. Feeney provided the engineering design support for 7 Phases of the design build sidewalk improvement projects and provided the design support for the Poinciana Elementary School Sidewalk improvement project. All design build projects were LAP and ARRA funded. The Conservancy of Southwest Florida — The Conservancy improved their campus by removing three older buildings and replacing them with three new structures that allowed them to consolidate their operations, modernize their facilities, and provide for future planned growth. This campus revitalization also allowed the Conservancy to improve campus wide ADA accessibility, stormwater management, onsite parking, and publicly accessible amenities to include two new filter marshes which are used as living teaching aids for campus visitors. Port of The Island Water Treatment Plant — provided engineering services including construction engineering inspection, construction project management, project start up, final project close-out, and site development plan design and permitting. Other Signature Projects: • Collier County NCWRF Filter Set #2 Rehabilitation (Design Services) • Collier County NCWRF RAS/WAS Pump Station #3 (Design and CEI Services) • Collier County NCWRF Clarifier #6 and #7 Rehabilitation (CEI Services) • Collier County NCWRF Automatic Effluent Strainer Replacement (Design and CEI Services) • 93rd/94' Avenue North Water Main Replacement Project (Construction Administration Services) • Bay Colony Fire Main Conversion Project (Design) • Collier County NCWRF MLE Aeration Basin Channel Mixer Replacement Project (CEI Services) • Collier County NCWRF Sludge Conveyor Modifications (CEI Services) Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Rick Featherstone, G.C. Construction Manager, Chief Inspector Education HS Graduate, 2 years college. Registration/Certification Certified General Contractor. CGC040351 2014 FL DEP Stormwater Erosion Inspector Certification HAZWOPER Certified HAZWOPER Supervisor CGradyMinor 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. RELEVANT PROJECTS • Cocohatchee River Park Dock Replacement • City of Naples Seawall Replacement/Repair • City of Naples Seawall Replacement • Coconut Jack's Waterfront Grill - Dock Replacement • Bonita Bay Marina - Floating Dock Extension • Mariners Cove — Community Ramp • Club at Crystal Lake — Wooden Walk & Dock Plan • Habitat for Humanity — Fixed Dock • Miromar Lakes Beach & Golf Club — Fixed Deck & Floating Dock • Harbor Club at Vanderbilt Beach — Seawall & Cap Replacement • Numerous Residential Projects including Seawalls and Docks Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Richard Chalupa, R.L.A. Landscape Architect Education • Bachelor of Landscape Architecture, Clemson University Professional Registrations • Florida Registered Professional Landscape Architect GradyMinor Mr. Chalupa has a degree in Landscape Architecture from Clemson University and is a Landscape Project Designer with 7 years of experience in South Carolina and Southwest Florida. Richard has been involved with landscape and hardscape design of communities, parks, streetscapes, multi -family and single-family residences, resort properties and commercial developments in Southwest Florida as well as the Carolinas. Richard is very talented in 3D Sketchup renderings and has prepared 3D renderings for several recent projects. Some of Richard's skills include: Residential Design, Commercial Design, Conceptual Design, Graphic Design, 3D Renderings, Hand Graphics, Plant Identification, as well as AutoCAD, Adobe Photoshop, InDesign, Illustrator, Google Sketch Up and the Microsoft Office Suite products. RELEVANT PROJECTS Private Proiects • Miromar Lakes University Village • Development Associates Private Residence Pool, Patio and Firepit • ARGO — Corkscrew Crossing Development • Mattamy Homes Arboretum Development • Mattamy Homes Bonavie Cove Development • Milhaus Developers, Versol Development Multifamily • St. John's Church Addition County Proiects • Several Site Development Plans Big Corkscrew Island Regional Park — 3D Renderings SR29 — Immokalee MSTU Signs and Roadways — 3D Renderings FDOT Proiects (if applicable) • 8th Street South Landscape Improvements — 3D Renderings • Collier Boulevard — 3 Miles of Roadway Landscaping Improvements — 3D Renderings. Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Education: University of Georgia Certifications: Asphalt Paving Level 1 Asphalt Paving Level 2 Q C Manager TTC Advanced Jason Bates Project Manager Jason has 23 years of experience in the construction industry and has been a project manager at Preferred Materials, Inc. for 5 years, completing multiple county and Florida Department of Transportation projects. A small sample of relative projects is shown below. SR 84 (Davis Blvd) — milling and resurfacing, base work, widening, drainage improvements, curb and gutter, sidewalk, signing and pavement markings, signalization and lighting Contract: $3,783,953.00 Client: Florida Department of Transportation Contact: Josephine Mak Laurel Rd and Mission Valley Blvd — milling and resurfacing, signing, pavement markings, signalization Contract: $2,410,277.00 Client: Sarasota County Contact: Art Powell Annual Street and Roadway Resurfacing— milling and resurfacing Contract: $537,777.00 Client: City of Marco Island Contact: Tim Pinter Alex Blanco Collier County Road Maintenance (239) 462-1080 Karl Pyles Kinard -Stone, Inc. (239) 771-3489 REFERENCES 40* Preferred MATERIALS. INC. ABILITY OF PROFESSIONAL PERSONNEL Education: Troy State University JERRY F. FLETCHER Certifications: Area Manager Level 1 & 2 Asphalt QC Manager Jerry has experience with a variety of projects similar to those Erosion Control required for this contract. His knowledge of Roadway MOT Supervisor Construction includes working from a Laborer position, Heavy Equipment Operator, Foreman, Estimator, Project Manager and his current position. A small sample of relative projects is shown below. City of North Port Road Bond -Mill & Resurface existing 2 lane roadways Value: $3,259,180.90 Client: City of North Port, Florida Contact: John Mills Uplands Resurfacing -Mill & Resurfacing, Drainage , Concrete and Striping Value: $2,952,095.71 Client: Sarasota County, Florida Contact: Art Powell SR 84 E1N74- MOT, Drainage, widening, base, grading, asphalt paving, striping, signals & signs Value: $3,107,572.92 Client: Florida Departmart of Transportation Contact: Chris Mollitor Marco Island Overlay Program- Mill & Resurface existing 2 lane roadways Value: $533,923.00 Client: City of Marco Island Contact: Tim Pinter REFERENCES Travis Gossard Crystal Gorman Collier County Const & Road Maint URS 239-252-8924 941-412-4174 Crystal.gorman@urs.com Douglas Moseley, Construction Engineer FDOT Lake City Operations Center 386-961-7032 Douglas.moseley@dot.state.fl.us 404P Preferred MATERIALS, INC_ ABILITY OF PROFESSIONAL PERSONNEL Education: Riverdale High Certifications: Level 1 & 2 Asphalt Ditch/Trench Safety Adv WZ MOT MOT Supervisor Erosion Control First Aid/CPR Training WILLIAM "CHUCK" MOLLOY Operations Manager Chuck has 41 years' experience with a variety of projects similar to those required for this contract. His expertise of Roadway Construction includes working from a Laborer position, to a Heavy Equipment Operator, Foreman, Superintendent to Operations Manager. A small sample of relative projects is shown below. Bal Harbor- Black Base patching, milling, asphalt overlay Value: $216,351 Client: Stevens & Layton (City of Punta Gorda -Charlotte Co) Contact: Keith Dean US 41 Turn Lane Extension -MOT, Drainage, black base, milling, asphalt overlay, signs, signals and striping Value: $114,968.11 Client: FDOT District 1 (Collier County) Contact: Josephine Mak Lee County Resurfacing Protect- Mill and resurface various roads Value: $1,114,408.00 Client: Lee County Contact: Dirk Danley SR 80 Turn Lane Improvements -MOT, Drainage, widen, concrete, grading, asph paving, striping & signs Value: $207,309.70 Client: Lee County Contact: Avelino Cancel, PE REFERENCES Keith Riddle Avelino Cancel, PE URS Corporation City of Fort Myers, Florida 941-412-4174 239-321-7454 Keith.riddle@urs.com acancel@cityftmyers.com James V. Lofton Johnson Engineering 386-961-7032 ivl@iohnsoneng.com Preferred MATCRI.4LS. INC. ABILITY OF PROFESSIONAL PERSONNEL RALPH VERRASTRO, PE BRIDGING mW SOLUTIONS Ralph Verrastro, PE specializes in the design, inspection, evaluation, technical supervision, and quality assurance/quality control for new and rehabilitation bridge projects. He graduated with a BS in Civil Engineering from Cornell University in 1976. His career includes bridge design experience throughout the United States and he is a registered Professional Engineer in 37 states. Mr. Verrastro is a technical expert in the use of fast track repair/replacement methods using prefabricated bridge components also known as Accelerated Bridge Construction. He frequently provides technical presentations on engineering topics at industry conferences including the International Bridge Conference. Mr. Verrastro is the past President of the FES Calusa Chapter, past State Director, past Zone VI Vice President and current ACEC-FL Region 6 Director. In 2018, Mr. Verrastro was selected to receive the statewide Engineer of the Year Award by the Florida Engineering Society. The following projects are examples of bridge engineering experience by Mr. Verrastro with Bridging Solutions: Miscellaneous Bridge Engineering Services, Collier County, FL — Bridging Solutions performed "on -call" bridge engineering services under a continuing professional services contract. Performed reviews of the Florida Department of Transportation (FDOT) Bridge Inspection Reports to determine if action is required by the County Bridge Maintenance crews or a contractor. Performed inspections of the bridges, as necessary, to better understand the conditions reported by FDOT. Prepared reports that summarize the recommendations. Provided peer reviews of the County's bridge maintenance program and provide opinions related to the priority of the on -going bridge maintenance and replacement program. Provided peer reviews of other consultant's design reports, recommendations or design plans related to bridge repair or replacement projects. Bridge Program Study Report — Phase 4, Collier County, FL - This project involved the inspection and evaluation of 66 bridges for Collier County, Florida. The bridge types included box culverts, prestressed concrete slab, prestressed AASHTO beam, and prestressed tee beam type bridges. They varied from simple single spans over 20 feet to complex multi span bridges over 500 feet long. We prepared a report that summarized the inspection findings and provided recommendations for repair and/or replacement of the bridges. The recommendations also included a proposed sequence and prioritization of the bridge repairs and replacements. Collier County is currently using the recommendations included in the report as a tool for planning their future bridge repair and replacement program. Livingston & Immokalee Road Intersection Improvements, Collier County, FL — Bridging Solutions prepared the preliminary and final design plans for the construction of a 4 sided continuous mast arm structure and concrete foundations to support traffic signals at this intersection to replace an outdated span wire system. Lely Branch Canal Water Control Structure, Collier County, FL - This project included the design of a reinforced concrete weir for the Lely Branch Canal near Rattlesnake Hammock Road. A seepage preventing sheet pile wall was designed under the weir gate supporting structure based on the results of a comprehensive seepage analysis. The structure was designed to support the hydraulic pressure behind the weir with adequate factor of safety against sliding and overturning. Ann Olesky Park Fishing Pier, Immokalee, FL - Bridging Solutions prepared the final construction drawings and specifications for the replacement of the fishing pier at Ann Olesky Park on Lake Trafford in Immokalee, Florida for the Collier County Parks and Recreation Department. The new fishing pier consists of pressure treated timber stringers supported on pressure treated timber pile bents. The deck boards and railing components were constructed using Ipe, a Brazilian hardwood. Low level LED lighting fixtures were incorporated into the railing system and LED spot lights were mounted on the roof fascia boards. The roof system consists of pressure treated timber trusses, plywood deck with metal standing seam roof panels. We design bridges to fit your site and budget. ABILITY OF PROFESSIONAL PERSONNEL ROLANDO CORSA, PE BRIDGING MW SOLUTIONS At Mr. Corsa has been a bridge engineer since 2000 and is currently a Senior Bridge Engineer with Bridging Solutions, LLC. After graduation from University of South Florida in 2000, his experience in bridge engineering has involved: the design of new bridges and transportation signal/sign structures; inspection and rehabilitation of existing bridges; and the inspection and load rating of bridges per FDOT requirements. He is also a Certified Bridge Inspector (CBI). His new bridge design experience has included simple and complex superstructure types including: 3 and 4 sided concrete box culverts, simple and continuous concrete slabs, simple and continuous composite steel rolled beams and welded plate girders, steel trusses, precast concrete arch elements, prestressed adjacent slab units with transverse post tensioning for simple spans, prestressed concrete composite AASHTO and FL I beams. His new transportation signal structure design experience includes mast arms and strain poles supported on drilled shaft and spread footings. His rehabilitation design experience has included the in-depth inspection, load ratings and preparation of rehabilitation plans for bridge superstructure types that included: steel rolled beams, welded plate girders, simple and continuous steel through and pony trusses, filled spandrel concrete arch bridges, concrete tee beams, concrete slabs, prestressed concrete slab beams, prestressed channel and tee beams, prestressed concrete AASHTO beams. He has experience designing and rehabilitating substructure types that have included: cantilever abutments on spread and pile foundations, gravity abutments on spread and pile foundations, end and intermediate bents with cast in place caps and prestressed piles, hammerhead type piers, solid shaft piers on spread and pile footings. His experience on traffic and sign structures has included mast arm and span wire assemblies on drilled shaft and spread footings and truss sign structures on drilled shafts. The following listing of projects are examples of experience as a Project Manager/Engineer by Mr. Corsa: Miscellaneous Bridge Engineering Services, Collier County, FL— Bridging Solutions performed "on -call" bridge engineering services under a continuing professional services contract. Performed reviews of the Florida Department of Transportation (FDOT) Bridge Inspection Reports to determine if action is required by the County Bridge Maintenance crews or a contractor. Performed inspections of the bridges, as necessary, to better understand the conditions reported by FDOT. Prepared reports that summarize the recommendations. Provided peer reviews of the County's bridge maintenance program and provide opinions related to the priority of the on -going bridge maintenance and replacement program. Provided peer reviews of other consultant's design reports, recommendations or design plans related to bridge repair or replacement projects. Provided on -call inspection and/or testing of bridges and contiguous structures as assigned by the County. Bridge Program Study Report — Phase 4, Collier County, FL - This project involved the inspection and evaluation of 66 bridges for Collier County, Florida. The bridge types included box culverts, prestressed concrete slab, prestressed AASHTO beam, and prestressed tee beam type bridges. They varied from simple single spans over 20 feet to complex multi span bridges over 500 feet long. We prepared a report that summarized the inspection findings and provided recommendations for repair and/or replacement of the bridges. The recommendations also included a proposed sequence and prioritization of the bridge repairs and replacements. Collier County is currently using the recommendations included in the report as a tool for planning their future bridge repair and replacement program. Livingston & Immokalee Road Intersection Improvements, Collier County, FL — Bridging Solutions prepared the preliminary and final design plans for the construction of a 4 sided continuous mast arm structure and concrete foundations to support traffic signals at this intersection to replace an outdated span wire system. Lely Branch Canal Water Control Structure, Collier County, FL - This project included the design of a reinforced concrete weir for the Lely Branch Canal near Rattlesnake Hammock Road. A seepage preventing sheet pile wall was designed under the weir gate supporting structure based on the results of a comprehensive seepage analysis. The structure was designed to support the hydraulic pressure behind the weir with adequate factor of safety against sliding and overturning. We design bridges to fit your site and budget. ABILITY OF PROFESSIONAL PERSONNEL Kris Cella Cella Molnar & Associates, Inc. Expertise Ms. Cella has over 30 years of experience and is uniquely qualified in developing and implementing successful, comprehensive large-scale public involvement programs during planning, design and construction phases for infrastructure projects. Ms. Cella creates comprehensive Public Involvement Community Awareness Programs to gain acceptance of new projects from affected individuals and special interest groups. Projects have ranged from new developments to facility expansion programs to large- scale transportation projects. Key projects she has been involved with are provided below. Education B.A. 1979, University of Arizona Geography (emphasis in regional land development) Key Proiects Golden Gate Design/Build Phase I and 2, Collier County, Florida — Public Information Project Manager for these design/build projects on Golden Gate Boulevard from Wilson Boulevard to Everglades Boulevard to widen the roadway to four lanes. Elements of the projects included flyer preparation and public meetings. In addition, notices are delivered to property owners along the corridor to inform them of upcoming work. A telephone hotline gives the residents direct access to get their question and comments to the project team. City of Naples Stormwater Master Plan Updated, City of Naples, Florida — This project to update the Stormwater Master Plan included two public workshops. Elements of the public involvement program included flyers, media releases, advertisements, and a slide show. Lake Manor Restoration Plan, Naples, Florida — Project included two public workshops to solicit public input for the restoration project for Lake Manor. Elements included plantings, hardscape, pathways and signage. Newsletters and press releases announce the public meetings. Coordination with the homeowners association also influenced project development. Jolley Bridge, Marco Island, Collier County, Florida — Public Information Officer for the Florida Department of Transportation's expansion of the Judge S.S. Jolley Bridge to Marco Island. The project constructs a new two-lane span approximately 20 feet to the west of the existing bridge. Duties included managing inquiries from the public, public officials and the media and providing photographic documentation of pre -construction and noteworthy incidents and events during construction. Presentations are also provided as requested to local civic groups. CR 901/Vanderbilt Drive Bridge Replacement at the Cocohatchee River, Collier County, Florida — Public Information Officer for the Community Awareness Program for this bridge replacement project on Vanderbilt Drive, replacing the structurally deficient bridge with a new bridge which included new pedestrian facilities on both sides. Community awareness duties included a public information workshop and coordination with area residents, businesses, media and local government agencies affected by the full road closure to replace the bridge. Community Awareness Program conducted for the Florida Department of Transportation, District One. DBE Certified Company Website: www.cella.cc ABILITY OF PROFESSIONAL PERSONNEL Faye B. Molnar Cella Molnar & Associates, Inc. Expertise Ms. Molnar has over 20 years of experience in planning and public involvement for new and expanding roadway and infrastructure facilities. She is skilled in developing and implementing successful, comprehensive large-scale public involvement programs as well as working with individual property owners. She has established effective working relationships with media personnel and repeatedly develops trusted relationships with residents and property owners on her projects. Her project management skills combined with her extensive experience in dealing with the public both in person and via telephone communications make her uniquely qualified. Education B.S., Business Administration, University of South Florida, 1998 A.A., Business Administration, Edison Community College, 1983 Key Proiects Northeast Service Area (NESA) Utility Extension Project, Collier County, Florida — Public Information Project Manager for Collier County's design -build project to include an interim wastewater treatment plant, storage tanks and associated pipelines in Collier County. Work consists of coordination with stakeholders, project team members, property owners, tenants and the public. Newsletters were mailed to property owners, businesses and tenants in the project area to announce construction of the project. Other public involvement activities consist of developing newsletters, kick-off letters, post cards, door hangers, contact cards, road watch reports, and maintaining an active and up-to-date email correspondence list. Extensive coordination with Collier County staff and officials, property owners, tenants, residents and business owners are significant factors of the public involvement plan. Duties also include informational releases and interaction with media about the project. Public involvement duties also include developing and maintaining a project website, www.CollierNESA.com, and staffing a 24-hour telephone hotline to respond to public inquiries and comments. Fort Myers Beach Waterline Replacement Project, Town of Fort Myers Beach, Florida — Public Information Project Manager for this project which includes replacement of waterlines on Fort Myers Beach. An extensive ongoing Public Involvement Program is being conducted using a combination of public information workshops, small group and numerous, daily individual meetings with property and business owners. Newsletters and notification flyers are prepared periodically for distribution to the affected property owners and tenants in waterline replacement area. Duties include coordination of water shut -offs, boil water notices and rescission notices for affected properties. Extensive coordination with Town staff and officials, beach property owners, tenants and tourists, and residents and business owners are significant factors of the program. Duties include informational releases and interaction with media about the project. Development, maintenance and weekly updates to project website, www.reFRESHFMBeach.com. Imperial Golf Course Watermain Replacement, Collier County, Florida — Public Information Project Manager for this watermain replacement project. Flyers were prepared to announce the public meetings. Other public outreach activities included door hangers, toll -free hotline, coordination with the homeowners associations and businesses. East Fort Myers Water Reclamation Facility, City of Fort Myers, Florida — Public Information Project Manager for the City's proposed water reclamation facility located between two existing neighborhoods. A Public Involvement Program was conducted using a combination of Public Information Workshops and small group meetings with interested and affected organizations. Education newsletters informed the public about components of the water reclamation campus and the water reclamation facility process. Cella Molnar & Associates, Inc. also created a website to keep the public up -to date on the project. DBE Certified Company Website: www.cella.cc ABILITY OF PROFESSIONAL PERSONNEL 1k FORGE ENGINEERING1. INNOVATIVE ENGINEERING SOLUTIONS RESUME 2020 Richard P. Lundberg, P.E. Registered Professional Engineer PROFESSIONAL REGISTRATIONS: • Florida, Number 42644, Civil Engineering EDUCATION: • Bachelor of Science Civil Engineering, 1985, University of Massachusetts, Amherst • Somerville Vocational Technical High School, 1975, Construction EMPLOYMENT: • 1997 - Present: Vice President/Principal Engineer; Forge Engineering, Inc., Naples, Florida. • 1993 - 1997: Senior Engineer; Law Engineering and Environmental Services, Inc., Naples, and Fort Myers, Florida. • 1988 - 1993: Senior Engineer/Office Manager; Jammal & Associates, Inc./ PSI Winter Park & Naples, Florida. • 1985 - 1988: Staff Engineer; Goldberg, Zoino & Associates, Inc. Bridgeport, Connecticut. • 1975 — 1979: Sergeant, Carpenter Specialist, United States Air Force, California, South Korea, New York. • 1974 - 1985: Various jobs including pattern maker, rough/finish carpenter, billiard mechanic, equipment operator, and facility caretaker. EXPERIENCE: • Project Engineering on more than 2,000 geotechnical explorations throughout Florida and Massachusetts. • Geotechnical Project Engineer on dozens of Florida Department of Transportation (FDOT) bridge and roadway projects. • Project Management of over 1,000 construction materials projects ranging from small single -story buildings to large airport additions. Construction costs ranged from $200,000 to $55 million. • Extensive experience with construction materials, geotechnical, and facilities engineering. CERTIFICATIONS/TRAINING: • Building Inspector, Southern Building Code Congress International • Geotechnical and Materials Engineering Conference, GMEC • Government Contracting • Various Geotechnical Webinars • Various Project Management, Seminars PO Box 113040 - Naples, FL 34108 - 239.514.4100 - Fax 239.514.4161 www.ForgeEng.com ABILITY OF PROFESSIONAL PERSONNEL 1k FORGE EN1vh1NFFR1NrFc va INNOVATIVE ENGINEERING SOLUTIONS RESUME January 2020 Robert J. McGinnis, P.E., MBA Registered Professional Engineer PROFESSIONAL REGISTRATIONS: • Professional Engineer, State of Florida, License No. 86581 • Standard Inspector, BN No. 6953 • State of Florida Water Well Contractor License No. 11369 EDUCATION: • Master's in Business Administration, 2016, Florida Gulf Coast University • Bachelor of Science Civil Engineering and Environmental Engineering, 2014, Florida Gulf Coast University EMPLOYMENT: • July 2018 — Present: Project Engineer; Forge Engineering, Inc., Naples, Florida. • May 2014 — July 2018: Staff Engineer; Forge Engineering, Inc., Naples, Florida. • May 2013 — May 2014: Engineering Tech; Forge Engineering, Inc., Naples, Florida. EXPERIENCE: • Project engineer on hundreds of geotechnical explorations throughout Florida. • Provided foundation design for geotechnical reports on several projects ranging in size from single -story buildings to 22-story high-rise structures. • Preformed soil laboratory testing to determine natural moisture content, gradation of soil samples, organic content, pH of soils, and carbonate content of soils. • Proficient in completing Double Ring or Falling Head infiltration testing. • Completed several roadway and utility improvement projects including the replacement or new design for construction of sanitary and storm sewer projects. • Complete roadway and Limerock base coring for quality control reporting on newly constructed roads. • Conducted flow net analysis for the replacement of a weir structure. • Experience with well permitting and permitting for geotechnical explorations in environmentally sensitive areas. PO Box 113040 - Naples, FL 34108 - 239.514.4100 - Fax 239.514.4161 www.ForgeEng.com ABILITY OF PROFESSIONAL PERSONNEL Sha ne Joh nson Senior Ecologist Senior Ecologist for Passarella & Associates, Inc., an ecological consulting firm providing environmental and ecological services. Services include state, federal, and local permitting; agency negotiations; presentations for planning, zoning, and board of county commissioner hearings; environmental impact assessments; ecological assessments; listed species surveys, permitting and relocation; state and federal wetland jurisdictionals; wetland mitigation assessments, design, permitting and construction observations; wetland mitigation banking management, design, permitting and construction observations; and environmental project management. REPRESENTATIVE PROJECT EXPERIENCE AVIATION Southwest Florida International Airport, Lee County Marco Island Executive Airport, Collier County Immokalee Regional Airpark, Collier County Everglades Airpark, Collier County INSTITUITIONAL Collier County Public Schools Site G, Collier County Collier County Public Schools Site L, Collier County RESIDENTIAL DEVELOPMENT Winding Cypress, Collier County Golf Club of the Everglades, Collier County The Preserve at Corkscrew, Lee County Ebbtide, Lee County Corkscrew Shores, Lee County Lakewood National, Manatee County Portico, Lee County Bethany Place, Lee County Peace River Island, Charlotte County San Marino, Collier County Lucaya, Lee County Waterside, Charlotte County Villages at Homestead, Lee County ROAD PROJECTS Bonita Beach Road Phase 2, Lee County Bonita Beach Road Sections 4 and 5, Lee County Burnt Store Road Widening, Lee County WETLAND MITIGATION BANKS Bullfrog Bay Mitigation Bank, Polk County EXPERIENCE Senior Ecologist Passarella & Associates, Inc. (November 2008 - Present) Ecologist Passarella &Associates, Inc. (May 2004- November 2008) Shorebird Technician Sanibel-Captiva Conservation Foundation/U.S. Fish and Wildlife Service (February 2003 - July 2003) Research Assistant Cooperative Wildlife Research Laboratory, Southern Illinois University Carbondale (June 1996- May1998) EDUCATION Bachelor of Science, Zoology 1999 Minor: Chemistry Southern Illinois University Carbondale, Carbondale, Illinois CERTIFICATIONS Florida Fish and Wildlife Conservation Commission Authorized Gopher Tortoise Agent PROFESSIONAL ASSOCIATIONS Florida Association of Environmental Professionals Calusa Herpetological Society President (2009 - 2012) Society of Wetland Scientists Southeast Partners in Amphibian and Reptile Conservation V*PASSARELLA —uirl �`° &ASSOCIATES z Offices in Florida and South Carolina 13620 Metropolis Avenue • Suite 200 • Ft. Myers, FL 33912 1 505 Belle Hall Parkway • Suite 102 • Mt. Pleasant, SC 29464 www.passarella.net ABILITY OF PROFESSIONAL PERSONNEL Jacob Taminosian Ecologist Ecologist for Passarella & Associates, Inc., an ecological consulting firm providing environmental and ecological services. Services include state, federal, and local permitting; agency negotiations; environmental impact assessments; ecological assessments; listed species surveys, permitting and relocation; state and federal wetland jurisdictionals; wetland mitigation design, permitting and construction observations; wetland mitigation banking management, design, permitting and construction observations; and environmental project management. REPRESENTATIVE PROJECT EXPERIENCE AVIATION Southwest Florida International Airport Mitigation Park, Lee County Immokalee Regional Airport, Collier County RESIDENTIAL DEVELOPMENT Eagle Reserve, Lee County Brentwood Lakes, Collier County Timber Creek, Lee County Savanna Lakes, Lee County Verdana Village, Lee County INDUSTRIAL Pursuit Property, St. Lucie County Alico ITEC Park, Lee County EXPERIENCE Ecologist Passarella &Associates, Inc. (January 2018 - Present) Intern Wildlands Conservation Tampa/Crystal River/Citrus Springs/Ocala (Summer 2016) Ecology Research Florida Southern College, Lakeland (Fall 2015-Spring 2016) EDUCATION Bachelor of Science, Biology (2017) Minor Physics Florida Southern College, Lakeland, Florida Summa Cum Laude Graduate President's/Dean's Scholar Lists (Fall 2073 - 2017) Omicron Delta Kappa and Gamma Sigma Epsilon Honor Societies CERTIFICATIONS Florida Fish and Wildlife Conservation Commission Authorized Gopher Tortoise Agent PROFESSIONAL ASSOCIATIONS Florida Association of Environmental Professionals Society of Wetland Scientists PASSARELLA C Erologisrs 4�4 �V V O c IATr..,` c Z Offices in Florida and South Carolina 13620 Metropolis Avenue • Suite 200 • Ft. Myers, FL 33912 1 363 Wando Place Drive • Suite 200 • Mt. Pleasant, SC 29464 www.passarella.net ABILITY OF PROFESSIONAL PERSONNEL Norman J. T)rebilcock, AICP, P.E. President, Trebilcock Consulting Solutions, PA Mr. Trebilcock specializes in transportation engineering. His professional experience includes highway design; signalization; utility relocation; drainage design; street and site lighting; access management; and permitting projects. He prepares and reviews traffic impact statements and related reports. He has attended numerous transportation seminars, and held leadership positions on many transportation -related task forces and in professional societies. Mr. Trebilcock served as the first Public Works Director for the City of Marco Island (1998-2000). As Public Works Director, he successfully transferred services within 30 days from Collier County Government (i.e., parks and recreation, streets and drainage, bridges, waterways, land development permitting, and beautification); developed master plans and multi- year capital improvement programs for Public Works; secured the city's first stormwater quality improvement grant from the South Florida Water Management District (SFWMD); and established successful privatization program for efficient delivery of services. Representative Project Experience • Old 41 Downtown Improvements Design -Build; City of Bonita Springs, FL. Reconstruction of Old 41 as a complete street with sidewalks, bike lanes, narrow median, and two roundabouts (in coordination with Michael Wallwork) as part of the design build team. Provided emergency signal, street lighting, signing/marking, traffic control and decorative banner arm design services. • Fifth Ave South & Third Avenue South Signal Design -Build; City of Naples, FL. Prepared the decorative mast arm signal design for this downtown intersection as part of a design build project. • Estero Parkway Design; Village of Estero, FL - Improvements to this 4-lane suburban section roadway from US 41 to Three Oaks Parkway as the Village's first roadway improvement project. TCS was responsible for data collection and analyzed intersections in coordination with roundabout engineer (Michael Wallwork). Prepared Access Management/Design Criteria Report; street lighting plan; signing and marking plan; Traffic Control Plan; speed zoning analysis; and signal warrant analysis study. • Rattlesnake Hammock Road (CR 864) East of Collier Blvd; Collier County, FL - The project was a 1-mile reconstruction converting an existing 2-lane rural section to a 4-lane urban section with on street bike lanes and sidewalks. Project also included construction of a bridge just east of the intersection with Collier Blvd. Traffic operations design included signing; pavement marking; channelization; lighting; and signalization. TCS worked with different consultants on this corridor and was responsible for varying tasks to include intersection grading, signal modifications, signing/markings, coordination with the bridge construction, and SFWMD permitting at the Rattlesnake Hammock Rd/Collier Blvd intersection. East of Collier Blvd, tasks included: working with staff to adopt a speed limit resolution for roadway (CC Resolution 2013-256); updated the access management plan (Resolution 2013-257); street lighting; signing/marking plans; and pavement design. The roadway terminates at Hacienda Blvd (aka Benfield Rd), which TCS prepared a Design Criteria Report for and prepared street lighting as well as signing/marking plans. Hacienda Blvd is a future parallel reliever facility to Collier Blvd (1.5 miles of the 20 mile corridor runs within Hacienda Lakes PUD). • Provided technical expertise for transportation issues affecting land development projects including Ave Maria SRA, Mediterra PUD, Pelican Marsh PUD, Lely PUD, Pelican Bay PUD and Grey Oaks PUD. Prepared more than 300 Traffic Impact Statements for residential, commercial and public projects. • Designed street lighting systems for Arborwood CDD, Woodlands CDD, Airport -Pulling Road, Golden Gate Parkway, Goodlette-Frank Rd, and Vanderbilt Beach Road. Completed over 300 site lighting projects —commercial and residential. • Designed intersection signalization systems for 35 locations in Southwest Florida, including mast arm and concrete strain pole installations. • FDOT Access permits for many locations including Pelican Bay, Creekside Blvd, Price Plaza, Naples South Plaza, Moorings Plaza, Fronterra, and Pelican Marsh PUD. • Prepared speed studies, traffic calming, design criteria and traffic monitoring for more than 30 project locations —residential commercial and public sites. • Prepared parking studies and parking needs analyses for more than 20 locations — residential, commercial and public sites. Length of Experience 1990 - Present Education • University of Florida Master of Eng. in Public Works, 1989 • University of Miami B.S. in Civil Engineering, 1988 • US Army Engineering School Engineer Officer Basic Course, 1988 Licenses / Certifications • Professional Engineer, Florida #471 16 • Certified Planner, American Institute of Certified Planners • Certification, FDOT Advanced Work Zone Traffic Control The firm is registered by the Florida Department of Transportation (FDOT) and South Florida Water Management District (SFWMD) as a Small Business Enterprise (SBE). Affiliation • American Planning Association • American Institute of Certified Planners • American Society of Civil Engineers • Florida Engineering Society, Calusa Chapter (Past President) • Institute of Transportation Engineers • Illuminating Engineering Society • Society of American Military Engineers FDOT Pre -qualifications Group 3 Highway Design - Roadway 3.1 Minor Highway Design Group 6 Traffic Engineering & Operations Studies 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing Group 7 Traffic Operations Design 7.1 Signing, Pavement Marking & Channelization 7.2 Lighting 7.3 Signalization Group 10 Construction Engineering Inspection 10.1 Roadway Construction Engineering Inspection Group 13 Planning 13.4 Systems Planning 13.5 Subarea/Corridor Planning 13.6 Land Planning/Engineering TPBDIICOCH planning nnglnn8rfng 2800 Davis Blvd, Suite 2001 Naples, FL 34104 P 239.566.95511 www.trebilcock.biz ABILITY OF PROFESSIONAL PERSONNEL TREBILCOCK CONSULTING SOLUTIONS, PA I MOVAMF PROJFGT APPROACDES Established in 2007, Trebilcock Consulting Solutions, PA (TCS) is a locally owned consulting engineering firm specializing in transportation engineering. TCS provides innovative transportation engineering and design services to local governments, state, and federal permitting agencies, and private clients in Southwest Florida. TCS is certified as a Small Business Enterprise (SBE) by the FDOT and the South Florida Water Management District and provides the following innovative approaches for street lighting and signalization. ACCESS MANAGEMENT The Mediterra Community runs along the entire 1.5-mile north frontage of the roadway ROW. The Mediterra golf course maintenance facility has two access drives on the existing section of Veterans Memorial Boulevard (VMB) that is going to be improved to 4-lanes. In addition, the Mediterra Community may have interest in connecting to VMB for community traffic as a means of improving their overall access and circulation. The Secoya Reserve residential community (Sandalwood PUD) is a 57-lot single family subdivision that has a driveway connection on the south side of Veterans Memorial Blvd western terminus. Veterans Memorial Elementary is just east of Secoya Reserve and has two driveway connections onto VMB. The Imperial Golf Estates is along the south frontage of VMB that has not been extended yet. The Imperial Golf Estates is not anticipated to connect to VMB, since their developed single-family platted homes are along the entire frontage without an opportunity for a street connection to VMB. Though there are not many drives along the roadway, coordination with the developments and school are important to create a desirable driveway spacing. Members of our team have had past involvement in the Mediterra and Secoya Reserve projects. Through a proactive community coordination approach with the residential developments and CCPS', we believe an effective access management program can be developed on VMB. LIGHTING There is no existing street lighting along the 2-lane developed section of VMB. There is an existing overhead electric distribution line along the south ROW of VMB that will impact the placement of the proposed street lighting system. Due to the existing residential development along this corridor, consideration of a staggered lighting system with a lower mounting height as an accommodation is recommended. QE+ GM+ Pm has prepared a preliminary recommendation to use Collier County's desired Apollo Light fixture. The team would use a lower mounting height to address potential concerns of nearby residents. These fixtures are also available with house shields to prevent additional backlighting. The results of using the LED Apollo light fixture tenon mounted on a 30-ft pole results in an efficient 300-ft staggered spacing on each side of the roadway. Light levels will meet/exceed applicable FDOT Design Manual criteria for average foot-candles and uniformities. SIGNALS The intersection of VMB and Livingston Road is already signalized and adjustments to this location as well as desired upgrades (i.e. retroreflective backplates) will be incorporated into the signal design. Two new signal installations are anticipated for the project at Veterans Memorial Elementary and at the future High School site. As an alternative intersection treatment our team has teamed with roundabout expert Michael Wallwork with Alternative Street Design, who will review the feasibility of roundabout traffic control in lieu of signalization at these two locations. This design approach is consistent with FDOT recommendations and will help to achieve optimal safety and efficiency in the project's intersection design treatment. TROUBLESHOOTING, PROBLEM SOLVING TECHNIQUES & RFI'S The QE + GM + PMI team will mitigate and resolve any issues immediately. The following Escalation Approach to Problem Solving is in accordance with PPS requirements: 00, 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. With QE + GM + PMI'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 X If additional engineering services are needed, QE will contact GradyMinor for a quick resolution. 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+ GM + PM/ 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). ABILITY OF PROFESSIONAL PERSONNEL QE'S TECHNOLOGY I 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 implementing the newest and most advance software for fleet or bid tracking, to simply 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 a well -run jobsite... the need to invest in top of the line 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 sustain a high quality 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. 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 and versatility and helps to ensure jobsite safety. By removing the bucket and using the coupler's rated lifting eye to move needed items, the operator can increase the machine's lift capacity and improves visibility. N IN ALL DIRECTIONS E-WALL SWING E-WALL FORWARD E-WALL CAB PROTECTION E-WALL CEILING E-WALL FLOOR 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 fines related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over -swinging and over -digging. ABILITY OF PROFESSIONAL PERSONNEL 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 allows the customer, engineer, and contractor to track and collaborate on submittals and RFls throughout a project, as the web -based application provides all parties with the current status of each document. ............................................................... OFFICE TEAM FIELD Powerful accounting, financial and office operations software Cloud -based collaborative solution to power communications and All -in -one mobile solution for real-time field for transaction processing and reporting. document control for the entire project team, data capture and management. In-house or Cloud Browser/Mobile Cloud Browser/Mobile Cloud Accounting Collaborative solutions for: Mobile solutions for: Payroll/HR Submittal Management Time Card Capture Estimating/Pre-Construction RFI's Field Defects Management Project Financials Document Control Site Diaries/Daily Reporting Equipment Management Invoice Approval Materials Management Dashboards Field Products Service Management .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . QE also utilizes Viewpoint Field Management, an application that allows Superintendents to submit equipment maintenance work orders and also request heavy equipment and vehicles from their Mad and/or iPhone directly to the jobsite. When the equipment arrives, the Superintendent confirms delivery on the application, automatically updating the Dispatch board. QE's dispatcher also verifies the location of all equipment using 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 a project to be completed on time, within budget and at the high levels of quality that have come to characterize QE. " ,ISIA 0 1 Certfied Minority Business Enterprise CERTIFIED MINORITY BUSINESS ENTERPRISE OE'S COMMUNITY CONNECTION The QE + GM + PMI 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, DBE's and SBE's. Currently, the following MBE's (as certified by the State of Florida Department of Supplier Diversity) are partnered with the QE + GM + PMI team: Fred L. Weidner, Construction Project Manager, will lead all MBE coordination to ensure maximum participation. ADHERE TO COMPLIANCE The QE + GM + PMI team strives to maximize MBE participation and will offer additional opportunities for partnership should the opportunity arise. Utilizing targeted outreach, the QE + GM + PMI 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. 1 /2/2020 WebFOCUS Report Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor: CELLA MOLNAR AND ASSOCIATES INC Vendor Name: CELLA MOLNAR AND ASSOCIATES INC DBE Certification: CERTIFIED MBE Certification: Certified DBA: Former Name: Business Description: ADMINISTRATIVE MANAGEMENT AND GENERAL MANAGEMENT CONSULTING SERVICES Mailing AddressJ: 1631 HENDRY ST FT MYERS, FL 33901- Contact Name: KAYE MOLNAR Phone: (239) 337-1071 Email: KMOLNAR@CELLA.CC ACDBE Status: Statewide Availability: Certified NAICS 541611 Administrative Management and General Management Consulting Services Fax: (239) 337-1076 https://fdotwpl.dot.state.fl.us/ibi_appsMFServlet 1 /1 Woman Business Certification Kate's Enviro Fencing Inc. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 08/20/2019 08/20/2021 haia R. Saner. Se4 etary Florida Department nfYanagementSersrices Depam rwnt of MANAGEMENT SERVICES Office -of Supplier Diversity Off i re of Sup pl ier Diversity 405a E s p lanade W ay, Suite 380 Ta I Iahassee, FL 32599 85a-487-ag15 www. . d rn s. rnyf for ida. com./osd OM. N CL Q 1 00 ro 0: T 0 O � O CL toE r 00SP - H clOL y d C H E 0 �. U) v CD 0 r cl r SOUTH FLORIDA WATER MANAGEMENT DISTRICT i • REGISTERED VENDOR NO.: 119952 July 17, 2017 CERTIFICATION EXPIRATION DATE Mr. Lazaro Caballero, Managing Member July 17, 2020 Unlimited Turf, LLC 850 NW Federal Hwy. Suite 170 Stuart, FL 34994 Dear Mr. Caballero Congratulations, the South Florida Water Management District (District) has recertified your firm as a Small Business Enterprise (SBE). This certification is valid for three (3) years and may o_t1ly be applied when business is conducted in the following area(s): Sod Sales $ Installation Services }'slur submittal of bids or proposals to supp44• other products or services outside of the speciulls area(s) noted above will not count toward .SBE parricipation. if you require certification in other special!+• areas, please cortraer the Procurement Bureau, 5BE. Section, for additional information Renewal is required every three (3) years and should be requested a minimum of 45 days prior to the above expiration date. If any changes occur within your company during the certification period such as ownership, affiliate company status, address, telephone number, licensing status, gross revenue, or any information that relates to your SBE Certification status, you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the District's vendor database. We look forward to a mutually beneficial working relationship. Sincerely -��- �J Alejandro Quintero Sr Contract Corbpliance Specialist Procurement Bureau laq 3301 Gun Club Road, MIA Nloi Beach, Florida 33406 • (561) 686-8800 • 1-800-432-2045 M,iiling Address: 11..0. Box 2468(), West 11aim Beach, FL 33416-1680 • wwwsfwmd,8or SOUTH RORIDA WATER MANAGEMENT DISTRICT August 30, 2017 Mr. Norman J. Trebilcock, President Trebilcock Consulting Solutions PA 1205 Piper Boulevard, Suite 202 Naples, FL 34110 Dear Mr. Trebilcock: REGISTERED VENDOR NO.: 118089 CERTIFICATION EXPIRATION DATE August 30, 2020 Congratulations, the South Florida Water Management District (District) has Recertified your firm as a Small Business Enterprise (SBE). This certification is valid for three (3) years and may only be applied when business is conducted in the following area(s): Professional Engineering Services Your submittal of bids or proposals to supply other products or services outside of the specialty area(s) noted above will not count toward SBE participation. If you require certification in other specialty areas, please contact the Procurement Bureau, SBE Section, for additional information. Renewal is required every three (3) years and should be requested a minimum of 45 days prior to the above expiration date. If any changes occur within your company during the certification period such as ownership, affiliate company status, address, telephone number, licensing status, gross revenue, or any information that relates to your SBE Certification status, you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the District's vendor database. We look forward to a mut ally -beneficial working relationship. Sincere4 , Alejandr4Gtm ro�—'� Sr. Contrpliance Specialist Procuremreau laq 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686-8800 • 1-800-432-2045 Mailing Address: P.O. Box 24680, West Palm Beach, FL 3341"680 • www.sfwmd.gov 031 Past Performance PAST PERFORMANCE QE + GM + PMI HAS EXPERIENCE IN THE LOCAL AREA Quality Enterprises USA, Inc. has assembled a local and experienced team of professionals to work together on RIDS #20-7708, Veterans Memorial Boulevard Extension -Phase 7 Project. QE + GM + PMI recognize 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 roadway improvement and extension projects. The chart on the following page shows projects in which QE has collaborated with either GM, PMI or both, followed by QE's past performance on projects both similar, and more complex, to Veterans Memorial Boulevard Extension. It should be noted that all past projects were brought in within budget, as QE consistentely works with local municipalities to minimize change orders. To that extent, any change order on a project was initiated by the client as a request to have additional work performed. WHY UE * GM + PM1 • Local Experience • Strong Relationship with Collier County • Knowledgeable in Design -Build Projects • Dedicated to Utilizing Local Resources and Businesses (MBE's) • Thorough Understanding of SWFL Environmental Conditions • Close Proximity to job site (QE, GM, PMI - 15 miles, 6 miles, 8 miles, respectively) • Skilled Personnel to See Project Through Completion • Trained Staff to Ensure Proper Permitting, Compliance & Safety • Partnered on Several Past Projects • All Projects Completed on time, within budget, and at high levels of quality PAST EXPERIENCE I QE + GM + PMI TEAM COLLABORATION PAST PERFORMANCE PROJECT NAME LOCATION OWNER VALUE COMPLETED Reconstruction of South & North Collier Boulevard Marco Island, FL City of Marco Island $24,873,224 06/08 Mike Daniel Immokalee Road & Collier Boulevard Interchange Naples, FL Collier County $7,750,472 12/17 Matt Thomas & Utility Improvements Vanderbilt Beach Road Bike Lane improvements P Naples, FL Collier County Shannon Bassett $410,337 12/19 Marco Shores Alternate Water & Sewer Project Marco Island, FL City of Marco Island $8,142,136 09/19 Justin Martin Ridgeland- Claude Dean Airport Phase 2: Runway Ridgeland, SC Jasper County $4,844,130 10/18 & Taxiway Paving Richard Dean Hilton Head Airport Runway 21 and Runway 3 Hilton Head Island, SC Beaufort County $25,827,389 06/19 Extension for Commercial Traffic Jon Rembold Venice Downtown Corridor Improvements Venice, FL City of Venice $9,203,128 07/19 Kathleen Weeden City of Naples Design/ Build Stormwater Outfall Naples, FL City of Naples $1,095,878 07/19 and Seawall Repairs Brad Hefner Goodland Drive Water Main Replacement Goodland, FL Collier County $1,051,412 11/17 Ben Bullert Ba iew Park Improvements Naples, FL Collier Count Parks 07/13 yv p p Y $650,000 Clint Perryman MPS 302 Diesel Bypass Naples, FL Collier County Parks $336,562 01/19 Mike Stevens Vanderbilt Drive Water Main Replacement Naples, FL Collier County $419,355 OS/16 Diana Dueri DESCRIPTION QE GM 3.7 miles of roadway base and paving, utilities and storm piping, lift station rehabilitation, new seawall outfalls, curbs • , and sidewalks, landscaping and irrigation. PMI provided over 12,000 tons of asphalt material for this project. Complete intersection reconstruction, including Force Main installation, a new conspan bridge, earthwork, realignment of • • a canal, and other utility installation such as 586LF of30" HDPE water main by HDD, asphalt milling and paving, etc. Involved the widening of both sides of Vanderbilt Beach Road to accomo date • • for two pedestrian bike lanes, using approximately 500 tons of asphalt. 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 16,000 tons of P-401 Asphalt mix supplied by PMI, 22,000 CY of • excavation, and over 1,500 LF of storm piping. Collectively between Runway 3 & Runway 21, QE and Preferred Materials installed 19,300 • tons of P401 Asphalt. All asphalt material was provided by Preferred Materials. Installation of storm piping, utilities, curbs and sidewalks, approximately 2 miles of roadway base and paving, landscaping, • • irrigation and lighting. This project involved seawall replacement and outfall pipes ranging in size from 24" RCP to 72" RCP. Seawalls were constructed • • using Truline 800 Series Vinyl Sheet Piling. Directionally drilled 3300LF of 10" HDD and 630LF of 12" HDD. In addition, QE open cut • • 1070 LF to replace a water main. Improvements included expansion of onsite parking spaces, addition of offsite parking, sidewalks, pathway adjustment, designated • • playground area, floating dock ramp improvements, landscape and lighting. Installation of above ground 20" and 30" ductile iron pipe and installation of a bypass • • pump. Replaced 3000LF of 14" HDPE water main by HDD. • • • PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $24,873,224.00 I> 10-41tat a91**] 1W11Is] ► This project involved the complete reconstruction of one of Marco Island's heaviest traveled roadways, including 3.7 miles of roadway base and paving, utilities and storm piping, lift station rehabilitation, new seawall outfalls, curbs and sidewalks, landscaping, and irrigation. Preferred Materials provided over 12,000 tons of asphalt material for this project. Utilities varied in size from 4" to 24" pipe, totaling over 60,000 LF of pipe. Maintenance of Traffic (MOT) was a key factor in the performance of this project due to the heavy traffic and large amount of businesses located along the route. LOCATION City of Marco Island, FL OWNER City of Marco Island Contact: Mike Daniel Email: mdaniel@cityofmarcoisland.com Phone: (239) 825-9554 ENGINEER Kimley Horn & Associates Contact: Rick Schappacher Phone: (941) 748-8340 START DATE/ COMPLETION DATE April 2005/ J u ne 2008 QE self -performed 90% of the project and received a $200,000 early KEY PERSONNEL completion bonus. All work was completed on time, within budget, and at Project Manager: Louis J Gaudio, QE high levels of quality. Superintendent: Paul Moriarty, QE Coilier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design -Build of Veterans Memorial Boulevard Extension -Phase 1, RPS No. 20-7708 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 Company: CITY OF MARCO ISLAND (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: n/a Telephone: mdaniel@cityofmarcoisland.com 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 were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival 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." Project Description: Reconstruction of Collier Blvd, Completion Date: June 2008 South and North. Roadway and Utilities 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 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $9,203,128.00 PROJECT DESCRIPTION This project involved the complete reconstruction of the Downtown Venice Business District, including the installation of storm piping, utilities, curbs and sidewalks, approximately 2 miles of roadway base and paving, landscaping, irrigation and lighting. Public Outreach and Maintenace of Traffic (MOT) were key elements, as the project was constructed during Venice's high tourist season. QE self -performed 80% of the work and the project was completed on time, within budget and at high levels of quality. LOCATION City of Venice, FL OWNER City of Venice Contact: Kathleen Weeden Email: kweeden@venice.gov Phone: (941) 882-7409 ENGINEER Atkins Contact: Richard Uptegraff Email: richard.d.uptegraff@atkinsglobal.com START DATE/ COMPLETION DATE J u ly 2018/ J u ly 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Mitch Tourino, QE Kathleen C o ler County J. Administrative Services Department Weeden Prowrement Services Division Reference Questionnaire Digitally signed by Kathleen J. Weeden DN: cn=Kathleen J. Weeden, o, ou, em a i I=kweeden@ven iceg ov.com, c=US Date: 2020.01.27 12:53:30 -05'00' Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Kathleen Weeden (Evaluator completing reference questionnaire) Email: kweeden@venice.gov FAX: Company: City of Venice (Evaluator's Company completing reference) 941-882-7409 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/indivdival 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." Project Description: Downtown Corridor Improvements Completion Date: July 9, 2019 Project Budget: $ 9,203,128.00 Project Number of Days: 365 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 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $259827,389.97 PROJECT DESCRIPTION Quality Enteprises USA, Inc. recently completed a project at the Hilton Head Island Airport that included taxiway replacement and runway extension to accomodate for commercial jet traffic. Collectively between Runway 3 & Runway 21, QE and Preferred Materials installed 19,300 tons of P401 Asphalt. All asphalt material was provided by Preferred Materials. Extensive earthwork and utility work was required, including the relocation of an existing Force Main by open cut and directional drilling. QE self -performed 90% of the project. LOCATION Hilton Head Island, SC OWNER Beaufort County Airport Contact: Jon Rembold Email: jrembold@bcgov.net Phone: (843) 255-2955 ENGINEER Talbert Bright & Ellington, Inc. Contact: Pat Turney Phone: (704) 426-6070 START DATE/ COMPLETION DATE January 2016/ June 2019 KEY PERSONNEL Project Manager: Steve Jones, QE Superintendent: Wesley Shipp, QE PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $7,750,472.00 PROJECT DESCRIPTION This project involved the complete reconstruction of the Immokalee Road / Collier Boulevard intersection, including construction of a new con -span bridge, earthwork, utilties, realignment of a new canal, installation of roadway base and paving, curb and sidewalk, lighting and signalization. The project was located in a very high -volume traffic area where Maintenance of Traffic (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; QE self - performed 90% of the work. LOCATION Naples, FL OWNER Collier County Contact: Matt Thomas Email: matthew.thomas@colliercountyfl.gov ENGINEER Jacobs Contact: Bill Gramer Email: Bill.Gramer@jacobs.com Phone: (239) 860-4922 START DATE/ COMPLETION DATE April 2016/ December 2017 KEY PERSONNEL Project Manager: Allison Murrell, QE Superintendent: Eric Blair, QE Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Bill Gramer (Evaluator completing reference questionnaire) Email: bill. rg amer(aDjacobs.com FAX: Company: Jacobs (Evaluator's Company completing reference) 239-860-4922 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/indivdival 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." Project Description: Immokalee Rd & Collier Blvd Completion Date Interesection and Utility Improvements Project Budget: $ 7,750,472.00 December 2017 Project Number of Days: 600 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 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $410,337.30 PROJECT DESCRIPTION This project involved the widening of both sides of Vanderbilt Beach Road to accommodate fortwo pedestrian bike Ianes.The project limitswerefrom Gulf Pavilion Dr. to Vanderbilt Dr., approximately 3600 LF. Maintenance of Traffic (MOT) played an important role in this project as this is an extremely high traffic volume area. The project was funded by FDOT and was constructed in accordance with FDOT specifications including EEO requirements, certified payroll and DBE participation. QE self -performed 90% of the project with asphalt material supplied by Preferred Materials. LOCATION Naples, FL OWNER Collier County Contact: Shannon Bassett Email: shannon.bassett@colliercountyfl.gov Phone: (239) 253-3170 ENGINEER Johnson Engineering, Inc. Contact: Josh Hildebrand Phone: (239) 872-4039 START DATE/COMPLETION DATE July 2019/ December 2019 KEY PERSONNEL Project Manager: Matt Casey, QE Superintendent: Mitch Tourino, QE C01fler County AdminMmfive Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Oualitv Entemrises USA. Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Shannon Bassett (Evaluator completing reference questionnaire) Email: shannon.bassett(a)colliercountyfl.gov FAX: Company: Collier County Transportation (Evaluator's Company completing reference) 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/indivdival 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." Project Description: Vanderbilt Beach Rd Bike Lane Imp Completion Date: December 6, 2019 Project Budget: $ 410,337.30 Project Number of Days: 150 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. 9 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.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 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 96 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC In - CONTRACT VALUE $4,5029433.00 110]91*1dD]**1e11:�l1101k,I The City of Naples' Central Avenue Improvement Project was a major transportation enhancement along the Central Avenue corridor between 8th Street and Goodlette-Frank Road. This project involved approximately 3,000 tons of Asphalt placement, installation of 4,000 LF of drainage pipe, 6,000 LF of utility piping, curb, sidewalks, and pedestrian bicycle lanes, lighting and signalization. The project design is a Blue Zone concept for a healthier urban environment. QE self -performed 90% of the project and successfuly met all project goals. LOCATION Naples, FL OWNER City of Naples Contact: Allyson Holland Email: amholland@naplesgov.com Phone: (239) 213-4713 ENGINEER Kimley Horn & Associates START DATE/ COMPLETION DATE October 201S/ October 2016 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Eric Blair, QE Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Design Build of Veterans Memorial Boulevard Extension -Phase 1, RPS No. 20-7708 Reference Questionnaire for: Oualitv Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio, Vice President (Name of Individuals Requesting Reference Information) Name: k.lJWA Hot,L"V (Evaluator ompleting reference questionnaire) Email: blmhOMV40—Yl"IfAW •CM-'' Company: CAI of OF SS (Evaluator's Company completing reference) FAX: V3A• u3•41ql Telephone: Z3QI•Z13-4:H3 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/indivdival 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." 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 Score 1 Ability to manage the project costs (minimize change orders to scope). to 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. (0 5 Professionalism and ability to manage personnel. l0 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 1 rb PAST PERFORMANCE QUALITY ENTERPRISES USA, INC ;:e�i`slr • `4 A � f1 �M1 CONTRACT VALUE $3,675,999.29 IONItat a97*1is] 11: AiIs] ►I This project involved the construction of Taxiway D, and connectors in a new alignment, to allow for future hangar construction and comply with new FAA regulations on connectors at the Naples Airport. The project also involved the installation of over 1500 LF of RCP drainage pipe ranging in size from 24" to 60", drainage structures, approximately 6,000 tons of P-401 Asphalt Mix and 25,000 CY of embankment placement. All work was completed under an FAA grant, in accordance with strict FAA regulations, EEO requirements, certified payroll and DBE participation. Close coordination with air tower was required for work adjacent to active runways with most paving taking place at night. QE self -performed 90% of the project LOCATION Naples, FL OWNER Naples Airport Authority Contact: Ron Jefferson Phone: (239) 289-7450 ENGINEER EG Solutions Inc. Contact: Scott Brady Email: sbrady@eg-solutionsinc.com Phone: (941) 914-2187 START DATE/ COMPLETION DATE July 2018/ December 2018 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Eric Blair, QE Coiliev C014VIty Administrative Services Department Procurement Services Division Reference Questionnaire Scott Brady d2020.01.23 15:00:13 -05'00' Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Scott Brady (Evaluator completing reference questionnaire) Email: FAX: Company: EG Solutions (Evaluator's Company completing reference) 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/indivdival 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." Project Description: Taxiway D Reali,gnement & Completion Date: December 2018 Drainage Improvements Project Budget: $ 3,675,999.29 Project Number of Days: 180 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). * 7 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. * 9 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 96 *During multi -day, 24-hour per day, sustained around -the -clock work, crew and supervisory fatigue required adjusting some individual element schedules. PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $4,844,130.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed a project at the Ridgeland-Claude Dean Airport that included extensive earthwork, runway and taxiway paving, as well as installation of airfield lighting and drainage. The project included 16,000 tons of P-401 mix, 22,000 CY of excavation and over 1500 LF of storm piping. All asphalt material was supplied by Preferred Materials. The Project Engineer was Holt Consulting and QE self -performed 90% of the project. LOCATION Ridgeland, SC OWNER Jasper County Contact: Richard Dean Email: richarddeanl02@gmail.com Phone: (704) 572-2902 ENGINEER Holt Consulting Company, LLC Contact: Kevin Morris Email: kmorris@holtconsultingco.com Phone: (803) 206-0055 START DATE/ COMPLETION DATE March 2018/ October 2018 KEY PERSONNEL Project Manager: Steve Jones, QE Superintedent: Wesley Shipp, QE Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Kevin Morris (Evaluator completing reference questionnaire) Email: Company: Holt Consulting Company LLC (Evaluator's Company completing reference) FAX: 803-771-4656 803-206-0055 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/indivdival 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." Project Description: Ridgeland-Claude Dean Airport - Completion Date: October 2018 Phase 2: Runway and Taxiway Paving Project Budget: $ 4,844,130.00 Project Number of Days: 210 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 7 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.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 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 94 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $101366,311.00 PROJECT DESCRIPTION This private development project was performed under the inspection of Lee County and FDOT and involved the complete development of a 50-acre site located in Fort Myers with over 4,000 LF of roadway and utilities. QE self performed all sitework including site clearing and grubbing, earthwork, excavation of lakes, removal of rock and crushing for use as base rock, water mains, force main, gravity sewer, lift station, curbs & sidewalks, asphalt paving, landscape and irrigation. LOCATION Fort Myers, FL OWNER Hope Hospice & Community Services Contact: Samira Beckwith Email: samira.beckwith@hopehcs.org Phone: (239) 489-9140 ENGINEER Dave Douglas Associates, Inc. Contact: David Douglas Phone: (239) 337-3330 START DATE/COMPLETION DATE June 2017/ December 2019 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Greg Painter, QE Collier C014.nty Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: RPS NO.: 20-7708 Design Build - Veterans Memorial Boulevard Extension - Phase I Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Samira Beckwith (Evaluator completing reference questionnaire) Email: Samira.Beckwith(d)hopehcs.org FAX: Company: Hope Hospice & Community Services (Evaluator's Company completing reference) Telephone: (239) 489-9140 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/indivdival 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." Project Description: Center for Roadway and utilities Project Budget: $ 10,366,311.00 Phase I Sitework — Completion Date December 2019 Project Number of Days: 950 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 0 . i'* .'. KEY RESOURCES LOCATION As one of the largest local heavy civil construction contractors, QE is prepared for PPS #20-7708. With over 250 employees, including nine utility crews, three earth work crews, two paving crews, two marine crews, two concrete crews, and one bridge crew, the company has a large and skilled workforce and is proud to celebrate 50+ years of service this year. QE is knowledgeable of local conditions, can acquire materials in a timely fashion, and can provide machinery from the company's heavy equipment fleet for this contract. LOCATION Broom Tractors 05 Loaders 30 Crawler Cranes 02 Milling Machine 02 Crushing & Screening Equipment 10 Articulated Truck 01 Dozers 03 Asphalt Pavers 03 Dump Trucks 08 Rollers 14 Epi Rock Drum Cutter 01 Rubber Tire Excavator 01 Excavators 35 Skid Steer 04 Excavators with Hammers 03 Sheet Pile Vibratory Hammer 02 Fusing Machine 04 Trailers 38 Graders 02 Tractors 05 Horizontal Directional Drilling Rigs 02 VAC Truck, Tankers, Mud Reclaimer 06 Lowboys 05 QE Mechanics & Lube Trucks 06 QE's corporate office and equipmentyard are both located in Naples' White Lake Corporate Park,15 milesfrom the Veterans Memorial Boulevard Extension - Phase 1 project site. This will allow key personnel to be on site quickly and also yields prompt equipment mobilization, resulting in significant cost savings for Collier County. Additionally, GM's office is 6 miles from the project site and and PMI's office is 8 miles from the project site. All offices can be made available for meetings between the Design Build team and Collier County staff. The Design Build team is also prepared to provide an on -site mobile office trailer to better manage day -to day or on -site information collection and distribution between all parties involved. The map below shows QE's Corporate Office and Equipment yard location. 6nT t 1\ North Naples �`—' '�' . "' ' ^' X_ LNAPLES PARK I It r �. 4 . - PELICAN rr BAy- �• ' 4" �• ti - ` id Vineyards' -'1-41 PARK SHORE Golden Gate 4 y � E QUALITY ENTERPRISES _ CORPORATE OFFICE LOCATION Quality Enterprises USA, Inc. 3494 Shearwater Street Naples, FL34117 239.435.7200 qeusa.com EQUIPMENT YARD LOCATION Quality Enterprises USA, Inc. 3489 Shearwater Street Naples, FL34117 KEY The *shows the location of both QE's Corporate Office and Equipment Yard, as they are less than 200 ft. apart. t RECENT, CURRENT, AND PROJECTED WORKLOADS ALL KEY PERSONNEL WILL BE 100% AVAILABLE AND FULLY COMMITTED. The QE + GM + PMI team prioritizes the Veterans Memorial Boulevard Extension - Phase 1 project. While QE, GM, and PMI have a variety of projects in various stages of completion, ample resouces will be made available to ensure project success. Below is the Percentage ofAvailabiltyfor Key Personnel during both the Pre -construction and Construction phases of this project, followed by Current and Cpcoming projects for QE, GM, and PMI. PRECONSTRUCTION CONSTRUCTION Louis J. Gaudio QE QE Vice President 40% 30% Harlan Sawyer QE Estimator 100% 40% Fred L. Wiedner QE Construction Project Manager 30% 100% Paul J. Moriarty QE Superintendent 30% 100% Margarita Negron QE Manager of Health and Safety 20% 80% Isa Carreras QE Project Administrator/ EEO Compliance Officer 20% 80% Daniel Flynn GM Design Project Manager 80% 50% Justin Frederiksen GM Deputy Project Manager 60% 30% Sally Goldman GM Design Project Engineer 80% 50% Alex Dunko GM Design Project Engineer 30% 60% Donald Saintenoy GM Survey Project Manager 20% 60% Frank Feeney GM Quality Assurance/ Quality Control 30% 50% Rick Featherstone GM Construction Inspector 15% 80% Richard Chalupa GM Landscape Architect 60% 40% Jason Bates PMI Project Manager 25% 50% Jerry Fletcher PMI Area Manager 10% 70% Chuck Molloy PMI Operations Manager 25% 70% i E_ � _ F E 4 L�v I'# CURRENT & PROJECTED WORKLOADS OF THE FIRM RECENT, CURRENT, AND PROJECTED WORKLOADS PROJECT NAME LOCATION OWNER VALUE STATUS MPS 308 Force Main Improvements Naples, FL Collier County $2,058,121 70% Michael Stevens Marco Shores Water & Sewer Marco Island, FL City of Marco Island $9,142,136 90% Justin Martin 1-75 Alligator Alley Water Main Naples, FL Collier County $501,774 85% Improvement Project Shan Fandrich Master Drainage Improvements Sarasota, FL Sarasota $7,359,282 0% International Airport Scott Brady Design -Build 1-75 and Collier Blvd. Utility Naples, FL Collier County $14,950,000 10% Relocation Project Shan Fandrich Airfield Drainage Improvements Walterboro, SC Low Country $3,895,847 0% Regional Airport Tommy Rowe City of Fort Myers $79,230 15% Design Design Services for Conversion of First Fort Myers, FL Carl Karakos Street and Second Street from One-way Streets to Two-way Streets - Phase 1 NaplesFL City of Naples $318,213 100% Design 8th Street Improvements Project - , Alison Bickett Phase 2 Collier County, Collier County $295,290.00 75% Design Goodland Drive Rehabilitation Project FL Mario Puente Nicholas Parkway West Access Management and Waterline Design Project Oil Well Road Widening Winchester Road Improvements T1755 SR 776 Charlotte County Cape Coral, FL City of Cape Coral $363,067.49 90% Design Hugo Delgado Collier County, Collier County Board Of County $596,370 FL Commissioners South Sarasota County, FL Sarasota County $3,929,400 SR 776 Charlotte County, FL FDOT $5,636,400 Start: 2/2020 Start: 2/2020 Start: 6/2020 COMPLETION DESCRIPTION DATE April 2020 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 March 2020 80LF underneath the Marco River. Construction of a new master pump station and demolition of existing wastewater treatment plant. Restoration of all roadways. Installation of1600 LF of 16" PVC water main by February 2020 open cut, tie-ins to existing lines and roadway restoration. Installation of 8,000LF of RCP drainage pipe October 2020 ranging in size from 24" to 60". Also includes runway/taxiway restoration utilizing P-401 Asphalt Mix supplied by PMI. April 2021 Installation of approximately 15,000 LF of water main piping ranging in size from 24" to 36" by open cut and HDD. This project includes over 40 acres of clearing and November 2020 grubbing, over 20,000 CY of excavation, and over 5,000 LF of storm drainage pipe installation. Also incudes runway/taxiway restoration using P-401 Asphalt mix. This project includes improvements associated Fall 2020 with intersection traffic signal modifications, new lane configurations, water -blasting, pavement milling and resurfacing, and new signing, striping, and pavement markings for the conversion of the two roadways from one-way streets to two-way streets. November 2020 GM will provide Engineering Services during construction for the improvements along 8th St. from Central Ave. to 7th Ave. N. The proposed project includes drainage improvements, addition of bike lanes, traffic calming features, hardscape improvements and widening the existing sidewalk. Summer 2020 The purpose of this project is to raise the roadway profile for Goodland Drive an average of 18" to alleviate flooding and to also restore historical tidal exchanges between the east and west mangrove areas by adding cross drains at suitable locations along the corridor. February 2020 Project includes roadway and utility improvements along Nicholas Parkway West from the east side of the intersection of Santa Barbara Boulevard west to Pine Island Road, a distance of approximately 7,200 feet. The roadway improvements include strategically reducing the number of median cuts, the addition of left turn lanes, analyzing the horizontal geometry of the roadway for superelevation, reviewing the existing drainage and determining any impacts by the proposed improvements and installing curb and gutter around all the medians. June 2020 Consists of approximately one mile of roadway and shoulder widening as well as milling and overlay of the existing roadway. June 2020 Milling & resurfacing of a 4 mile section of Winchester Road, sidewalk improvements, signal improvements, and base repairs. April 2021 Includes milling & resurfacing, sidewalk and signal improvements, and addition of turn lanes. I' LJ 0 11 � Tf UNANIMOUS WRITTEN CONSENT IN LIEU OF THE 2020 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF QUALITY ENTERPRISES USA, INC. The undersigned, being all the directors of Quality Enterprises USA, Inc. (the "Corporation"), pursuant to Virginia Code Section 13.1-685, hereby approve and consent to the following actions in lieu of the Annual Meeting of the Board of Directors: WAIVER OF NOTICE: Execution of this Written Consent will constitute full waiver of notice of the Annual Meeting of the Board of Directors of the Corporation for the year 2020. ELECTION OF OFFICERS: The following persons are elected to the offices following their names to serve until the expiration of their terms at the next annual meeting of the Board of Directors, or until their successors shall be duly elected and qualified: Howard J. Murrell, Jr Louis J. Gaudio Allison B. Murrell Rachel S. Murrell Howard J. Murrell, III Stacey L. Murrell President Vice President Chief Information Officer/Asst Secretary Corporate Officer Corporate Officer Secretary WHEREAS, the Directors believe it is in the best interest of the Company to grant, without limitation, signing authority and the authority to conduct business on behalf of the Company to each of the following Officers: Howard J. Murrell, Jr., President WHEREAS, the Directors believe it is in the best interest of the Company to grant authority to enter into and sign contracts on behalf of the Company to each of the following Officers: Louis J. Gaudio Vice President Allison B. Murrell Chief Information Officer/Asst Secretary Rachel S. Murrell Corporate Officer Howard J. Murrell, III Corporate Officer Stacey L. Murrell Secretary RATIFICATION: All acts taken on behalf of the Corporation by the Corporation's officers since the last meeting of the Board of Directors are hereby ratified and approved. MINUTES: This Unanimous Consent shall be filed with and become a part of the Minutes of the Corporation. Effective date: January 1, 2020 Date signed QUALITY ENTERPRISES QEQE Heavy Equipment - February 2020 C3LIALITI/ ENTERPAISEB Equipment Code Description Make Model Year Ownership 01-001 CAT 304ERC Excavator CAT 304ERC 2013 Own O1-002 CAT 304ERC Excavator CAT 304ERC 2013 Own O1-005 CAT 308ERC Excavator CAT 308ERC 2013 Own 01-021 VOLVO 180 Ruber Tire Excavator Volvo EW 180 2005 Own O1-022 Volvo ECR58D Excavator Volvo ECR58D 2014 Own O1-023 Volvo ECR88D Excavator Volvo ECR88D 2013 Own 01-025 ECR58D Excavator Volvo ECR58D 2014 Own O1-026 CAT 336EL Excavator CAT CAT336EL 2014 Own O1-029 ECR58D Compact Excavator Volvo ECR58D 2014 Own 01-030 349FL Hydraulic Excavator CAT 349FL 2014 Own O1-033 CAT 321DLCR Hydraulic Excavator CAT 321DLCR 2014 Own O1-034 CAT 328DLCR Hydraulic Excavator CAT 328DLCR 2014 Own 01-035 CAT 335FLCR Hydraulic Excavator CAT 335FLCR 2015 Own O1-036 Volvo ECR88D Excavator Volvo ECR88D 2014 Own O1-037 Volvo ECR58D Excavator Volvo ECR58D 2015 Own 01-038 Kubota KX057 Excavator Kubota KX057-4R3A 2015 Own 01-039 ECR235EL Crawler Excavator Volvo ECR235EL 2015 Own O1-040 CAT 326FL Super Long Reach Excavator CAT CAT326FL 2015 Own O1-041 Volvo ECR88D Excavator Volvo ECR88D 2016 Own 01-042 CAT 315FLCR Excavator CAT 315FLCR 2017 Own O1-043 Volvo ECR88D Excavator Volvo ECR88D 2016 Own O1-044 Volvo ECR88D Excavator Volvo ECR88D 2016 Own 01-045 CAT 336FL Excavator CAT CAT 336FL 2018 Own O1-046 CAT 335FLCR Hydraulic Excavator CAT CAT 335FLCR 2018 Own O1-047 CAT 335FLCR Hydraulic Excavator CAT CAT 335FLCR 2018 Own O1-048 CAT 325FLCR Track Excavator CAT CAT 325FLCR 2018 Own O1-049 CAT 323 Hydraulic Excavator CAT CAT 323 2018 Own O1-050 CAT 335FLCR Compact Excavator CAT CAT 335FLCR 2018 Own O1-051 Kubota KX080 Excavator Kubota KX0804SR3 2018 Own 01-052 Kubota KX080 Excavator Kubota KX0804SR3 2018 Own O1-053 CAT 330F Hydraulic Excavator CAT 330F 2019 Own O1-054 CAT 335FLCR Excavator CAT 335FLCR 2019 Own 01-055 Kubota KX080 Excavator Kubota KX080- 4SR3A 2019 Own 01-056 CAT 323 Hydraulic Excavator CAT 323-07 2019 Own O1-057 CAT 336 Hydraulic Excavator CAT 336-07 2019 Own QEQE Heavy Equipment - February 2020 [3LlALITI( ENTERPRISES Equipment Code Description Make Model Year Ownership 02-001 CAT 906 Loader CAT 9061-12 2013 Own 02-002 CAT 906 Loader CAT 9061-12 2013 Own 02-007 JD4120 Farm Tractor John Deere JD4120 2012 Own 02-016 Volvo L70E Loader Volvo L70E 2006 Own 02-017 CAT 930 Loader CAT 930K 2013 Own 02-018 Volvo L70 Loader Volvo L70G 2013 Own 02-020 Volvo L30GS Loader Volvo L30GS 2014 Own 02-021 Volvo L70G Wheel Loader Volvo L70G 2014 Own 02-022 Volvo L30GS Loader Volvo L30GS 2014 Own 02-025 Volvo L30GS Loader Volvo L30GS 2014 Own 02-026 CAT 938 Loader CAT 938 2014 Own 02-028 CAT 938K Wheel Loader CAT 938K 2014 Own 02-029 CAT 938K Wheel Loader CAT 938K 2014 Own 02-031 Volvo L120H Wheel Loader Volvo L120H 2O14 Own 02-032 CAT 938K Wheel Loader CAT 938K 2015 Own 02-033 Volvo L30GS Loader Volvo L30GS 2017 Own 02-034 Volvo L30GS Loader Volvo L30GS 2017 Own 02-035 CAT 980M Wheel Loader CAT 980M 2018 Own 02-036 CAT 938M Wheel Loader CAT 938M 2018 Own 02-037 CAT 938M Wheel Loader CAT 938M 2018 Own 02-038 Volvo L30GS Wheel Loader Volvo L30GS 2018 Own 02-039 Volvo L30GS Wheel Loader Volvo L30GS 2018 Own 02-040 CAT 962M Wheel Loader CAT 962M 2019 Own 02-041 CAT 962M Wheel Loader CAT 962M 2019 Own 02-042 CAT 982M Wheel Loader CAT 982M 2018 Own 02-043 Kubota SVL95 Skid Steer Kubota SVL95- 2SHFC 2018 Own 02-044 Kubota SVL95 Skid Steer Kubota SVL95- 2SHFC 2018 Own 02-045 CAT 950GC Wheel Loader CAT 950GC 2019 Own 02-046 Kubota SVL95 Skid Steer Kubota SVL95- 2SHFC 2019 Own 02-047 Kubota SVL95 Skid Steer Kubota SVL95- 2SHFC 2019 Own 02-048 CAT 918 Wheel Loader CAT 918 M 2018 Own 03-005 CAT D6NLGP Dozer CAT D6NLGP 2016 Own 03-006 CAT D6KLGP Dozer CAT D6KLGP 2017 Own 03-007 CAT D6NLGP Dozer CAT D6NLGP 2018 Own 03-008 CAT D6NLGP Dozer CAT D6NLGP 2018 Own 04-001 CAT 12 Motor Grader CAT 12HNA 2005 Own QEQE Heavy Equipment - February 2020 [3LlALITI( ENTERPRISES Equipment Code Description Make Model Year Ownership 04-003 CAT 12M3 Motor Grader CAT 12M3 2015 Own 05-002 Bomag Vibratory Roller Bomag BW213-D 2005 Own 05-008 Hypac 9 Wheel Roller Hypac C-530AH 2O02 Own 05-009 Bomag 138 Roller Bomag 138 2014 Own 05-010 Bomag 211D Roller Bomag 2111) 2014 Own 05-011 CAT CS54B Vibratory Compactor Roller CAT CS54B 2016 Own 05-012 CAT CS54B Vibratory Compactor Roller CAT CS54B 2016 Own 05-013 CAT CB22B Asphalt Compactor Roller CAT CB22B 2017 Own 05-014 CAT CB22B Asphalt Compactor Roller CAT CB22B 2017 Own 05-015 CAT CW34 Pneumatic Tire Compactor CAT CW34 2018 Own 05-016 CAT CB 13 Double Drum Asphalt Roller CAT CB 13 2018 Own 05-017 CAT CB 10 Asphalt Compactor CAT CB 10 2018 Own 05-018 HAMM Tandem Roller Linder HAMM 2018 Own 05-019 HAMM H13i VIO Roller Hamm H13i VIO 2018 Own 06-002 Manitowoc Crawler Crane Manitowac 2009 Own 06-003 Mantis Crawler Crane Mantis GTC1200 2015 Own 06-050 Ice Vibratory Hammer Power Unit ICE 44B 2014 Own 07-001 CAT 745 Articulated Off Road Truck CAT 745 2019 Own 08-001 Ditch Witch JT100 Drill Ditch Witch JT100 2016 Own 08-002 American Auger DD-440T Track -Mounted Directional Drill American Auger DD-440T 2018 Own 09-001 Grundoram Pipe Ramming System Grundoram 2016 Own 09-002 618 Fusing Machine McElroy 618 2016 Own 09-003 Grundomat Piercing Tool Grundomat 2017 Own 09-004 12"-36" T900 Fusing Machine McElroy T900 2018 Own 09-005 16"- 48" T1200 Fusing Machine McElroy T1200 2020 Own 12-003 Toro 36" Walk -Behind Broom Toro 2014 Own 12-004 Broce CT350 Broom Tractor Broce CT350 2015 Own 12-005 Massey Ferguson Broom Ferguson 4608 2015 Own 12-006 Massey Ferguson Broom Tractor Ferguson MF4607M 2015 Own 13-001 Skyjack Scissor Lift Skyjack SJ3220 1997 Own 13-003 JLG 80' Manlift JLG 800AJ 2006 Own 20-007 Doosan 185 Air Compressor Doosan CL185WKUB EX-T2 2013 Own 21-001 CAT 25 Forklift CAT GC25 1997 Own 21-003 CAT 50 Forklift CAT P5000D 2004 Own 21-005 CAT 560 Telehandler Forklift CAT TH5560B 2004 Own 22-001 4000 Watt Towable Light Tower Wacker Neuson MLTDA7 2005 Own 22-003 4000 Watt Towable Light Tower Wacker Neuson LTN6K 2014 Own QEQE Heavy Equipment - February 2020 [3LJALITY ENTERPRISES Equipment Code Description Make Model Year Ownership 22-004 4000 Watt Towable Light Tower Wacker Neuson LTN6K 2014 Own 22-005 4000 Watt Towable Light Tower Wacker Neuson LTV6K 2017 Own 22-006 4000 Watt Towable Light Tower Wacker Neuson LTV6K 2017 Own 25-019 P-750 Mud Pump American Auger P-750 2018 Own 33-002 Kubota Utility Vehicle Kubota RTV- X1120DWL- HS 2014 Own 33-003 Gravely 250 Z-Turn Lawn Mower Gravely 260 2014 Own 33-009 Gravely Z-Turn Lawn Mower Gravely PRO TURN 252 2012 Own 34-029 Tommy Silt Fence Machine Tommy N/A Own 35-005 Curb-Tec Concrete Curb Machine Curb-Tec CT3000C 2004 Own 35-006 MQ Super Screed MQ WRS-3200 2007 Own 35-007 Gomaco Work Bridge Machine Gomaco 4000 SERIES/ SPAINT 2006 Own 35-008 MQ 8HP Concrete Finisher MQ B-4-8H Own 35-009 MQ 8HP Concrete Finisher MQ B-4-8H Own 35-010 Multi Quip Finishing Machine Multiquip BA4-8H 2O06 Own 35-016 Powerscreen MGLEX1 Handyscreen Powerscreen MGLEX1 2014 Own 35-017 Terex-Bidwell 4800 Bridge Deck Paver Terex-Bidwell 4800 2015 Own 35-018 Metso LT1213 Lokotrack Crusher Metso LT1213 2018 Own 35-019 Metso Lokotrack Mobile Screener Metso ST3.8 2018 Own 35-020 Metso LT1213S Lokotrack Crusher Metso LT1213s 2018 Own 35-021 Sandvik Screener Sandvik QE441 2018 Own 35-022 Powerscreen M85 Stacker/Conveyor - 65' Powerscreen M85 2010 Own 35-023 McCloskey ST80T Track Stacker/Conveyor - 80' McCloskey ST80T 2019 Own 35-024 Sandvik Screener Sandvik QA441 2019 Own 35-025 Powerscreen MGLEX1 Screen Powerscreen MGLEXI 2016 Own 35-026 Superior 36"x18' Coarse Material Washer Mellott 2019 Own 38-001 Blaw-Knox Hot Tack Wagon Blaw-Knox HT-540 2002 Own 38-002 Protec 8800 Asphalt Paver Protec 8800 2013 Own 38-003 Wirtgen W 150 Milling Machine Wirtgen W 150 2012 Own 38-004 CAT 1055F Asphalt Paver CAT AP1055F 2018 Own 38-005 Weiler E2850A Shuttle Buggy Weiler E2850A 2018 Own 38-006 Weiler P385B Asphalt Paver Weiler P385B 2019 Own 38-007 Wirtgen W200i Milling Machine Wirtgen W200i 2018 Own 38-008 Weiler P385B Asphalt Paver Weiler P385 B 2019 Own 39-008 Hopper Barge Hopper 20' 2014 Own 39-009 Hopper Barge Hopper 20' 2014 j Own QEQE Heavy Equipment - February 2020 [3LlALITI( ENTERPRISES Equipment Code Description Make Model Year Ownership 40-005 Oquawka Flat Bottom Boat Oquawka 1660 2009 Own 40-007 Premier Pontoor Boat Premier VA-7911BA 2003 Own 40-009 ENVIR- PUSH BOAT MADISON BOAT & BARGE PUSH BOAT 2020 Own 40-010 Barge MADISON BOAT & BARGE SECTIONAL BARGE 2020 Own 92-004 Ford F-750 Water Truck Ford F-750 2007 Own 92-006 Ford F-750 Water Truck Ford F-750 2007 Own 92-008 Ford F-750 Dump Truck Ford F-750 2007 Own 92-009 Ford F-750 Water Truck Ford F-750 2007 Own 92-010 Sterling Acterra Water Truck Sterling Water Truck 2008 Own 92-011 Kenworth T370 Truck Kenworth Mechanic Truck 2016 Own 92-012 Kenworth T370 Lube Truck Kenworth Fuel & Lube Truck 2018 Own 92-013 Ford F-650 Truck Ford F-650 2017 Own 92-014 Kenworth T370 Etnyre Centennial Tack Truck Kenworth Etnyre Centennial 2018 Own 92-015 Kenworth T370 Mechanics Truck Kenworth T370 2019 Own 92-016 Kenworth T370 Mechanics Truck Kenworth T370 2019 Own 92-017 Kenworth T370 Maintainer Mechanics Truck on order Kenworth T370 2020 Own 92-018 Kenworth T370 SWP Fuel & Lube Truck on order Kenworth T370 2020 Own 93-004 Mack Tractor Mack CHU613 2008 Own 93-010 Mack Service Fuel Truck Mack CV713 Granite 2006 Own 93-011 Kenworth T880 Tractor Kenworth T880 2016 Own 93-012 Kenworth T880 Dump Truck Kenworth T880 2016 Own 93-013 Kenworth T880 Dump Truck Kenworth T880 2016 Own 93-014 Kenworth T880 Dump Truck Kenworth T880 2016 Own 93-015 Kenworth T470 Boom Truck Kenworth T470 2013 Own 93-016 Vactor Vacuum Truck Kenworth T880 2017 Own 93-017 Kenworth T880 Dump Truck Kenworth T880 2018 Own 93-018 Kenworth T880 Dump Truck Kenworth T880 2018 Own 93-019 Kenworth T880 Tractor Kenworth T880 2018 Own 93-020 Kenworth T880 Tractor Kenworth T880 2020 Own 93-021 Kenworth T880 Dump Truck Kenworth T880 2020 Own 93-022 Kenworth T880 Dump Truck Kenworth T880 2020 Own 93-023 Kenworth T880 Tractor Kenworth T880 2020 Own 93-024 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2020 Own 93-025 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2020 Own QEQE Heavy Equipment - February 2020 otT.i R►ppi�Tv Equipment Code Description Make Model Year Ownership 95-001 Office Trailer 40'x10' Office NO VIN / INFO TAG 2007 Own 95-006 Freuehauf Storage Trailer Frcuehauf Retro Trl#6 1987 Own 95-007 Freuehauf Storage Trailer Freuehauf Retro Trl#7 1987 Own 95-008 Freuehauf Storage Trailer Freuehauf Retro Trl#8 1987 Own 95-009 Dorsey Storage Trailer Dorsey Box Storage Trailer 1990 Own 95-012 Wells Cargo Trailer Wells MC162-7 ME 2009 Own 95-021 Performance Utility Trailer Performance 6X12 PUT612E 2003 Own 95-023 Emyre Lowboy Trailer Etnyre PRTN55TD3 2005 Own 95-024 Vac-Tron System Trailer Vac-Tron PMD850SDT 2005 Own 95-027 Texas Pride Dump Trailer Texas Pride DT71414KBP 2013 Own 95-028 Texas Pride Dump Trailer Texas Pride DT71414KBP 2013 Own 95-029 Texas Pride Lowboy Trailer Texas Pride FT835530KG N 2014 Own 95-032 Texas Pride Trailer Texas Pride Bumper Pull Dump Trl 2014 Own 95-033 Texas Pride Trailer Texas Pride Goose Neck Dump Trl 2014 Own 95-036 10 Ton Gooseneck Tilt Trailer Econoline 10 Ton 2014 Own 95-041 500 Gallon Wylie Water Wagon Wylie EXP50OLS 2014 Own 95-048 800 Gallon Wylie Water Wagon Wylie EXP-800-S 2015 Own 95-050 Doonan Trailer Doonan 50' x 102' 2006 Own 95-051 Landoll Trailer Landoll 440A-53 2016 Own 95-056 Superline Mud Mixer Trailer Superline 2012 Own 95-057 Bloomer Gooseneck Trailer Bloomer BSTKGS207 2016 Own 95-058 Eager Beaver Trailer Eager Beaver 30' 2017 Own 95-067 Ameritrail Mud Recycling Trailer Ameritrail GN27-30EHJ 2017 Own 95-068 Big Tex 20' Dump Trailer Big Tex 20' 2018 Own 95-069 Big Tex 18' Dump Trailer Big Tex 18' 2017 Own 95-070 Big Tex 20' Dump Trailer Big Tex 20' 2018 Own 95-071 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-072 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-073 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-074 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-075 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-076 Fontaine Step Deck Trailer Fontaine 50' 2019 Own 95-077 Trail King Lowboy Trailer Trail King 50' 2019 Own QEQE Heavy Equipment - February 2020 �E�NT1••EAPp��B S Equipment Code Description Make Model Year Ownership 95-078 American Auger MCD-1000 Drilling Fluid Cleaning System American Auger MCD-1000 2018 Own 95-079 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL 2019 Own 95-080 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL 2019 Own 95-081 Trail King Lowboy Trailer Trail King TK110HDG 2018 Own 95-082 CAT 613B Water Wagon CAT 613B 1979 Own 95-083 Fontaine Step Deck Trailer Fontaine 50' 2020 Own 95-084 Fontaine Step Deck Trailer Fontaine 50' 2020 Own 95-085 Fontaine Step Deck Trailer Fontaine 50' 2020 Own 95-086 Big Tex Covered Wagon for Stripping Big Tex Covered Wago CWG85X18T A 2019 Own 95-087 Nexa Aldura Trailer Aldura 45' 2019 Own 95-088 Nexa Aldura Trailer Aldura 45' 2019 Own Collier County Administrative Services Department Procurement Services Division Form 2: Vendor Check List Updated: October 24" 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: X❑ The Solicitation Submittal has been signed. X The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. [j] Any addenda have been signed and included. ® Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. f Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/. ® Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.lzo . X❑ Grant Provisions and Assurances package in its entirety, if applicable. ® Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Quality Enterprises USA, Inc. Address: 3494 Shearwater Street City, State, Zip: Naples, Florida 34117-8414 Telephone: 23 9-435-7 200 Email: LGAUDIO@QEUSA. COM Representative Signature: Representative Name: Louis J. Gaudio, Vice President Date 2/11/20 Collier County Administrative Services Department Procurement Services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Quality Enterprises USA, Inc. Signature and Date: c---- 2 / 11 / 20 Print Name: Louis J. Gaudio Title of Signatory: Collier County Administrative Sennoes Deparbmnt Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this l lthday of FebrI,ary , 2020in the County of Collier in the State of Florida Finn's Legal Name: Ouality Enterprises USA, Inc. Address: 3494 Shearwater Street City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Naples, Florida 34117-8414 F95000002550 54-0947002 OXMZ7 239-435-7200 L- Louis J. Gaudio Vice President Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 12 co[tier county Administrative Services Department Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive httns://www.e-verify.gov//. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Quality Enterprises USA, Inc Print Name Louis J. Gaudio Title Vice President Signature -:::2 Date 2 / 11 / 20 EmployerWizard Page 1 of 1 'I W1' 4 fyo Wolcom User to Lnt Login Employment Eilgibl ty Veril3 pion EILEEN LITTLETON EUT8661 10 23 A - 10/19=1d Log Out Home Company Information My Cases New Case View Cases Company Name: QUALITY ENTERPRISES USA. INC My Profile Company ID Number: 234219 Edit Profile Doing Business As (DBA) Change Password Name: Change Security Questions DUNS Number: My Company Physical Location: Mailing Address: Edit Company Profits Address 1: 208 TINTERN CT Address 1: I Add New User Address 2: Address 2: View Existing Users City: CHESAPEAKE City: Close Company Account +' State: VA State: My Reports ! Zip Code: 23320 Zip Code: I County: CHESAPEAKE CITY View Reports My Resources Additional Information: View Essential Resources Employer Identification Number: W947002 Take Tutorial Total Number of Employees: 100 to 499 View User Manual Parent Organization: i Administrator: QUALITY ENTERPRISES USA INC Contact Us Organization Designation: Employer Category: Federal Contractor without FAR E-Verify Clause NAICS Code: 238 - SPECIALTY TRADE CONTRACTORS I Total Hiring Sites: 1 Total Points of Contact: 3 U.S Department of HomeWnd Security-www.dhs.gov U.S. CRizenahip and Immigration Services - www.uads.gov Aactitu lity Wwniosd VlewRs https://e-verify.uscis.gov/emp/EmployerWizard.aspx 10/19/2010 Collier CoHnty Administrative Services Department Procurement Serdces Division Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Quality Enterprises USA, Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 3494 Shearwater Street City Naples State Florida Zip 34117-8414 Telephone 239-4 5— 200 Email LGA DIO@QEUSA.COM Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 3494 Shearwater Street Address 3494 Shearwater Street City Naples State FL Zip 34117 City Naples State FL Zip 34117 Email LGAUDIO@QEUSA.COM Email ELITTLETON@QEUSA.COM 2. Company Status (check only one) _Individual / Sole Proprietor Corporation Partnership _Tax Exempt (Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 54-0947002 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under venalties ofDeriurv. I certify that the information shown on this form is correct to my knowledge. Signature Date 2/11/20 Louis J. Gaudio Title Vice President Phone Number 239-435-7900 Collier County Administrative Services Division Procurement Services Date: January 16'", 2020 Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended Bid Open Date from January 28'i', 2020 at 3:OOPM to February 11', 2020 at 3:OOPM Extended Q &A from January 23', 2020 at 5:OOPM to February 6', 2020 at 5:OOPM Change 2. Added Insurance Requirements If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. -- 1/16/20 (Signature) Louis J. Gaudio, Vice Ptesident Date Ouality Enterprises USA, Inc. (Name of Firm) INSURANCE AND BONDING REOUIREMENTS Insurance / Bond Type-- Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Hapi)s.fldfs.com/boeexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $ 1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ _1,000,000 Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 12/23/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Quality Enterprises USA, Inc. Date 2/11/20 Vendor Signature Print Name Insurance Agency Louis J. Gaudio, Vice President Agent Name Herb Moss or Heather Garrett Telephone Number 757-456-0577 (adyer cou"ty Administrative Services Division Procurement Services, Date: January 28", 2020 Email: Patrick.Boyle(&,colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 2 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Page 4 of RPS - Current/To Be Delete: "Public involvement will be a part of this scope of work. The DBF should anticipate at least two public information meetings. One at the 60% design phase, and one at the start of construction phase." Page 4 of RPS - Revised/To Be Added: "Public involvement will be a part of this scope of work. The DBF should anticipate at least three public information meetings. One at the 30% design phase, one at 60% design phase, and one at the start of construction phase." If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Bee Thao, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President nuality Enterprises USA, Inc. (Name of Firm) 1/28/20 Date State of Florida Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a Virginia corporation authorized to transact business in the State of Florida, qualified on May 25, 1995. The document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 10, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2020 *44 (WZ4, Secretaty of State Tracking Number: 1643399404CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication t !} f d h y i �iT�.• * k. f F '�* �1 6i�..�'4 k\ :-c♦ � r �Ji�{ i.�� 4 T-r �j -• �},.�tia. t= ✓`}.tj`�? .,�},, ati 1�.!f,;. 'w4 v c �,• �' t} �t��'4 i � f tl 1 . ;� r'r.. y��• `.'+� is s t-� - :}� C ,j LU LU LU h ;mot: Z p ¢t� f W N U , ViJ4 ca, —i 4� o J Q cn } Ln Co V o t� LLJ LLJ 0 Lu ) 0 O a J Zwcn 0 0 I— V) Z Q t 4 T I w= w Z W — U >_ Lo w Z �' la— Z Z� u �/ �"�Q Z p - L.L J H u _ t!i O Z D ` V o 1 O N a o ,�, ui Z y/ j O W m ` 4 J ` J ♦� r• �r fi 1., �ti f., ffl s �f { U Al � > :tt {r',i '?' ��� '-`r i J tr •+ �,'ti 4.�s � rt y, �d y ��,, �L >' !f%I' �'l , �,, � .�"'�d� y�`t�'" f � ♦ - -. j s � ''� i- { a ��•.� �`p i 1�' ji��1.-�' .Tj�{ {.� �_ V1 _ �. ���� ; f.rt�t+✓ C4'~ 4 ter' �; 1 r 'ts � w00 l•i� LV tit t { 'tf t� C �}% F`.'4 v s✓ .} i ;+;'r \ f>>t /"4'is� t`✓ f� t,'�` tI *.,: � *\i -'ry {�,. �; 4 �. ��i i' .,. ,.J of �-�•�4s rN . �`V ,f <5.. � , 1°�r } �� ��4! .":.''!. j�- �.� 17 � < t ' !t� w 14r �1� ft1' Ir� 11 1•lyl• t 1 M IS L_ y LLI t uj z C, ce < LL LL, Z) < — V) U F-z Q <-to � o z mat u Z < z zl LC<7 L r Lu r 0 U)F=- t o 0 7-i LL Lr) _j (A LU LL F— 00 0 LL Q ce 0 < LLJ= LLJ �- 4 F - - A,. LU V) < > a- Z Lu Lr) M LU F- Ln Z < LLJ >- UP) uj X LLJ LLI Z Z U < V) 0 0 LL z F- Lo U Z LL D 0 0 Z V) 0 z 0 LU Yip uj z CL LLI w 7- X*� V) + + X, 7 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 001263 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 3494 SHEARWATER ST ZONED: COMM/PUD BUSINESS PHONE: 435-7200 STATE OR COUNTY LIC #: CB CA57231 31-40 EMPLOYEES CLASSIFICATION: 05-BUILDING CONTRACTOR CLASSIFICATION CODE: 05104801 j f GAL FOR&M%, % 0/ Corpora ' n 1 Ihh� This document is a business tax only. This is not certification that II It does not permit the licensee to violate any existing regulatory zoning laws. nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. QUALITY ENTERPRISES USA, INC. BELL, HOWARD J JR SHEARWATER ST ES. FL 34117 -THIS TAX IS NON -REFUNDABLE - DATE 08/06/2019 AMOUNT 72.00 RECEIPT 500-20-00080018 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 013830 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 3494 SHEARWATER ST ZONED: COMM/PUD BUSINESS PHONE: 435-7200 STATE OR COUNTY LIC #: CUC 057398 31-40 EMPLOYEES CLASSIFICATION: UNDERGROUND UTIL/EXCA CLASSIFICATION CODE: 05102801 owk j GAL FOR t!5'0�6-. pora JjdNT E This document is a business tax only. This is not certification that Innaiifim w -1 It does not permit the licensee to violate any existing regulatory zoning la nor does it exempt the licensee from any other taxes or permits that may be DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. QUALITY ENTERPRISES USA, INC. 2ELL, HOWARD J JR. SHEARWATER ST .ES, FL 34117 -THIS TAX IS NON -REFUNDABLE - DATE 08/06/2019 AMOUNT 72.00 RECEIPT 500-20-00080018 1:1E: QUALITY ENTERPRISES U S A. I N C.