Loading...
Agenda 01/26/2021 Item #16C 3 (Contract 20-7760 - final rankings for RPS)16.C.3 01/26/2021 EXECUTIVE SUMMARY Recommendation to approve the final ranking of design -build firms and to authorize staff to commence negotiations with the top -ranked team, which consists of Quality Enterprises USA, Inc., Q. Grady Minor & Associates, P.A., and Pelican Engineering Associates, Inc., for Request for Professional Services ("RPS") No. 20-7760, Design -Build Pump Station Emergency Power Resiliency. OBJECTIVE: To obtain professional engineering and construction services for the Public Utilities Pump Station Emergency Power Resiliency. CONSIDERATIONS: On April 3, 2019, (Agenda Item 8.13.2), the Infrastructure Surtax Citizens Oversight Committee approved emergency backup systems for 32 critical pump stations. To date, eighteen portable generators have been purchased and received. This action is for the design and construction of the remaining fourteen permanent generators. On May 29, 2020 the Procurement Services Division issued notice of RPS # 20-7760, Design Build of Pump Station Emergency Power Resiliency, to 41,308 firms. One hundred thirty-five firms viewed RPS # 20-7760 and the County received proposals by the July 9, 2020 deadline from the six firms identified in the below chart. Respondents: Company Name City County ST Final Responsive/ Ranking Responsible Quality Enterprises USA, Inc. / Naples Collier FL 1 YES/YES Q. Grady Minor & Associates, P.A. / Pelican Engineering Associates, Inc. Mitchell & Stark Construction Napes Collier FL 2 YES/YES Co, Inc. / Gulf State Electric / Johnson Engineering BLDM USA LLC / Stantec Coral Gables Miami FL 3 YES/YES Consulting Services Inc. Dade Gates Group LLC d/b/a Gates Bonita Springs Lee FL Not ranked YES/YES Construction / Matern Engineering / B&I Contracting Hypower, Inc. Ft Lauderdale Broward FL Not ranked YES/YES Eau Gallie Electric, Inc Melbourne Brevard FL -- No/No The County found Eau Gallie Electric, Inc., non -responsive for lack of submitting required documents and information. Staff found all other proposers to be responsive and responsible. A selection committee met on August 3, 2020, scored each of the proposals and shortlisted the following top three firms to move on to Step 2, presentations: • Mitchell & Stark Construction Co, Inc. with Gulf State Electric / Johnson Engineering • Quality Enterprises USA, Inc. with. Q. Grady Minor & Associates, P.A. / Pelican Engineering Associates, Inc. • BLDM USA LLC with Stantec Consulting Services, Inc. Packet Pg. 625 01/26/2021 16.C.3 On November 12, 2020 the selection committee reconvened for Step 2 and ranked the remaining short- listed firms as follows: Name of Firm Selection Committee Final Ranking Quality Enterprises USA, Inc. with Q. Grady Minor & Associates, P.A. / 1 Pelican Engineering Associates, Inc, Mitchell & Stark Construction Co, Inc. with Gulf State Electric / Johnson 2 Engineering BLDM USA LLC with Stantec Consulting Services, Inc did not submit a proposal/GMP On November 18, 2020, the selection committee reconvened to review and approve a correction to the Guaranteed Maximum Price points scoring due to a calculation error and then re -confirmed the ranking. There was no change in the ranking. Staff is recommending negotiating a Design Build contract with the top ranked firm, Quality Enterprises, Inc. Staff recommends approving the final ranking and requests that the Board authorize staff to commence negotiations with the top -ranked team, which consists of Quality Enterprises USA, Inc., Q. Grady Minor & Associates, P.A., and Pelican Engineering Associates, Inc. If an agreement cannot be reached with the top -ranked firm, staff will continue negotiating with the remaining ranked and qualified firm until a proposed agreement can be brought back for the Board's consideration. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, the source of funding for the future contract (subject to Board approval at a subsequent meeting) will be through Infrastructure Sales Tax Fund (318) and/or CO Sewer Capital Project Fund (414). GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the final ranking of design -build firms and to authorize staff to commence negotiations with the top ranked team, which consists of Quality Enterprises USA, Inc., Q. Grady Minor & Associates, P.A., and Pelican Engineering Associates, Inc., for RPS No. 20-7760, Design -Build Pump Station Emergency Power Resiliency, and in the event that staff is unable to reach an agreement with the top ranked firm, to continue negotiating in order with the remaining ranked and qualified firm until a proposed agreement can be brought back for the Board's consideration. Prepared by: Julian Deleon, RE, Sr. Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1.2019-04-03 ISCOC Agenda - Item 8.B.2(PDF) 2. 2019-04-03 ISCOC Item 8.13.2 Approval 50391-2 - Signed (PDF) 3.20-7760 - Design Build Step 1 Solicitation (PDF) 4.20-7760 - Design Build Step 2 - Solicitation (PDF) 5.20-7760 Final Ranking (PDF) Packet Pg. 626 O1/26/2021 16.C.3 6.20-7760 NORA - Executed.docx (PDF) 7. GMP Proposal - Quality Enterprises (PDF) 8. QE W9 (PDF) 9. GMP Proposal - Quality Enterprises (PDF) 10. [Linked] Quality Enterprises Qualification proposal Step-1_20-7760,_07.09.20 (PDF) 11. [Linked] Quality Enterprises Technical —Proposal Step-2 Resiliency_l02620 (PDF) Packet Pg. 627 16.C.3 01 /26/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doe ID: 14544 Item Summary: Recommendation to approve the final ranking of design -build firms and authorize staff to commence negotiations with the top -ranked team, which consists of Quality Enterprises USA, Inc., Q. Grady Minor & Associates, P.A., and Pelican Engineering Associates, Inc., for Request for Professional Services ("RPS") No. 20-7760, Design -Build Pump Station Emergency Power Resiliency. Meeting Date: 01/26/2021 Prepared by: Title: — Public Utilities Planning and Project Management Name: Julian DeLeon 12/17/2020 1:40 PM Submitted by: Title: Division Director - Public Utilities Eng — Public Utilities Planning and Project Management Name: Tom Chmelik 12/17/2020 1:40 PM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sandra Herrera Additional Reviewer Board of County Commissioners Jim Flanagan Additional Reviewer Public Utilities Planning and Project Management Daniel Roman Wastewater Steve Messner Additional Reviewer Public Utilities Planning and Project Management Tom Chmelik Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator 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 Office of Management and Budget Laura Zautcke Additional Reviewer Budget and Management Office Ed Finn Additional Reviewer Office of Management and Budget Susan Usher Additional Reviewer County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 12/17/2020 1:53 PM Completed 12/17/2020 3:43 PM Completed 12/18/2020 8:21 AM Completed 12/18/2020 1:25 PM Additional Reviewer Completed Completed 12/21/2020 10:01 AM Additional Reviewer Completed Completed 12/28/2020 2:43 PM Completed 01/05/2021 8:27 AM Completed 01/08/2021 10:13 AM Completed 01/08/2021 10:24 AM Completed 01/08/2021 10:50 AM Completed 01/11/2021 2:44 PM Completed 01/13/2021 1:09 PM Completed 01/15/2021 4:56 PM Completed 01/15/2021 6:04 PM Packet Pg. 628 16.C.3 01 /26/2021 Board of County Commissioners MaryJo Brock Meeting Pending 01/26/2021 9:00 AM Packet Pg. 629 04/03/2019 16.C.3.a EXECUTIVE SUMMARY Validate the proposed expenditures for the design, purchase and installation of the Hurricane Resilience - Pump Station Emergency Back-up Systems at thirty-two (32) wastewater pump stations. OBJECTIVE: To maintain compliance with local, state, and federal regulations and to improve hurricane resiliency and operational reliability in the wastewater collection system. CONSIDERATIONS: The Surtax began to be collected on January 1, 2019. Projects outlined in County Ordinance 2018-21 are eligible to receive funding from the Surtax so long as the expenditure occurred after January 1, 2019, the project meets the requirements of F.S. 212.055, conforms to the definition of Infrastructure, and is in line with County Ordinance 2018-21. There were three main categories of projects identified in Ordinance 2018-21: Transportation Projects, Facilities & Capital Replacements and Community Priorities. The Hurricane Resilience - Pump Station Emergency Back-up Systems project fulfills the definition of infrastructure as outlined in F.S. 212.055, which defines Infrastructure as: "Any fixed capital expenditure or fixed capital outlay associated with the construction, reconstruction, or improvement of public facilities that have a life expectancy of 5 or more years, any related land acquisition, land improvement, design, and engineering costs, and all other professional and related costs required to bring the public facilities into service." The Collier County Water -Sewer District operates approximately 900 wastewater pump stations. Some of these pump stations serve facilities that are critical during an emergency, some are in environmentally sensitive areas, and some are operationally critical based on the level of service they provide. During a widespread power outage, such as occurred in the wake of Hurricane Irma, it is essential that critical wastewater pump stations continue to operate to provide uninterrupted service to hospitals, shelters, assisted living facilities, and emergency services. Equally as important, is the protection of the public health and the environment by ensuring that wastewater stays within the confines of the collection system. The installation of emergency back-up systems at these 32 critical sites will build resiliency and reliability into some of the most critical areas of the wastewater collection system. FISCAL IMPACT: Exhibit A identified up to $15M for this project; the estimated costs for design, purchase and installation of emergency power at 32 pump stations is estimated to be $3.5M. 16 Permanent Generators/Pumps $2.5M 16 Portable Generators with ATS I $1.0m LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. Ordinance No. 2018-21, the Collier County infrastructure surtax ordinance, created the Infrastructure Surtax Citizen Oversight Committee, whose duties are as follows: Duties. The Committee shall have the responsibility to review the expenditure of Surtax proceeds against the ballot referendum approved by the voters and this Ordinance. The Board may expend proceeds of the Surtax on projects not specifically stated herein or in the attached Exhibit A, so long as those projects (1) comply with the intent of the ballot language, (2) have a positive recommendation by this Committee, and (3) fall within the projects and categories identified. The Committee shall not recommend alternative Packet Pg. 630 04/03/2019 16.C.3.a projects, unless requested by the Board. A copy of the ordinance, which contains the ballot language, is attached to this Executive Summary for the Committee's review. The Committee will note that Hurricane Resilience is specifically included in Exhibit A. In addition to the Ordinance, it is important that the Committee be comfortable that the proposed expenditure comports with Florida Statute Sec. 212.055, which authorizes the local government infrastructure sales surtax. That statute states, in relevant part as follows: 212.055 Discretionary sales surtaxes; legislative intent; authorization and use of proceeds (2) LOCAL GOVERNMENT INFRASTRUCTURE SURTAX. (d) The proceeds of the surtax authorized by this subsection and any accrued interest shall be expended by the school district, within the county and municipalities within the county, or, in the case of a negotiated joint county agreement, within another county, to finance, plan, and construct infrastructure; to acquire any interest in land for public recreation, conservation, or protection of natural resources or to prevent or satisfy private property rights claims resulting from limitations imposed by the designation of an area of critical state concern; to provide loans, grants, or rebates to residential or commercial property owners who make energy efficiency improvements to their residential or commercial property, if a local government ordinance authorizing such use is approved by referendum; or to finance the closure of county -owned or municipally owned solid waste landfills that have been closed or are required to be closed by order of the Department of Environmental Protection. Any use of the proceeds or interest for purposes of landfill closure before July 1, 1993, is ratified. The proceeds and any interest may not be used for the operational expenses of infrastructure, except that a county that has a population of fewer than 75,000 and that is required to close a landfill may use the proceeds or interest for long-term maintenance costs associated with landfill closure. Counties, as defined in s. 125.011 <http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search String=&URL=0100 -0199/0125/Sections/0125.01 l.html>, and charter counties may, in addition, use the proceeds or interest to retire or service indebtedness incurred for bonds issued before July 1, 1987, for infrastructure purposes, and for bonds subsequently issued to refund such bonds. Any use of the proceeds or interest for purposes of retiring or servicing indebtedness incurred for refunding bonds before July 1, 1999, is ratified. 1. For the purposes of this paragraph, the term "infrastructure" means: a. Any fixed capital expenditure or fixed capital outlay associated with the construction, reconstruction, or improvement of public facilities that have a life expectancy of 5 or more years, any related land acquisition, land improvement, design, and engineering costs, and all other professional and related costs required to bring the public facilities into service. For purposes of this sub -subparagraph, the term "public facilities" means facilities as defined in s. 163.3164 <http://www.leg.state.fl.us/statutes/index.cfin?App mode=Display Statute&Search String=&URL=0100 -0199/0163/Sections/0163.3164.html>(39), s.163.3221 <http://www.leg.state.fl.us/statutes/index.cfm?App mode=Display Statute&Search_String=&URL=0100 -0199/0163/Sections/0163.3221.html>(13), or s. 189.012 <http://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search String=&URL=0100 -0199/0189/Sections/0189.012.html>(5), and includes facilities that are necessary to carry out governmental purposes, including, but not limited to, fire stations, general governmental office buildings, and animal shelters, regardless of whether the facilities are owned by the local taxing authority or another governmental entity. A copy of the entire statute is included as back-up to this item. Packet Pg. 631 04/03/2019 16.C.3.a The County Attorney has reviewed this item and believes that the request meets all the requirements of both the Statute and the Ordinance. As an aside, only those items which I believe satisfy the requirements of both the Ordinance and the Statute will be brought to the Committee. My opinion, however, is not binding on the Committee, as the Board of County Commissioners created this Committee "to provide for citizen review of the expenditure of the Surtax proceeds by the County... (to) serve as an ad hoc advisory and reporting body to the County." GROWTH MANAGEMENT IMPACT: There are no Growth Management impacts associated with this action. RECOMMENDATION: To validate the expenditures for the design, purchase and installation of the Hurricane Resilience - Pump Station Emergency Back-up Systems; to ensure that this project meets the requirements of F.S. 212.055, conforms to the definition of Infrastructure, and is an eligible project in line with County Ordinance 2018-21 and the ballot language within; to make a finding that the project expenditures are a valid use of Infrastructure Sales Surtax Funding. Prepared by: Michael Stevens, P.E., Principal Project Manager, Engineering & Project Management ATTACHMENT(S) 1. Hurricane Resilience - WW Pump Station Emergency Back-up Generators Presentation (PPTX) 2. ISCOC Checklist - Hurricane Resilience -50391 WW Pump Station Emer Back-up 4-3-2019 (PDF) 3. [Linked] Infrastructure Surtax Statute (DOCX) 4. [Linked] Ordinance 2018-21 (PDF) Packet Pg. 632 16.C.3.b Hurricane Resilience - Pump Station Emergency Back-up Systems 50391 Project Project # nfrastructure Surtax Citizens Oversite Committee Proiect Ch W Project(s) in line with F.S. 212.055 Expenditure related to infrastructure as follows: IZ Construction IZ Improvement of public facilities ❑ Land acquisition ❑ Land improvement lZ Design lZ Engineering costs IZ Professional & related costs to bring facility into service (CEI, Material Testing, Specialty Consultants) ❑ EMS vehicles associated with 3 new substations ❑ Court -related expenditures for the construction, lease or maintenance of the Court -related facilities including utilities and security infrastructure 0 Life expectancy of at least 5 years ❑ Land Acquisition expenditure for Residential housing project where at least 30% of units are affordable to individuals whose total annual household income does not exceed 120% of area median income. V1 Project(s) in line with County Ordinance 2018-21 0 Project(s) identified in Exhibit A within County Ordinance2018-21 V1 Project(s) in line with Ballot Language within County Ordinance2018-21 The Infrastructure Surtax Citizens Oversight Committee (ISCOC) validated that the Hurricane Resilience - Pump Station Emergency Back-up Systems project meets the nvrvccnrV rnnuirvmontc and is eligible to use Surtax Funding on April 03 , 2019. Chairman Category _Facilities & Capital Replacements Sub -Category: Hurricane Resilience Funding Requested: $3.5M Packet Pg. 633 16.C.3.c collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) — STEP 1 In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR DESIGN -BUILD OF Pump Station Emergency Power Resiliency RPS NO.: 20-7760 Jim Flanagan, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8946 Jim.Flanagan@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 maybe grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 634 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.C.3.c REQUEST FOR PROFESIONAL 20-7760 SERVICES (RPS) NUMBER: PROJECT TITLE: Design Build - Step 1- for Pump Station Emergency Power Resiliency NON -MANDATORY PRE -PROPOSAL June 10, 2020 A 10:00 AM. CONFERENCE: LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PROPOSAL OPENING June 29, 2020 at 3:00 P.M. 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: h!Ws://www.bidUnc.com/bidUnc-cas/ INTRODUCTION As requested by the engineering and Project Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Design Build Firms/Partnerships in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The County is interested in receiving qualifications and proposals from experienced design -build teams for the design and construction of improvements to Pump Station Emergency Power Resilienc], including design, permitting, construction and installation of fourteen (14) automatic emergency back-up power systems at critical wastewater pump stations. The auxiliary backup power system, consisting of either a diesel generator or diesel bypass pump, is utilized during emergencies, usually during extended power outages. The property is located at Larious locations around the CM. The target substantial completion date is December 15, 2021. The anticipated expenditure is $1,400,000. Project budget, proposed location, estimated schedule and general project information are indicated in Scope of Work, Attachment, etc.. 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 Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) is soliciting Request for Professional Services (RPS) proposals to select a Design -Build team to provide for the design, construction and installation of diesel emergency auxiliary power systems at fourteen priority wastewater pump stations. This project will include the following elements: permitting, easement acquisition, equipment selection and sizing, design and construction, site research and evaluation, mechanical, electrical and foundation design and construction. All materials, equipment and labor costs, SCADA design, construction, and integration. PRELIMINARY DESIGN CRITERIA INFORMATION The Design Criteria Professional for this project is Tom Chmelik, P.E., with EPMD - PUD c 0 :r M 2 0 co a m .r m c a� .N m C 0 to ti 0 N C d E s a 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 635 16.C.3.c TERM OF CONTRACT The contract term, if an award is/are made is intended to commence on the date of the Notice to Proceed and end upon acceptance and appW of the final payer. 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 selected Design -Build team shall perform a comprehensive design of Collier County Water -Sewer District (CCWSD) of an auxiliary backup power system for fourteen (14) critical lift stations. The selected Design -Build team will perform design, prepare construction plans, prepare project specifications, purchase equipment, obtain required permits and consent, prepare a guaranteed maximum price (GMP), prepare a project schedule, and include construction, construction administration services, public information services and construction engineering and inspection services. All work shall conform to the Collier County Utility Standards Manual and the Collier County Right -of -Way Manual. Proposed Improvements: Scope of Services The Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) is soliciting Request for Professional Services (RPS) proposals to select a Design -Build team to provide for the design, construction and installation of a diesel emergency auxiliary systems at fourteen priority lift stations. This project will include the following design and construction elements: 1. The design professional and contractor will coordinate and consider input from County Engineering and Field Operations to prepare the ideal site plan which provides equipment access and meets serviceability requirements within the allowable footprint. 2. The design professional will consider the surrounding aesthetics and community input to provide innovative and efficient a solutions. M 3. All design, specifications and equipment selection shall comply with Collier County adopted standards. .r 0 4. The design professional and contractor will prepare all necessary documentation and submit all necessary fees to obtain co permits; including, but not limited to, any right of way permits. T_ The successful team will provide an integrated approach incorporating monitorin and controls through p g pp � gg� a °� (DFS) Data Flow System SCADA During the Course of the project the Design Build Team shall be required to perform the following: m 1: Preliminary Engineering Design c a� a. Single Point Contact: The design build team will provide a Florida Licensed Professional Engineer as Project Manager .N C for the complete project. b. The Design -Build team will organize an initial Kick-off Meeting and provide the initial Project Schedule. to c. Project Management: The Design -Build team will be responsible for general project administration, project coordination, preparation of miscellaneous correspondence, meeting agenda and minutes, maintenance of project N documentation and coordination of services provided. This task shall also include forecasting and tracking of the budget and schedule, submitting monthly invoices along with updated schedule and project status reports. The primary objective is to keep the project within scope, budget and on schedule. E d. Preliminary Engineering: Under this task, the Design -Build team shall provide confirmation of the adequacy of the 5 available site plan for equipment placement and alignment, equipment power rating and selection, where appropriate Q connection to existing power systems, where appropriate mechanical connections to yard piping and wet well coring, identification of real estate issues including temporary and permanent easements and constructability issues. 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 636 16.C.3.c Specifically, the Design -Build team shall be responsible to perform the following: i. Review and evaluate available background information.. ii. Select and size equipment which conform with Collier County Standards. The following equipment is approved by the Department: Thompson and Gorman -Rupp diesel pumps, Tradewinds generators for portable generators, Cummins for site fixed generators; and in all cases, Cummins Onan Automatic Transfer Switch. iii. Confirm design criteria in accordance with the most current Collier County Utility Standards Manual and propose any additional design criteria not covered by the Manual. iv. Design concrete foundation and equipment fasteners. U v. Review other permitted and/or scheduled construction activities that may affect this project, including M commercial/private construction along proposed alignment, and County planned roadway resurfacing or :N other construction d vi. Obtain permits for all agency approvals, issues to be resolved and a schedule for application and receipt of permits 3 vii. Prepare a Basis for Design Report (BODR) that summarizes the results of this task and provides layouts, d sketches and recommendations for design. >, e. Surveying: The Design -Build team shall provide surveying services. The survey task shall include the following: i. Research the title and/or easements for all affected locations. Including O&E reports, as necessary. ii. Map ownership deeds, easements, agreements, etc. within the site. iii. Prepare 8'/2" x 11" sketches and legal descriptions for any proposed easements iv. Prepare 8'/2" xl1" exhibits with aerial photo background for each proposed easement v. Establish vertical and horizontal control vi. Provide route surveying to establish vertical and horizontal alignment for proposed improvements vii. Any other survey functions necessary to provide a complete and accurate set of construction documents 2: Design a. On the basis of the final design criteria package, the Design -Build team will prepare drawings and specifications, T which provide the general scope, extent and character of the work to be furnished, and performed. 0) The Consultant shall prepare 60% and 100% contract documents for the construction of the Project. The drawings shall C include overall project plans, plan and profile sheets and details in conformance with the latest County standard details, qq individual connection details for all connections to existing mains, soil boring information, survey information, phasing Ln and other permit requirements. All plan views shall incorporate a north arrow and a graphic scale. Plan and profile V sheets shall be at a 1"=40 scale horizontally and 1"=4' vertically or other scale approved by the project manager and shall be a standard scale when printed on 11"x17" paper. Elevations shall conform to the North American Vertical .2 Datum (NAVD88) but shall include the appropriate conversion to NGVD29. M 2 This phasing is preliminary, but representative of how the overall project may be divided. C co Contract documents shall include plans and specifications complete for construction, meeting regulatory requirements. m In accordance with applicable industry standard of care, the plans shall be accurate, legible, complete in design, and y drawn to scales acceptable to the County. Construction plans shall be provided as hard copy and in electronic format '0 (AutoCAD and PDF). m b. Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in c aM MS Word format. Specifications shall be prepared based on the County's current Utility Standards Manual to the d fullest extent possible. Any required items not covered by the Utility Standards Manual will be prepared by the Design- G Build team. o to C. Prepare applications for all required regulatory, governmental and construction permits. pr c The Design -Build team shall update the permitting plan a minimum of once per quarter. Consultant shall prepare N applications, submit fees and provide responses to agency comments for the following permits: d • FDEP permit may be required E • Collier County building permit for foundation construction and electrical work. • Collier County SDPI may be required • Collier County right-of-way permit where required Q 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 637 16.C.3.c • Any other permits or consent required by the project, such as, but not limited to, the hazardous materials tank compliance verification program for diesel fuel storage tanks. The Design -Build team is responsible for all permit fees and these fees shall be accounted for in the GMP. Public Meetings — In the event that public meetings are necessary, the Consultant will meet with County staff and the Community Representatives and Residents. The objectives of the meeting will be to discuss the project objectives and goals, layout / configuration options, phasing plan, project approach, and concerns the community may have as a result of this project. The Consultant will arrange, send notification, host and facilitate public meetings which may include presenting conceptual exhibits, meeting set up, wayfinding signs onsite, photos, audio recording, and a written summary documenting the meeting discussion and comments as applicable. The design will consider the input from the community residents. The Consultant will prepare a written summary documenting the meeting discussion and comments as applicable. The Design -Build team will be expected to work in cooperation with the County and its designees, including private/public utilities and other stakeholders that would be affected by the work and must be considered with the services provided. The Design -Build team shall provide design services to accomplish the work contained in this solicitation. The Design -Build team may retain sub -consultants for various design tasks; however, the Design -Build team will be solely responsible for all coordination and interface with the County. The Design -Build team shall be the single point of contract for all design services. The Design -Build team shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. 3: Construction The Design -Build team shall provide all necessary materials, labor and equipment to properly construct all proposed improvements as detailed in the approved GMP and/or as required the construction and for full operation of the work as intended. Further, the Design -Build team shall provide these additional tasks during construction. Construction Administration a. The Design -Build team will organize the pre -construction meeting, organize progress meetings, update the project '4 schedule, complete permit certifications and other necessary items. b. The Design -Build team will solely be responsible for daily inspections of the project. The Design -Build team is to develop and implement a Quality Assurance/ Quality Control program. p c. Prepare Record Drawings and provide to County in electronic format, GIS, AutoCAD and PDF, along with two hard copies following each phase of construction. d. Provide breakdown of project assets in a format specified by the County of the completed project. O co a m .r 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 pip 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 N Development of Shortlist, which will be the basis for short -listing no less than three (3) firms. p The COUNTY will then issue an RPS - Step 2, which will include the Design Criteria Package, after which time the short2.3 - 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 N schedule, based on the Design Criteria Package and other contract documents. The GMP must include all design and r construction costs. A Proposal Bond will be required during Step 2. Also, during Step 2 of the RPS process, other d information, including but not limited to clarifying questions or interviews, may be requested and evaluated. E z M The Proposers will need to meet the minimum requirements outlined in order for their proposal to be evaluated and scored Q 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 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 638 will be developed with the selected firm, based on the GMP and technical components. 16.C.3.c 1.2 The COUNTY will use a Selection Committee in the RPS selection process. 1.3 The intent of the Step 1, scoring of the qualifications proposal, is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the top - 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 final technical and pricing proposals and to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final ranking. 1.7 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.8 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY'S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: STEP 1 Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 30 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 30 Points 4. Location 15 Points 5. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RPS 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. c 0 :r M .r .2 0 co a m w m c a� .N m c 0 to 0 N c d E z M a 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 639 16.C.3.c 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 water/wastewater pump stations and pipelines and pump station emergency power resiliency, 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 water/wastewater pump stations and pipelines and pump station emergency Fwer resilient 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 Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO.4: LOCATION (15 Total Points Available) The professional team's approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will establish the project location in order to manage day-to-day or on -site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO. 5: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team's proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. VENDOR CHECKLIST c 0 :r ***Vendor should check off each of the following items as the necessary action is completed (please see Vendor Check List)**** ATTACHMENTS: co ATTACHMENT A — REQUIRED FORMS (on-line document to be downloaded from BidSync) 20-7760 - ATTACHMENT B — INSURANCE REQUIREMENTS 20-7770 — Design - Build Step 1 - for Pump Station Emergency Power Resiliency" Packet Pg. 640 16.C.3.d Col[ier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) — STEP 2 In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR DESIGN -BUILD OF RPS NO.: 20-7760 Jim Flanagan, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-1946 Jim.FlaiMW@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. 641 INSTRUCTIONS TO PROPOSERS FOR INITIAL SUBMITTAL 16.C.3.d REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 20-7760 PROJECT TITLE: Pump Station Emergency Power Resiliency PRE -PROPOSAL CONFERENCE: None LOCATION: Not Applicable RPS OPENING DAY/DATE/TIME: September 29, 2020 n, 3:00 pm 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: h!Ws://www.bidUnc.com/bidUnc-cas/ INTRODUCTION Through the issuance of this Request for Professional Services — Step 2 (RPS — Step 2), the Manageme4 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 Pump Station EmergenLy Power Resiliency (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: Mitchell & Stark Construction Company/ (Gulf States Electric, Johnson Engineering) Quality Enterprises USA Inc. / (Q. Grady Minor, Pelican Engineering) BLDM USA. LLC /(Stantec) BACKGROUND The Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) is soliciting Request for Professional Services (RPS) proposals to select a Design -Build team to provide for the design, construction and installation of diesel emergency auxiliary power systems at fourteen priority wastewater pump stations. This project will include the following elements: permitting, easement acquisition, equipment selection and sizing, design and construction, site research and evaluation, mechanical, electrical and foundation design and construction. All materials, equipment and labor costs, SCADA design, construction, and integration. DESIGN CRITERIA PROFESSIONAL The Design Criteria Professionals for this Project is Collier County, and the County{ has responsibility for developing and ensuring compliance with the Design Criteria Package for the Project. The Design Criteria Professional shall also provide assistance to the County as necessary in Project oversight, design reviews, construction monitoring, start-u asassistance, and environmental compliance. All short-listed Proposers will be provided with the Design Criteria Package Attachemen„1^ 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 20-7760 Design Build Step — 2 Packet Pg. 642 16.C.3.d Design Criteria Package generally provides for less than 30% completion level of the design documents and in no way is it rep 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. Each Proposer, by submitting a proposal, certifies 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. 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 m 3 By utilizing a D-B project delivery approach, the County expects to secure substantial benefits. These expected benefits include efficient 0 a 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 a� integration of key design, construction, and QA/QC personnel in all aspects of the Project development. E The County's project objectives are to ensure: w • 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 (USACE), and all applicable County and regulatory agencies policies and requirements. The County's schedule expects completion of the Project as noted in . These milestones are a key factor for implementation of the Project using the D-B procurement method. It is the County's intent to establish a working partnership among all Project participants - County staff, the Design Criteria Professional, 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 20-7760 Design Build Step — 2 Packet Pg. 643 this Project 16.C.3.d • 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 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 SummM (8 pages max.) 20-7760 Design Build Step — 2 Packet Pg. 644 Together with its Proposal, the County must receive one original, fully executed Proposal Transmittal Let16.C.3.d 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 (by addenda numbers) and shall list the principal contact person 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 officer shall sign his or her name and indicate his or her title beneath the full corporate name. Anyone signing the 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. 20-7760 Design Build Step — 2 Packet Pg. 645 16.C.3.d 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) 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: Jim Flanagan 29_'Y0 - Pump Station Emergency Power Ream 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. Attachments: 20-7760 - Attachment A — Guaranteed Maximum Price Form 20-7760 - Attachment B — Proposal Bond Form 20-7760 — Attachment #1 — Design Build — Design Criteria (DC) — Step 2 - Signed & Sealed 20-7760 — Attachment #2 — Design/Construction Schedule 20-7760 — DC Attachment A — Priority Pump Station Resiliency Site Evaluation Report — Final — November 2019 NOTE: SUPPLEMENTAL BACKGROUND INFORMATION IS PROVIDED FOR REFERENCE ONLY. THERE IS NO ASSURANCE OF ITS CURRENT APPLICABILITY, VALIDITY OR ACCURACY. 20-7760 Design Build Step — 2 Packet Pg. 646 16.C.3.e 011(ier County Administrative Services Division P-mem Services RPS #: 20-7760 Title: Pump Station Emergency Power Resiliency Selection Committee Final Ranking Sheet Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their scoring of the proposals followed by the scoring of presentations. Step 2: The procurement professional will enter Committee's individual scoring of the proposals and presentations, confirm the scores entered with the individual committee members, then enter the GMP Price Proposal, and review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Committee Technical Proposal Score + Committee Presentations Score I GMP Proposal Score Name of Firm Julian Deleon Zamira Anthony Daniel Pam Lulich Total Guaranteed Maximum Total Overall Score Selection Committee DelToro Milden Roman Price Final Rank Quality Enterprises USA Inc. / Q. Grady 42 48 n/a 40 49 179 $3,655,000.00 200.0 379.0 1.0000 Minor, Pelican Engineering Mitchell & Stark Construction Company/ 38 50 n/a 48 49 185 $4,795,000.00 137.6 322.6 2.0000 Gulf States Electric, Johnson Engineering BLDM USA. LLC / Stantec No Bid No Bid No Bid No Bid No Bid No Bid No Bid I No Bid I No Bid No Bid Procurement Professional W.�]a�teJ -T=Ga�raga�r 111 11/18/2020 Page 1 of 1 Packet Pg. 647 DocuSign Envelope ID: 9E95855A-OBFO-4840-A49D-561114DD3509 ,, A2X 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7760 Title: Design Build Pump Station Emergency Power Resiliency — Step 2 Bid Due Date and Time: October 261", 2020 at 3:00 PM 16.C.3.f Respondents: Company Name City County ST Final Ranking Responsive/ Responsible Quality Enterprises USA, Inc. / Q. Grady Minor & Associates, P.A. / Pelican Engineering Associates, Inc. Naples Collier FL 1 YES/YES Mitchell & Stark Construction Co, Inc / Gulf State Electric / Johnson Engineering Napes Collier FL 2 YES/YES BLDM USA LLC / Stantec Consulting Services Inc. Coral Gables Miami Dade FL 3 YES/YES Gates Group LLC/dba Gates Construction / Matern Engineering / B&I Contracting Bonita Springs Lee FL Not ranked YES/YES Hypower, Inc Ft Lauderdale Broward FL Not ranked YES/YES Eau Gallie Electric, Inc Melbourne Brevard FL -- No/No Utilized Local Vendor Preference: Yes 0 No = N/A On May 29, 2020 the Procurement Services Division issued notice of RIPS # 20-7760 Design Build of Pump Station Emergency Power Resiliency to forty-one thousand three hundred eight (41,308) firms. One hundred thirty-five (135) firms viewed the RPS solicitation and the County received proposals from the Six (6) proposals noted above by the July 9, 2020 due date. Eau Gallie Electric, Inc. was deemed non -responsive for lack of required documents and information. All other (5) proposers were found to be responsive and responsible. A Selection Committee met on August 3, 2020, scored each of the proposals and shortlisted the following top three firms to move on to step 2, presentations: Mitchell & Stark Construction Co, Inc. Quality Enterprises USA, Inc. BLDM USA LLC On November 12, 2020 the Selection Committee reconvened for Step 2 and the Committee ranked the firms as follows: Quality Enterprises USA, Inc. ranked as 1 Mitchell & Stark Construction Co, Inc. ranked as 2 BLDM USA LLC — did not submit a proposal/GMP On November 18, 2020 the Selection Committee reconvened to review and approve a correction to the GMP points scoring due to a calculation error and then re -confirmed the ranking. There was no change in ranking. Staff is recommending negotiating a Design Build contract with the top ranked firm, Quality Enterprises, Inc. Required Signatures DocuSigned by: Project Manager: Julian Deleon I rl J'Ala. DI IIAla. 1112012020 I Procurement Strategist: Jim Flan#ap,__ r . ,. 11� LJ� LVLV Procurement Services Director: DocuSigne by: 11/23/2020 Date Packet Pg. 648 16.C.3.g ATTACHMENT A GUARANTEED MAXIMUM PRICE (GMP) PRICE PROPOSAL FORM SOLICITATION NO: 20-7760 SOLICITATION TITLE: DESIGN BUILD PUMP STATION EMEGENCY POWER RESILIENCY GMP COMPLETION: 380 Calendar Days From Notice to Proceed to Substantial Completion, plus 30 additional Calendar Days to Final Completion — for a Total of 410 Calendar Days overall. GMP PRICE PROPOSAL Item # Item Description Unit I Quantity Price Design -Build Base Bid including the following owner -directed allowances (Items #2-4): 1 DESIGN -BUILD PUMP STATION EMERGENCY LS 1 POWER RESILIENCY 0255,000.00 2 *Owner Allowance — T&M 1 $100,000 FPL Electrical Services 3 *Owner Allowance — T&M 1 $100,000 Fence, paint, electrical repairs, relocations 4 *Owner's allowance — T&M 1 $200,000 Unforeseen conditions and Owners requirements TOTAL GMP PRICE INCLUDING ALLOWANCES: *Owners Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change." DESIGN -BUILD FIRM NAME: Quality Enterprises USA, Inc. DESIGN -BUILD FIRM ADDRESS: 3494 Shearwater St Naples, FL 34117 AUTHORIZED AGENT SIGNATURE: PRINTED NAME: TITLE: Louis J. Gaudio Vice President The Guaranteed Maximum Price and Proposal Bond must be submitted separately in a sealed envelope to: PROCUREMENT SERVICES DIVISION ATTN: Jim Flanagan 20-7760 - Pump Station Emergency Power Resiliency 3295 TAMIAMI TRAIL EAST BLDG C-2 NAPLES FL 34112 Packet Pg. 649 16.C.3.g PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we Quality Enterprises USA, Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryland , (herein called the Surety), a corporation chartered and existing under the laws of the State of Illinois with its principal offices in the City of Schaumburg and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Commissioners, Collier County, Florid (hereinafter called the Owner), in the full and just sum of -Five-Percent-of-Amount-Bid-- Dollars ($ 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 20-7760 Design Build Pump Station Emergency Power Resiliency. 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 13th day of October , 20* 20. M Quality Enterprises USA, Inc. Louis audio, Vice President Fidelity and Deposit Company of Maryland Terri K. Strawhand, Atto in-r c Countersigned o Daniel ryg LocaNl Resident Producing Agerif for Fidelity and Deposit Company of Maryland Principal (Seal) Surety (Seal) Packet Pg. 650 16.C.3.g Bond Number Bid Bond 13.,d of Cow") Obligee Cnn......6 ncrs Collier C-ni, Florida 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 Attomey-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 BEAL By: Robert D. Murray Vice President J,a tuvsr� 4„ ^�iii+sp?k tM. By: Dawn E. Brown =a� 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 swom, 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 to N to �L M L d tIJ 3 Cl rn 0 0. 0 a a r c m E t a Packet Pg. 651 16.C.3. h Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service I► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your Income tax return). Name Is required on this line; do not leave this line blank. Quality Enterprises USA, Inc. 2 Business name/disregarded entity name, if different from above co 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entitles, not individuals; see a o ❑ Individual/sole proprietor or ElC Corporation Z S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): ai c single -member LLC Exempt payee code (if any) CL ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `o C Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting + 1n c LLC if the LLC Is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) 4- another LLC that Is not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of Its owner. y ❑ Other (see Instructions) ► (Applies to accounts maintained outside the U.S) to 5 Address (number, street, and apt. or suite no.) See Instructions. Requester's name and address (optional) a 3494 Shearwater Street rn 6 City, state, and ZIP code Naples, Florida 34117-8414 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other FM_M_TM entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the Instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 574 -1 0 19 14 7 0 0 12 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) Indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here U,S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and Its Instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date► 6/10/2020 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Q Cat. No. 10231X Form Packet Pg. 652 �J�lb / / / / / / dh NIRGENCY,�OWER0 / / P RESILIEN N Collier County, F�L � 1 V \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ RPS Number 20-7760 ktatement of Qualification Jim Flanagan, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 DULY 9, 2020 DEAR MRM R. FLANAGAN AND COMMITTEE MEMBERS, Quality Enterprises USA, Inc. (QE) is pleased to submit this proposal in partnership with Q. GradyMinor & Associates, P.A. (GM) (Utility & Civil Design) and Pelican Engineering Associates, Inc. (PE) (Electrical Design) for RIPS #20-7760, Pump Station Emergency Power Resiliency, to the Collier County Board of County Commissioners. We have received, reviewed, and understand the requirements of RPS#20-7760, and are confident in our abilities to perform all work on time, within budget, and at high levels of quality. Alex Dunko, P.E. of GM will serve as the Project Manager on this Design -Build project. The QE + GM + PE team has assembled a group of highly reputable, local companies with proven success to participate in this Design -Build project. Working with our team is Swanson's Electric, Inc., Simmonds Electrical of Naples, Inc., and Data Flow Systems, Inc. (DFS) who will perform all Electrical, Instrumentation & Controls work. Cella Molnar & Associates, Inc. will handle all Public Information and Earth View, LLC, QE's in- house sister company, will provide Subsurface Utility Engineering services. In order to meet the County's projected timeline for this Design -Build project, QE + GM + PE has elected to include two electrical subcontractors on the team. This will allow the team to work on multiple stations simultaneously, resulting in a more efficient project for Collier County. QE has successfully completed over 30 lift station rehabilitation projects for various local government agencies and self performed over 90% of each respective project. These projects involved the permitting, construction, and installation of automatic emergency back-up power systems at critical wastewater pump stations utilizing either Generators or By -Pass Pumps. Additionally, it should be noted that QE installed one of the first By -Pass pumps used by Collier County on a pump station. 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. QE 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 throughoutthis 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 leading services include: • Asphalt utilizing: • Pipe Bursting & Ramming 3D Paving Technology • Roadway Improvement & • Aviation Construction Extension Projects • Bridge Construction • Storm Piping • Concrete Recycling • Structural Concrete • Earthwork utilizing: • Underground Utilities 3D Grading Technology • Wastewater Pump Station • Horizontal Directional Drilling Repairs and Renovations JOBSITE & LOCATION QE's Corporate Office/ Equipment Yard is located in the White Lake Industrial Park, only 1.5 miles from Interstate 75. Additionally, GM's Corporate Office is located just north of the Collier County line, and PE's Corproate Office is less than 2.5 miles to Interstate 75. This close proximity to the various pump stations 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 39+ projects in the local area and maintain a strong working relationship with PE; therefore, 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 the County. Respectfully, LOUIS J. GAUDIO Vice President Phone: 239.435.7200 Email: Igaudio@geusa.com VU TLE 0 -�AIM ONTE. 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 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 over 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 Bridges and Roads Heavy Highway 0imt JIM 0 Underground Utilities Water Treatment Many other Types of & Storm Piping I & Storage Specialized Construction QE + SWFL PROJECTS I A PROVEN PARTNERSHIP QE has worked in Collier County since Emergency Contract since 2007 and 2002 on a variety of infrastructure projects 2008, respectively. Additionally, QE has and has a dynamic knowledge and maintained an Annual Contract for Bridge understanding of SWFL construction and Repairs & Maintenance with Collier County regulatory conditions, directly pertaining since 2014 and was recently ranked #1 to dewatering, sandy soils, rock excavation, for Collier County's Annual Agreement traffic control, erosion control, and wildlife for Wastewater Pump Station Repair & sensitivities. With the ability to self -perform Renovations in 2019. over 90% of each project, QE maintains job With key players from QE and Collier County site control and has never been assessed involved on many of the same projects, a 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 strong relationship has been formed. This shared understanding of work structure between QE and Collier County will prove advantageous on the Pump Station Emergency Power Resiliency 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 on the Pump Station Emergency Power Resiliency Design -Build Project. The Organizational Chart on the following page displays all team members for this Design -Build project. Collier County QE 101 GIUALITY ENTERPRISES xL Pelican Engineering Associates, Inc. LOUIS J. GAUDIO Vice President JOHN SOKOLIK Electrical Project Manager Matthew A. Casey Construction Project Manager :harles P. Spelman, PE Kathy Minzey Thomas Burkett Mechanical/Plumbing/ Plumbing/Gas/Fuel Piping PLC Software/ lectrical/Fire Protection Systems/Mechanical Designer 1/0Design Eric D. Blair Harlan Sawyer Margarita Negron Isa Cameras Construction Estimator Manager of Project Administrator/ Superintendent Health & Safety EEO Officer Frankie Hendrix Nathan Beckman AutoCAD/Lighting Mechanical Engineer Photometry Designer © Grady Minor ALEX DUNKO, P.E. Design Project Manager Julien Devisse, PE Donald L. Saintenoy III, PSM Rick Featherstone, GC Justin Frederiksen, PE Design Project Survey Project QA/QC Department Engineer Manager Project Manager I Electrical, Electrical, Subsurface Utility Telemetry/ Public Instrumentation & Controls Instrumentation & Controls Engineering SCADA Information wanson's LECTRIC Earth CELLAMOLNAR V`"ew elml�.mo ABILITY OF PROFESSIONAL PERSONNEL HE'S PREPARATION FOR THE JOB Quality Enterprises USA, Inc. is prepared to furnish and install Generators and/or By -Pass Pumps for Collier County. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that the QE + GM + PE team is the proven choice for this Design -Build project. 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, QE 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 master pump station rehabilitation projects, including those that involved the installation of Generators and/or By -Pass Pumps. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and maintains a premier 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 New Equipment + Vehicles Purchased Number of Successfully Completed Jobs 2016 i 2017 2018 Present A list of QE's Heavy Equipment Available for Service can be found in Section 6, Required Forms. _ W y ♦ i- S � _ • ` ,: 1% a � �'� �: 9 -�•..! 1. Y WGradyMinor ABILITY OF PROFESSIONAL PERSONNEL Established in 1981, Q. Grady Minor and Associates, P.A. (GradyMinor, GM) has provided expert Civil consulting services to a wide array of public and private clients throughout Southwest Florida. Throughout the years, GM 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. GM is fully licensed and insured and has successfully completed projects of varying size and scope ranging from small sidewalk improvements to complete streets, multimodal roadway improvements and the design and construction of new alignment roadways; and 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. GM 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.). GM'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 (5) Survey Crews • Survey Technicians • Engineer Interns • Project Administrators GM IS PREQUALIFIED IN FDOT WORK TYPES: • 3.1 (Minor Highway Design) • 3.2 (Major Highway Design) • 7.1 (Signing, Pavement Marking, and Channelization) • 8.1 (Control Survey) • 8.2 (Design, Right -of -Way, Construction Surveying) • 15 (Landscape Architecture). ABILITY OF PROFESSIONAL PERSONNEL (mi) 631.5m Certificate of Authorization: 30909 PELICAN ENGINEERING ASSOCIATES, INC. Pelican Engineering Associates, Inc. (PE) specializes in engineering, design and permitting for mechanical, electrical, plumbing, fire protection sprinkler systems, fire protection (dry chemical), fire alarm systems, technical specification, and cost-effective engineering. PE is southwest Florida's premiere engineering design services company. PE's courteous, professional engineers & AutoCAD designers can design a system that fits both your needs and your budget. PE provides their clients with informed options to make the choices that most meet their needs. One of PE's strengths is to obtain a clear definition of the task and provide engineering solutions and coordination between the contractor and the design team. PE's goal is to create results that are tailored to exceeding client expectations. PE believes in the `win -win' situation, upholding this mindset is to create favorable circumstances that increase success or effectiveness to the satisfaction of the parties involved. PE is a hands-on Engineering and Design team. PE aspires to the challenges to retrofit obsolete systems with detail. Every opportunity is a unique opportunity as all needs are not the same. ABILITY OF PROFESSIONAL PERSONNEL QE + GM + PE I A PRDVFN 6 FSTABUSHED PARTNERSHP The QE + GM + PE team is well established in Collier County. With 100+ years of experience combined, 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. PROJECT SCOPE & APPROACH QE has assembled a professional, experienced, and local team to aid in the Pump Station Emergency Power Resiliency Design -Build project. QE's role as construction project manager will include: overseeing emergency backup power equipment installations, all testing, tie-in's, and restoration work. GM will provide survey, permitting, construction administration, and construction engineering inspection (CEI) services. PE will oversee all electrical, instrumental, and SCADA design. GM + PE have significant local experience and will be available for consultation throughout the project. QE + GM + PE's Project Approach will revolve around putting local residents, businesses, and stakeholders first, while providing sound engineered designs, clear accurate communication, and exceptional service to Collier County at an economical cost. The team has a firm understanding of Collier County's scope and goals for this project. If awarded the project, QE + GM + PE will perform to the highest degree, and will be productive from day one. The team is well qualified for the project, as GM recently completed a Pump Station Resiliency Study and Evaluation for 32 Collier County Priority Pump Stations. QE + GM's recent work on similar Collier County pump station improvement projects, including the addition of emergency backup power, will result in precise contract documents for the County and will ensure that the Project's schedule is met. QE + GM + PE have reviewed the detailed scope provided in the RPS advertisement and take no exceptions to the described phases/ tasks. As a result, QE + GM + PE have developed a team that will ensure that the project's scope, schedule, and budget are met. The team's summary approach for each phase and major element follows. TASK 1 I PRELIMINARY ENGINEERING If awarded the project, GM's proposed Project Manager, Alex Dunko, P.E. will be the Point of Contact for Collier County. Preliminary Engineering will begin with a Project Kick -Off meeting to introduce the QE + GM + PE team and Collier County Enginering and Project Management Staff. Throughout the project life cycle, QE + GM + PE will work together to manage the project efficiently. GM will take the lead in managing the project and will utilize recent, local, similar experience, including experience on recent Collier County pump station projects, to lead Project Design Progress Meetings. Agenda's for all progress meetings will be distributed two days before the meeting and will include, but will not be limited to, the following topics: General Contract Overview,• Critical Delays, Schedule; Public Outreach; Specifications and Drawings, Restoration Requirements; Testing Requisitions; Permitting (with a log); RFIs (with a log); Phasing; and Private Utility Coordination. Meeting notes will be distributed within two days of the meeting, the schedule will be updated monthly, and project status reports will be provided with each project invoice. QE + GM + PE are committed to providing a complete project within scope and budget, and on -time. For Task 1, QE + GM + PE will gather and review record drawings of the existing stations including existing infrastructure within or around each pump station site; review existing easements and determine if new easements are needed, for the placement of the emergency backup power source at each pump station. GM will also work with the County and PE to review and evaluate the County's current standards for emergency backup power. GM + PE will work together to appropriately size equipment specific to each pump station. Site improvements will be designed including any necessary foundations for the selected equipment. All required appurtenances necessary for complete and trouble free operation will also be provided including but not limited to automatic transfer switches, communications upgrades, and/or piping modifications to allow connections to the selected equipment. GM will also review both public and private permitted and scheduled construction projects that may impact the proposed work at each of the pump stations. GM will also research and prepare all necessary permits for the required work, and will provide the County a complete, accurate, and beneficial Basis of Design Report (BODR) as the deliverable for this task. Additionally, GM will provide the required boundary and topographic surveys, which will include research for existing easements and O&E reports if necessary. Any necessary sketches and legal descriptions for easements will be created by GM's experienced licensed Florida Surveyor and Mappers. Survey will provide horizontal and vertical control benchmarks for use in the Final design as well as during construction. Survey will also be provided during construction for layout of proposed improvements and the required as -built survey for record drawings. All survey elevations will conform to the North American Vertical Datum (NAVD88) with the appropriate conversion to National Geodetic Vertical Datum (NGVD29). ABILITY OF PROFESSIONAL PERSONNEL QE + GM + PE I A PROVFN 5 FSTABUSHED PARTNERSHP TASK 21 DESIGN & PERMITTING DESIGN QE + GM + PE will work diligently for and with County Staff throughout the design phase to provide the best and the most economical design to satisfy the project requirements and to provide cost-effective operation and maintenance of the facilities. The team encourages input from the individuals that will own, operate, and maintain the system after it's completion. QE + GM + PE feel that input from staff at all levels can make a signifcant difference to the long-term satisfaction of a project. On the basis of the accepted Basis of Design Report, GM will prepare final drawings and specifications, which will provide the scope, extent and character of the work to be furnished, and performed, by QE. GM will prepare and submit drawings and specifications at the 60% and 100 % complete stages for review and approval. Each submittal will include an OPC, broken down per station, and at each submittal GM will meet with County staff to obtain acceptance of the work completed to date. The 60% and 100% complete drawings include, but are not limited to the following: • Cover Sheet, Index and Key Map Sheet • General Note Sheets • Existing Conditions Map • Demolition Plan • Infrastructure Plans and Profiles • Utility Connection Details • Pump Station Design Plan • Electrical and Instrumentation Plan and Details • Paving and Grading Plan • Details (latest Collier County Water -Sewer Standards) • Erosion Control Plan All plans will be prepared using the latest version of AutoCAD. Sheets will utilize a 1"=40' scale for all horizontal plan views and 1"=4' for all vertical plan views unless directed otherwise by the County Project Manager. Plans will be produced on ANSI B (11"x17") paper. GM will also utilize the Collier County Water -Sewer District's Utility Standards Manual and Technical Specifications. PERMITTING The work required as part of this Design -Build project will include permitting efforts for the installation of the new auxiliary backup power systems. In Collier County, pump stations are typically located within a County Utility Easement (C.U.E.); however in some instances the pump stations may be located within the Collier County right-of-way (P.O.W.). A Collier County ROW permit is required for any modification to a pump station located in the ROW. The permit typically includes the submittal of plans and a one page permit application to the ROW department. Collier County's Land Development Code (LDC) requires a permit submittal known as an Insubstantial Change to the Site Development Plan (SDPI) of the associated water reclamation facility for work associated at pump stations located within C.U.E.s or land parcels. Since Collier County has two water reclamation facilities, the SDPI is submitted to either the North or South Facility based on where the pump station in question ultimately pumps to. The SDPI typically includes the paving, grading, drainage, water, sewer, and landscape improvements begin performed. The fees associated with the SDPI permit are based on the engineer's opinion of probable cost for the proposed work. The permit fee is determined by a percentage of the EOPC and is for the review of the plans and the associated inspections during construction. The pump station work is typically performed for the Collier County Public Utilities Department and therefore the fees for inspection and review for sewer and any water work proposed are excluded from the permitting cost. An approved SDPI is required to be submitted by the Contractor when applying for their building permits. For this Design Build project, an electrical permit will be required. Other building permits may be necessary depending on the associated site improvements. No permitting through the Florida Department of Environmental Protection will be required. Environmental permitting through both the South Florida Water Management District and the U.S. Army Corp of Engineers may be required depending on the locations of the pump stations. TASK 31 CONSTRUCTION Direct and effective communication is critical during all phases of a project; however, it is of upmost importance during the construction phase. GM's experienced engineers and inspectors will stay in close communication with QE, all subcontractors, Collier County, and local residents and businesses. The QE + GM + PE team will organize pre -construction meetings, progress meetings, update the project schedule, complete permit certifications, perform inspections, witness testing, and other necessary items. GM will perform daily inspections of the project during construction and prepare Record Drawings for each completed pump station. ABILITY OF PROFESSIONAL PERSONNEL DE + CM + PE I A PROVFN 6 FSTABUSHED PARTUSHP ANTICIPATED RISKS & MITIGATION The QE + GM + PMI team has a vested interest in the success of this project. Many of the team members live in Collier County and are part of the impacted community. The QE + GM + PE team have identified the following anticipated risks and mitigation strategies. RISK#1- Concern from nearby residents due to construction or new equipment. MITIGATION #1 - Cella Molnar will stay in constant contact with the residents and will start communications early and work through the duration of the project to keep the public updated. GM also has experienced landscape architects that can provide renderings of the completed project and can assist the County with any plantings to help screen the equipment. RISK #2 - Age of current station infrastructure. MITIGATION #2 - The QE + GM + PMI team has multiple years of local pump station rehabilitation experience and is familiar with Collier County standard details. Between the Consultants and Contractors that are part of the Design -Build team, Collier County can be sure that the proper equipment is installed with any necessary improvements to ensure that the project is completed for trouble -free operation. RISK #3 - Location of existing underground infrastructure. MITIGATION #3 - Utilizing Earth View, LLC's Subsurface Utility Engineering abilities, the Design -build team can ensure Collier County that the proper placement of the equipment and connections to the existing system will be made. RISK #4 - Availability of skilled electrical contractor. MITIGATION #4- Since skilled electrical contractors familiar with work on Collier County pump stations are limited, the QE + GM + PMI team has teamed up with 2 highly skilled and experienced electrical subcontractors to ensure that the project can be completed on time and on budget. Additionally, this will give QE + GM + PMI the ability to schedule work at multiple stations simultaneously, ensuring that the project is delivered on schedule. ................................ Further, when considering project risk mitigation, QE + GM + PE believe that design work is the project map and guide for prevention of issues. The Design -Build team practices and requires use of PPE protection equipment as needed for the observation and operation purposes. GM + PE will schedule job site visits accordingly to reduce risk by coordinating with Project Managers, local utility companies, and Water Management, to take part in safe practices of construction. QE + GM + PE will require accurate Safety Signage, PPE Protection Equipment, and Fault Current labeling information to be on electrical panels and high voltage equipment. Fuel and water piping systems will be labeled with direct of flow, and will identify shut off and by-pass valves. QE + GM + PE aspire to meet the ever changing code requirements to accurately detail design projects in a timely and cost effective manner. QE + GM + PE is a hands-on work team and will maintain good communication throughout the project. This will include documenting changes to keep the project low risk for need of mitigation. QUALITY CONTROL/ QUALITY ASSURANCE ABILITY OF PROFESSIONAL PERSONNEL SAFETY APPROACH With extensive design and construction experience in Collier County, the QE + GM + PE 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 + PE will provide a full time Quality Control Manager on 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, along with having two electrical subcontractors ready to work on sites simultaneously. QE + GM + PE's Scheduled Project Approach Includes: • Conduct a pre -construction meeting with Collier County to discuss critical areas of work and sequencing. This includes determining which stations will have Generators or By -Pass Pumps, and prioritizing the order in which stations will be completed. • Upon direction by the County on Generator/By-Pass Pumps the team will immediately begin Design and confirm Generator/By-Pass Pump Sizes for procurement. Upon approval, QE will release equipment for shop drawings and fabrication upon approval. • 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. Public Information meetings will be scheduled for surrounding residences/businesses at 60% plans for each station. �i The personal health and safety of each employee and associate of QE + GM + PE 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: survey, site, concrete pad installation, pump installation, ductile iron pipe and valves, HDPE pipe fusing and installation, and bypass pumping. Self -performance allows for total control of construction activities, safety, and scheduling. PUBLIC INFORMATION During the Pump Station Emergency Power Resiliency Design -Build Project, community awareness and coordination with homeowners' associations (HOAs) and residents near the wastewater pump stations and the general public will be essential. Media releases and notices in Collier County's utility bills will be used to notify and educate Collier County residents. A project website and phone number will also be provided in for residents wanting more information about the project. Residents living near the wastewater pump stations will be invited to a public meeting or public meeting(s) depending upon the proximity of the pump stations to their communities. Adjacent HOAs will be contacted initially to set up lines of communication with those communities. Program elements will include newsletter mailings, emails and small group meetings with adjacent property owners/HOAs, public information meetings, a project hotline, and a webpage. Email distributions and telephone communications will keep property owners up to date about construction activities. KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL LOUIS J. GAUDIO Vice President E �LITV MATTHEW A. CASEY Construction Project Manager QE �l1ALIT� • 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 pump station rehabilitation projects in Florida • Louis will support Matthew A. Casey, QE's Construction Project Manager, on RFP#20- 7760, Pump Station Emergency Power Resiliency • 6+ years of construction industry experience • Strong background working with Collier County on more than 35 wastewater treatment plants, lift station repairs, and master pump station projects • Holds advanced FDOT Maintenance of Traffic Certification, FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification, and Asbestos Contractor/ Supervisor Certification • Matt will work closely with Alex Dunko, P.E. of GM, the Design Project Manager, on RFP#20-7760, Pump Station Emergency Power Resiliency 24+ years of construction industry experience ERIC D. BLAIR Extensive background working with Collier County's Engineering and Project Management Division • Holds CDL Class A, Maintenance of Traffic (MOT) Certification, Asbestos Certification, Construction Storm Water Collection Certification, Trench Safety and Excavation Certification, and Superintendent Confined Space Certification • Strong understanding of SWFL construction and regulatory conditions • Eric will oversee daily construction activities and field operations and utilize QEViewpoint software to generate electronic daily reports from the field on RFP#20- °`w ^Iry 7760, Pump Station Emergency Power Resiliency IcA • 10+ 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 DUALITY MARGARITA21+ 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 DUALITY KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL ALEX DUNKO, P.E. Design Project Manager & Point of Contact © Grady Minor JUSTIN FREDERIKSEN, P.E. Project Engineer/ QA/ QC © Grady Minor JULIEN DEVISSE, P.E. Project Engineer © Grady Minor DONAL SAINTENOY, P.S.M Survey Manager © Grady Minor RICK FEATHERSTONE, G.C. Constructability Review, QA/ QC, and Construction Inspection © Grady Minor 7+ years of experience with various water, wastewater, and site development projects Extensive experience with Collier County Public Utilities' Engineering and Project Management Division on the construction of multiple new wastewater pump stations and rehabilitations, where he has successfully designed and constructed large and small diameter transmission watermain components • Alex has completed 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, project cost estimates, and State and County permitting documentation • Project Management, Public Relations, and Construction Administration Experience includes: Collier County (CC) Pump Station Resiliency Site Evaluations; CC PS 101.06 and 101.07 Relocation; CC PSs 158.00,147.00,151.00,104.05, 312.25 Rehabilitation; CC PS 302.09 Relocation; CC MPS 104.00 Conceptual Site Planning; CC MPSs 104.00, 312.00, and PSs 147.00, 151.00,104.05 Asset Data Collection; City of Naples ASP #3 Construction Inspection; West Goodlette-Frank Road Joint Water, Sewer, Stormwater Improvements; CC Wildflower Way Public Utilities Improvements • 18+ years of engineering and construction experience in the State of Florida • Has been the project manager for nearly a hundred municipal projects within Collier County, which required 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 • Served as the Deputy Director for the City of Naples • Justin's EOR, Project Management, Public Relations, and Construction Administration experience includes: CC Naples Park Pump Station Diesel Pump Improvements, CC Addition of Emergency Generators to 14 Lift Stations, City of Naples PSs 2,6 & 7 Replacement, Goodland Drive Water Main Replacment, West Goodlette-Frank Road Joint Water, Sewer, Stormwater Improvements, City of Naples Reclaimed Water System Expansion, City of Naples Raw Water Main Replacement, City of Naples Orchid Run Water Main Extension Project, Bonita Springs Utilities El Dorado Acres Water Main Extension, Bonita Springs Utilties Estero Lockup Gravity Sewer Extension • 9+ years of experience on a variety of coastal engineering projects throughout SW Florida and the US • Julien's project experience includes feasibility studies, report preparation, planning, design, permitting, and construction oversight on projects including beach nourishments, marsh restoration, shoreline stabilization structures, barrier island restoration, and dredging • Experience coordinating with state and federal agencies to achieve project performance goals, budgets, and time constraints • In addition to a professional engineering, Julien is a commercially licensed UAS Remote Pilot Small Unmanned Aircraft Operator • Licensed Professional Surveyor and Mapper in Florida • 15+ years of survey experience and has served as GM's Director of Surveying for the past 8 years • Expertise includes directing survey field crews on data collection for design surveys, boundary and construction surveys • 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. • Survey Management experience includes: CC 95th, 96th,107th & 110th Ave. North Public Utility Renewal, CC Goodland Drive Water Main Replacement, City of Marco Island Marco Shores Alternative Water/Sewer Improvements, CC Isle of Capri Water Main Replacement, City of Naples 3rd Ave. South Improvements and Modern Roundabout Design, West Goodlette- Frank Road Joint Water, Sewer, Stormwater Improvements, CC Wildflower Way Public Utility Improvements, CC Barefoot Williams Road Widening and Trail Design, CC White Blvd. and 23rd Street Southwest Intersection Improvement Project • Rick manages GM's CEI Group and has over 35 years of experience in Southwest Florida • Performed construction inspections on the recently completed Goodland Drive Water Main Replacement, 3rd Ave. South Improvements, and 107th and 110th Ave. North Public Utility Renewal projects • Rick will perform constructability and QA/QC review and oversee construction inspection • QA/QC and Construction Administration experience includes: Naples Gulf Shore Drive Water Main Replacement, CC 9Sth, 96th,107th & 110th Ave. North Public Utility Renewal, CC Goodland Drive Water Main Replacement, CC PS 101.06 & 101.07 Relocation, City of Naples Orchid Run Water Main Extension Project, CC Barron Collier School Water System Improvements, Bonita Springs Utilities El Dorado Acres Water Main Extension, Bonita Springs Utilities Estero Lockup Gravity Sewer Extension KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL • 30+ years of experience working for local municipalities (City and County), state (FDOT) ROBBand federal (U.S.A.C.E.) agencies and the private sector BROWNSONSkills include a comprehensive knowledge of substructure, heavy highway and bridge construction and all types of utility construction, video inspection, as well as a understanding of U.S.A.C.E. and FDOT Design Standards and Specifications Senior Inspector Thorough knowledge of OSHA safety practices, ADA requirements, Microsoft Office suite, MS Project and other related tracking programs © Grady Minor DAWN SUZOR 25 years of experience as a Civil Engineering Drafting Designer and Geographic Information Systems (GIS) technician • Extensive local experience in utility site layout for underground piping, electrical conduits, above ground mechanical pump connections, road design, placement of utility buildings and creation of construction plans for various departments in Southwest Engineering (CAD) Florida including the 107th and 110th Avenues North Public Utility Renewal projects; the Technician 3rd Avenue South Improvement project; the Orchid Run Water Main Extension project; Collier County North and South County Water Reclamation Facilities Improvements; Port © Grady Minor of the Islands Community Water and Sewer improvements, and the Gulf Shore Boulevard Stormwater Improvements project RICK KORNEFF • 19+ years of experience as a Civil Engineering Drafting Designer and Survey Technician • Extensive experience in utility site layout for underground piping, stormwater design, roadway design and reconstruction, and sidewalks, for various municipalities in Collier and Lee counties • Similar experience includes the 95th, 96th,107th and 110th Avenues North Public Utility Renewal projects; the Doral Circle Wastewater and Water Replacement Project; the Engineering (CAD) Golden Gate Stormwater Mapping project. Technician Proficient in AutoCAD Land Development Desktop, AutoCAD Civil 3D, Autoturn © Grady Minor • 16 years of experience with a wide variety of surveys from Boundary Surveys, ALTA/ACSM ANDREWCROAK Land Title Surveys, and final construction as -built surveys • Familiar with FDOT and Florida's Minimum Technical Standards for survey drawings • Efficient with field crew scheduling and preparation, office calculations for construction stake -out and anticipating/solving the problems encountered by the field crew Survey Crew Served as the survey manager for the 97th,107th, and 110th Aves. North Public Utility Manager Renewal projects; the 3rd Ave. South Improvement project; the Orchid Run Water Main Extension project; the Gulf Shore Boulevard Stormwater Improvement; the City of Marco © Grady Minor Island Alternative Water and Sewer Improvements project; and Goodland Drive Water Main Replacement project KEVIN' 25+ years of surveying experience in SW Florida and over 13 years as a Survey Technician • Responsible for the completion of hundreds of surveys from individual lot surveys to GEORGESONhundred acre boundary and topographic surveys, road cross-section surveys, lake and drainage as -built surveys, ALTA-ACSM Land Title Surveys, Submerged Land Lease surveys and Construction surveys Responsible for the hiring of survey field crew personal and the oversight of boundary Survey Technician calculations and final work product of his team • Successfully completed continuing education courses in Survey, Mapping, and Grady Minor Reporting Minimum Technical Standards (Chapter 61G17) KEY PERSONNEL ABILITY OF PROFESSIONAL PERSONNEL RICHARD CALIE Survey Crew Chief © Grady Minor RALPH MOWLS Survey Crew Chief © Grady Minor CHARLES P. SPELMAN, P.E. Vice President If,, • 15 years of surveying experience, the last 7 of which have been with GM as a Survey Crew Chief • Experience ranges from single family lot surveys to 100+ acre Boundary Surveys and includes several large scale residential developments within Southwest Florida for which Richard oversaw the construction stakeout and as-builts of lakes, utilities, and roadways • Surveying experience includes the 93rd & 94th Avenues Water Main Replacement project; the Doral Circle Wastewater and Water Replacement Project; and the Golden Gate Stormwater Mapping project • 30+ years of Survey Field Experience • Has completed countless boundary and topographic surveys for individual lots to 1000- acre sites, lake and utility as -built surveys, FEMA surveys and construction surveys • Surveying experience includes the 95th, 96th,107th, & 110th Avenues Public Utilities Renewal projects the Barron collier High School Water Main Replacement Project; and the Goodland Drive Water Main Replacement project • Professional Engineer of Record in the State of Florida, serving as the Consulting Engineer for Mechanical, Plumbing and Fire Protection at Pelican Engineering • Experienced with Site Plan Review and Observation • Will work with County Engineers and Design -Build Team to meet Collier County Code, Standards, and Compliance • Coordinates with Project Designers to provide innovative effective solutions when MEP issues arise • Acts as Project Signor -Design Review Drawings for Permitting, Conditions, and Revisions ' Manage PE's corporate direction, project management, scheduling, and quality control JOHN SOKOLIK under the supervision of Charles Spelman, P.E. • Worked for 5 years as the Senior Electrical Designer for Collier County projects under the �^\ former Pelican Engineering Consultants, LLC into the present firm Pelican Engineering Managing Experienced with system Forensic Evaluation, Construction Administration services, Member Design and Specification services utilizing the latest proven products and details per I� manufacturers recommendations and observing environment of use • Specializes in Emergency Power Systems, Back Up Generators and Life Safety Lighting Design, and Electrical Service Replacement KATHY MINZEY� Plumbing, Fuel & "1 Mechanical Design P . THOMAS c� BURKETT PLC Software, If' 1/0 Design FRANKIE c HENDRIX AutoCAD & P Lighting Photometry Designer NATHAN� BECKMAN, P.E. Mechanicalf Engineer • Skilled at AutoCad Design for Plumbing, Gas, Fuel Piping Systems, and Mechanical • Experienced with Energy and Heat Load Calculations and Ventilation systems • Skilled with Electrical controls systems design including field 1/O devices and controllers • Controls Design Associate • Specialized in PLC software, and input/Output design of analog • Experienced with DFS Data Flow Systems, and SCADA • Assist with the collection and management of project documentation, contracts, proposals, and data files • Skilled at AutoCAD design in drawing setup, reproduce hand drawings, data collection, proofing manufactures specifications, electrical panelboard and lighting schedules, and lighting photometry with AGI software • Experienced Mechanical Engineer, specialized in calculations, HVAC, Exhaust and Ventilation Systems, Specifications, and Energy Code Calculations THE DESIGN BUILD TEAM ABILITY OF PROFESSIONAL PERSONNEL The QE + GM + PE team has partnered with a group of highly reputable, local companies to assist with RPS# 20-7760, Pump Station Emergency Power Resiliency. This community centered group strives for perfection, as Collier 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 CONSTRUCTION TEAM • 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 • In-house HDPE fusing capabilities • Experience with Master Pump Station Rehabilitation projects • Close proximity to jobsites from corporate office/ equipment yard 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 PELICAN ENGINEERING ASSOCIATES, INC. ELECTRICAL EQUIPMENT DESIGN & INTEGRATION • 6+ years of local experience; PE was incorporated on April 28th, 2014 and opened for business September 30th, 2014 • Specialized in Mechanical, Electrical, Plumbing, Fire Suppression and Fire Alarm Engineering • SW Florida's premiere engineering design services company Six full time, in-house employees and two remote consultants Authorized by State of Florida Board of Professional Engineers SIMMONDS ELECTRICAL OF NAPLES, INC. ELECTRICAL, INSTRUMENTATION & CONTROLS • 38+ years of local experience • Full service electrical services provider that specializes in industrial and commercial electrical service • Experienced in generator installation and service • Currently under contract with Collier County for On -Call Electrical Repairs and Maintenance for County -wide facilities and Electrical Contractors with Public Utilies Specialization SWANSON'S ELECTRIC PICAL, INSTRUMENTATION & CONTROLS • 25+ years of local experience • Full service Electrical Services Provider, experienced with residential, commercial, industrial and low voltage installations • Currently working on multiple generators with either automatic transfer or manual switches • Management has completed several large scale projects, including wastewater/water treatment facilities, treatment plant wiring, etc. DATA FLOW SYSTEMS TELEMETRY/SCADA . Established in 1981 to manufacture SCADA solutions specifically for water and wastewater utility applications • 100 full-time employees • Recognized as an industry leader, providing remote monitoring and control for remote facilities, and water & wastewater treatment plant automation systems • Over 400 DFS TAC II SCADA Systems with more than 25,000 BTUs installed and operational throughout the United States • DFS has provided SCADA equipment and Services to Collier County since 1997 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 Pump Station Emergency Power Resiliency Project • Management has over 30+ years of experience • Full range of services also includes Horizontal Directional Drilling in Florida and South Carolina • Significant Design -Build work experience EXPERIENCE QE Experience:16 years Industry Experience: 30+ years EDUCATION/CERTIFICATIONS Polytechnic University B.S. in Civil Engineering E.I.T. Certification QE C3UALITY ENTERPRISES ABILITY OF PROFESSIONAL PERSONNEL Vice President PROFILE Louis J. Gaudio serves as Vice President at Quality Enterprises USA, Inc. (QE) where he oversees all business development efforts and project estimation/management in the state of Florida. Louis brings more than 30 years of experience to the job and will support Matt Casey on RPS# 20-7760, Pump Station Emergency Power Resiliency Design -Build Project. In addition to many master pump station rehabilitation projects, Louis has managed other large projects for QE including the $24 million reconstruction of North & South Collier Boulevard and over $70 million worth of post Hurricane Katrina relief work in Mississippi and New Orleans ($40M worth of waterway reconstruction and $30M worth of concrete flood wall construction, respectively.) PROJECT EXPERIENCE COLLIER COUNTY PUMP STATION 312.24 IMPROVEMENTS Naples, FL Description: QE completed the rehabilitation of Pump Station 312.24 including: removal and replacement of top slab on wet well, removal of valve vault and associated piping, bypass pumping, installation of butt -fused HDPE discharge piping, installation of a permanent diesel bypass pump, interior coating, electrical panel and equipment, and fiber optic communication through SCADA. The project also included site work to restore site and new fencing. COLLIER COUNTY PUMP STATION 147.00 IMPROVEMENTS Naples, FL Description: This project was constructed in Kensington Golf & Country Club, a densely populated gated community, and included clearing of heavy vegetation, demolition of existing piping and valve vaults, bypass pumping, installation of butt -fused HDPE discharge piping, interior coating, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. COLLIER COUNTY PUMP STATION 302.09 IMPROVEMENTS Naples, FL Description: The project included demolition of existing structures, piping, and an existing odor control unit. Also included was bypass pumping, installation of butt -fused HDPE discharge piping, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. QE provided innovative ideas to directional drill forcemain in lieu of open cut, and provided temporary piping for bypassing in lieu of utilizing bypass pumps. MARCO SHORES ALTERNATE WATER & SEWER PROJECT Marco Island, FL Description: In addition to the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill, the project also included the construction of a Master Pump Station with permanent diesel generator and associated electrical work. ABILITY OF PROFESSIONAL PERSONNEL Construction Project Manager PROFILE EXPERIENCE Matthew A. Casey serves as a Project Manager and Estimator at Quality Enterprises USA, Inc. (QE), QE Experience: 6 years where he oversees projectsthrough all phases and maintains a strong working relationship with County Industry Experience: 6+ years personnel. Over the past six years, Matt's focus has been on wastewater treatment plants, lift station repairs, and master pump stations in the local SWFL area. Matt has managed several jobs for QE and EDUCATION/CERTIFICATIONS has estimated projectsjust shy of $1 million. Matt will serve as the Construction Project Manager on RIDS Florida Gulf Coast University #20-7760, Pump Station Emergency Power Resiliency. B.S. in Civil Engineering MOT Advanced Certication FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification Asbestos Contractor/ PROJECT EXPERIENCE WASTEWATED DUMP STATION 22 REHABILITATION City of Naples, FL Description: This project involved the rehabilitation of existing Lift Station 22, which included the installation and monitoring of the Bypass system, removal of all interior piping, pumps, valves, and valve vaults, new interior coating, new HDPE pipe installation, above ground valve assembly, new electrical panels Supervisor Certification and sitework. QE C3UALITY ENTERPRISES WASTEWATER PUMP STATION 17 REHABILITATION City of Naples, FL Description: This project involved the rehabilitation of existing Lift Station 17, which included the installation and monitoring of the Bypass system, removal of all interior piping, pumps, valves, and valve vaults, new interior coating, new HDPE pipe installation, above ground valve assembly, new electrical panels and sitework. QE self -performed 90% of the project. WASTEWATER PUMP STATION 6 REHABILITATION City of Naples, FL Description: This project involved the rehabilitation of existing Lift Station 6, which included the installation and monitoring of the Bypass system, removal of all interior piping, pumps, valves, and valve vaults, new interior coating, new HDPE pipe installation, above ground valve assembly, new electrical panels and sitework. MARCO SHORES ALTERNATE WATER & SEWER PROJECT Marco Island, FL Description: In addition to the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill, the project also included the construction of a Master Pump Station with permanent diesel generator and associated electrical work. SCWRF REPLACEMENT OF PROCESS AIR BLOWERS Naples, FL Description: This project involved the removal of two exisiting air blowers at the Collier County South County Water Reclamation Facility. The blowers were replaced with new Sulzer HST Turbo Compressors. This project also included stainless steel piping installation, electrical improvements, and SCADA modifications to tie new blowers into plant operations. 6ioll:111TJr 1:3411 z41 WK.].I1:TO] �'V �91 :I S Marco Island, FL Description: This project involved the installation of concrete surge tank foundations, a new surge tank, above and below ground 30" ductile iron piping, and electrical improvements. Installation and wiring of a new air compresor and 1" stainless steel air line in underground concrete duct bank was also required. M-1 llnti;.a-_lt."U_ �+ EXPERIENCE QE Experience:14 years Industry Experience: 24+ years EDUCATION/CERTIFICATIONS CDL Class A Maintenance of Traffic (MOT) Certification, FDOT Asbestos Certification Storm Water Collection Certification Trench Safety and Excavation Certification Confined Space Certification First Aid/ CPR/ AED Certification QE C3UALITY ENTERPRISES ABILITY OF PROFESSIONAL PERSONNEL Construction Superintendent PROFILE Eric Blair serves as a Construction Superintendent at Quality Enterprises USA, Inc (QE). Eric will be present on the job site through project completion, will manage daily construction activities and field operations, and will utilize Viewpoint software to generate electronic daily reports from the field. During construction, Eric will facilitate meetings with customers and inspectors, oversee daily crew activities, bring changes/ modifications to the attention of the Construction Project Manager, and verify material quantities and deliveries, etc. With over 24 years of industry experience and extensive safety training, Eric's expertise will be integral to project success. PROJECT EXPERIENCE MARCO SHORES ALTERNATE WATER is SEWER PROJECT Marco Island, FL Description: In addition to the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill, the project also included the construction of a Master Pump Station with permanent diesel generator and associated electrical work. COLLIER COUNTY PUMP STATION 147.00 IMPROVEMENTS Naples, FL Description: This project was constructed in Kensington Golf & Country Club, a densely populated gated community, and included clearing of heavy vegetation, demolition of existing piping and valve vaults, bypass pumping, installation of butt -fused HDPE discharge piping, interior coating, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. COLLIER COUNTY PUMP STATION 302.Uy IMPROVEMENTS Naples, FL Description: The project included demolition of existing structures, piping, and an existing odor control unit. Also included was bypass pumping, installation of butt -fused HDPE discharge piping, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. CITY OF NAPLES PUMP STATION 6 IMPROVEMENTS Naples, FL • $ Description: This project included the demolition of the existing valve vault, dry well, electrical panels and antenna by DFS. The project also included the removal ofthe existing structure and replacement with new wetwell, new piping, pumps and electrical system. By Pass pumping was required to replace the structure and restoration of sitework and roadway were performed. EXPERIENCE QE Experience:10 years Industry Experience: 40+ years EDUCATION/CERTIFICATIONS North Carolina State University B.S. in Civil Engineering with a concentration in Construction QE QUALITY ENTERPRISES ABILITY OF PROFESSIONAL PERSONNEL Project Estimator PROFILE Harlan Sawyer serves as the Senior Estimator at Quality Enterprises USA, Inc (QE). With over 40 years of industry experience, Harlan's extensive background in projects relating to site development, underground utilities, and road and highway work will prove invaluable to the Pump Station Emergency Power Resiliency Design -Build Project. Harlan is involved with the takeoff, material and subcontractor solicitation, and pricing for all QE projects and has participated injobs at the private, local, and state levels. 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. The project also included the removal/ replacement of 45,000 SY of new concrete paving apron, erosion control, earthwork & grading, sheet pile driving, trench drain, and aggregate base. MARCO SHORES ALTERNATE WATER & SEWER PROJECT Marco Island, FL Description: In addition to the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill, the project also included the construction of a Master Pump Station with permanent diesel generator and associated electrical work. IMMOKALEE ROAD & COLLIER BOULEVARD INTERCHANGE & UTILITY IMPROVEMENTS Naples, FL Description: This project included the complete reconstruction of the intersection, including forcemain installation, a new conspan bridge, earthwork, realignment of a canal, other utility installation including 586 LF of 30" HDPE watermain 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. PLAZA MAVERICK SEWAGE PUMP STATION REPLACEMENT Virginia Beach, VA Description: This project included the abandonment and demolition of existing structures, piping, and miscellaneous site items, repair and modification to existing superstructure, construction of a new recast wet well and valve vault, new submersible pumping equipment and other miscellaneous equipment, gravity sewer, forcemain, natural gas and water supply piping. Also included were electrical repairs and all incidental work thereto. Responsible for furnishing equipment, labor and materials for flow bypassing, traffic control, and site restoration. w' 90 OEf _ QUALITY 4or USOOT 1023163 � � ' �� ` •s +�_.1 ---- �� ABILITY OF PROFESSIONAL PERSONNEL Alexander Dunko, P.E. Project engineer Education • Bachelor of Science, Civil Engineering, Florida Atlantic University Professional Registrations/ Affiliations • Professional Engineer (PE) Florida #88695 GradyMinor Mr. Dunko has over 4 years of experience working with multiple municipalities in South Florida and has been involved with various water, wastewater, and site development projects. Mr. Dunko has completed project cost estimates, site civil engineering including design of civil site plans, prepared project technical specifications, technical memoranda, wastewater pump station design, sanitary sewer design, and pressurized water and sewer force main design, and State and County permitting documentation. Mr. Dunko has also served as a Civil Engineering Site Inspector (CEI) for multiple projects including the construction of an Aquifer Storage and Recover (ASR) well and public utility water and sewer replacement projects. RELEVANT PROJECTS Municipal Proiects • City of Naples ASR #3 Construction Inspection. • Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 312.25 Rehabilitation and Services During Construction. • Collier County Public Utilities Pump Station 302.09 Relocation • Collier County Public Utilities Master Pump Station 104.00, 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 Maintenance & Reliability Backflow Preventer Assembly 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 WU 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 h=okalee Road/CR 951 24- inch & 16-inch Force mains. • Collier County Public Utilities Immokalee Road Chloramine Booster Station CEI. • 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 Justin Frederiksen, P.E. Senior Project Manager Education • Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations • Professional Engineer (PE), State of Florida, License # 66068 GradyMinor Mr. Frederiksen is a Senior Project Manager with nearly 20 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, SFWMD, Florida Department of Corrections, Gateway Services Community Development District, and Marion County 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 • Collier County Upgrades to 9 PSs and 2 new PSs • Collier County Addition of Emergency Power Generators to 14 Lift Stations • Collier County Barron Collier High School water system improvements • Collier County Naples Park Public Utility Renewal over 4 miles of water, wastewater, stormwater, and roadway improvements • Collier County Goodland Drive Water Main Replacement • West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater- Sewer-Water Improvements (3.5 miles of water, wastewater, stormwater, and roadway) • City of Naples Orchid Run Water Main Extension • City of Naples Reclaimed Water System Expansion • City of Naples Aquifer Storage and Recovery Well System • City of Naples Golden Gate Canal Supplemental Water Supply • City of Naples Raw Water Main Replacement/Replacement • City of Naples Royal Harbor Fire Flow Improvements • City of Naples WTP Vacuum Press Replacement • City of Naples Wastewater Pump Station Improvements, 5 rehabs and 3 new PSs • City of Cape Coral upgrades to 18 pump stations • City of Cape Coral Nicholas Parkway West Waterline Replacement (7,000 feet) • City of Cape Coral Galvanized Waterline Replacement (7 miles) • City of Fort Myers Wastewater Force Main Transfer • City of Punta Gorda Modification and Refurbishment of Reclaimed Water Holding Ponds • DeSoto County Water and Wastewater System Improvements, Grant Funded • DeSoto County Improvements to WWTP Influent Screen Piping • Florida Department of Corrections, Marion Correctional Institution WWTP expansion and level of treatment improvements to produce public access reuse quality • Florida Department of Corrections, Lowell Reception Center of over 2 miles of potable water main and a new 1.75 MGD water treatment plant Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors 9 Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Julien Devisse, P.E. Project Manager Education • Master of Science, Coastal and Oceanographic Engineering, University of Florida • Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations • Professional Engineer (PE), State of Florida #77724 • Professional Engineer (PE), State of North Carolina #043064 • Professional Engineer (PE), State of South Carolina #33918 • UAS Remote Pilot Small Unmanned Aircraft Operator GradyMinor Julien, a Collier County native, is a University of Florida graduate with a Bachelor of Science Civil Engineering and a Master of Science Coastal and Oceanographic degree. Julien has over 9 years of experience on a variety of engineering projects throughout the southeastern US and SW Florida. Julien's project experience includes feasibility studies, report preparation, planning, design, permitting, and construction oversight on projects. While working on these projects, coordination with state and federal agencies was required to achieve project performance goals, budgets, and time constraints. Julien has the experience to administer and oversee the inception of projects through to implementation and construction. In addition to professional engineering, Julien is a commercially licensed UAS Remote Pilot Small Unmanned Aircraft Operator. RELEVANT PROJECTS • Pelican Bay St. Kitts, Collier County — Permit expansion into drainage easement through Collier County permitting process using pile construction techniques • Christ the King Church, Collier County — Develop Site Development Plan for 5- acre lot for new construction of the Church • Faith Lutheran Church, City of Naples — Design new lift station and connection to existing force main through City of Naples permitting process • Habitat for Humanity, City of Bonita Springs — Multifamily attached villas within existing neighborhood. • Hacienda Lakes EMS 25 Station, Collier County - • Vanderbilt Drive Assisted Living Facility, City of Bonita Springs — Assisted living facility on previously unconstructed parcel. • Bonita Bay Club Golf Course, City of Bonita — Install bulkheads throughout the lakes and permit renovation of entire golf course • North End Sand Bag Revetment Project, North Carolina (Engineering and Construction Management) • Clam Pass Parking Garage Feasibility and Park Facilities Expansion — Naples, FL (Engineering and Permitting) • Pelican Bay South Beach Facility Project — Naples, FL (Engineering and Permitting) • Curtis Park Boat Ramp — Miami, FL (Engineering) • Hillsborough Beach and Yacht Village Seawall Project, Hillsborough Beach, Florida (Engineering and Construction Inspection) • Erosion Control Structures for Big Hickory Island, Lee County, Florida (Permitting) • Doctors Pass North Jetty Repair Project, City of Naples, Florida (Design and Permitting) • Dare County Beach Nourishment Project for 4 Towns — Dare County, NC (Engineering, Permitting and Construction Management) Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Donald L. Saintenoy III, PSM Survey Project Manager Education • Bachelor of Science, Geomatics College of Engineering at the University of Florida Gainesville, FL. P.S.M. #6761 Professional Registrations/ Affiliations • Member of the Lee/Collier FSMS Chapter • Professional Surveyor and Mapper, Florida 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 fifteen (15) years of survey experience with the past nine (9) 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 surveys, 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 sketches and legal descriptions, boundary surveys, existing condition surveys, and construction as-builts surveys. RELEVANT PROJECTS Public Sector • 93rd, 94th, & 95th Avenue — Existing conditions survey for 3 miles of water main replacement. • US 41 Watermain Replacement - Existing conditions survey for 1.5 miles of water main replacement. • West Goodlette Frank Joint Stormwater-Sewer - Existing conditions survey for 3.5 miles of storm, sewer, water, & pavement replacement. Barron Collier High School — Existing conditions survey and legal sketch and description creation for water system improvements. Pelican March Elementary School - Existing conditions survey, SFWMD canal cross sections, and legal sketch and description creation for water system imprdovements. • 23 Street/Golden Gate Canal - Bridge Design Survey • White Boulevard, 23rd Street and 28t Avenue — Legal Descriptions and sketches for right-of-way and easements. • Golden Gate Estates —Drainage Structure Mapping • Bayshore/Davis Blvd. —Design survey for stormwater improvements • Naples Park — Water main upgrade design survey • Immokalee Regional Airport —Boundary survey • Naples Zoo — Goodlette Road improvements design survey Private Sector • Fiddler's Creek — Plats, design surveys, boundary surveys, construction stake- out, record surveys Pelican Bay — High-rise parcel surveys, construction stake -out, condominium exhibits Q. Grady Minor & Associates, P. A. Civil Engineers 9 Surveyors 9 Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Rick Featherstone 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 GradyMinor 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. IM, Il 0 Il%\eY r 9:Z1311Ce11 M • Master Pump Station 302 • 1101h & 107th Ave N Public Utilities Renewal Projects • Mystique 22 Story Hi Rise Condominium • Circle K Gas Stations & Stores in Zolfo Springs and Cape Coral • Oyster Harbor at Fiddlers Creek • U.S. 41 Watermain Replacement Phase 1 • Marquesa Isles of Naples • Cocohatchee River Park Dock Replacement • Lovers Key State Park Addition • Gulf Shore Drive North Water Main Abandonment & Vanderbilt Drive Water Main Replacement • North Collier Waste Water Treatment Plant Force Main • Vanderbilt Drive Watermain • Toledo Creek Commercial Development • Bayshore Food Truck Park • Aqua 10 Story High -Rise Condominium • University Village At FGCU Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Robert W. Brownson Senior Inspector Education • Continuing Education Class C Wastewater Operator, Edison State College Professional Registrations/ Affiliations • FDOT — Structures Inspection, Part I • FDOT — Structures Inspection, Part II • FDOT — Structures Inspection, Part III • FDOT — Structures Inspection, Part IV 0 Grady Minor Mr. Brownson is a Senior Inspector with more than 30 years of experience for our local municipalities (City and County), state (FDOT) and federal (U.S.A.C.E.) agencies and the private sector. His skills include a comprehensive knowledge of substructure, heavy highway and bridge construction and all types of utility construction, video inspection, as well as a thorough understanding of U.S.A.C.E. and FDOT Design Standards and Specifications. Mr. Brownson's abilities include: Thorough knowledge of OSHA safety practices and ADA requirements Field troubleshooting Experience with Microsoft Office suite, MS Project and other related tracking programs. RELEVANT PROJECTS Sandoval Community — City of Cape Coral, Florida Tarpon Point — City of Cape Coral, Florida Pelican Force Main Replacement Project — City of Cape Coral, Florida Diplomat Extension — City of Cape Coral, Florida Southwest 6 & 7 Utilities Extension Project (UEP) — City of Cape Coral, Florida Colonial Boulevard Project — City of Fort Myers, Florida Marvaez Street Project — City of Fort Myers, Florida 107th and 110th Avenues North, Naples Park — Collier County, Florida PS 104.05 — Collier County, Florida PS 101.20 Pelican Isles PS Refurbishment — Collier County, Florida Mosaic at Oak Creek — Bonita Springs Utilities Versol — Bonita Springs Utilities Crest at Bonita Springs — Bonita Springs Utilities Bernwood Business Park — Bonita Springs Utilities South Links Business Park — Bonita Springs Utilities Pelican Nest Golf Course Utilities Expansion — Bonita Springs Utilities Oak Creek Charter School Expansion — Bonita Springs Utilities Ritz Carlton Parking Garage Expansion — Collier County, Florida Marquesa Development — Collier County, Florida Seychelles Development — Collier County, Florida Master Pump Station 302 — Collier County, Florida Royal Wood Golf Course Water & Sewer Expansion — Collier County, Florida Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Dawn Suzor Senior Engineering Technician Education • Associates Degree, Civil Engineering Technology with a major in CAD Architectural Construction, Owens Technical College Professional Registrations/ Affiliations • National Honor Society for Engineering Technologies QGradyMinor Ms. Suzor has over 26 years of experience as a Civil Engineering Drafting Designer and Geographic Information Systems (GIS) technician. She has provided design drafting in Environmental Engineering Department including utility site layout for underground piping, electrical conduits, above ground mechanical pump connections, road design, placement of utility buildings and creation of construction plans for various departments in Lee, Collier, and Sarasota Counties; including Collier County North and South County Water Reclamation Department (NCWRF and SCWRF), Collier County Waste Water Department, Collier County IQ Water Department, Port of the Islands Community Improvement District Water and Sewer Treatment plants, and Gasparilla Island Water Association water and sewer plants. Dawn is experienced with the following software: AutoCAD Land Development Desktop, AutoCAD Civil 3D, ESRI, GIS, Autoturn, and Microsoft Office Suite (Word, Excel, PowerPoint, and Outlook). Relevant Projects Public Facilities, Roadway and Utilities • Collier County Wastewater Basins Project • Isle of Capri Force Main • Marco Island Water and Sewer Improvement Project • Cape Coral Pump Station Rehabilitation Project • Naples Park Infrastructure Improvements Project • 3rd Avenue South Road Improvements — Naples, FL • West Goodlette-Frank Joint Stormwater-Sewer Improvement Project • Port of the Islands RO Water Treatment Plant • I-75 Canal IQWM R/W Permit • Vanderbilt Drive Subaqueous Force Main • NCWRF — miscellaneous improvement projects Commerical • Naples Bay Marina & Resort • Bank of Florida • Tamiami Crossing Commercial Development • Pelican's Nest golf Course Reclaimed Water Main • Toledo Landing — North Port Commercial Development • Lutgart Office Building • Arby's — Port Charlotte Subdivision and Residential Projects • Summer Lakes I & II • Quail West Subdivision plans — Lee and Collier Counties • Amberton Subdivision • Palazzo Village • Naples Motorcoach Resort Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 1and Planners • Landscape Architects Rick Korneff Senior CAD Designer Education • Associate in Arts Degree, Edison State College ABILITY OF PROFESSIONAL PERSONNEL IoGradyMinor Mr. Korneff has over 19 years of experience in CAD and GIS mapping of county, state and local roadways, subdivisions, site planning, infrastructure, residential and commercial properties, county storm -water utilities, mapping of utilities on large scale projects and engineering and planning department support. Mr. Korneff is experienced with the following software: Autodesk AutoCAD, Civil 3D, Map 3D, Pix4d, 360 and Raster as well as knowledge of ARC GIS software, UAV (drone) image mapping/processing and Microsoft Office production software (Outlook, Excel, Word, and PowerPoint). Relevant Projects • C-34 Reservoir Proiect — Lee County, FL 3D mapping of river, canals, bridges and ditches at the proposed filter marsh site, providing topographic surveys with cross -sections of waterways. • Gateway Roadways — Lee County, FL ALTA surveying of roadways to be transferred to the county, mapping of existing conditions, ownerships and easements. • Vanderbilt Beach Road — Naples, FL Mapping of right-of-way, existing above and below ground conditions and adjacent property information, preparing sketch and legal descriptions. • Collier Boulevard Widening — Naples, FL Right-of-way mapping, DTM modeling, control network, map of ownership, mapping of underground utilities, utility inventory, coordination with Client and other contractors. • Vanderbilt MSTU Phases I, II, III, Collier Countv Alternative Transportation Modes — Naples, FL Right-of-way mapping, DTM modeling, control work, map of ownership, map of underground utilities, utility inventory, coordination with Client and other contractors. • Forest Lakes MSTU, Collier County Alternative Transportation Modes — Naples, FL Overall ownership and easement mapping, storm drainage study, existing conditions mapping, sketch and legal descriptions. • Coastland Center Mall — Naples, FL Existing conditions, infrastructure, property ownership, topographic mapping, working with aerial mapper. Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Andrew R. Croak Survey Project Manager Education • Pittsburgh Technical Institute, Pittsburgh, Pa Associate Degree in Specialized Technology, July 2000 GradyMinor As a Project Manager, Mr. Croak has 15 years' experience, (13 years with GradyMinor) working with the different types of surveys from Boundary Surveys, ALTA/ACSM Land Title Surveys, final construction asbuilt surveys and the various requirements of each of them. Andrew is also very familiar with Florida's Minimum Technical Standards for survey drawings. Andrew is also quite efficient with field crew scheduling and preparation, office calculations for construction stake -out and anticipating/solving the problems that are often encountered by the field crew. RELEVANT PROJECTS Airport Projects Marco Island Executive Airport for DeAngelis Diamond Project Manager for construction layout and record survey of the parallel taxiway and apron expansion. Residential Projects Raffia Preserve, Artesia Subdivision, Runaway Bay for Lennar Homes, Collier County Hacienda Lakes, Oyster Harbor, Fiddlers Creek for Taylor Morrison, Collier County Azure at Hacienda Lakes, Bonita Lakes, Palazzo, Cordova, For Toll Brothers, Lee & Collier Counties Management of construction layout survey for multiple lot single family residential development including all layout calculations and preparation of asbuilt drawings for roads, drainage and sanitary utilities, lakes, perimeter berms and other improvements. Commercial Projects Center of Bonita Shopping Center, Skywalk Shopping Center — Publix, Lee County Treeline FedEx Terminal, Lee County Management of construction and asbuilt survey for multiple acre shopping centers including all layout calculations and field crew management for the layout of numerous buildings, utilities, parking and retention facilities. Responsibilities also included preparation of asbuilt surveys for submittal to Lee County Utilities, Bonita Springs Utilities, and South Florida Water Management District. Government Projects City of Fort Myers Downtown Utility and Streetscape Improvements, Phase K 1 B for Kraft Construction, Lee County Management of construction layout calculations and field fit operations. This project necessitated the need for constant oversight to field fit the proposed improvements to existing conditions. There was regular contact between the engineer, the contractor, and Mr. Croak to solve the numerous problems that arose during the construction process. Andrew also prepared the final asbuilt drawings depicting the locations and elevations of the newly installed utilities, roadway and various other hardscape features of the fifteen -block long project. Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Kevin J. Georgeson Survey Project Manager Education • Courses in continuing education for Minimum Technical Standards Chapter 61 G 17, Edison Community College, Fort Myers, Florida • U.S. Remote Pilot Small Unmanned Aircraft system (Drone) Certificate Number 4298827 GradyMinor Mr. Georgeson has over 32 years of surveying experience in Southwest Florida and over 18 years as a survey project manager responsible for the completion of hundreds of surveys from individual lot surveys through hundred -acre boundary and topographic surveys, road cross-section surveys, lake and drainage as -built surveys, ALTA-ACSM Land Title Surveys, Submerged Land Lease surveys and Construction surveys. RELEVANT PROJECTS Residential Proiects • Fiddler's Creek — Providing surveying services for several residential development sites within Fiddler's Creek totaling over 1,100 acres including preparation of boundary surveys and platting large parcels of land, calculations for all phases of construction, as -built of existing roads, road side swales, berms, future home pad sites and bathymetric surveys. • Gulf Bay Construction — Survey manager providing layout calculations and coordination of field crews for various construction layout projects including an airport hanger at the Naples Municipal Airport which required the preparation of lease area boundaries and final As -Built Surveys as well. Commercial Proiects • Home Depot Center (Bonita Beach Road) - Duties included preparation of the Boundary and Topographic Survey of approximately 37 acres including road cross -sections and tree locations, coordination and management of field crews and office technicians for the preparation of a plat as well as construction layout of all phases of construction and also preparation of the final as -built survey per ALTA-ACSM requirements. Government Proiects • Collier County Airport Authority — A Boundary and Topographic Survey of the 70-acre Marco Island Executive Airport was prepared showing all improvements including runways, hangers, utilities and Jurisdictional Vegetation lines for the design of the taxiway expansion. • 93rd & 94th Avenue — Draft recorded plats, establish ROW, and draft improvements for existing condition survey for 2 miles of water main replacement. • Naples Park — Draft recorded plats, establish ROW, and draft improvements for water main upgrade design survey Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors 9 Land Planners 9 Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL Richard Caile Survey Crew Chief Education • High School Diploma, Riverdale High School GradyMinor Richard has over 18 years of surveying experience. Richard has served as a Survey Crew Chief on a variety of projects ranging from individual residential lot surveys to large-scale right-of-way surveys for engineering design purposes. He is responsible for the accuracy and organization of field survey data along with the supervising of crew members. RELEVANT PROJECTS Private Proiects • Oyster Harbor at Fiddler's Creek Phases 1-3, Collier County Crew chief responsible for the surveying layout and as-builts of utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. • Bonita Lakes Phases 1-3, Lee County Crew chief responsible for the surveying layout and as-builts of utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. • Raffia Preserve Phases 1-4, Collier County Crew chief responsible for the surveying layout and as-builts of utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. County Pro*ects • Isles of Capri Water Main Replacement, Collier County Crew chief responsible for recovering platted control and establishing the right-of-way throughout Isles of Capri along with establishing vertical control for use in an engineering design survey. Obtained topography and improvements including utilities along with storm and sanitary inverts within the right-of-way of said roadways. Marco Island Force Main Replacement., Collier County Crew chief responsible for recovering control and establishing the right- of-way of Collier Blvd. and Elkcam Cir. from Main Sail Dr. to the Waste Water Treatment Plant along with establishing vertical control for use in an engineering design survey. Obtained topography and improvements including utilities within the right-of-way of said roadways. Q. Grady Minor & Associates, P.A. Civil Engineers • Surveyors • Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL William "Ralph" Mowls Survey Crew Chief Education • Edison Community College, Fort Myers, FL, 55 Hours of General Education Courses • North Fort Myers High School, North Fort Myers, FL, High School Diploma GradyMinor Mr. Mowls has over 40 years of Survey Field Experience. As a Survey Crew Chief Mr. Mowls has completed numerous boundary and topographic surveys for individual lots through thousand -acre sites, lake and utility as -built surveys, FEMA surveys and construction surveys. He is responsible for the accuracy and documentation of the surveys and supervising of crew members. RELEVANT PROJECTS Residential Projects Tuscany Reserve for WCI Communities, Collier County Survey Crew Chief responsible for boundary, topographic surveys, construction layout of roads, utilities, and lakes; asbuilt surveys of same for turnover to Collier County. Fountains for Southstar Development, Lee County Survey Crew Chief for boundary and topographic survey of 2800 acre planned residential development. Belle Lago and The Reserve At Estero for Toll Brothers, Lee County Survey Crew Chief for boundary and topographic surveys and construction layout of roads, utilities and lakes for both single-family residential communities. Commercial Projects Orion Center for D'Jamoos Group, Lee County Survey Crew Chief for multi unitibuilding professional center. Responsible for layout of buildings, parking, utilities and retention areas, coordination with site contractors, record keeping and asbuilt survey of completed development. Government Projects Winkler Avenue Watermain Upgrade for Lee County Utilities Survey Crew Chief for right of way corridor survey for locations and topographic data along 2-mile segment of Winkler Avenue from McGregor Boulevard to Cypress Lake Drive. Veterans Memorial Boulevard for WCI Communities, Collier County Survey Crew Chief for construction layout of Veterans Memorial Boulevard including stakeout for clearing, utility layout, paving and curbing layout; asbuilt survey of all improvements for turnover to Collier County. Q. Grady Minor & Associates, P.A. Civil Engineers 9 Surveyors 9 Land Planners • Landscape Architects ABILITY OF PROFESSIONAL PERSONNEL CHARLES P. SPELMAN, PE, MBA 4584 Mercantile Ave., Suite B, Naples, Florida 34104 Business: 239/631-5333 Email: charles@pelicanengassoc.com PROFESSIONAL ACCOMPLISHMENTS: • Vice President of Pelican Engineering Associates, Inc. a full -service consulting engineering company founded in 2014. • Founder and president of a Spelman Engineering, Inc., a successful consulting engineering company since March 2006. Managed $2 million, 20+ person commercial construction, service, and maintenance operation of an Encompass HVAC contractor. • Managed $1.8 million commercial HVAC contracting service and replacement department of Peachtree Service Experts. Responsible for marketing, sales, managing 5 service technicians, a sales engineer, and gross margin profitability. • Regional Manager of Lennox dealer business consulting program. Managed 8 consultants, achieved sales and profit objectives. EMPLOYMENT HISTORY: 9-1-14 — Pres Vice President, Pelican Engineering Associates, Inc, a full service Mechanical, Plumbing, Electrical, Fire Protection, and Structural Engineering Company. 3-1-06 — Pres President, Spelman Engineering, Inc. a Mechanical, Plumbing, and Electrical Consulting Engineering company. 2003 — 2006 Vice President, A & E Support Services, Inc., a MPE Consulting Engineering Company. 1999 - 2002 Vice President, Commercial Dept.; Wades Heating & Cooling, an Encompass Company, Ft. Myers, FI. 1994 - 1999 Commercial Service Manager; Design/Sales Engineer; Peachtree Service Experts Company, Atlanta, Georgia. 1987 - 1992 Regional Manager, Dallas, Texas; Division Manager, Dealer Business Consultant, Atlanta, Ga.; Lennox Industries, Inc. 1983 - 1985 Commercial Equipment Sales Engineer; Carrier Corporation, Miami, FI. 1976 - 1983 District Sales Manager, Miami, FI.; Sales Engineer, Chicago, Illinois; York Corp. EDUCATION: M.B.A., Marketing Specialization; Georgia State University, Atlanta, Georgia. B.S., Engineering; University of Illinois, Champaign -Urbana, Illinois. AFFILIATIONS: • Professional Engineer State of Florida, License Number 34925. • Florida Engineering Society. • National Society of Professional Engineers. • American Society of Heating, Refrigerating, and Air Conditioning Engineers. Local Chapter Treasurer 2008/2009, Secretary 2009/2010, Vice President and President Elect 2010/2011, President 2011/2012. • Toastmasters International. Advanced Toastmaster Bronze Designation, Competent Leader Designation, Former President of two different chapters, and Former Area Governor of Florida Area 10. Charles P. Spelman Resume ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 John Sokolik j ohnkpelicanengassoc.com Experience Present: President, Pelican Engineering Associates, Inc. 4584 Mercantile Ave, Suite B, Naples, Florida 34104. I manage the corporate direction, project management, scheduling, and quality control under the supervision of Charles Spelman, P.E. I worked for 5 years as the Senior Electrical Designer for Collier County projects under the former Pelican Engineering Consultants, LLC into the present firm Pelican Engineering Associates, Inc. We are Consultants of Engineering in Mechanical, Electrical, Plumbing, Fire Protection, and Fire Alarm systems. We provide system Forensic Evaluation, Construction Administration services, Design and Specification services utilizing the latest proven products and details per manufacturers recommendations and observing environment of use. Projects: 2014 to present Generator Projects: Solamar Condominium, 4451 Gulf Shore Blvd, Naples, F134103 Avow Hospice, (2019 & 2016)1095 Whippoorwill Lane, Naples, FL (2) 300kW generators Solaris- Long Term Health Care Facilities Imperial Solaris, 10949 Parnu Street Naples, Florida 34109 North Naples Solaris, 900 Imperial Golf Course Blvd., Naples, Florida 34110 Port Charlotte Solaris, 4000 Kings Highway Port Charlotte, Florida 33980 Solaris St. Cloud, 4201 W. New Nolte Road, St. Cloud, Florida 34772 City of Naples Police Station (2019) 150kW redundant generator Vanderbilt Surf Colony II (2019) 15 Bluebill Avenue, Naples, 34108 Multi Family Projects: Bonita Beach Club, 5-buildings (192 units) Fire Protection, Domestic Water, Fire Alarm system replacement Heron at Pelican Bay (22 story), Domestic Water system replacement, Renovation 1 and 2. Commercial Projects: Vasari Country Club Renovation (2019) 11250 Via Del Vasari Drive, Bonita Springs Naples Bonita Dog Track Card Room (2019) 10601 Bonita Springs Road, Bonita Springs Moorings park @ Naples Grande, (2016) Roadway lighting Seed to Table (2017-2019) 4835 Immokalee Road, Naples, Fl LaPlaya, Bayside renovation (2018) 9891 Gulf Shore Drive, Naples F134108 2010-July 2014: Pelican Engineering Consultants, LLC. 3073 S. Horseshoe Drive, Naples, Fl, Electrical Designer Project include: Naples Square I, 72-unit building, in City of Naples Port of the Islands, Reverse Osmosis Plant Multiple Collier County Government Projects, Admiralty Point East and West Building Electrical Service replacement (2010) Deerfield Beach Toyota Dealership Cloisters of Naples, Electrical Service replacement Regency Towers East and West Buildings, Electrical Service replacement Electrical & Fire Alarm Senior Project Manager My duties include producing and overseeing electrical and fire alarm construction design and permit documents. Sokolik, 1 ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 Electrical Design Below are a few of the projects I have designed, some under the supervision of Florida Registered Engineers. A total of 700+ completed projects as of (06/01/2009). From 2000- 2006 this was an evening part-time occupation. Electrical design of commercial businesses that includes medical, dental offices and laboratories: Boys and Girls Club of Collier County, FL http://www.beccc.com/ Stevens Industries, 37,000 sq ft facility, http://stevensindustries.com/ , Dr John Landi, Vascular Surgeon http://www.vanishvein.com/ , Anchor Health Care, 1280 Creekside St., Naples, FL Alico Commerce Center, 4 Buildings, 216,154 total sq ft Commons V Medical Lab, 800 Goodlette Road Suite 250, Naples, FL Congress Jewelers, Sanibel Island, Key West & Naples, FL Triad Health Care, Assisted Living, 218 So Barfield Dr., Marco Island, FL Fountain View Medical Court, 9400 Fountain Medical Ct, Bonita Springs, FL Fischer International, software technology, http://www.fischerintemational.com/ Liebig Mercedes Auto Sales, 33,000 sq ft, 501 Airport Road, Naples FL Harley-Davidson Research Development, 12,000 sq ft addition. Multi family and Apartment complexes: Pebblebeach Apartments, Cape Coral, FL Tangomar @ Coconut Crossings, http://esterofl.org/eccl/communities/tangomar.httn Blue Heron Condominiums, http://www.blueheronnaples.com/condos.html Caxambus South Beach Condo, 7story, 15unit, 1061 S. Collier Blvd, Marco Island, FL Three Oaks Village (Edison Community College, (17) 12 unit Bldgs) Site Lighting and Photometry: Hickey Creekside, 24 single dwelling home sites, 17450 Palm Beach Blvd. Alva, FL. Reflection Lakes Street Lighting, Naples Reserve Blvd, Naples, FL Houses of Worship: Immokalee Church of God, 12,500 sq ft, 300+ occupancy, Immokalee, FL Manna Christian Church New Sanctuary, 8500 sq ft, 500+ occupancy, 11020 Rosemary Avenue, Bonita Springs, FL Independent Haitian Church of God, 15,900 sq ft, 300+ occupancy, Immokalee, FL Fire Alarm Design Class A loop system for: a) Three Oaks Village b) Tangomar Condominiums c) Blue Heron Condominiums FA with Voice evacuation systems for: a) Boys & Girls Club (with Class A loop) b) Immokalee Church of God c) Independent Haitian Church of God Numerous other class B systems for under 300 occupants. Site and Emergency Egress Lighting Design Participate in Nighttime -Friendly Lighting Standards that requires site photometry of exterior building and parking area lighting to meet foot candle and beam cut-off per the local ordinance. In addition, the Fire Plan Review proof of compliance NFPA 101 Section 7.9.2 in levels of egress lighting for all interior occupancy paths of egress. I have performed this scope of work for 4+ years. Sokolik, 2 ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 Past Experience 1998-2006 Beaumont Electric Company, Inc (239)643-4515 Naples, FL Commercial Electrical Estimator/Project Manager/ In-house Designer My duties were to estimate projects under 1 million dollars and project manage through completion with the assistance of a field project manager. Although I did not estimate (2) of the high rises we built, I did project manage them. Duties as project manager included: Processing of all: a) Pricing and Requests for Change Orders (RCO) b) Requests for Information (RFI) c) Field Material and Labor reports d) Product material submittal book setup and approval 3 of 4 e) Provide shop drawings and as -built plans for the several 20+ floor high rise buildings for 5 of the 8 years and other CAD requested drawings. 1994-1998 Collier County Building Development Naples, FL Electrical Plan Review and Code Specialist I held a full-time temporary position as electrical inspector until the retirement of the Plan Review and Code Specialist. My duties included public relations and speaker for the Building Department Code Seminars, drafting of the 2000 Collier County Electrical Ordinance, research questions for the Chief Inspector (Clyde Ammons) on interpretation of electrical code, and investigations of fatalities due to electricity. 1987-1994 All -Phase Electrical Associates, Inc. Naples, FL Electrical Contractor Upon relocating from West Palm Beach, Florida I established an electrical contracting company. I was the president of this business with the maximum number of men employed @ 7. Construction types were 75% commercial, 20% residential and 5% industrial. This later led to my being approached by the owner of Beaumont Electric Company, Inc. in 1998. 1987-1997 Collier County/James L. Walker Vo-Tech. Naples, FL Electrical Instructor - (Evenings Tuesday and Thursday 6 -10) I instructed adults in an 8-month preparation class for journeyman electrician (first 6 months) and masters license (the last 2 months). This began as a 3rayear apprenticeship class and later became the 4tnyear class. 1985-1987 Boynton Beach Vocational Center, Boynton Beach, FL 1987-1997 Lorenzo Walker Vocational Center Electrical Instructor - (Evenings Tuesday and Thursday 6 -10) I served 2 years as an evening class instructor for 2na year of a 4-year apprenticeship class until relocating to the Naples where I taught the journeyman and master electrical coarse. Education 1974 State of Florida GED West Palm Beach, FL Present Address Present Address: 26688 Morton Avenue, Bonita Springs, FL 34135 Cell (239) 253-3416 Home (256) 314-1452 Sokolik, 3 ABILITY OF PROFESSIONAL PERSONNEL (239) 631-5333 KATHRYN M. MINZEY kminzey(a)pelicanengassoc.com 4584 Mercantile Ave., Suite B, Naples, Florida 34104 Office: (239) 631-5333 PROFESSIONAL ACCOMPLISHMENTS: Oversaw and project managed several draftspersons and designers through -out the years designing Mechanical, Plumbing and Electrical for many new and renovated buildings in Michigan, Ohio and Florida. EMPLOYMENT HISTORY: 2017 — Present Pelican Engineering and Associates (Spelman Engineering), Naples Florida Design and drafting of HVAC, Plumbing and Electrical systems. 1997 — 2017 Accurate Drafting and Design, Naples, Florida Design and drafting of HVAC, Plumbing and Electrical systems 1993 - 1997 Shore Engineers (W. A. Berry and Associates); Naples, Florida Design and Drafting of HVAC and Plumbing systems. 1991- 1993 Tilden, Lobnitz and Cooper Ft. Myers, Florida Design and Drafting of HVAC and Plumbing systems. 1989 - 1991 Energetics Engineering (O'Neil Engineering) Ft. Myers, Florida Design and Drafting of HVAC and Plumbing systems. 1983 —1989 S.S.O & E, Flint Michigan Designer of industrial conveyance systems transferred to mechanical department and then was responsible for the design and drafting of building HVAC, Plumbing and Fire Suppression systems Both industrial and commercial. EDUCATION: • B.S., Engineering; Michigan State University, East Lansing, Michigan. AFFILIATIONS: Florida Energy rater for commercial and residential buildings. PROJECT TYPES: Franchises like, Subway, Kilwins, Kangaroo Store, Coldstone Creamery, McDonalds, Beef O'Bradys, HVAC, Plumbing and Electrical. Large and Small office renovations and shell infills HVAC, Plumbing and Electrical. Schools and Library HVAC with Ice storage system and chilled water system and Plumbing. Small, Medium and High-rise condominiums. HVAC, Plumbing and Electrical. Warehouses and storage units HVAC, Plumbing and Electrical Churches HVAC, Plumbing and Electrical Large Companies (across state lines), Michigan Bell Telephone, Citizens National Bank, Mervyns Department store Meijers thrify acres Kathryn M. Minzey Resume ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 Thomas Burkett Skills Sumary Tom(a)pelicanengas soc. com Hardware • Electrical controls systems design including field I/O devices and controllers • Generate electrical drawings • A-B ControlLogix, PLC5, SLC5/0x, PanelView, DeviceNet, Ethernet/IP, various Variable Frequency Drives • Siemens PLC and servos • AutomationDirect C-more • Automated stamping equipment, conveyor systems, automated assembly systems • Excel, Word, and other PC applications Software • C++ , Visual Basic, VisualC++, VisualC#, VB.net • Beckhoff TwinCAT 2, EtherCAT • WinCC Professional Experience Controls Engineer 10/10-PRESENT Gestamp Automotive • Retrofit control systems to accommodate production needs • Review, update, and maintain equipment documentation and electrical drawings • Ensure that automated production equipment is maintained and operated at optimum capability • Plan projects to minimize downtime for repairs and upgrades • Provide technical support and training to maintenance technicians Controls Engineer 6/07-10/10 Spartanburg Steel Products • Ensure that automated production equipment is maintained and operated at optimum capability • Upgrade obsolete control systems • Provide technical support and training to maintenance technicians • Plan projects to minimize downtime for repairs and upgrades • Review, update, and maintain equipment documentation Sr. Controls Engineer 9/06-6/07 Benteler Automotive Corp. • Debug and maintain PLC programs • Add new functionality to equipment • Technical resource to maintenance department Controls Engineer 2/03-9/06 Spartanburg Stainless Products • Ensure that automated production equipment is maintained and operated at optimum capability • Upgrade obsolete control systems • Provide technical support and training to maintenance technicians • Plan projects to minimize downtime for repairs and upgrades • Review, update, and maintain equipment documentation Burkett, 1 ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 Design Engineer 8/97-9/02 Automation Engineering Corp. • Developed PLC programs in SFC and ladder logic • Designed electrical control circuits • Designed conduit and wiring plans • Specified electrical components and generated Bills of Material • Provided on -site start-up support Maintenance Engineer 9/91-8/97 Square D Company • Improved operation of processes and equipment through addition of PLC's and/or other electrical controls • Designed and constructed electronic circuits • Supervised installation of new equipment • Assisted engineering department with special projects • Provided "hands on" technical guidance and training to maintenance technicians • Identified recurrent process problems and devised permanent solutions • Performed and supervised maintenance on 12,470V substations Owner/Technician 3/90-9/91 The Electronics Shop • Performed consumer and industrial electronics repair • Designed and built custom electronic circuits for industrial clients • Wrote PLC programs for industrial clients Maintenance Supervisor 9/87-3/90 The Jacobs Chuck Manufacturing Company • Directed 21 maintenance personnel in repair and service of metal working machinery, plant auxiliary equipment. • Wrote employee appraisals • Assisted in the implementation of Just- In -Time manufacturing Electrical and Instrumentation Foreman Flour -Daniel (Englehard) (Contract maintenance) 2/87-9/87 • Completed installation of wastewater treatment facility • Provided technical assistance for maintenance electricians in the repair and calibration of electroni pneumatic instrumentation • Scheduled electrical maintenance activity for 20 electricians • Responsible for Electrical & Instrumentation shop where all technical work was performed Maintenance Supervisor Flour -Daniel (Brown-Boveri) (Contract Maintenance) 2/85-2/87 Directed maintenance personnel in all phases of plant maintenance Instituted an employee training program that resulted in maintenance personnel being certified by Daniel in their craft by passing a written examination Maintained employee records and payroll information Burkett, 2 ABILITY OF PROFESSIONAL PERSONNEL (239) 631-5333 Experience 1/0 device connection schematics o Allen-Bradley o Siemens o Beckhoff Field device specification (switches, sensors, etc) o Sinking/sourcing o Operating voltage 1/0 network schematics o EthernetlP (Allen-Bradley) o DeviceNET (Allen-Bradley) o EtherCAT (Beckhoff) o Profibus o Profinet Motor controls o Standard MCC o Variable speed drives Power o 480 VAC 3P o 120 VAC o 24 VDC Wiring o Color coding o Sizing (AWG) o Insulation type o Branch circuit overcurrent protection requirements Certificate of Authorization: 30909 Burkett, 3 ABILITY OF PROFESSIONAL PERSONNEL (239) 631-5333 Frankie Hendrix Overview frankie(�.)12elicanengassoc. com To apply my professional and personal experience and strive for excellence in a position with an employer in an administrative capacity. Serve in my local community and beyond. Administrative Roles My career path has equipped me with a variety of management skills to operate in any office environment from the home, to mobile, or in a corporate setting. I have had held numerous licenses. I have had level 2 background checks throughout my career in the State of Florida, and Georgia. I have been bonded, worked with highly confidential documents, and have professional work ethics. I have written contracts, policy and procedures, and training manuals, chaired board meetings, hired staff, delegated duties, created budgets and fundraising. Organized and planned events, meetings conferences. I have designed web pages, posters signs brochures for marketing, designed company directories, trained staff, implement ideas. Windows and Mac Experience 2019-Present Pelican Engineering Associates, Inc.- Associate Drafts person I accepted an opportunity to work with Pelican Engineering Associates Inc. in Jan. 2019. As an administrative associate I help collect and manage the projects documentation, contracts, proposals, and data files, saving e-mail correspondence. Direct communications between the Architects, Contractors, Project Manager's and our Engineering staff. My office duties include AutoCAD design in drawing set up, reproduce hand drawings, data collection, proofing manufactures specifications, electrical panelboard and lighting schedules and, lighting photometry with AGI software. 2009 - Present - Restoration Church - Secretary Treasurer - Fellowship Director - I am Secretary Treasurer, and Administrative Assistant to the Church Leadership. I assist in carrying out the church vision by implement ideas for church growth, make suggestions on how to operate more efficiently, help grow ministries. I oversee the Children's Ministry and direct the Usher and hospitality teams, recruit volunteers, plan fellowship and community events. I have planned large Group Meetings such as Weddings, Banquets, Car Shows, Flea Markets, BBQ's, Large and Small group events 2005-2009 - The Mortgage Source - Mortgage Banker My career in Mortgage Banking of 25 years, relocated me to Naples in 2005. The Mortgage Source was a high end multi -million -dollar brokerage. I started processing files and worked my way up and was promoted to President of the company when the CEO retired. Working in banking industry has given me experience in establishing relationships with all types of people groups from investors buying multi -million -dollar high rise condos to first time Hendrix, 1 ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 Frankie Hendrix frankie(apehcanengassoc.com homebuyers. It has allowed me to communicate with other professionals and develop relationships with clients of all ages and levels of society. My duties included attending and participating in trade shows and conventions, open houses, monthly business networking events and mingles. I obtained the financing for the client through a variety of wholesale banks. Overseeing the entire process from pre -qualification to closing. The mortgage business has also given me a wide variety of experience in meeting compliance for Government lending programs, Licensing requirements from the Department of Financial regulation as well as experience in sales, network marketing. In 2009, 1 closed the company when the bank market crashed to pursue a life dream of opening a Charitable Organization. 2010 to 2020 - The Rock Youth Camp - President/Founder The Rock Youth Camp is a registered charitable organization that is an outreach ministry that offers faith -based summer camp programs for children ages 5-12. My personal goal is a long-term vision to create a recreational retreat center for youth and our local community. (Currently on Hold due to Covid19). Special Studies, Training and Qualifications 25 years Mortgage Broker/Banker /Realtor - Licensed in GA and FL. 1985-2009 Business Owner -GA, Advanced Equity, Inc, A Georgia Corporation, Business Owner— FL Mortgage Source of Naples, Inc. A Florida Corporation, Department of Financial Regulation — Licensed Mortgage Banker, Broker and Realtor Licenses, Department of Agriculture- Registered Charitable Organization Founder- The Rock Youth Camp, Inc. A registered Non- Profit Charitable Organization. Community Childcare Department of Children and Family Services — Approved Summer Camp Facility State Certified Courses in Child Care Training -Early Childhood Development -Child Abuse and Neglect -Health and Nutrition -Transportation. 2009 Level 2 - Nationwide Background check with fingerprints Disaster Relief Mobile Childcare Unit Training -GA Research - Florida Childcare Licensing Law, Codes and Permitting Biblical Studies - International School of Ministry, Associates Certification References Available Hendrix, 2 ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 July 8, 2020 Letter of Recommendation To: Collier County Design Build Team - Project: Pump Station Emergency Power Resiliency Topic: Pelican Engineering Associates, Inc. Key Personnel Roles Re: Letter of Recommendation Nathan Beckman PE, Mechanical Engineer Dear Collier County Design Build Team, It is with great pleasure to be considered for the Design Build engineering team for the upcoming project. We have one of our design team associates that is out of reach due to the Independence Day holiday. Nathan Beckman, PE Mechanical Engineer- Mechanical services include calculations, HVAC, Exhaust and Ventilation Systems, specifications, energy code calculations. Pelican Engineering Associates, Inc. has had an ongoing working relationship with Nathan Beckman, PE. for over 5 years. He is an intricate part of our MEP engineering design team as a Mechanical Engineering Associate. We have worked together in the past on MEP design work for a Church Build out, and the Rob and Stucky Design Studio, Downtown Naples. Nathan was the Mechanical Engineer design on a few of the current projects such as Vasari Country Club and Pro Shop, and the Bonita Springs Card Room (Naples Ft Myers Dog track in Bonita Springs) which is included as part of our package. We have also co -engineered electrical projects for him as well. We would like to include him as one our design associates for this project. Nathan is highly skilled, detail oriented, accurate, responsible, and has come through on deadlines. Nathan Beckman, PE would be a point of contact for Mechanical Engineering consultation, calculations and design work for this project. Please accept this letter of recommendation as a temporary supplement for the resume for Nathan Beckman, PE, Mechanical Engineer. Sin erely John D. Sokolik Managing Member Pelican Engineering Associate, Inc. ABILITY OF PROFESSIONAL PERSONNEL We Simmonds Electrical of Naples, Inc. 8981 Quality Road, Unit 1 Phone (239) 643-2770 Bonita Springs, FL 34135-7278 Utilities — Street Lighting Generators Fax: (239) 643-6873 Industrial and Commercial Re: RPS 20-7760 Design Build- Pump Station Emergency Power Resiliency It is the intent of Simmonds Electrical of Naples, Inc to team up with Quality Enterprises in the performance of this project. We have worked on several similar projects and we have prior experience working with QE on several projects relevant to this RPS. Below is a synopsis of our qualifications. QUALIFICATIONS OF COMPANY Simmonds Electrical of Naples, Inc. specializes in industrial and commercial service. We are a State certified licensed contractor (EC0000735). We have been serving Collier County since 1982, and several surrounding counties in Southwest Florida. More specifically, we have worked in Collier and Lee Counties, including the City of Naples, City of Fort Myers, City of Marco, City of Bonita Springs and City of Cape Coral, as well as the District School Board of Collier County under various term contracts. Our office is centrally located in the City of Bonita Springs in Lee County. We are currently under active contract with Collier County for On -Call Electrical Repairs and Maintenance for County -wide facilities (18-7311) and Electrical Contractors with Public Utilities Specialization (19-7527). Similar term contracts with Lee County, the City of Naples, and District School Board of Collier County are also in effect. We regularly perform work for Utilities Engineering, Water and Wastewater Departments, Facilities, Parks and Recreation, and Transportation departments; including many requiring design build type work. This includes extensive work with 480V and Variable Frequency Drives, Fiber Optic, UPS systems, Lightning Protection, Medium Voltage. We also contract fire alarm work and have FASABASA certification, confined space and arc flash protection training and are UL Certified.. Our Work complies with the NEC, NFPA 70. All projects require adherence to Life Safety NFPA 101, local power company requirements and NFPA 70E: Standard for Electrical Safety in the Workplace. We install and service generators, and offer preventative maintenance services, which have included the City of Naples Public Works generator contract for all 42 units. We also maintain our own rental fleet, readily available for standby power, and storm related emergencies. Our equipment includes skid and trailer mounted generators ranging from 20kW, 40kW on up to 250kW, all CamLock type cords and connectors for temporary power installations. We are factory trained with Generac and Magnetek. The Company performs power analysis and consumption using our Dranetz PX5 equipment. We can monitor for a few hours, days or months depending on the need. Simmonds Electrical also performs thermal investigation and documentation using our FLIR Infrared Camera System. Over the past 38 years the Company has established good communication channels with customers and vendors. This also includes excellent credit with local and out of state vendors which in turns provides us with reliable sources of materials and good response time from suppliers. Simmonds Electrical maintains an average inventory of $10,000 of SKU regularly used in the performance of services for Collier County projects as well as other commercial and industrial services. This includes wire, conduit, splicing materials, breakers and all necessary tools and equipment to perform the work in a timely manner. Quality workmanship is the heart of our mission. We take pride in our work force; several our field crew members have over fifteen years of continuous employment. In our efforts to ensure quality standards, we provide regular training and a reference library for all employees. ABILITY OF PROFESSIONAL PERSONNEL .�5w�anson's ELECTRIC June 22nd 2020 To Whom it May Concern; This letter is an outline of what Swanson's Electric, Inc. brings to the table when bidding the Collier County Lift station renovations and generator replacements for team leader Quality Enterprises whom we will be working for on these projects. Swanson's Electric, Inc. has been in business since December of 2010 and brings over 25 years of experience to the table. Prior to opening Swanson's Electric, Inc. myself, William Swanson, was a foreman for Cogburn Brothers Electric based in Jacksonville Florida, during my time with Cogburn brothers where I completed several jobs in Lee and Collier County such as: new construction of the Ava Maria Waste Water/Water treatment facility, all underground, and most wiring of the Lehigh Water Treatment plant off Bolivia Dr. in Lehigh Acres, and the restoration and upgrades done to the Waste Water treatment plant located off Constitution Lane in Lehigh Acres. I have completed 3 years of electrical apprentice ship at the James Lorenzo Walk VO- Tect in Naples, F196-2000, I then finished my apprenticeship schooling with the FPL and I worked on the building of the natural Gas Power plant located on Palm Beach BLVD in Fort Myers from 2000-2002. We plan on using Vincent Apuzzo who is currently our service manager as one of the employees on this project. Vincent has over 11 years of experience in the trade and attended trade school for a total of 4 years Platt Technical school, in Milford, Ct which resulted in an Electrical Trades certificate. Vinny has multiple trade levels including industrial work at a Pratt and Whitney Aircraft engine plant where he was an electrician from 2010-2015. Since he has been working for Swanson's Electic, Inc doing various forms of work including generators, generator maintenance, residential service, commercial service, industrial service, and multiple forms of Low Voltage installation. Our company currently does all forms of electrical work including residential, commercial, industrial and low voltage installations. We are currently doing multiple generators with either automatic transfer switches or manual switches. We service various forms of mining equipment including crushers and dragline cranes in which we also preform the yearly MSHA earth bonding and Meg -ohm tests on this equipment. Most all this equipment belongs to Earth Tech who has been a 11-year customer to us. William J. Swanson Swanson's Electric Inc 2316 Pine Ridge Road, Suite #307 Naples, FL 34109 Cell: (239) 961-3327 1 Fax: (888) 401-0547 Web: http://www.swansonselectric.com/ License Number: EC13005336 ABILITY OF PROFESSIONAL PERSONNEL Kaye 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 DATA FLOW SYSTEMS Data Flow Systems, Inc. (DFS) was established in 1981 to manufacture SCADA solutions specifically for water and wastewater utility applications. The TAC II SCADA System is made in the USA. The Company's corporate headquarters is located in Melbourne, Florida and consists of a 30,843 square foot facility encompassing sales, engineering, radio study and FCC licensing, customer service, product manufacturing, a certified UL-508A panel shop, and stock warehousing. DFS employs nearly 100 full-time employees - all dedicated to water and wastewater SCADA systems and applications. DFS has gained national recognition for its durable and obsolescence -proof TAC II SCADA System, as well as its technical capabilities and guaranteed radio links. DFS is recognized as an industry leader, providing remote monitoring and control for remote facilities, and water & wastewater treatment plant automation systems. A patented DFS product, "Symphony - Harmonious Pump & Flow Management" has been proven to significantly reduce lift station pump run times and pumping energy costs. A combination of design, manufacturing, system commissioning, and technical service allows DFS to offer complete SCADA solutions. DFS places an emphasis on developing a good long-term partnership with each end - user. At the present time there are over 400 DFS TAC II SCADA Systems with more than 25,000 RTUs installed and operational throughout the United States. The TAC II SCADA System installation base ranges from small Water Control Districts to large WW Collection Systems, and Automated Plant Control Systems. No matter the size or complexity of the project, DFS is prepared to be your SCADA solution provider! DFS has provided SCADA equipment and Services to Collier County since 799Z Collier County is our largest TAC 11 SCADA System user and currently has over 700 DFS RTUs for the monitor and control of their sewer lift stations. ABILITY OF PROFESSIONAL PERSONNEL Field Supervisor/ SUE Technician EXPERIENCE PROFILE Locating Industry Experience: Tom Gillispie serves as the Underground Utility Locating Field Supervisor & SUE Technician at Earth 30+ years View, LLC. Tom has over 30 years of experience working on Subsurface Utility Engineering (SUE) EV Experience:11+ years projects in the local area, and is skilled at Underground Utility Locating, Ground Penetrating Radar (GPR), Electrical Ground Fault Locating, Leak Detection, Vacuum Excavation, Interior Utility CERTIFICATIONS Locating, and Sewer & Pipe Inspections. As the field supervior, Tom oversees daily field operations, Radio Detection Green performs utility locating, and assists with sales and contract negotiations, quality control, and safety Equipment training. Additionally, Tom is responsible for maintaing the GPR equipment and works directly with EV's in- house mechanics to prioritize preventative maintenance and needed repairs. With 30+ years of industry Ground & Concrete experience and extensive safety training, Tom's expertise ensures that every project is successfully Penetrating Radar Mala, Inc. completed on time, within budget, and at the highest levels of quality. Management Classes NoCuts, Inc. Underground Utility Locating Certification NoCuts, Inc. E�; _.girth iavw Precise Utility Locating PROJECT EXPERIENCE Fort Myers Beach, FL Description: Earth View, LLC. (EV) was retained by the Town of Fort Myers Beach to jet clean and CCTV inspect 1,175 LF of 18" and 20" pipe. EV was called in response to community sink holes along Albatross street. EV also installed plugs, removed barnacles and vacuumed out the water infiltration in preparation for camera inspection. EV identified the breeches in the pipe and are in current discussions with the Town regarding pipe restoration. Marco Island, FL Description: Earth View, LLC. (EV) located utilities and completed all levels of SUE on Quality Enterprises' Marco Shores & Water improvement project in January 2019 on Marco Island, FL. EV successfully completed the work on time and within budget. Lee County, FL Description: Earth View, LLC. (EV) was retained by GradyMinor to provide SUE services including underground utility locates and vacuum excavation for the Non -Motorized Suntrail in Lee County, FL in February and March 2019. EV successfully completed the work on time and within budget. Cape Coral, FL Description: Earth View, LLC. (EV) was retained by GradyMinor to mark the utilities at the intersections, and provide vacuum excavation services, at the Nicholas Parkway project in Cape Coral, FL. The work was completed on time, within budget, and at high levels of quality. —.11" imps\set • 01 ` ■ • EXPERIENCE EV Experience: 20+ years Vac Truck Experience: 5 years EDUCATION/CERTIFICATIONS Advanced MOT CDL Class A E.; rt11 � yew Precise Utility Locating a ABILITY OF PROFESSIONAL PERSONNEL Vacuum Truck Operator PROFILE Ibrahim Nunez will serve as the Vacuum Truck Operator on RPS# 20-7760, Pump Station Emergency Power Resiliency Design -Build Project. Ibrahim Nunez leads the Vacuum Truck Operations for Earth View, LLC. (EV) where he drives and operates EV's hydro -excavation truck. Ibrahim is responsible for pipe cleaning andjetting, hazardous waste clean-up and the handling of hazardous materials. Additionally, Ibrahim is responsible for maintaing the Vacuum truck fleet and works directly with EV's in- house mechanics to prioritize preventative maintenance and needed repairs. With over 20 years of industry experience, Ibrahim will perform quality work on this project. PROJECT EXPERIENCE Marco Island, FL Description: Earth View, LLC. (EV) provides jetting and vacuum excavation services to remove material from culverts under all existing driveways at Key Marco for a total of 30 homes, some with double driveways. These projects include cleaning out all storm drain and boxes for the Key Marco Community in Marco Island. This is an annual project, sometimes bi-annual, that has been ongoing since 2017. Marco Island, FL Description: Earth View, LLC. (EV) cleaned out 30 catch basins, culverts, and removed material from various drop inlets using vacuum excavation throughout Hideaway Beach Club. EV also completed storm drain cleaning and restoration along the community roads and golf course after Hurricane Irma. Collier County, FL Description: Earth View, LLC. (EV) removed media from two traveling bridge filters using a vacuum truck at the South County Water Reclamation Facility for Chris Farris with Collier County in February 2016. The traveling bridge filters were 16' x 64' in size. Marco Island, FL Description: Earth View, LLC. (EV) cleaned out the grease traps on Marco Island and disposed of the material for Heritage Utility Solutions. The work began in 2016 and has been ongoing every year since. All projects have been completed on time,within budget, and at high levels of quality. P-- / / / / ,t� e oo TROUBLESHOOTING, PROBLEM SOLVING TECHNIQUES & RFI'S The QE + GM + PE team will mitigate and resolve any issues immediately. The following Escalation Approach to Problem Solving is in accordance with RIDS requirements: D1 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 QE's Construction Project Manager. With QE + GM + PE's staff located near the project, presence on site or at a meeting will be immediate. If input and/ or 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 GM for a quick resolution. sent or not, and responses to resolutions and RFI's will be documented and become part of the final documents provided to the County. The QE + GM + PE 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 advanced 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 RFIs throughout a project, as the web -based application provides all parties with the current status of each document. 14619-49 - DB 1-75 & COLLIER BLVD UTILITY RELOCATION QE Co1UALITY ENTERPRISES CONTACTS Q Ad—.. o..111-1o.1— fm ITEMS IN PROGRESS 0 O O O O ASSIGNED TO ME ® - .. —d 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 iPad 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. ABILITY OF PROFESSIONAL PERSONNEL QE'S ABILITY TO PERFORM I H DPE BUTT FUSION QE is confident in their ability to perform HDPE Butt Fusion for pump station piping installation. For the past 11 years, QE's nine experienced and certified utility crews have butt fused HDPE piping in sizes ranging from 4" to 36" for projects in the City of Naples, Collier County, Marco Island, Lee County, City of Venice and South Carolina. These projects were for pump stations, sanitary force mains, IQ water mains, and municipal water mains. QE provides in-house utility fusing services for pump station repairs, and will self -perform installation of all piping and pipe fusing on site for the Pump Station Emergency Power Resiliency Design -Build Project. This is a cost saving practice for Collier County and allows for flexibility in scheduling and adaptability to rapid project changes. QE has the ability to provide Butt Fusion and Electro Fusing with Couplings, and owns a McElroy T9001236 Fusing Machine, McElroy Pitbull 618 HF Fusing Machine, McElroy Pitbull 26 Fusing Machine, and an Electro Fusion Machine. QE's crews understand the importance of correctly installing and clamping pipe in the fusion machine; this allows pipe to be properly faced (machined) to ensure clean, parallel pipe ends for the heating process. Once pipe fusing is complete, the pipe is pressure tested and accepted. QE prioritizes job site safety and supports crew member trainings throughout the year. QE's HDPE Butt Fusion machine operators are HDPE Butt Fusion certified and have successfully completed training for the safe handling and operation of MMI McElroy Fusion Equipment and Fusion Procedures for pipe up to 65". The chart below lists crew members who have successfully completed HDPE Butt Fusion Training and hold valid certifications. QE CERTIFIED HDPE BUTT FUSION OPERATORS Butt fusion training following ASTM F 2620 Everton Cunningham Mid -range MMI McElroy #28 thru T-500 Large diameter MMI McElroy#824thru 2065 Butt fusion training following ASTM F 2620 Joe Townsend Mid -range MMI McElroy #28 thru T-500 Large diameter MMI McElroy #824 thru 2065 Butt fusion training following ASTM F 2620 James Stevens Mid -range MMI McElroy #28 thru T-500 Large diameter MMI McElroy #824 thru 2065 Butt fusion training following ASTM F 2620 Armando Cabrera Mid -range MMI McElroy #28 thru T-500 Large diameter MMI McElroy#824thru 2065 Butt fusion training following ASTM F 2620 Eulogio Cress Luna Mid -range MMI McElroy #28 thru T-500 Large diameter MMI McElroy #824 thru 2065 CERTIFICATIONS Mid -range MMI McElroy #28 thru 2"- 20" IPS Pipe T-500 Large diameter MMI 8"- 65" IPS Pipe McElroy #824thru 2065 MACHINE CAPABILITIES McElroy T9001236 12" - 36" 1 PS Pipe Fusing Machine McElroy Pitbull 618 HF 6"- 18" IPS Pipe Fusing Machine McElroy Pitbull 26 2"- 6" IPS Pipe Fusing Machine i 1Q p �r �i've�r • :� t a; s� CERTIFIED MINORITY BUSINESS ENTERPRISE QE'S COMMUNITY CONNECTION The QE + GM + PE 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 2019 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 + PE team: Matthew A. Casey, QE's Construction Project Manager, will lead all MBE coordination to ensure maximum participation. ADHERE TO COMPLIANCE The QE +GM + PEteam strivesto maximize MBE participation and will offer additional opportunities for partnership should the opportunity arise. Utilizing targeted outreach, the QE + GM + PE 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. `-.eAl& CERTIFIED MINORITY BUSINESS ENTERPRISE FDOT.� �_ GREATER ORLANDO �� AVIATION AUTHORITY TRANSPORTATION S E LEE COUNTY PORT AUTHORITY AUTHORITY AUTHORITY DI�AcIl}�''A1�TA�i�li �U�ll�DE S S ��J'I'�Cf'fil�� QA�E,} MIAI L!L- ..:. •1.1 CERTIFICATEO' EIS. ���5L ALAMA V LLC (PART TIME) MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 532412, 561990 Imo - no WIL'Aw_, Samuel Febres (Sammy) DBE & Small Business Development Manager Florida Department of Transportation Tampa International `� Airport CERTIFIED MINORITY BUSINESS ENTERPRISE WBENC WOMEN'S BUSINESS ENTERPRISE NATIONALCOUNCIL JOIN FORCES. SUCCEED TOGETHER. hereby grants National omen's Business Ente�rlse C����on to Alamav, LLC who has successfully met WBENC's standards as a Women's Business Enterprise (WBE). This certification affirms the business is woman -owned, operated and controlled; and is valid through the date herein. Certification Granted: December 16, 2019 Expiration Date: December 16, 2020 WBENC National Certification Number: WBE1902717 NAICS: 237310, 238990, 532120, 532412 UNSPSC: 72131701, 72141000, 72141127 WBENC National WBE Certification was processed and validated by Women's Business Development Center - Council of Florida, a WBENC Regional Partner Organization. WOMEN'S BUSINESS 4"4mwwoo DEVELOPMENT cLONca OF bdda Pzgional FLORIDAPartnerofWEENC Authorized by Nancy Allen, President & CEO Women's Business Development Center - Council of Florida `3 GAEATER WOMENS auslNEss COUNCIL Great Lakes Wo"Ips WBECPACIRC Business C0�NCIL n euswE_ss t_I._.EN..is cEUTEeE"T W..B., E..GEAST WBEGSOUTH ' yy y 1/2/2020 WebFOCUS Report CERTIFIED MINORITY BUSINESS ENTERPRISE 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 CERTIFIED MINORITY BUSINESS ENTERPRISE FDOT MiaMMa _ Tampa — - GREATER O DO Intehational R N �r:7,•rY,;=� z,«;"�ea« L,,r• �,- Airport _.r. = AVIATION AUTHORITY !/ / Disadvantaged Business Enterprise (DBE) Certificate' of Eligibility GULFSHORE TRUCKING LLC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 7/26/ 16 DATE APPROVED NAILS CODES. 484224 A4eel Vcfxlek VICTORIA V. SMITH, ARE Certification Manager - Florida Department of Transportation JACKSONVILLE B X,)- ■R `�✓ ! .'+HA�£ " F Sti�� Lei . `I TRANSPORTATION COUNTY `v'n AUTHORITY 1.11IEII1.i! COUNTY nowrwvrnoniry CERTIFIED MINORITY BUSINESS ENTERPRISE 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 4 ON o Jcnarhan R. Savuer. Secretary Florida D ep anment of Management Service s acparur�em of MANAGEMENT SERVICE F. Office of Supplier Diversity Office of Supplier I] wersity 405-D Esplanade Way, Suite 3gD 7a I lahassee, F L 323 gg 95D-497-Dg15 www.d ms.rnyf lorida. cornJosd CERTIFIED MINORITY BUSINESS ENTERPRISE Minority Business Certification UNLIMITED TURF, LLC Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from; 09/24/2018 tO 09/24/2020 Erin Rcck, S,-:retary Florida Department of Management Services l [office of, supplier Of rice of Supplier Diversity 41 405D Esplanade Way, Suite 380 • Taltahassee, FL .1239� • 650-497.0915 4 w•rvw_drni.rn fIllarrda.corn.,osd CERTIFIED MINORITY BUSINESS ENTERPRISE FDOT� / f /zulll j �.0,. r 4p .. Granted to UNLIMITED TURF LLC It has been determined that the farm listed ahove has niet the federal requirements in accordance with the Code of Federal Regulations (49 CFR Part 26) and is thereby eligible to participate in the Disadvantaged Business Enterprise Program in the State of Florida. NAfC,S CODES: 561730 143 . 4 i VICT-ORIQ Y, afITH Disadvantaged.Busiwss Enterprise Certifrcation manager Rod& Department nfTran_rportation CERTIFIED MINORITY BUSINESS ENTERPRISE ;f1T?TN FTn12-rnn It\]n ran � �- 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 (SSE). This certification is valid for three (3) years and may only be applied when business is conducted in the following area(s): Sod Sales & Installation Services }'our submittal of bids or proposals to .supply other products or services outside of the specialty area(s) hated above will not count toward .CBE participation. If you require certification in outer specially areas, please contact the Procureme►tt Bureau, SHE Section, for additional infurmarian. 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 DECERTIFfCATION, 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,- Alejandro Quintoro Sr Contract Co pliance Specialist Procurement Bureau laq IV] Gun Club Road, Wcst Ralm Beach, Florida 33406 • (561) 686.8800 • 1-800-432-2043 Mailing Address: RO. Box 24680, West Palm Beach, FL 3:Xt16-I M0 • wWW..shAMd,gna 031 Past Performance PAST PERFORMANCE QE + GM + PE HAS EXPERIENCE IN THE LOCAL AREA QE has assembled a local and experienced team of professionals to work together on RPS #20-7760, Pump Station Emergency Power Resiliency. QE + GM + PE 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 + GM + PE have successfully completed hundreds of pump station rehabilitation projects. The chart on the following page shows projects in which QE has collaborated with either GM or PE, followed by QE's past performance on projects both similar, and more complex, to RPS #20-7760. 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 + PE • 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 Sites • 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 iJ PAST PERFORMANCE PAST EXPERIENCE I QE + GM + PE TEAM COLLABORATION PROJECT NAME LOCATION OWNER VALUE COMPLETED DESCRIPTION QE GM Complete intersection reconstruction, including Immokalee Road & Collier Boulevard Interchange Naples, FL Collier County $7,750,472 12/17 Force Main installation, a new conspan bridge, Matt Thomas earthwork, realignment of a canal, and other • • & Utility Improvements utility installation such as 586LF of 30" HDPE water main by HDD, asphalt milling and paving, etc. GM provided survey & layout. Installation of 3.5 miles of Forcemain (2400 LF Marco Shores Alternate Water & Sewer Project Marco Island, FL City of Marco Island $9,089,175 09/19 of 20" HDPE was subaqueous) and other utilties • • Justin Martin including 2300 LF of 16" HDPE subaqeous water main using HDD and open cut for a total of 23000+ LF of pipe. Project included demolition of existing Collier County PS 302.09 Improvements Naples, FL Collier County Corinne Trtan $402,000 08/17 structures, piping, and odor control unit. Also included was bypass pumping, installation of • • fused HDPE discharge piping, and permanent diesel bypass pump. City of Naples Design -Build Stormwater Outfall Naples, FL City of Naples $1,095,878 07/19 This project involved seawall replacement and outfall pipes ranging in size from 24" RCP to 72" • • and Seawall Repairs Brad Hefner RCP. Seawalls were constructed using Truline 800 Series Vinyl Sheet Piling. GM provided design, survey & layout. Goodland Drive Water Main Replacement Goodland, FL Collier County $1,051,412 11/17 Directionally drilled 330OLF of10" HDD and 630LF • • Ben Bullert of 12" HDD. In addition, QE open cut 1070 LF to replace a water main. GM designed the project. MPS 302 Diesel Bypass Naples, FL P Collier Count Y $336,562 Ol/19 Installation of above ground 20" and 30" ductile iron pipe and installation of a bypass pump. GM • • Craig Pajer designed the project. Master Pump Station 303 Halon Removal System Naples, FL Collier County $76,250 12/14 Removal of existing halon system and Craig Pajer replacement of MPS fuel day tanks for diesel electrical generator system and upgrade of • electrical panel and wiring. Master Pump Station 304 Halon Removal System Naples, FL Collier County $93,797 12/14 Removal of existing halon system and replacement of MPS fuel day tanks for diesel Craig Pajer electrical generator system and upgrade of • electrical panel and wiring. Master Pump Station 306 Halon Removal System Naples, FL Collier County $102,374 12/14 reRemoval of existing halon system and placement of MPS fuel day tanks for diesel • Craig Pajer electrical generator system and upgrade of electrical panel and wiring. Master PumpStation 309 Halon Removal System Y Naples, FL Collier County $99,800 10/15 Removal of existing halon system and replacement of MPS fuel day tanks for diesel • Craig Pajer electrical generator system and upgrade of electrical panel and wiring. Master Pump Station 310 Halon Removal System Naples, FL Collier County $99,800 10/15 Removal of existing halon system and replacement of MPS fuel day tanks for diesel • Craig Pajer electrical generator system and upgrade of electrical panel and wiring. Removal of existing halon system and Master Pump Station 313 Halon Removal System Naples, FL Collier County $99,800 10/15 replacement of MPS fuel day tanks for diesel • Craig Pajer electrical generator system and upgrade of electrical panel and wiring. PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $399,193.12 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the rehabilitation of Pump Station 312.24 including: removal and replacement of top slab on wet well, removal of valve vault and associated piping, bypass pumping, installation of butt - fused HDPE discharge piping, installation of a permanent diesel bypass pump, interior coating, electrical panel and equipment, and fiber optic communication through SCADA. The project also included site work to restore site and new fencing. QE self -performed 90% of the work. LOCATION Naples, FL OWNER Collier County Public Utilities Contact: Zamira Del Toro, Project Manager Email: zamira.deltoro@colliercountyfl.gov Phone: (239) 252-6279 START DATE July 2014 COMPLETION DATE January 2015 KEY PERSONNEL Project Manager: Lou Gaudio, QE Superintendent: Paul Moriarty, QE PAST PERFORMANCE c" e-r County Administrative Servioes Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Reference Questionnaire for; (Name of Company Requesting Reference Information) Quality Enterprises — Lou Gaudio (Name of Individuals Requesting Reference Information) Name:.Zamira DelToro Company: CC EPUD (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 239,252.5379 239.252.6279 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 I 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: PS 312.24 Project Budget: $399,193.12 Completion Date: 1-15-2015 Project Number of Days: 220 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 $494,190.95 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the rehabilitation of Pump Station 147.00 in January 2017. This project was constructed in Kensington Golf & Country Club, a densely populated gated community, and included clearing of heavy vegetation, demolition of existing piping and valve vaults, bypass pumping, installation of butt -fused HDPE discharge piping, interior coating, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. Based on the location, Maintenance of Traffic and noise from construction activities was closely monitored. QE self -performed 90% of the work. LOCATION Naples, FL OWNER Collier County Public Utilities Contact: Corinne Trtan, Project Manager Email: corinne.trtan@colliercountyfl.gov Phone: (239) 252-4233 START DATE April 2015 COMPLETION DATE January 2017 KEY PERSONNEL Project Manager: Lou Gaudio, QE Superintendent: Eric Blair, QE PAST PERFORMANCE Collier C01.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Emergency Power Resiliency Reference Questionnaire for: (Name of Company Requesting Reference Information) Louis Gaudio, Quality Enterprises (Name of Individuals Requesting Reference Information) Name: Jim Foster (Evaluator completing reference questionnaire) Email: jimmyfoslAgmail.com FAX: Company: CC EPMD (Retired) (Evaluator's Company completing reference) Telephone: (432) 426-8006 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: PS 147.00 Project Budget: $494,190.95 Completion Date: 1-20-2017 Project Number of Days: 645 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). 9 3 Quality of work. 9 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. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 94 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $402,000.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the rehabilitation of Pump Station 302.09 in August 2017. This project was located within the boundaries of a private church property that had multiple construction projects occuring simultaneously; therefore, close coordination with other contractors, pedestrians, and vehicular traffic was required. The project included demolition of existing structures, piping, and an existing odor control unit. Also included was bypass pumping, installation of butt - fused HDPE discharge piping, installation of a permanent diesel bypass pump, electrical panel and equipment, and fiber optic communication through SCADA. QE provided innovative ideas to directional drill the forcemain in lieu of open cut, and provided temporary piping for bypassing in lieu of utilizing bypass pumps. QE self -performed 90% of the work and GM provided utility and civil design. LOCATION Naples, FL OWNER Collier County Public Utilities Contact: Corinne Trtan, Project Manager Email: corinne.trtan@colliercountyfl.gov Phone: (239) 252-4233 START DATE December 2015 COMPLETION DATE August 2017 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Eric Blair, QE PAST PERFORMANCE Collier C01.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Emergency Power Resiliency Reference Questionnaire for: (Name of Company Requesting Reference Information) Louis Gaudio, Quality Enterprises (Name of Individuals Requesting Reference Information) Name: Jim Foster (Evaluator completing reference questionnaire) Email: jimmyfosl(&gmail.com FAX: Company: CC EPMD (Retired) (Evaluator's Company completing reference) Telephone: (432) 426-8006 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: PS 302.09 Project Budget: $402,000.00 Completion Date: 8-8-2017 Project Number of Days: 607 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). 9 3 Quality of work. 9 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. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 93 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $302,937.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. completed the rehabilitation of Pump Station 6 which included the demolition of the existing valve vault, dry well, electrical panels and antenna by DFS. The project also included the removal of the existing structure and replacement with new wetwell, new piping, pumps and electrical system. By -Pass pumping was required to replace the structure and restoration of sitework and roadway were performed. LOCATION Naples, FL OWNER City of Naples Contact: Kevin Swisher, Project Manager Email: kswisher@naplesgov.com Phone: (239) 213-4727 START DATE October 2015 QE self -performed 90% of the work. COMPLETION DATE January 2015 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Eric Blair, QE PAST PERFORMANCE Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Emergency Power Resiliency Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Kevin Swisher (Evaluator completing reference questionnaire) Email: .com Company:City of Naples, Florida (Evaluator's Company completing reference) FAX: 239-213-4725 Telephone: 239-213-4727 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: Rehabilitation of Pump Station 6 Completion Date: January 2015 Project Budget: $ 302,937.00 Project Number of Days: 90 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST PERFORMANCE QUALITY ENTERPRISES USA, INC CONTRACT VALUE $208,276.00 PROJECT DESCRIPTION Quality Enterprises USA, Inc. recently completed the rehabilitation of Pump Station 22 in a high traffic area within the City of Naples where Maintenance of both vehicular and pedestrian traffic was of high priority. The project included the demolition of an existing lift station, valve vault and associated piping. Due to the close proximity to electrical poles and traffic mast arm poles, QE was required to temporarily support these structures during excavation. The project also included bypass pumping, installation of butt - fused HDPE discharge piping, electrical panel and equipment, installation of a telemetry antenna by DFS, site work and landscaping. QE self -performed 90% of the work LOCATION Naples, FL OWNER City of Naples Contact: Kevin Swisher, Project Manager Email: kswisher@naplesgov. com Phone: (239) 213-4727 START DATE May 2019 COMPLETION DATE June 2019 KEY PERSONNEL Project Manager: Louis Gaudio, QE Superintendent: Chris Speros, QE PAST PERFORMANCE collier county Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Emergency Power Resiliency Reference Questionnaire for: Quality Enterprises USA, Inc. (Name of Company Requesting Reference Information) Louis J. Gaudio (Name of Individuals Requesting Reference Information) Name: Kevin Swisher (Evaluator completing reference questionnaire) Email: com Company:City of Naples, Florida (Evaluator's Company completing reference) FAX: 239-213-4725 Telephone: 239-213-4727 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: Rehabilitation of Pump Station 22 Completion Date: 06/20/2019 Project Budget: $ 208,276.00 Project Number of Days: 46 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST PERFORMANCES QUALITY ENTERPRISES USA, INC I EARTH VIEW, LLC I BRIERLEY ASSOCIATES CONTRACT VALUE $9,089,175.00 PROJECT DESCRIPTION A collaboration between QE and EV, this project involved the installation of over 23,000 LF of pipe utilizing open cut and Horizontal Directional Drill in sizes ranging from 12" to 20" in Marco Island, FL. More specifically, the project includes 3.5 miles of Force Main installation with 2,400 LF of 20" HDPE Subaqueous Force Main drilled and installation of over 2,300 LF of 16" HDPE Subaqueous Water Main. The project also included the installation of a new Master Pump station with back up generation, complete demolition of an existing water treatment plant, and roadway restoration. QE self -performed 90% of the work and the project was completed on time, within budget and at high levels of quality. LOCATION Marco Island, FL OWNER City of Marco Island Contact: Justin Martin JMartin@cityofmarcoisland.com ENGINEER AECOM Contact: Dawn Jackiela START DATE September 2018 COMPLETION DATE December 2019 KEY PERSONNEL Project Manager: Louis J Gaudio, QE Superintendent: Eric Blair, QE HDD Subcontractor: Earth View, LLC Colfier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire Solicitation: RPS No. 20-7760, Pump Station Emergency Power Resiliency 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: mdaniel@cityofmarcoisland.com FAX: n/a Telephone: 239.825.9554 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you 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: Marco Shores Alternate Completion Date: December 2019 Water & Sewer Project Project Budget: $ 9,089,175.00 Project Number of Days: 455 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST PERFORMANCE GM's experience, institutional knowledge, and relationships with area stakeholders and residents will result in a high quality and efficient Design -Build project. GM is a local firm who possesses the expertise to fulfill the stated objectives in the RIDS and to ultimately provide the residents, businesses, and visitors of Collier County with infrastructure improvements that will serve them positively for many years to come. GM'S RELEVANT PAST PERFORMANCE INCLUDES THE FOLLOWING PROJECTS: PS 101.20 Replacement (Cocohatchee Park) GM was contracted by Collier County to provide preliminary engineering, survey, design, permitting, construction administration, and asset management onboarding for the relocation of Pump Station (PS)101.20 at the County's Cocohatchee Park. PS 101.20 bordered the parking lotfor the Cocohatchee Park, Dockside Drive and a navigable canal. PS101.20 received wastewaterflowfrom the Pelican Isle Yacht Club development, via a private pump station and force main; and Cocohatchee River Park and Coastguard Auxiliary station restroom facilities, via gravity flow. The majority of the flow that PS 101.20 received was from the Pelican Isle Yacht Club development, essentially acting as a repump station, conveying wastewater east to a County owned force main along Vanderbilt Drive via a County owned 4-inch force main. PS 101.20 was difficult to access, in need of rehabilitation, did not meet Collier County standards, and is within a few feet of the navigable canal. The County desired to relocate the pump station to the eastern portion of the park, near Vanderbilt Drive. As a result of GM's preliminary design and meetings with Collier County Parks and Recreation Department, it was determined that the most advantageous location for PS 101.20 would be east of the Cocohatchee River Park parking lot, adjacent to the Vanderbilt Drive right-of-way (ROW). During the preliminary design for the relocation an onsite meeting was conducted with FPL to review the proposed power service for the relocated PS 101.20. At this meeting, it was discovered that FPUs underground power transmission lines along Vanderbilt Drive were in conflict the proposed relocated PS site. Relocating the FPL underground power transmission lines would be costly and schedule prohibitive, with no other location for a new pump station within the Park, other options were explored including whether the private pump station that serves the Pelican Isle Yacht Club development could be refurbished to pump to the County's Vanderbilt Dr. forcemain. GM performed hydraulic calculations that proved that the Pelican Isle Yacht Club private pump station could be refurbished to pump directly to the County's force main along Vanderbilt Drive. This option required the County to take ownership of the private pump station, receive easements for the maintenance and ownership of the pump station and associated force main on private property, and refurbish the pump station to meet Collier County's current design standards. Additionally, this option a HN, required the design and installation of two grinder pump station to provide wastewater service to the Cocohatchee River Park and Coastguard Auxiliary station restroom facilities. GM's scope was adapted to accommodate the change in scope and the project moved forward without the need for a change order. GM successfully negotiated the transfer of ownership of the Pelican Isle Yacht Club pump station and the required easements. GM performed the design and permitting for the grinder pump stations, the refurbishment and transfer of ownership of the Pelican Isle Yacht Club pump station, and the decommissioning of the existing PS 101.20. Extensive coordination was required between the Collier County Parks Department, the Collier County Utility Department, and the Pelican Isle Yacht Club. In the end, the Pelican Isle Yacht Club was pleased to not have to own and operate a pump station, the County Utility Department saved approximately $400,000 by not needing to install a new pump station, and the Collier County Parks Department gained usable park real-estate next to the navigable canal with the decommissioning of PS 101.20. PAST PERFORMANCE PS No. 7 Replacement GM was contracted by the City of Naples to provide prelim inaryengineering, design, permitting, bidding, and construction services for the replacement of Pump Station (PS) No. 7, located near the intersection of South Golf Drive and US41. PS No. 7 was built in the 1960s and is wet-well/dry-well (can) PS with the wet -well located within roadway. The station consisted of a buried wet well (within the roadway) which receives flows from the sanitary sewer collection system. The dry -well was a buried metal structure that housed the pumps with access via a hatch above grade. Operators were required to enter this confined space to service the pumps and perform routine maintenance. The PS was a maintenance and safety issue due to the confined space entry required to access the pumps and the wet -well being located in the roadway. Additionally, the existing PS No. 7 did not meet current City standards and has exceeded its expected service life. GM designed the new polymer concrete PS No. 7 to be located south of the existing PS within the southern right-of-way (ROW) of South Golf Drive. The existing PS wet -well was converted to a master manhole, with the flow redirected to the south to the new PS wet -well. The existing dry -well was decommissioned by cutting the metal structure below grade and filling it with flowable fill. The new PS No. 7 was designed and constructed to meet the City's current standards and the Florida Administrative Code. This project required extensive coordination with the adjacent property owners including the Naples Beach Hotel and Golf Course and the Heritage Healthcare and Rehabilitation Center to ensure the construction of the improvements did not disrupt their operations. PS No. 101.07 Replacement GM was contracted by Collier County to provide preliminary engineering, design, permitting, bidding, construction services, and asset management onboarding for the replacement of Pump Station (PS) No. 101.07. PS 101.07 was located on the west side of Vanderbilt Drive between 104th Avenue North and 103th Avenue North, adjacent to a saltwater canal in Naples Park. The pump station was difficult to access, in a location that makes wastewater spills difficult to contain, and did not meet current Collier County Utility Standards. The County acquired a site within Naples Park for the new pump station to be located at 512 103rd Avenue North, which is approximately 200 feet east of Vanderbilt Drive. - The new pump station was designed to be a duplex pump station with a polymer concrete wetwell sized to accommodate the peak hour flow. The design included a precast concrete wall around the pump station, a containment berm, and landscaping in accordance with the County's pump station requirements. GM performed extensive coordination with the adjacent property owners during the design and construction, due in part to their concern of having a pump station constructed in close proximity to existing homes. Seismic monitoring was required during the construction and landscape architectural renderings were created by GM to depict the proposed improvements with the landscaping and wall to shield the pumps station from the view of the adjacent properties. Pump Station Resiliency Site Evaluation GM was contracted by Collier County to provide professional services for the evaluation of 32 critical wastewater pump stations. These stations include: PSs 108.01, 108.04, 109.05, 112.02, 116.00, 118.01, 161.00, 167.08, 174.00, 179.00, 300.04, 103.03, 160.00, 310.03, 107.50, 108.00, 110.00, 118.00, 123.00, 143.00, 300.17, 300.18, 300.20, 304.01, 309.06, 309.07, 136.00, 302.08,1 304.10, 308.06, 310.01, and 310.02. The County desired to have the existing PS sites evaluated to determine if the sites are sufficient for a generator/diesel pump to be added. GM performed easement investigation, evaluated the feasibility of installing a generator/diesel pump at the site, reviewed if additional easements were required and feasible, and reviewed potential concerns with the installation of a generator/pump (proximity to residents, permitting, ROW, etc.). PAST PERFORMANCE Pump Station Resiliency Site Evaluation (Cont.) The evaluation included GM's recommendation on whether additional easements were required, whether it is recommended to install a diesel pump or electrical generator, and if site improvements are anticipated. GM also coordinated with Collier County Real Property Management for existing easement documentation for all the sites, if easements existed as well as for the proposed easements necessary. GM performed surveys at all 32 sites to gather data pertinent to the location of the pump stations. Field data collection included defining the location and layout of the pump station, wet well, piping, valving, control panels, fence, gate, equipment pads, accessories, and other associated data needed to complete the evaluation. A closed loop from the nearest established, published benchmark was performed at each site. MPS 312 Refurbishment CEI, Collier County, FL GM was contracted by the County to provide full time construction engineering inspection (CEI) for the refurbishment to Collier County's Master Pump Station 312. The project consisted of the installation of new sewer pumps in the existing wetwell, rehabilitating the existing wetwell, a new odor control system and blowers, two new diesel generators, a fuel management and distribution system, electrical switching gear, and electrical Programmable Logic Controllers, constructing a new support building, and improving site access by installing a double barrel box culvert in an existing drainage canal adjacent to the FDOT right of way (Davis Blvd.). Additionally, the project included site improvements (i.e. landscaping,) installing of a security wall and gate, sidewalk installation adjacent to Davis Blvd., Multi -use path installation adjacent to the Drainage Canal, as well as bypass sewage pumping to allow the construction to be completed without impacting the Collier County Sewage Collection system. In addition to full time inspection during the construction of the improvements, GM's CEI team assisted Collier County during the Master Pump Station start up process and the project closeout to ensure the project ran smoothly from start to finish. Naples Park Pump Station Diesel Pump Connections, Collier County, FL GM was contracted by Collier County to provide preliminary engineering, design, quoting, and construction assistance for the installation of diesel pump connections at three (3) pump stations (PS) in Naples Park, PSs 101.12, 101.13, and 101.14. As part of this project, GM assisted the County to size the diesel pumps and designed the piping improvements at each pump station site to allow access to the pump stations and control panels. The project included HDPE piping from the pump sation's wet wells to the diesel pumps and HDPE piping to the existing force mains from the diesel pumps and privacy fences around the diesel pumps and access drives to the pump stations. All of the improvements were within existing utility easements or the existing ROW. Pump Station 101.06 Replacement, Collier County, FL GM was contracted by Collier County to provide preliminary engineering, design, permitting, bidding, construction services, and asset management onboarding for the replacement of Pump Station (PS) No.101.06. PS 101.07 was located on the west side of Vanderbilt Drive between, adjacent to a saltwater canal in Naples Park. The pump station was difficult to access, in a location that makes wastewater spills difficult to contain, and did not meet current Collier County Utility Standards. The County acquired a property east of the existing pump station site on the east side of Vanderbilt Drive for the new pump station. The new pump station was designed to be a duplex pump station with a polymer concrete wetwell sized to accommodate the peak hour flow. The design included a precast concrete wall around the pump station, a containment berm, and landscaping in accordance with the County's pump station requirements. GM performed extensive coordination with the adjacent property owners during the design and construction, due in part to their concern of having a pump station constructed in close proximity to existing homes. Seismic monitoring was required during the construction and landscape architectural renderings were created by GM to depict the proposed improvements with the landscaping and wall to shield the pumps station from the view of the adjacent properties. -0 WW, PAST PERFORMANCE GM has designed, constructed, or performed evaluation studies on over 50 local pump stations, several of which were Collier County community pump stations that included the design and installation of emergency backup systems as required by the Collier County Water -Sewer District's Technical Specifications. GM also recently completed a study to determine the feasibility of adding emergency backup systems on 32 priority pump stations. GM's designs have included both emergency diesel pumping systems and emergency diesel generators. GM is familiar with the County's standards with both types of emergency systems as well as the approved vendors and suppliers for the Pump Station Emergency Power Resiliency Design -Build project. GM is also very familiar with the County's pressurized wastewater system and has completed work at small pump stations which only receive gravity flow, as well as larger re -pumping pump stations and stations which pump directly to one of the two Water Reclamation Facilities within Collier County. An exhibit has been provided on the following page to show pump stations within Collier County and the City of Naples where GM has completed work. Descriptions of several projects seen on the exhibit are provided below. CONSTRUCTED • PS 302.09 - Collier County PUD was contacted by St. Peter the Apostle Church to see if the existing station could be relocated. Collier County PUD EPMD decided to construct a new pump station on an easement east of the existing location. PS 302.09 receives gravity flow from a small mobile home development to the west of the station, as well as receiving flow from a 6-inch force main from Davis Blvd. The station discharges into the County's 20-inch transmission force main on Rattlesnake Hammock Road. PS 302.09 was required to have an emergency diesel pumping system as it was classified as a community pump station. A Thompson Diesel pump was installed at 302.09 to provide emergency pumping ability. QE was the contractor on this project. • PS 104.05 - PS 104.05 was an older pump station in need of a rehabilitation. The PS is classified as a community pump station as it receives flow from the other stations within the Emerald Lakes Community and discharges to the County's transmission force main. A Thompson Diesel pump was installed at 104.05 to provide emergency pumping ability. • PS 147.00 - PS 147.00 was an older pump station in need of a rehabilitation. The station is classified as a community pump station as it receives flow from the other stations within the Kensington Community and discharges to the County's transmission force main. A Thompson Diesel pump was installed at 147.00 to provide emergency pumping ability. • PS 151.00 - PS 151.00 was an older pump station in need of a rehabilitation. The station is classified as a community pump station as it receives flow from the other stations within the Stonebridge Community and discharges to the County's transmission force main. Again, a Thompson Diesel pump was installed at 151.00 to provide emergency pumping ability. • HBMPS - This station was Collier County Public Utilities first inline master pump station. This station includes both a diesel generator and diesel pumping. The diesel generator can power all of the stations electronic equipment and SCADAsystem and the three chopper pumps. The diesel pump is used primarily during high flow events or the event of a failure of the electric chopper pumps. DESIGNED • PS 302.25 - PS 302.25 was an older pump station in need of a rehabilitation. The station is classified as a community pump station as it receives flow from three different communities and discharges to the County's 20-inch transmission main on Whitaker Road. The flow received at the station is low as many of the surrounding communities are seasonal. A generator was designed for use at this station as a diesel pump would be too large for the low flow received. This station is designed with a Cummins ATS and standby diesel electric generator. =---— — — — — — I :1 C1- 1 1 Ihlad ibe f \ clI lNlY V UIILI w R. Club_ h 1 1 The 11 1- 1 1 „ Club e TwlneM ,�slPark•. - t� Calusa ' . 11 • „ Golf �CI b ,. IF 1 S Pelican Lei, 1• nrth'Naples,,.. Vines '• Napea _ Park r� =L ', - Grey Oak i, • � ry OD den Oates ' `�c'�• �_ Club � ' ;, + - 1 11 1, _ ` 1 • 1 y Estuary it '4'f r! •� n 11 1: 1. FasfNapCs till% j it lzi r, 1 4 N�tlonel. ' _ •e Golf Club.��r� Legend 11 1 11 Construction Ales l.1 L Completed Study 0 Design PAST PERFORMANCE PELICAN ENGINEERING ASSOCIATES, INC. Pelican Engineering Associates, Inc., formerly Pelican Engineering Consultants, LLC., has over a decade of experience with local Design -Build projects. Over the years, PE has provided a variety of Electrical, Mechanical, and Plumbing Engineering Services in Collier County. PROJECTS BELOW ARE SIMILAR TO THE SCOPE OF WORK REQUIRED FOR THE PUMP STATION EMERGENCY POWER RESILIENCY DESIGN -BUILD PROJECT. 2012-2014 - COLLIER COUNTY MASTER PUMP STATIONS • Collier County MPS 301 - (3.12.2013) This project included Equivalencies, Alternatives, and Modifications for the replacement of 500 gallon, type 2, Diesel fuel tank and modifications to the tank support system; replacement of grated floor over the containment area; proposed generator day tank; telemetry cabinet connection to monitor generator day tank; eliminate fore alarm and halon system wiring and devices. Additionally, PE provided existing and proposed isometric supply and return fuel piping designs to proposed day tank. (Corinne Trtan, Collier County Project Manager) • Collier County MPS303 - (7.30.2012) Same scope of work as MPS301 (Sandy Sridhar, Collier County Project Manager) • Collier County MPS304 - (7.30.2012) Same scope of work as MPS301 (Sandy Sridhar, Collier County Project Manager) • Collier County MPS306 - (8.27.2012) Same scope of work as MPS301 (Sandy Sridhar, Collier County Project Manager) • Collier County MPS309 - (6.30.2014) Same scope of work as MPS301 (Corinne Trtan, Collier County Project Manager) • Collier County MPS310 - (6.30.2014) Same scope of work as MPS301 (Corinne Trtan, Collier County Project Manager) • Collier County MPS313 - (6.25.2014) Same scope of work as MPS301 (Corinne Trtan, Collier County Project Manager) • Collier County MPS316 - (3.12.2013) Same scope of work as MPS301 and additional electrical repairs to incoming service (replace Main Circuit Breaker) (Corinne Trtan, Collier County Project Manager) • Collier County MPS317 - (3.13.2013) Same scope of work as MPS301 (Corinne Trtan, Collier County Project Manager) • Collier County MPS318 - (6.25.2014) Same scope of work as MPS301 (Corinne Trtan, Collier County Project Manager) GOVERNMENT COUNTY COMPLEX - SERVING COLLIER COUNTY LOCATIONS: • Building 3 - (5.25.2010) Parking Lot Generator; Schematic Design; Construction Documents; Biding and Construction Phase Services to provide Parking Lot Generator redundant transfer switch and cam lock connector box. • Building L- (11.08.2010) Replace Automatic Transfer Switch and feeder connected to fire pump controller via Building K generator. • Building K - (1.17.2012) Replace Automatic Transfer Switches serving Buildings W and 'W'; replace damaged conductors and reroute conduits. • Building B - (8.12.2010) Central Energy Plant (Bldg W) generator tie via substation 'A' into Building B Main Distribution panel project • Building D - (12.17.2009) Central Energy Plant (Bldg 'K') generator tie via substation 'A' into Building D Main Distribution panel • Collier County Transportation System - (11.16.2010)Relocate Collier County Owned generator to 8300 Radio Road and connect to the Administration building Additional Collier County Projects that can be provided upon request. PAST PERFORMANCE PE RECENT RELEVANT EXPERIENCE (CONT.) 2020 MAY - JUNE I CITY OF SEBRING FLORIDA- REBUILD FLORIDA CRITICAL FACILITIES HARDENING PROGRAM • Commissioned By - Blot Engineering, City of Sebring Municipalities • Scope of Work - Site Visit; Observation and evaluation of existing Level 1 & 2, Emergency Power Supply Systems, Transfer Switches, Panelboards, and public water facilities. Evaluation report with recommendation for the repair or replacement of equipment for each facility. Engineers Opinion of Probable cost, Summary report scope of work for Grant Funding. • Locations - • Fire Station 14 301 Mango Street • Fire Station 151037 US 27 S • Public Works Building 1421 Hawthorne Dr. • Park Street Water Production 422 Park Street • Veteran's Beach Water Production Site 400 Lakeside Rd. • Fireman's Field Water Production Site • Sebring Airport,100 Boeing Ave. • Western Blvd. Wastewater Treatment Plant • Evaluation Proposal - $5,650.00 1 Project Proposal - $48,000.00 JULY 2018 - MAY 2019 1 SOLARIS HEALTH CARE - LONG TERM CARE FACILITIES • Commissioned By - Onsite Health Directors • Scope of Work - Electrical Monitoring, Coordination Studies, Design and Permit Drawings for the installation of Emergency Standby Generators and equipment to satisfy Life Safety requirements with the State of Florida, and ACHA. • Locations - • 900 Imperial Golf Course Blvd. Naples, FI 34110 Engineering Fee $19,070.00 • 10949 Parnu Street, Naples, FI 34109 Engineering Fee $11,550.00 • 4000 Kings Highway, Port Charlotte, FL 33980 Engineering Fee $19,567.00 • 4201 W. New Nolte Rd., St. Cloud, FI 34772 Engineering Fee $19,080.00 APRIL - AUGUST 2019 1 AVOW HOSPICE - CARE FACILITY • Commissioned By - Director of Facilities Management • Scope of Work - Evaluation and Schematic System Design; update existing single line riser diagram of the Electrical Service; calculate for continuous power generation. Sizing, protection and site location of generator and transfer switch(es); Ventilation and Exhaust System Design. Fuel System Design Coordination with Architect, Civil and Structural Engineers. Coordinate with local utilities to outline time frame for power interruption. • Location - 1095 Whippoorwill Lane, Naples, FI 34105 Engineering Fee $10,450.00 JULY 2019 - PRESENT I VASARI CLUBHOUSE AND PRO SHOP - VASARI COUNTRY CLUB • Commissioned By - Chambers USA • Scope of Work - Renovate Club house/ Pro Shop- HVAC, Plumbing, Fire Sprinklers, Alarm Systems. Lighting design, Photometry • Location - 1250 Via De Vasari Drive, Bonita Springs, Florida, 34135 Engineering Fee $51,545.00 FEB 2019 - JULY 20191 BONITA SPRINGS CARD ROOM - CARD ROOM RENOVATION • Commissioned By - Weber Design Group • Scope of Work - 3 Phases of Design Work -Phase 1- Design and Development MEP; Phase 2-Construction Documents permitting process, Fire Protection Plan, meetings with OAC; Phase 3 Submittal reviews and site meetings. • Location - Old Hwy 41 and Bonita Beach Rd. Bonita Springs, FL Engineering Fee $42,210.00 00iWOO b 041 location KEY RESOURCES LOCATION As one of the largest local heavy civil construction contractors, QE is prepared for RIDS #20-7760. 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 51 years of service. 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 equipment yard are both located in Naples' White Lake Corporate Park, 1.5 miles from Interstate 75. Additionally, GM's Corporate Office is located just north of the Collier County line, and PE's Corproate Office is less than 2.5 miles to Interstate 75. This will allow key personnel to be on site quickly and also yields prompt equipment mobilization, resulting in significant cost savings for Collier County. QE's office can be made available for meetings between the Design -Build team and Collier County staff throughout the Pump Station Emergency Power Resiliency Design -Build Project. The map below shows QE's Corporate Office/ Equipment yard, as well as GM's and PE's Corporate Office locations. Bonita Beach Rd SW North Naples E'`—' � '�'.. `� _ ^" NAPLES PARK � � I - ,� - IIF ipr W r � PELICAN BAY • �y 1, � rid l i. Vineyards SHORE'S ►if�� Golden Gate QE C3UALITY V n ENTERPRISES CORPORATE OFFICE LOCATION Quality Enterprises USA, Inc. 3494 Shearwater Street Naples, FL34117 239.435.7200 geusa.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. QE QUALITY 05 1 Recent, Current, and Projected Workload RECENT, CURRENT, AND PROJECTED WORKLOADS ALL KEY PERSONNEL WILL BE AVAILABLE AND FULLY COMMITTED TO THIS DESIGN -BUILD PROJECT. The QE + GM + PE team prioritizes the Pump Station Emergency Power Resiliency Design -Build Project. While QE + GM + PE have a variety of projects in various stages of completion, ample resources will be made available to ensure project success. Below isthe Percentage ofAvailabiltyfor Key Personnel during both the Pre -construction and Construction phases of this project, followed by Current and Upcoming projects for QE + GM + PE. PRECONSTRUCTION CONSTRUCTION Louis J. Gaudio QE QE Vice President 40% 30% Harlan Sawyer QE Estimator 100% 40% Matthew A. Casey QE Construction Project Manager 30% 100% Eric Blair QE Superintendent 30% 100% Margarita Negron QE Manager of Health and Safety 20% 80% Isa Carreras QE Project Administrator/ EEO Compliance Officer 20% 80% Alex Dunko GM Design Project Manager 80% 50% Justin Frederiksen GM Project Engineer 80% 50% Julien Devisse GM Project Engineer 80% 50% Donald Saintenoy GM Survey Manager 20% 60% Rick Featherstone GM Constructability Review, QA/QC, Inspection 30% 50% Robb Brownson GM Senior Inspector 15% 80% Dawn Suzor GM Engineering (CAD) Technician 40% 50% Rick Korneff GM Engineering (CAD) Technician 40% 50% Andrew Croak GM Survey Crew Manager 20% 60% Kevin Georgeson GM Survey Technician 20% 60% Richard Calie GM Survey Crew Chief 20% 60% Ralph Mowis GM Survey Crew Chief 20% 60% Charles Spellman PE VP, Professional Engineer of Record 80% 50% John Sokolik PE Project Engineer, QC Coordinator 80% 50% Kathy Minzey PE Project Designer 80% 50% Thomas Burkett PE Analog and Digital Control Design 80% 50% Frankie Hendrix PE AutoCAD and Lighting Designer 40% 50% Nathan Beckman PE Mechanical Engineer 80% 50% RECENT, CURRENT, AND PROJECTED WORKLOAD / OE HAS THE NECESSARY RESOURCES, EQUIPMENT, AND PERSONNEL TO ENSURE THAT THIS DESIGN -BUILD PROJECT IS COMPLETED ON TIME AND WITHIN BUDGET. PROJECT LOCATION NAME Design -Build, Logan- Naples, FL Immokalee 24" Force Main Marco Airport Apron Marco Island, & Associated Safety FL Improvements West Harris Marsh Lehigh Acres, Phase 3 FL Master Drainage Sarasota, FL Improvements Design -Build 1-75 and Naples, FL Collier Blvd. Utility Relocation Project Airfield Drainage Walterborc Improvements SC OWNER VALUE Collier County $9,858,072 Zamira Deltoro City of Marco $4,110,562 Island Justin Lobb Lehigh Acres $2,300,500 Municipal Services Improvement District Michael Cook Sarasota $7,359,282 International Airport Scott Brady Collier County $14,950,000 Shon Fandrichs STATUS COMPLETION DESCRIPTION DATE 30% June 2021 Installation of 24" HDPE by open cut and HDD. 60% December Installation of drainage and utility piping, earthwork, base 2020 installation, asphalt paving and demolition. The project also includes high mast lighting. 15% August 2021 Installation of storm pipe culverts, 9 headwalls, sluice gates, 80' pedestrian bridge, electrical and landscaping. 60% 40% Low Country $3,895,847 55% Regional Airport Tommy Rowe Pelican Bay Lake 2-9 Naples, FL Collier County Restoration Lisa Jacobs 10025Of $682,722 60% October 2020 Installation of 8,000LF of RCP drainage pipe ranging in size from 24' to 60". Also Includes runway/ taxiway restoration utilizing P-401 Asphalt Mix. April 2020 Installation of approximately 15,000 LF ofwater main piping ranging in size from 24' to 36" by open cut and HDD. This project includes over 40 acres November of clearing and grubbing, over 20,000 CY of excavation, and over 2020 5,000 LF ofstorm drainage pipe installation. Also incudes runway/ taxiway restoration using P-401 Asphalt mix. October 2020 This projects involves the installation of rip rap slope protection, geoweb tubes and a new bulkhead. `: 21 9E ��fa'ssE 1. rvK,� ISDOT 1f)23103 tftk CURRENT & PROJECTED WORKLOADS OF THE FIRM RECENT, CURRENT, AND PROJECTED WORKLOAD The QE + GM + PE Team will allocate the necessary manpower and resources to complete the Pump Station Emergency Power Resiliency Design -Build Project for Collier County within the established time schedule. Oftentimes projects are delayed due to the time it takes to draft (CAD) highly detailed and accurate plan sets. GM recognized this typical bottleneck early in the company's history and began building large CAD Departments within our perspective companies with experienced engineering technicians. Today, GM has 11 engineering (CAD) technicians with an average of over 15 years of experience each. If necessary, multiple CAD technicians can be assigned to various project components to meet a tight deadline. GM has thoroughly reviewed their current and projected workloads and can confirm that upcoming projects will not impact their ability to provide a high level of service to Collier County on the Pump Station Emergency Power Resiliency Project. The majority of our current designs will be completed before the fourth quarter of 2020, which will time nicely with the award of the Pump Station Emergency Power Resiliency Project. Provided below is a table depicting all the current and anticipated GM projects for Key Personnel associated with the Pump Station Emergency Power Resiliency Project. As depicted, the majority of GM's project designs are nearly complete or in construction. GM will have significant capacity available to quickly and efficiently complete the Pump Station Emergency Power Resiliency Project. 2020 2020 2021 2021 2021 2021 2022 2022 2022 2022 2023 2023 Project Pha=e Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Design Nicliolas Parkava, Access Management & Waterline Replacement Censtruction West Gcodlette Frank Road Jcint Storm),i ater Sen-er Protect DeSiffil . Ccnstruction Design 9611 Avmue North — Naples Park Public Utilitks Rene ,cal Ccnstruction Desiail US 41 CI Water Pipe Replacement Ccnstruction Design I- ± Collier EouleFi and Utility Replacement Construction 3 Street Corridor Impri t ements —Phase 2 Design Construction Design Logan Boulevard Fcrce Bain Luprc ernents ` Construction Design, 109 1 D9 A3 enue North —Naples Park Public Utilibn Rene ,val Cor:;true:io�� Ar<ri4ared Design, Palm RitierPlblie Lrie`i1iEs perwma., CanEt?UcYiG�� . Design Construction MGradyMinor ABILITY OF PROFESSIONAL PERSONNEL (239)631-5333 CURRENT & UPCOMING PROJECTS Mechanical, Plumbing & Electrical Disciplines Certificate of Authorization: 30909 • Venice ACW (Automated Car Wash) - Located in Venice, Florida, this project includes providing service to local utilities, water reclaim system, power and control circuitry for a double vehicle washing facility. • Arial Condominium, Fort Myers, Florida - Diesel Fire Pump replacement. PE is working with the local Fire AHJ to solve (1) issue with the requirement to provide 100psi at the roof of this high rise where local street pressure is <800gpm serving a 1000gpm existing fire pump. Fire pump is located adjacent to the Emergency generator, in a room with low head room. The Code requires to provide 2-hour fire wall in this room to protect the fire pump from the electrical system and increase the fire pump motor size to produce the required rooftop psi. • Immokalee Aircraft Hangar- Located in Immokalee Florida, this project entails a 1,000 sq. ft hangar with instructional classroom, offices and restroom. Electrical • Brighton Condominium @ Bay Colony -150-unit condominium requesting electrical design for electric vehicle charging, Type 3, to serve all 150 parking spaces. • Seed to Table - Generators; PE has completed the demand load via power monitoring meters to proposed 450kW generator for 20BY120V system and a proposed 750 kW for the 4BOY277V system (On May 2017, PE became the third Engineering firm to be retained for the completion of this project. At present PE continues to provide MEP services) • Borelli Construction - This project includes installation of three residential generators, engineering sizes ranging from 20kW to 60 kW. • Barefoot Beach Condominium Bldg 9 & 11 - Located in Naples, Florida, a 24-unit condominium requeseted electrical design for electric vehicle charging, Type 3, to serve all 24 parking spaces. • Solomar Condominium - Located in Naples Florida, PE is overseeing the design for replace non -code compliant generator sharing electrical room. Provide whole building design of existing electrical system. (Generator design and permitting is now complete. PE met with the Fire Marshal and presented a hardship letter with cost backup. Received approval from Fire Marshal) • Carl's White Glove Storage - Located in Naples, Florida, PE is providing construction administration and plan revisions for Owner 9,000 sq/ft wine storage area in 60,000 sq/ft storage building. 10 dw s Required Forms 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 a, IFS lam Date signed QUALITY ENTERPRISES QEQE Heavy Equipment 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 [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 [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 2 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 [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 [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 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 �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 Wagon CWG85X18T A 2019 Own 95-087 Nexa Aldura Trailer Aldura 45' 2019 Own 95-088 Nexa Aldura Trailer Aldura 45' 2019 Own Co Ter County Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: [� General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ® Fonn 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida,com/sunbiz/ should be attached with your submittal. ® Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ® Fonn 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ® Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questiormaires forni MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. ® Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal, All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ® Vendor W-9 Fonn. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ® The Bid Schedule has been completed and attached with your submittal, applicable to bids. ® Copies of all requested licenses and/or certifications to complete the requirements of the project, ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ® County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ® Any and all supplemental requirements and terns has been acknowledged and accepted, if applicable. co 7eYd county Administrative Services Department Procurement Services Division Form 1: 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 hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 91h day of Jul) 202Din the County of Collier , in the State of Florida Firm's Legal Name Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Quality Enterprises USA, Inc. 3494 Shearwater Street _Naples, FL 34117-8414 F95000002550 LGAUDIO(D_QEUSA.COM 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: Collier County Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification 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. Quality Enterprises USA, Inc. Company Name Signahre Louis J. Gaudio, Vice President Print Name and Title State of Florida Countyof_ Collier The foregoing instrument was acknowledged before me by means of CK physical presence or 0 online notarization, this 9th day of July (month), 2020 (year), by Louis J. Gaudio (name of person acknowledging). �Cl'-Gc1 (Signature of Notary Public - State of Florida) Marcie L. Cohen (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification N/A - Known _=ot �e� =brua2 EN Type of Identification Produced MY G 152066 EX1, 2022BondeUndenvrilers Collier County Administrative Services Department Procurement Services Division Form 3: 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 be enrolled in the E-Verify program (httl2s://www.e-verify.eov/), at the time of the submission of the Vendor's proposalibid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's prroposal/bid or within five (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BED MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendnient(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/bid. Quality Enterprises USA, Inc. Company Name Signature Louis J. Gaudio, Vice President Print Name and Title � W0 . county of Collier The foregoing instrument was acknowledged before me by means of X physical presence or ❑ online notarization, this 9th day of July (monde), 2020 (year),byLouIS J. Gaudio (name of person acknowledging). (Signature of Notary Public - State of Florida) Marcie L. Cohen (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification N/A -Known EE� MARCIE l_. COHENType of Identification Produced MY COMMISSION # GG 1520G6 EXPIRES: February 11, 2022Bonded hru Notary Public Underwriters EmployerWizard Page 1 of I rz-Verif Employment Eligibility Verification Home My Cases New Case View Cases My Profile Edit Profile Change Password Change Security Questions I My Company Edit Company Profile Add Now User View Existing Users Close Company Account My Reports View Reports My Resources View Essential Resources Take Tutorial View User Manual Contact Us Company Information �'YllIts. Wel""'o Userle WtLopa EILEEN LITI'LETON ELITS661 10:23AM-1011912010 log Out Company Name: QUALITY ENTERPRISES USA, INC Company ID Number: 234219 Doing Business As (DBA) Name: DUNS Number: Physical Location: Mailing Address: Address 1: 208 TINTERN CT Address 1: Address 2: Address 2: City: CHESAPEAKE City: State: VA State: Zip Code: 23320 Zip Code: County: CHESAPEAKE CITY Additional Information: Employer Identification Number:540947002 Total Number of Employees: 100 to 499 Parent Organization: Administrator: QUALITY ENTERPRISES USA INC Organization Designation: Employer Category: Federal Contractor without EAR E-Verify Clause NAICS Code: 238 - SPECIALTY TRADE CONTRACTORS Total Hiring Sites: 1 Total Points of Contact: 3 U.S. Department of Homeland Security-www.dhs.gw U.B. Citizenship and Immigration Services - www.uscis.g. j View ! Edic AccessitANy Downbad Hewers https://e-verify.uscis.gov/einp/EmployerWizard.tLspx 10/ 19/2010 Collier County Administrative SeMces Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: 1994 Number of Employees (Including Owner(s) or Corporate Officers): 144 Number of Employees Living in ® Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 56 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sisn and Date Certification: Under penalties of penury. I certify that the information shown on this form is correct to my knowledge. Company Name: Quality Enterprises USA, Inc. Date: 7/9/20 Address in Collier or Lee County: 3494 Shearwater Street, Naples, FL 34117-8414 Signature: = �— Title: Vice President Louis J. Gaudio INSURANCE AND BONDING REQUIREMENTS 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://apps.fldfs.com/bocexempt/ 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 Injury ISO form 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 7. ❑ Bid bond ❑ 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 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 Co oration. Insurance Requirements rev 0I-29-20 8. ❑ Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ® 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 gm►estions regarding Builder's Risk 'Insurance will be addressed by the Collier County Risk Management Division. 5/26/20 - CC Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands 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. Insurance Requirements rev 01-29-20 Co per Coun Email: Jim.Flanagan(a�colliercountyfl.gov Administrative Services Division Telephone: 239.252.8946 Procurement Services ADDENDUM # 1 Date: June 09, 2020 From: Jim Flanagan, Procurement Manager To: Interested Bidders Subject: Addendum # 1 — 20-7760 Design Build Step 1 — Pump Station Emergency Power Resiliency This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: 1. NOTICE: PREBID MEETING CHANGE: Non -mandatory Pre -Proposal Meeting will be held on June 15, 2020 at 10:00 AM at Collier County Procurement Services, Conference Room A, 3295 Tamiami Trail, Naples FL 34112, Meeting will t be accessible on Procurement Bridge phone. Social Distancing practices and precautions relative to the COVID-19 pandemic will be imposed during this Public meeting If you require additional information please post a question on our Bid Sync (www.bidsyne.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis T Gaudio Quality Enterprises USA, Inc. (Name of Firm) Collier Coumy Administrative Services Ui As(on Procurement Services Date: June 24, 2020 Email: Jim.Flanagan@colliercountyfl.gov Telephone: 239.252.8946 ADDENDUM #2 From: Jim Flanagan, Procurement Manager To: Interested Bidders Subject: Addendum #2 — 20-7760 Design Build Step 1 — Pump Station Emergency Power Resiliency This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: 1. ftoposa�li )one plate has been extended to July 96 2020 @ 3:00 PM 2. Did Qaesdon >Yeadline has been extended to drone 30, 2020 3. Attached 20-7760 — Addendum #2 - Pre -Proposal Meeting Minutes and Sign -in Sheets If you require additional information please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA. Inc. (Name of Firm) 6/24/20 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 F9500000255O. I fiirther certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent antival 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 &WVI.9- Secretary 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/CertiricateAuthentication RICK SCOTT, GOVERNOR +''�, `tww `��x1 k° ,`r.'r; JONATHAN ZACHEM, SECRETARY r' �' fir' ' y,� � `� ' F "' + f l+r�'t''r/�tK�: - dbpr rr 'f ♦ ', "' .. $. (i, t �s-` ,y, j1 ^....4 �,�' ,-}.. ♦ t� /�,, y 'F� }� ; f` ,`��r�+•'%. his ,� .t1, "1� ! . 1 !]I f�� i � G it 4M .. ', ' "4-ai '�'i, "-,r . f .rt .h \ „ I ♦ .'1. `� _ �r�J'' , /J y \. !/ � .�y. f''r� \ ���t'w'y. .i�j '�� /+�� �" •! ... \.r . '. +. �; ,l .,' rr J'�''.ti may, '... f'- rr..',`� ./* ! .. �1!j.: �� f'V.•,w ^t-} 1!' rr'• � "t `i.{ 1r r i `li. \ �, "I�.,�✓' 1'.. l :� ' � �'�D �?'� ''��. ti�ti� f ,, ♦ -.`«✓ f y./ .,t"rJr ti ti, 1t \r.#'r./nv�:�`ti.� yf r�, .�,, � DEPARTMENT OF BU^I-`� FESSIONAL REGULAN 01. CONSTRUCTION INDUSTRY LICENSING BOARDw��,.� THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER TH:E.`, PROVISIONS OF CHAPTER 489, FLORIDA STATUTES° - ( MURRELL, HOWARD J J�r/ UALITY ENTERPRISES USA, INC-1� 3494 SHEARWATER STREET x NAPLES FL 34117 LICENSE EXPIRATION T G 31, 2021, Always verify licenses online at MyFloridal-icense.com \ '✓ \�, ,11` f ��, �` .�'a`-'. 'K �r,4•�� ,wY,.✓� �1,'•. (�•.,�ti. '� \�,,+r.'fi� l.f�•1r !'. ti 4 �.,T ... Y. `,` ''1' .�•' .f' h {., .�j •e ,y.(( ", .�` tiz `I' A.e �•r�,-•�` -'. Mill 1- 77 : — "J i' ��.-✓^ri'-ti'?,�i..�' art`, ,t l.�-y�.�.,o \ .1�\ .,�- k`-. // \ ♦ r-'', .� !�� -I'?' .ti, `� I't. -' ;C -: ;' :'-;• 'r* , Do not alter this document in any form ,; � 7 rh' �� amour anyone other licensee fo this document ' y Is Uhlawfu ffd than the u'se f This Is lice�nsre�. It' RICK SCOTT,.GOVERNOR - d ONATHAN ZACHEM, SECRETARY y) a K:� a rfr3 "r, r�r6-I' r '!' '�• y Y7 r r Zia ��� * N1 "` � i�\' afJ. li y-.',rr' STATE OF FLORID�t;;:.' y DEPARTMENT OF BUSINESS=6 PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE - ;.PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MURRELL HOWARD J J r �, r �, r rr -�,�.. �} �,�r� .,r,�w; 'r�+'sy.t'f r��,; '4"F' •F y�I�1..�"�� ♦ '- r QUALITY ENTERPRISES USA, INC ' 3494 SHEARWQ►TER STREET' ; c� 4 rl NAPL�S FL_ 3.4.1 � it, �-- � • ! ,� �'''• '��.. r � t J 1^+'• ,%'�• "rA�j�'�K''w�'�..!" 1 r"4 f�' r'a ', � .�' � . l'r .". � cur-� . ;� 4 `'./.- ,, r � - a`��,.-r� �`�+�,../�,.. e"'L "'�... 'G.j�:�+1,,�.1•!t''�,� ` f ri 5 UMSER: CU. 398 y �. EXPIRATION DATE: AUGUST 31, 2020 + . h* '�.� `..., 'rrl r-\,.'�,�.'ht y,ryr •r., r..'. "t-,�i"�fy%,, 'r-. 4w.%' �'�^yTM.` �".;'�. Always verify licenses online at MyFlondaLicense,com �, ,•:�� ,, ,, �` .k. �,'"� "' r �`•' � o.r r'{�...,� � r aaj: k� .'�if,.�. }'�alr-'+�.,�/.<c �a.rl.'-F'�`�a-�� 1,/��'�r!'� `•`�.�,��\'{--11"t' /'. •,t i-,� - 41 ''rr".. '''{,%± r f1 ' ���r,` M �: K'r � w`` -{ � ' ✓'.. � w �'� • r f �? � y¢�,1^ ° 1 ;P.' 1� �r yf�^` R'4;,,�+y^Y� � �,�4.P -� (: • yr, •: �,, i't� " '' .Y" v., i'"�� , 7�- �'v �� '�: � , -, _ � �s , ' �-., ��-� o not alter this document _ ument in any form,""", '} ;. + ;• ;� � -� �• -� : D f r T" ti,„ �� . ,r f, / r �1-i,*- �"4 �..r•� #F - :.. �. ._.-� �, - :,. � �' *�'y. ..i f 1• *( �' /°....�y �?'r.!'._r'�..r'�...•`4,,,.�'�r"�.1�^,r��,� , ~w, This is your license. It is unlawful for anyone other fhan the licensee to useAfli document. RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY dl�r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LI-CENSLNG BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISI'ONS OF CHAPTER 489, FLORIDA STATUTES MU RR, QUALITY ENTERPRISES USA, iNC. 3494 SHEARWATER STREET K MAPLES , FL 34117 ,,��` �r w L ENSE Nu �C0001612 it EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com 0� f Do not alter this document in any form._ This is your. license. It is unlawful -for anyone other than the licensee to use this document. r yr ;I 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, 2020c(c. LUUAI IUN: 34V4 bhtHKVV/A I r-M J I ZONED: COMM/PUD BUSINESS PHONE: 435-7200 STATE OR COUNTY LIC#' CB CA57231 31-40 EMPLOYEES CI ASSIFICATION: 05-BUILDING CONTRACTOR E 0��Nv� FORD'A- DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. MURRELL, HOWARD J JR 3494 SHEARWATER ST NAPLES, FL 34117 -THIS TAX IS NON -REFUNDABLE - DATE 08/06/2019 AMOUNT 72.00 RECEIPT 500-20-00080018 -XIA ` 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 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. LOCATION: 3494 SHEARWATER ST FAILURE TO DO SO IS CONTRARY TO LOCAL LAVJS. ZONED: COMM/PUD BUSINESS PHCNE: 435-7200 EGAL FOR STATE OR COUNTY LIC: CUC 057398� 'P QUALITY ENTERPRISES USA: INC. Corpora' n �y- .• s ;�y a;;y=z;� MURRELL, HOWARD J JR i 3494 SHEARWATER ST # NAPLES, FL 34117 " 31-40 EMPLOYEES 4� .- t'` t� j%,.. CLASSIFICATION: UNDERGROUND UTIL/EXCAVATING CONTRACTOR 4F THIS TAX IS NON -REFUNDABLE - CLASSIFICATION CODE 05102801 " + -- 1 a#0 DATE 08/06/2019 <' + � ap 0 AMOUNT 72.00 This document is a business tax only. This is not certification that license c�ified. RECEIPT 500--.2.s0-00080018 It does not permit the licensee to violate any existing regulatory zoning laws o $�tatelco� � !� nor does it exempt the licensee from any other taxes or permits that may be required by law. COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 963165 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 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. LOCATION: 3494 SHEARWATER ST J C FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS ZONED: COMM/PUD /� r. lob VU BUSINESS PHONE: 435-7200 0"IGAL FORD` STATE OR COUNTY LIC #: EC 0001612 Corporationit � �,\{ QUALITY ENTERPRISES USA, INC. ' � '• ,MURRELL, HOWARD J JR �, I 3494 SHEARWATER ST t NAPLES, FL 34117 31-40 EMPLOYEES CLASSIFICATION: 05-ELECTRICAL CONTRACTOR �� d -THIS TAX IS NON -REFUNDABLE - CLASSIFICATION CODE: 05100601 �` r DATE 08/06/2019 ',!� �► „� �,. AMOUNT 72.00 This document is a business tax only. This is not certification that licensefs "fled. �j�;, RECEIPT 500-20-00080018 It does not permit the licensee to violate any existing regulatory zoning laws ofAbe t eNcokty5.c11 . ! nor does it exempt the licensee from any other taxes or permits that may be required bylaw. �� ❑� 10 Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary F=lorida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES Q. GRADY MINOR AND ASSOCIATES, P.A. as r 3800 VIA DEL REY BONITA SPRINGS FL 339230000 NUMBER:LICENSE EXPIRATION DATE: ■■ ■ ■ Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSmtis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL AL ENGINEER HERE]N IS LICENSEE) UDDER THE PR VIS1 ATUTE EXPIRATION DATE. FEBRUAR 28, 2021 Always verify licenses online at MyFloridaJcense.com 0 W� .-�0 Do not alter this document in any farm. This is your license. It is unlawful for anyone other than the licensee to use this c}ocurrient. L l FBPF FLORIDA BOARD OF FROFESSU]MAE E WANCERS State of Florida Department of State I certify from the records of this office that PELICAN ENGINEERING ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida, filed on April 29, 2014, effective April 28, 2014. The document number of this corporation is P14000038440. 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 January 27, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-seventh day of January, 2020 Secretary of State Tracking Number: 5313767949CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. h ttps://services.su n b iz.orgIFilings/CertificateOfsta tus/CertificateAuthentication Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS11MMN IS AUTHORIZED UNDER THE INC. EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at My Florida Lice nse.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 141223 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.colliertmcom THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 LOCATION: 4584 MERCANTILE AVE UNIT B ZONED• INDUSTRIAL a Vwl ." FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS, BUSINESS PHONE: 239 631-5333 V. w-1BqL FOR&r4' %�% STATE OR COUNTY LIC #: 30909 PELICAN ENGINEERING I' _1�; 1 I SOKOL]K, JOHN D. 41- I 1584 MERCANTILE AVE 4 � x MAPLES, FL 34104 CLASSIFICATION• ENGINEERING BUSINESS DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. ASSOCIATES, INC UNIT B - -THIS TAX IS NON -REFUNDABLE - CLASSIFICATION CODE: 03600101 r s r DATE 03/06/2020 'ti v .a AMOUNT 3.00 This document is a business tax only. This is not certcation that ii lfied. RECEIPT 502-20-00470956 It does not permit the licensee to violate any existing regulatory zoning nor does it exempt the licensee from any other taxes or permits that may be requi kbytaw.- 1:1E: QUALITY ENTERPRISES U S A. I N C. DESIGN -BUILD JITi i� � `i Fe :IJ 91 1: LVAV%IISAM 41 :fill ,r tom+ iiiaaairli irari � Y;rrFr! rvfl4arliii irra •lrfarf rGGD93GGtr4 aaf+ � Yarraar �raiarferrr� 4erfr •rrfarf arrfrrafar ^�� � ,nnnn nn^I rrfafflrafl rravrarria H rraraiarra� . araafrrarr O verve®iiefa� iVI P 5 0 N P P DATE Yafflrfa ilaaffiR 6f Orarrr a!lrrrir` ■riafrrr rrvairra rfrrrair rrfrrrar �uaai■ar r irseraoe f• � .ld.~ram I CTO B E R 26, 2020 QUALITY ENTERPRISES USA, INC. 13494 Shearwater St. Naples, FL 34117 P 239.435.7200 1 F 239.435.7202 1 E contact@geusa.com �,1k5G','_Li".its'''M4-(!H,1iAi'e;R7i'i,.;�.•,:mY;r�r: ^'.%'Mi'�,RV/'N.KI,�:"..,,.. , TABLE OF CONTENTS 01: Transmittal Letter & Executive Summar Y 02: Project Team Approach }, • DB Team - Why QE + GM + PE .� Project Mangement i Management Team & Staffing Key Personnel R, Key Resources & Location R Schedule & Critical Path Method ;F 03: Technical Information Design & Construction Standards tiw Permitting Design -Build Team Safety Plan •Engineer's Observation Report Required Forms Construction Plans Pfy.�ri:�kL Li i �S r , 1"kt5111 i �` '•,'r a.., : ,kx.. a ,.,ti ��,.. ��, ,,,/. ,.f,/ . q�ti'�, o,; �rr�iw"�/fir y ' ^. rir r,, ;.;�. ;�/r r / / i�/; M r '�,��Y'�k's�.�'t �.0 •a �'� Ir \ ��I�� yi� ii.r /�/� '��� � ��'���" {�t'tr � �y} "�• �\ Ag - y Insta I�c� ane M Pump Station iri NAarco Island, FL (piety d'above.)'� The project included installation of a new we \ well and >valve `Vault, new pumps and panels, all new piping, and a new Diesel Generator. "We build Quality infrastructure to provide Quality lives for our families, customers, and community." i i I • I• 111 TRANSMITTAL LETTER & EXECUTIVE SUMMARY QUALITY ENTERPRISES 26 OCTOBER 2020 DEAR MR. FLANAGAN & COMMITTEE TEAM MEMBERS, Procurement Services Division Attn: Jim Flanagan, Procurement Strategist 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112 Quality Enterprises USA, Inc. (QE), in association with Q. GradyMinor & Associates, P.A. (GM) and Pelican Engineering Associates, Inc. (PE), are pleased to submit this Step 2 response to RPS No: 20-7760 for the Design -Build of Pump Station Emergency Power Resiliency. The QE + GM + PE team have received, reviewed, and understand the requirements of RIPS No: 20-7760 - 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. QE + GM + PE is an integrated team of experienced professionals who have a thorough understanding of Collier County's design and construction preferences, quality control practices, and community involvement. QE + GM have collaborated on 39+ projects in the local area and maintain a strong working relationship with PE. QE has successfully completed over 30 lift station rehabilitation projects for various local government agencies and self -performed over 90°i of each respective project. These projects involved the permitting, construction, and installation of automatic emergency back-up power systesms at critical wastewater pump stations utilizing either Diesel Generators or Bypass Pumps. Additionally, it should also be noted that QE installed one of the first Bypass Pumps used by Collier County on a pump station. In preparation for this Step 2 response, the QE+ GM + PE team performed on -site visits to each Pump Station, created an advantageous Construction Schedule, worked with QE's Safety Consultant to prepare a Project Safety Plan, and determined several areas in which the team can add value to the project for Collier County. More information on these efforts are provided throughout this Technical Proposal. QE + GM + PE acknowledge receipt of Addendum 1 dated September 11, 2020, Addendum 2 dated October 8, 2020, Addendum 3 dated October 20, 2020, and Addendum 4 dated October 22, 2020, and have included the signed addenda 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 QE + GM + PE Design - Build team, I thank you for the opportunity to propose on this project. Sincerely, �1 Louis J. Gaudio Vice President Quality Enterprises USA, Inc. Igaudio@geusa.com cleusa.com I 3494 Shearwater St, Naples, FL 34117 I (239-435-7200) .q TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency _ QE + GM + PE I A PROVEN & ESTABLISHED DESIGN -BUILD TEAM QE + GM + PE team is highly qualified for the Pump Station Emergency Power Resiliency Design -Build mThe Project. QE + GM have collaborated on over 39+ projects, maintain an outstanding working relationship with PE and with Collier County, and have a vested interestWwrko,71osely ATA THER, QE + GM + PE WILL: Q the success of this Design -Build project. The QE + GM + PE team is well established in Collier with Collier County staff to identify County and has over 100 years of combined local and meet all project goals. •Provide industry -proven, technical, construction & GLANCE experience. management expertise. QE's utility and concrete crews are skilled with • Use local resources to meet the County's desired the complete rehabilitation of wastewater pump ' schedule. 7 stations, as well as with the installation of Diesel • Identify and mitigate risks to avoid delays and Generators and Bypass Pumps. Additionally, GM provide the most cost-effective solutions. recently completed a Pump Station Resiliency Comply with all Design Package Criteria and Million Study and Evaluation for 32 Collier County Priority County Standards for utilities, roadway, and ROW. Pump Stations, and PE has worked on over 17 REVENUE FROM COLLIER Generators and ATS installations for Collier County • Prioritize public concerns to avoid impacts COUNTY IN 2019 and the City of Naples where the firm ran all energy on surrounding residents, areas, and the environment. calculations, studied demand loads, selected size and equipment, designed and arranged for fuel . Be available to Collier County at all times. delivery, coordinated with FPL, and supervised the delivery, installation and start-up. QE + GM + PE ha $70 strong understanding of local environmental and regulatory conditions, will schedule work and subcontractors in harmony with Collier County's operations, and will work collaboratively to provide Collier County with the million most cost effective and successful design and construction services. QE + GM + PE have assembled a group of highly reputable, local companies with proven success to participate TOTAL REVENUE IN 2019 in this Design -Build project. Cella Molnar & Associates, Inc. will handle Public Information, Swanson's Electric, Inc., Simmonds Electrical of Naples, Inc. and Data Flow Systems, Inc. will perform all Electrical, Instrumentation & Controls work, and Earth View, LLC will perform Subsurface Utility Engineering services. There have been no 1997 changes made to the original Design -Build team. In order to meet the County's projected timeline, QE + GM + PE have included two electrical subcontractors on the team; this will allow for work to occur on multiple stations simultaneously, resulting in a more efficient and cost-effective project for Collier County. FIRST PROJECT IN FLORIDA QE is a versatile general contractor, self -performing over 90°i of each project. This cost saving practice allows for flexibility in scheduling, adaptability to rapid project changes, and guarantees that a skilled, local, and dynamic workforce will be available throughout the entire Design -Build project. QE has in-house capabilities to 2007 self perform: survey, site, concrete pad/ pump/ and ductile iron pipe and valve installation, HDPE pipe fusing and installation, and bypass pumping. QE can provide the materials, labor equipment, tools and services necessary to ensure that this project is successfully completed on time, within budget, and at high levels of STARTED CONTRACT quality. WITH COLLIER COUNTY SCHOOL BOARD & HELD PROJECT GOALS & OBJECTIVES EVERY YEAR SINCE The QE + GM + PE team understands the County's intent for improvements to Pump Station Emergency Power Resiliency, including design, permitting, construction and installation of 14 automatic emergency back-up 2008 power systems at critical wastewater pump stations. The auxiliary backup power system, consisting of either a Diesel Generator or Bypass Pump, is utilized during emergencies, usually during extended power outages, and the team has considered the location of the equipment in their design to be aethestically pleasing to the STARTED COLLIER COUNTY surrounding communities. QE + GM + PE's projected workload aligns with the proposed Design -Build schedule UTILITY EMERGENCY 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. CONTRACT &HELD EVERY YEAR SINCE DESIGN -BUILD DELIVERY PLAN QE has successfully completed hundreds of projects for Collier County. With key players from QE and Collier 2019 County involved on many of the same projects, a strong relationship has been formed and the QE + GM + PE team is aware of the County's high standards and expectations for local work. QE + GM + PE have put a significant amount of planning into this project, and the team's understanding of local conditions will expedite STARTED COLLIER COUNTY movement through all phases. As the contractor, QE will oversee all aspects of field construction including ANNUAL AGREEMENT FOR installation of emergency backup power equipment, all testing, tie-in's, and restoration work. GM will provide survey, permitting, construction administration, and Construction Engineering Inspection (CEI) services, and WASTEWATER PUMP STATION PE will oversee all electrical, instrumentation, and SCADA design. QE + GM + PE's Project Approach will revolve REPAIRS & RENOVATIONS around putting local residents, businesses, and stakeholders first, while providing sound engineered designs, clear & accurate communication, and exceptional service to Collier County at an economical cost. 2 wm TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency PROJECT OVERVIEW & BACKGROUND In an effort to optimize and provide emergency resiliencyto the Collier County Wastewater System, the Engineering & Project Management Division is requesting professional design and construction services forthe Pump Station Emergency Power Resiliency Design -Build project. The project includes providing emergency backup power at 14 of Collier County's critical pump stations. The proposed site work at the 14 specified stations will include: a new concrete slab built in accordance with Collier County Water -Sewer District's Wastewater Standards, and the installation of a new Diesel Generator and Automatic Transfer Switch (ATS) or Diesel Bypass Pump with all associated suction and discharge piping. The pump stations identified in the Design Criteria Package are wastewater pump stations which may receive and re -pump inflows from other pump stations. These identified stations may also have low wet well retention period and no gravity storage. When the stations experience power outages, as witnessed following Hurricane Irma in September 2017, these stations can overflow leading to public health and environmental concerns. As a result the purpose of this project is to provide a backup auxiliary power source or an independent Diesel Pump to allow the station to remain online during emergency situations. The stations are spread throughout Collier County and based on their location, either pump to the North or South County Reclamation Facility. Of the 14 stations included in this project, six stations are proposed to include an emergency Diesel Bypass Pump and eight are proposed to include a backup Diesel Generator. As required in the Design Criteria Package, each unit's fuel tank must be a double wall, UL compliant, integrated into the generator or diesel pump chassis, and either provide a minimum of 250 gallons diesel storage or 48 hours of continuous run-time with 50% load applied. In general, all stations to include a Diesel Generator will include a Cummins ATS and all permanent Diesel Generators will also be manufactured by Cummins. All Diesel Bypass Pumps will be manufactured by Thompson Pump. The project will include the design, permitting, construction and installation of the Diesel Generator or Diesel Bypass Pump. The QE + GM + PE team will verify the size and location within the Pump Station site of the proposed equipment. Permitting is anticipated through Collier County's Growth Management Department's ROW Permitting and Inspection Section, as well as the Development Review Division. Additionally, building permits will be required through Growth Management's Building Plan Review and Inspection Division. QE + GM + PE will also evaluate if permitting is required through the Florida Department of Transportation (FDOT), Florida Department of Environmental Protection (FDEP), or South Florida Water Management Department (SFWMD). As with many Collier County projects, impact to the surrounding area is a major consideration. Neighborhood and community aesthetics are important to Collier County and will be an important consideration during the design and construction of the 14 stations. Lush native landscaping and vinyl exterior wrap are just two concepts which can be used to accommodate local stakeholders. Following the issuance of the NTP, QE + GM + PE will immediately begin work on the placement of the emergency backup power source at each pump station. QE + GM + PE are familiar with the existing stations including existing infrastructure within or around each pump station site; as well as existing easements. QE + GM + PE will also begin preparation of all necessary permits for the required work, and as the first deliverable, provide the County a complete, accurate, and beneficial Basis of Design Report (BODR). Any required boundary and topographic surveys and any necessary sketches and legal descriptions for easements will also be included. All survey elevations will conform to the North American Vertical Datum (NAVD88) with the appropriate conversion to National Geodetic Vertical Datum (NGVD29). The drawings and specifications at the 60% and 100% complete stages will include an EOPC, broken down per station, and at each submittal the QE + GM + PE team will meet with County staff to obtain acceptance of the work completed to date. The final step and end result of this project includes the construction required to install, connect, test and place the new Diesel Bypass Pump or Diesel Generator into trouble free operation. QE + GM + PE have worked on multiple wastewater pump station projects which include the installation of this equipment, and are familiar with the manufacturers' recommendations for installation and the County's required and ultimate use. Following the completion of the construction, and integration of the new equipment into the County's SCADA system through DFS, Collier County will have the ability to monitor the new equipment. DESIGN & CONSTRUCTION PLANS OVERVIEW QE + GM + PE have thoroughly reviewed the Design Criteria package, as well as the provided report and drawings, and have began development of 60% Plans that will be ready for submission to the County shortly after project award. The team has visited the sites and will create critical Phasing, Safety, and MOT Plans; this is beneficial to all parties involved, including local residents. CIVIL DESIGN PLAN QE + GM + PE propose the following Civil Design Plans for this Design -Build project: PS 103.031 BACKGROUND Pump station 103.03 is located on Cypress Way E. within the Palm River neighborhood. The station is located along the eastern roadway ROW and has a ductile iron (D.I.) above grade valve and piping discharge assembly. This station has been deemed critical by Collier County as it currently receives flows from a medical facility. CIVIL DESIGN The Design -Build project criteria includes the installation of a standby Diesel Bypass Pump at this location. The installation of a pump assembly will require the construction of a concrete pad to anchor the new pump. Additionally, the work will include coring into the existing wet well for the suction piping and connecting to the above grade discharge assembly. The air release valves (ARV) for this station are directly on top the riser pipe exiting the wet well. In order to connect the new Diesel Pump, the existing D.I. 90 degree bend would be removed and a tee with a two-inch tap for the new ARV installed. There are existing overhead electrical lines that will need to be accounted for during the placing of the new pump. wm TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency PS 107.50 1 BACKGROUND Pump station 107.50 is located near the Olde Cypress entrance on Treeline Boulevard. The station is screened with a landscape hedge and borders a golf cart path. The station is also in close proximity to the Olde Cypress Club house. This station has been deemed critical by Collier County as the station does not have any gravity storage within the system. CIVIL DESIGN In order to install the Diesel Bypass Pump at this location, a portion of the existing landscaping will need to be removed. There appears to be ample room within the existing C.U.E. for the installation of the new Diesel Pump as well as the reinstallation of landscaping. The Diesel Pump will need to be installed on a concrete pad for anchoring. The existing station has not been rehabbed recently and still has a below grade valve vault. The discharge connection from the Diesel Pump will need to be constructed after the valve vault and can be tied -in prior to the existing ARV. The new landscaping will be replaced per the LDC 4.06.05E landscaping and screening requirement. A temporary construction easement (TCE) may be necessary for the installation of the pump and associated work. PS 108.04 1 BACKGROUND Pump station 108.04 is located in the Fountainhead Subdivision of the Vineyards Community on Fountain Run. The station has an existing below grade valve vault and landscape screening from the view of the roadway and homes to the north. This station has been deemed critical by Collier County as it receives flows from a Collier County Public School. CIVIL DESIGN The Design -Build criteria specifies that this station is to have a Diesel Generator. Space is limited at this site, as both the Fountain Run ROW to the north and Arbor Boulevard ROW to the south are private to the Vineyards Community. All of the pump station components are currently located within a small C.U.E. The current location proposed for the generator is the northwest corner of the C.U.E. which will require the removal of some of the landscaping. The generator will need to installed on a concrete pad and conduits will need to be run to the existing pump control panel (PCP) as well as connections to the existing incoming feed from FPL. Removal ''"x'� '% �� "tom `"'�`'� ' " `'" "' '` 'X" ■ of the valve vault, installation of above grade valves and piping as well as the reorientation of the PCP would greatly benefit this site and the installation, operation, and maintenance of this station. A temporary construction easement (TCE) may be necessary for the installation of the generator and associated work. PS 110.00 1 BACKGROUND This station is located within the Wyndemere community in the facility maintenance area. The station has an adequate C.U.E and a below grade valve vault. This station requires access from the Wyndemere Community through a motorized cantilever gate at the entrance to the maintenance area. This station has been deemed critical by Collier County as the station does not currently have any gravity storage within the system. CIVIL DESIGN The Bypass Pump can be installed on a concrete diesel pad and is currently proposed on the south side of the C.U.E. to allow the connection to the existing wet well and below grade discharge piping. Installation of an ARV on the Diesel Pump discharge assembly or after the tie-in is also recommended. A temporary construction easement (TCE) may be necessary for the installation of the pump and associated work. PS 112.011 BACKGROUND Pump station 112.01 is located at the rear of the Imperial Square Shopping Center along Imperial Golf Club Boulevard. The station has a chain -link fence and includes an above grade piping and discharge assembly. There is a small access drive from Imperial Golf Club Boulevard to the station. This station has been deemed critical by Collier County as it currently receives flows from an assisted living facility. CIVIL DESIGN The work at this station includes the installation of a Diesel Generator. It appears to have sufficient room within the C.U.E for the installation of the generator and associated work. The proposed automatic transfer switch (ATS) is currently shown to be installed on a secondary electrical rack as there is not enough room on the existing electrical rack for the equipment. 4 wz TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency PS 123.00 1 BACKGROUND Pump station 123.00 is located on Barefoot Beach Boulevard across from the Barefoot Beach Guard House. The station and some of its components are also in close proximity to the top of bank for a branch of the Little Hickory Bay. An important item to note, the station and its components are not currently located within a dedicated C.U.E. The station is located within a drainage and utility easement; however determination on the allowed uses within this easement from Collier County Real Property may be necessary. The station includes an odor control unit and an above grade valve and discharge assembly. There is also an existing propane tank and concrete pad directly to the north of the station and components. This station has been deemed critical by Collier County as the station is approximately 30 feet from a body of water that flows directly to the Gulf of Mexico. CIVIL DESIGN The Design -Build criteria specifies the installation of a Diesel Bypass Pump at this location. S existing road to the west and Little Hickory Bay bank to the east. Currently the Diesel Pump is shown to the north of the station with the suction piping running along the edge of the roadway south to the wet well. The discharge piping is proposed to be buried below grade and connected to the discharge forcemain approximately 28 feet north of the pump station. This will allow the connection work to take place a safe distance from the propane tank. As an alternative, QE + GM + PE evaluated the use of a Diesel Generator at this location. A generator could be installed approximately 30 feet to the north of the station within a flat sodded area and landscape screening could be provided to shield the equipment from view of the roadway. The connection of the generator to the PCP and installation of the ATS would likely be much less intrusive. Additionally the operation and maintenance of the unit would be drastically safer as there is ample room to the north for Collier County Wastewater Collections vehicles to park safely out of the roadway. PS136.001BACKGROUND Pump station 136.00 is located within a chain -link fenced C.U.E. along Wiggins Pass Road. The station includes an existing odor control unit and below grade valve vault. The site has a stone ground cover. This station has been deemed critical by Collier County as the station does not currently have any gravity storage within the system. CIVIL DESIGN Work at this site includes the installation of a standby Diesel Bypass Pump. The proposed location for the pump and concrete pad is currently shown in the southwest corner of the station. For ease of installation and minimal impact to the surrounding area, QE + GM + PE are proposing the suction piping to be installed along the ground from the pump behind the existing odor control before turning the pipping below grade and coring into the wet well. The discharge piping will include the installation of an ARV before tying into the discharge forcemain below grade. PS 143.001 BACKGROUND Pump station 143.00 is one of the County's larger submersible pump stations and is the only triplex station included in this Design -Build project. The station is located on the east side of Yahl Street within a C.U.E. The station is also a dumping/receiving station for Collier County Wastewater Collections. The wet well is located to the east of an existing drainage inlet and the station has a below grade valve vault. An important item to note; the stations PCP is located very low to the ground level which can make maintenance of the station difficult as well put the station's electrical components in harm's way during a flooding event. This station has been deemed critical by Collier County as it is a regional dump site, and handles a large amount of flow daily. CIVIL DESIGN The work at this site includes the installation of a standby Diesel Generator which is shown in the northeast corner of the C.U.E. There does not appear to be any major issues associated with this work; however removal, reinstallation or more likely replacement of the electrical equipment is recommended. PS 167.081 BACKGROUND This pump station is located within a dedicated C.U.E. on the south side of Bellaire Bay Drive. The C.U.E is fenced and has a stone ground cover. The station has below grade valve vault, and has been deemed critical by Collier County as it currently receives flows from a hospital. CIVIL DESIGN A Diesel Generator is proposed at this station. The existing C.U.E. includes ample room for the installation of the equipment. L-+ r wz TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency PS 179.00 1 BACKGROUND Pump station 179.00 is located within the Summit Place development. The station is screened by an existing landscape hedge. The hedge is in close proximity to the electrical rack which makes operation and maintenance of the electrical components difficult. The station also has a below grade valve vault. This station has been deemed critical by Collier County as it currently receives flows from a Greater Naples Fire District Station. CIVIL DESIGN The existing landscape hedge would need to be removed around the entire station not only for the installation of the proposed Diesel Generator and components, but also because access to the existing electrical equipment is inhibited by the hedge. Following the installation of the new Diesel Generator, concrete pad, and ATS, a new landscape hedge will be installed in accordance to the LDC 4.06.05E for landscaping and screening. PS 300.20 1 BACKGROUND Pump station 300.20 is located within the McCarty Street ROW within the Naples Manor neighborhood. The station and all of the components are within a chain -link fence. The southeast side of the fence is located approximately 2-feet from the EOP and the northwest side of the fence is along the platted ROW. There are water meters and backflow preventers directly north of the station on the outside of the fencing. This station has been deemed critical by Collier County as it currently receives flow from both a Greater Naples Fire District and Collier County Sheriff station. CIVIL DESIGN The Design -Build criteria specifies the installation of a Diesel Generator at this location. Currently a generator is proposed to the east just outside the fencing of this station. Concrete bollards would be necessary to protect the generator from traffic. Two alternate options have been reviewed by the QE + GM + PE team. The first option includes the use of a portable Diesel Generator in the same area as the proposed permanent generator. The portable generator could be secured to the existing chain -link fence and removal bollards could be installed to move the generator if needed. The second option would include acquisition of easement north of the McCarty Street ROW. This would allow the installation of the permanent generator. The minimum easement would only need to be a portion of Lot 14 of Block 10 Naples Manor Unit No. 1 or if the meter and backflow assemblies were relocated the easement could span both Lot 14 and 15. PS 302.081 BACKGROUND Pump station 302.08 is located in the Riviera Colony Golf Estates along Marseille Drive South. The Station is partially located within the Marseille Drive South ROW and pump station components including the odor control and PCP are located within a dedicated drainage easement. The wet well is located approximately 2.75 feet from the edge of pavement and the site has no protection from traffic. CIVIL DESIGN The work at this site includes the installation of a standby Diesel Generator which is to be located within the Marseille Drive South ROW east of the pump station. Concrete bollards are proposed for protection from vehicular traffic. PS 304.011 BACKGROUND Pump station 304.01 is located along the eastern side of Bayshore Drive outside of the ROW within dedicated C.U.E.s. The pump station was recently constructed and has an above grade valve and discharge assembly. This station has been deemed critical by Collier County as the station receives flow from a Greater Naples Fire District station. CIVIL DESIGN The work at this site includes the installation of a standby Diesel Pump which is currently shown in the northeast corner of the C.U.E. The discharge piping can be connected to the existing station by removing the HOPE 90 and installing a new HDPE Tee. The station's ARV is on the discharge riser pipe and can serve as the ARV for the Diesel Pump as well. i wm TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency PS 309.07 1 BACKGROUND This station is located within the Collier County Public School parcel for the Lorenzo Walker Technical Institute. The station is located on the south side of the property and has a concrete valve vault. The station is also located in close proximity to a drainage retention basin to the east of the station. This station has been deemed critical by Collier County as it currently receives flow from both the school as well as from a private pump station which Collier County has no control over. The Station also has no gravity storage. Currently a C.U.E and Access easement (A.E.) have not been located for this station and will be necessary for the proposed improvements. Additionally a T.C.E. may be required to complete the work. CIVIL DESIGN The Design -Build criteria specifies the installation of a Diesel Generator at this site which is proposed to the north of this station. The QE + GM + PE team does not anticipate any major issues associated with the work at this location. In past projects, the Collier County Public School Board has required all work to be performed during the summer months when school is not in session. This work may have the same requirements. ELECTRICAL DESIGN PLAN QE + GM + PE are very familiar with the 14 Pump Stations included in this project. A site visit was conducted to 13 of the 14 stations, as access through the Wyndemere Maintenance Facility is required for PS 110.00. During the site visits, QE + GM + PE identified deficiencies within the existing electrical systems and have prepared a comprehensive report with these observations and analysis. The team has included the report in Section 3 of this Technical Proposal. QE + GM + PE 's GMP does not include the correction of these deficiencies; however the Design -Build team believes that a majority can be corrected through the use of the electrical allowance presented with this project. For stations receiving a DIESEL BYPASS PUMP, the Electrical Design component includes: the installation of a 120 volt power source to power a trickle battery charge forthe Diesel Bypass Pump's battery. Additionally, if the existing PCP has sufficient space, integration for monitoring of the Diesel Pump, i.e. run, error, fuel level may also be added. / For stations receiving a DIESEL GENERATOR, the Electrical Design component includes: the installation and integration of the Diesel Generator with the pump station's power system. This includes the installation of the Automatic Transfer Switch, which may need to be on a separate electrical rack due to space limitations, and if the existing PCP has sufficient space, integration for monitoring of the Diesel Generator, COLLIER COUNTY'S INPUT QE + GM + PE will work diligently with and for Collier County 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 + PE strive to ensure that this Design -Build project has a long-lasting positive effect on the County's infrastructure system. 101, MINIMIZE IMPACT TO MAINTENANCE OF OPERATIONS QE + GM + PE will work closely with Collier County Utilities and the surrounding communities to limit disruptions to the traveling public, pedestrians (walkers and bikers) and residents throughout the project. The QE + GM + PE team has developed a plan to ensure that existing facilities will remain operational with minimal shut downs required to complete the work. MANAGEMENT OF CONSTRUCTION IMPACTS TO SURROUNDING COMMUNITIES QE + GM + PE understand the importance of coordinating with adjacent property owners throughout the life of the project and are committed to completing the project on time and with as little interruption as possible. All QE + GM + PE Key Personnel reside in Collier County and have a vested interest in the success of this project. In association with Cella Molnar, QE + GM + PE will work to minimize impacts at each individual project site. A full Public Outreach Plan has been developed, and is included in this Technical Proposal. Equipment placement at each site will require the most amount of coordination between the local community and the QE + GM + PE team. The placement of equipment will require use of a truck crane; therefore, MOT will be critical for local residents and motorist throughout the work zone. In response, QE + GM + PE will develop MOT and Construction Phasing Plans to minimize impacts and to provide the local traffic options around the work zone. NOISE & ODOR ABATEMENT The QE + GM + PE 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. SITE SECURITY The QE + GM + PE team prioritizes site security. With QE's Corporate Office & Equipment Yard in close proximity to all sites, 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 and materials will be distributed throughout the project as needed. Work areas will be secured with orange safety fencing and restored to existing conditions upon project completion. i.e. run, error, fuel level. 7 WZZ TRANSMITTAL LETTER & EXECUTIVE SUMMARY RPS 20-7760 Pump Station Emergency Power Resiliency 1111,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 three high profile Design -Build projects for Collier County, both of which have required extensive public outreach to local businesses and communities. During the Pump Station Emergency Power Resiliency Project, community coordination with homeowners' associations (HOAs) and residents near the wastewater pump stations and the general public will be prioritized. Media releases and Notices in Collier County's Utility Bills will be a cost- effective way to notify and educate a large population of Collier County residents. A project website and phone number will be provided for residents inquiring more information about the project. Residents living near the wastewater pump stations will be invited to a public meeting(s) depending upon the proximity of the pump stations to their communities. Public meetings will be held in person with social distancing measures in place or via a virtual public meeting that will consist of a presentation about the project and the locations of the improvements. The presentation will include the Project Goals & Objectives and will address resident concerns such as phasing, noise and aesthetics. The presentation will be recorded live and posted on the project website for 24-hour viewing by residents at their leisure. The format will be determined based on Collier County's preference. Adjacent HOAs will be contacted initially to set up lines of communication with those communities. Program elements will include newsletter mailings, emails and small group or one-on-one meetings with adjacent property owners/HOAs, public information meetings, and a project hotline. The project website will include a Project Presentation, Project Design and Construction Phasing Plan, and "Contact Us" pages. Informational project signs can be used at pump station locations to inform residents when the emergency power improvements begin. Email distributions and telephone communications will keep property owners up to date about construction activities. Finally, a Technical Memorandum will document all community awareness efforts. CONSTRUCTION TRAFFIC CONTROL PLAN Extensive thought has been put into a Traffic Control Plan that will minimize impacts to the traveling public, local residents, and pedestrian traffic during this Design -Build Project. In preparation for this project, QE + GM + PE worked with Bob's Barricades to review MOT. The team will provide traveling motorist and pedestrians high visibility signs within the project limits, and MOT signage will be placed in accordance with FDOT specifications while work is occuring at each project site. Traffic will be impacted at the individual project sites during equipment installation, which is scheduled to take one day per site. The crane truck will leave the site once equipment is set to minimize traffic disruptions. Flaggers will be present in order to maintain a constant flow of traffic around the worksite, and in the event of a required lane closure, QE will coordinate and submit road alerts to Collier County's Growth Management division. DEMOLITION & RESTORATION Demolition work on this project will be kept to a minimum. Vegetative clearing will be isolated to the location of the Diesel Generator/ Bypass Pump's concrete pads and installation of piping and conduits. In an effort to remain environmentally conscious, QE will recycle materials removed from this project during demolition. Clearing and vegetation will be chipped for mulch and compost. Areas requiring restoration will be prioritized immediately following work in that area. 11111INNOVATIVE APPROACHES TO DESIGN & DELIVERY QE + GM + PE have identified several Innovative Approaches to Design & Delivery, which can add value for Collier County, within this Design -Build project. The QE + GM + PE team is invested and motivated to complete this project on time and at high levels of quality. Due to the existing location of Pump Station 300.20 within the ROW and limited available space to expand, the use of a Portable Diesel Generator outside of the station's fencing would allow Collier County the ability to provide emergency backup power without major site improvements. If the County was in favor of installing a Permanent Diesel Generator at Pump Station 300.20, there is a possibility to acquire additional easement to the northwest of the station. The existing electrical rack, odor control unit, existing road lighting, propane storage tank, and proximity of Pump Station 123.00 to the Little Hickory Bay makes the installation of a Diesel Bypass Pump more difficult than normal stations. The use of Diesel Generator, which can be installed to the north of the pump station in a flat sodded area, would allow the County to provide emergency power to the station, minimal excavation (only small Schedule 80 conduits are typical), and the use of landscaping to screen the generator from the roadway. At stations which include installation of a Diesel Generator, the ATS could be installed before the main disconnect. This would alleviate the need to rewire the meter and main disconnect as the ATS is typically installed between the two. Installing the ATS after the main disconnect is an option that would allow the use of a non -service rated enclosure which typically reduces the cost of the equipment. 8 Ali - PROJECT TEAM APPROACH i ne projeci mmuoeomnia/janonooanew wet "" '"'Y"I", � "ri ' well and valva,vauk,new pumps and panels,uUnewpiping'andunewDieue| Generator. ^�� wm PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency joPROJECT TEAM APPROACH QE + GM + PE is the local, trusted, and reputable choice for this Design -Build project. Having completed hundreds of projects with similar components in Southwest Florida, QE + GM + PE is confident in their ability to successfully complete this project on time, within budget, and at high levels of quality. Collier County can trust the QE + GM + PE to deliver a timely, cost-effective, and high -quality solution that exceeds standards based on the team's proven local performance. QE's past experience on Design -Build projects, as well as with the construction of lift stations and associated Diesel Generator/ Bypass Pumps, allows the team the ability to fast track construction as the design progresses. QE + GM + PE will immediately focus on survey, permitting, and design to allow construction to start as quickly as possible. During the design phase, QE will work with equipment manufacturers to expedite the shop drawings and review process. Upon approval of shop drawings, equipment will be immediately released for fabrication. The current schedule shows that all concrete pads will be installed prior to completion of equipment fabrication so that delivery to each site can start immediately. Should generators or pumps be completed ahead of schedule, QE is prepared to add additional crews to complete site work and also has the option to receive equipment deliveries at their Corporate Office/ Equipment Yard. COMPANY OVERVIEWS 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 has worked in Collier County since 2002 on a variety of infrastructure projects and has a dynamic knowledge and understanding of local construction and regulatory conditions. 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. QE has held both the Collier County School Board Contract and Collier County Utility Emergency Contract since 2007 and 2008, respectively, and was ranked #1 for Collier County's Annual Agreement for Wastewater Pump Station Repairs & Renovations in 2019. GM provides expert Civil consulting services to a wide array of public and private clients throughout Southwest Florida. GM is fully licensed and insured and has successfully completed projects of varying size and scope. GM has designed, constructed, or performed evaluation studies on over 50 local pump stations, several of which were Collier County community pump stations, that included the design and installation of emergency backup systems as required by the Collier County Water -Sewer District's Technical Specifications. It should also be noted that GM was contracted by Collier County to provide professional services for the evaluation of 32 critical wastewater pump stations. GM performed easement investigation, evaluated the feasibility of installing a generator/ diesel pump at the site, reviewed if additional easements were required and feasible, and reviewed potential concerns with the installation of a generator/ pump (proximity to residents, permitting, ROW, etc.). PE specializes in engineering, design, and permitting for mechanical, electrical, plumbing, and fire protection projects and has worked with Collier County for over a decade. PE's lead Design Engineer, John Sokolik, worked with the Collier County Building Development office for 5 years as the Electrical Plans Examiner, Code Specialist, Inspector and Public Relations Speaker for the Building Code Department. John designed and developed Data Flow sheets which became an intricate tool used in the permitting process. Over the years, PE and Collier County's Key Personnel have built a very strong relationship, and PE has a strong understanding of Collier County's preferred methods and permitting process. Additionally, PE has built an expert MEP Design Team with over 70 years of combined engineering experience in SWFL. PE works closely with FPL and other area utility companies and is skilled at scheduling site visits and coordinating with project team leads. Currently, PE has worked on over 17 Generators and ATS installations for Collier County and for the City of Naples. These projects included running all energy calculations, studying demand loads, selecting size and equipment, design, arranging fuel delivery, coordinating with FPL, installation, and start-up. Recent Collier County Generator Projects Include: Government Buildings, Courthouse, Jail, Health Facilities, Water Management Fire, and Police stations. Additionally, PE has eight Generator and ATS projects in the pipeline for the City of Sebring's Application - Rebuild Florida Grant Program for their Water production facilities for the Airport, Fire Stations, Water Management facilities, and other local critical facilities. This reinforces PE's familiarity and ability to complete the Pump Station Emergency Power Resiliency Design -Build project. WHY QE+GM+PE Proven record of successfully completing Design -Build projects on time and within budget. The QE + GM + PE team has the necessary experience and knowledge to fast track Design -Build Projects. On a recent Design -Build project for Collier County, QE + GM was successful in permitting a project involving Collier County ROW, SFWMD ROW, and Dewatering within 30 days of the NTP, and then mobilized and started work within 40 days of the NTP. This is unprecedented for a Design -Build project. Knowledge of local seasonal traffic & wet season weather. Self -performance of major items of work. Past Experience with Collier County Transportation, Collier County Public Schools & Collier County Utilities. Experience designing Stand -By Generators and ATS equipment designed for SCADA system for Collier County. SCADA experience with codes and programming. Ability to complete hands on site visits and prepare Observation Reports and Evaluations (before, during, after installation and start up.) Will provide: Emergency instructions for testing, start-up and shut down, spread sheets of ATS settings for facility managers, and PPE Kit with Emergency Contacts, Safety markers, and High Voltage markers. Experience coordinating with FPL and other utility companies to properly identify underground utilities. The team has engineers available to assist with Circuit Analysis, Time currents, and connections. Strong Permitting Experience with Collier County. Experience installing a variety of Kohler, Generac, Cummins Onan ATS, Diesel Pumps, and Tanks. QE + GM + PE is a truly integrated team with a genuine, collaborative philosophy. The team integrates the two prime roles of Designer and Builder and supports collaboration and high performing team concepts. The Organizational Chart on the following page displays QE i WIM PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency W!M QUALITY E N T E RT P R I S E S I Vice President LOUIS J. GAUDIO -T- Construction Project Management MATTHEW A. CASEY T Construction Superintendent ERIC D. BLAIR I Estimator HARLAN SAWYER I Manager of Health & Safety MARGARITA NEGRON Project Administrator/EEO Officer ISA CARRERAS Coi[ier C0-14nty © Grady Minor - I -Designer Project Manager ALEX DUNKO, P.E. T Design Project Engineer JULIEN DEVISSE, P.E. I Survey Project Manager DONALD L. SAINTENOY III, PSM I QA/QC RICK FEATHERSTONE I Department Project Manager JUSTIN FREDERIKSEN, P.E. r Pelican Engineering Associates Inc. IT Electrical Project Manager JOHN SOKOLIK T Mechanical/Plumbing/Electrical/Fire Protection CHARLES P. SPELMAN, P.E. Plumbing/Gas/Fuel Piping Systems/Mechanical Designer KATHY MINZEY I PLC Software/ 1/0 Design THOMAS BURKETT I AutoCAD/Lighting Photometry Designer FRANKIE HENDRIX I Mechanical Engineer NATHAN BECKMAN electrical, Instru fnrPubli !L r`nnt m Simmonds Electrical Swanson's Electrical Ulanson's LECTRIC Earth View v EARTHVI EW Data Flow Systems Data Ik�~ Cella Molnar CELLAMOLNAR 10 wm PROJECT MANAGEMENT PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency The Pump Station Emergency Power Resiliency Design -Build Project will require significant coordination between QE + GM + PE and Collier County. In response, the QE + GM + PE management team is efficiently structured and is focused on strong communication, coordination, and decision making. With over 250 local employees and 350+ pieces of modern heavy equipment, QE + GM + PE have the resources of large competitors but an attentive and responsive management structure characteristic of a small firm. QE's Corporate Office/ Equipment Yard is located in the White Lake Industrial Park, only 1.5 miles from Interstate 75. 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 oversee emergency backup power equipment installation, GM will provide all design, permitting, and engineering efforts, and PE will manage all electrical, instrumental, and SCADA design. QE's multiple concrete and utility crews will self -perform the following items: survey, site, concrete pad and pump installation, ductile iron pipe and valves, HDPE pipe fusing/ installation, and bypass pumping. 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. CONSTRUCTION RESOURCES QE is prepared for the Pump Station Emergency Power Resiliency Design -Build Project. 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 250 local employees and 350 + pieces of modern heavy construction equipment, the QE + GM + PE 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 2016 - Present: Number of Employees 2016 2017 2018 - Present PROJECT MEETINGS New Equipment + Vehicles Purchased Number of Jobs QE's Corporate Office/ Equipment Yard is located in the White Lakes Industrial Park, only 1.5 miles from Interstate 75. GM's Corporate Office is located just north of the Collier County line, and PE's Corporate Office is less than 2.5 miles to Interstate 75. Meetings between QE + GM + PE and Collier County can be held at any of the three locations and easily followed by site visits if desired. This is a great benefit for Collier County. QE + GM + PE PROPOSE THE FOLLOWING MEETING APPROACH FOR THIS DESIGN -BUILD PROJECT: • Kickoff meeting prior to project start to review project objectives and initiate coordination with County staff. • Design review meetings at 60%, 90%, and 100% plans to field questions and incorporate questions from County staff. • Biweekly project progress meetings. • Additional meetings as necessary to coordinate with suppliers, regulatory agencies, etc. • Public meetings as necessary to inform residents, area businesses, etc. 11 PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency DESIGN -BUILD MANAGEMENT TEAM & STAFFING This Design -Build project will require significant coordination between QE + GM + PE and Collier County. QE+ GM + PE'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 + PE team is efficiently structured: Louis J. Gaudio serves as QE's Vice President and will oversee Matt A. Casey, the team's Construction Project Manager for the Pump Station Emergency Power Resiliency Design -Build Project. Additionally, Eric D. Blair will serve as the Construction Superintendent, Alex Dunko, P.E. will serve as the Design Project Manager, and John Sokolik will serve as the Electrical Project Manager. *There have been no changes made to the original QE + GM + PE Design -Build team. Louis Gaudio will oversee the project, and Matt Casey, QE + GM + PE's Construction Project Manager, will be available to Collier County at all times and will guide construction operations. Matt will be supported by a qualified administrative staff and will work closely with GM + PE, specifically Alex Dunko and John Sokolik, throughout this project. QE + GM + PE's management staff will remain hands on to identify opportunities, address challenges, and to mitigate risks. QE ensures that Eric Blair, the Project's Superintendent, will remain on site with the construction crews at all times and that regular site visits will be performed by other lead staff throughout the process. KEY PERSONNEL COMMITMENT Preconstruction Construction 4_ 30% 40% 30% 75% 75% 30% 100% 30% 60% 30% 60% 80% 50% 80% 50% 50% 50% 30% 70% 50% 50% 80% 50% 80% 50% Louis J. Gaudio QE Vice President Harlan Sawyer QE Estimator Matt Casey QE Construction Project Manager Eric Blair QE Construction Superintendent Margarita Negron QE Manager of Health & Safety Isa Carreras QE Project Administrator/ EEO Compliance Officer Alex Dunko GM Design Project Manager Julien Devisse GM Design Project Engineer Donald Saintenoy GM Survey Project Manager Rick Featherstone GM QA/ QC Justin Frederiksen GM Department Project Manager John Sokolik PE Electrical Design Project Manager Thomas Burkett PE PLC Software/ 1/0 Design WZZ PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency LOUIS J. GAUDIO QE I Vice President • 30+years of Construction Industry Experience • 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, Collier County, Naples Airport Authority, and the Town of Q Fort Myers Beach to list a few j W MATT CASEY QE I Construction Project Manager • 6+ years of Construction Industry Experience • Significant experience working with Collier County on more than 35 Wastewater Treatment Plants, Lift Station Repairs, and Master Pump Station Projects • Strong understanding of SWFL Construction and Regulatory Conditions ERIC BLAIR QE I Construction Superintendent • 24+ years of Construction Industry Experience • Extensive background working with Collier County's Engineering and Project Management Division • Holds CDL Class A, MOT Certification, Asbestos Certifcation, Storm Water Collection Certification, Trench Safety and Excavation Certification, and Confined Space Entry Certification ALEX DUNKO, P.E. GM I Design Project Manger • 7+ years of Experience with various Water, Wastewater, and Site Development projects • Extensive experience with Collier County Public Utilties' Engineering and Project Management Division on the construction of multiple new Wastewater Pump Stations and Rehabilitations pill: R_&*1y&11_g1:1 PE I Electrical Design Project Manager • 37+ years of Industry Experience • Manage PE's Corporate Direction, Project Management, Scheduling, and Quality Control • Worked for 5 years as the Senior Electrical Designer for Collier County projects • Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. • Oversees all QE Pump Station Rehabilitation Projects • Louis will support Matt Casey on the Pump Station Emergency Power Resiliency Design -Build Project • Holds advanced FDOT MOT Certification, FDEP Stormwater, Erosion & Sedimentation Control Inspector Certification, Asbestos Contractor/ Supervisor Certification, and Confined Space Entry Certification • Matt will oversee all construction operations, utilize Viewpoint Software, and will work closely with Alex Dunko, PE, and John Sokolik on the Pump Station Power Resiliency Design -Build Build Project • Strong understanding of SWFL Construction and Regulatory Conditions • Eric will oversee daily construction activities and field operations, while utilizing Viewpoint software to generate electronic daily reports from the field, on the Pump Station Power Resiliency Design -Build Project • Strong Design Background on Large & Small Diameter Transmission Watermain Components • Project Management, Public Relations, and Construction Administration Experience, including Collier County Pump Station Resiliency Site Evaluations • Alex will serve as the Design Project Manager on the Pump Station Power Resiliency Design -Build Project • Experienced with system Forensic Evaluation, Construction Administration services, Design and Specification services utilizing the latest proven products and details per manufacturers recommendations and observing environments of use • Specializes in Emergency Power Systems, Back Up Generators and Life Safety Lighting Design, and Electrical Service Replacement 13 WZZ PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency 00- KEY RESOURCES As one of the largest local heavy civil contractors, QE is prepared for the Pump Station Emergency Power Resiliency Design -Build Project. With over 250 employees, including utility and concrete crews, the company has a large and skilled workforce and is proud to celebrate 51 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 QTY. QE + GM + PE is the local choice for this Design -Build project. QE's Corporate Office/ Equipment Yard is located in the White Lakes Industrial Park, only 1.5 miles from Interstate 75. GM's Corporate Office is located just north of the Collier County line, and PE's Corporate Office is less than 2.5 miles to Interstate 75. Therefore, Key Personnel can be on location quickly should the need arise. Meetings between QE + GM + PE and Collier County staff can be held at any of the three office locations and easily followed by site visits if requested. QE's close location to the interstate allows for prompt equipment mobilization, resulting in significant cost savings for Collier County, and also improves coordination and communication. The QE + GM + PE team maintains strong relationships with Collier County and regulatory agencies, is familiar with vendor pricing and availability, and commits to staffing this project with local personnel. The map to the right shows the distance between the various project sites and QE + GM + PE's office locations. SCHEDULE & CPM Based on QE's Design -Build experience with Collier County, it is known that the Board of County Commissioners will need to approve the project twice: once to negotiate with the Design -Build Team and then a final approval of the contract. This process usually takes several months to complete, thus QE + GM + PE's assumed Notice to Proceed (NTP) date of April 1, 2021 shown on the proposed CPM Schedule. Upon NTP, QE + GM + PE will immediately start field survey work of all 14 sites. This information will be used to develop the 60% plans and to confirm that all work is occurring within Collier County ROW. QE + GM + PE have allocated (2) weeks for County review at each interval of Design Drawings. Upon completion of drawings, the team will apply for all applicable permits and begin procurement of Generators and Bypass Pumps. Estimated time for procurement of equipment is (5) months, inclusive of shop drawing review and approval. For field construction activities, QE + GM + PE have devised a schedule by which field work will commence immediately upon receipt of all permits. QE's concrete and utility crews, along with the team's electrical crews, will move from site to site completing all underground conduit installation and construction of concrete pads. The last pad is anticipated to be completed by end of January 2022, with the arrival of the first generator to occur in early February 2022. Generators and Bypass pumps will be scheduled to arrive on consecutive days so that all equipment is set by mid March 2022. Wiring, piping, and SCADA work will commence at each site upon setting equipment. A start up has been allocated to each site and will be coordinated with County Staff. Final completion of the project is projected to be mid April 2022. This timeframe is approximately 5 months ahead of the projected schedule indicated by the County's project Schedule. 14 wzz PROJECT TEAM APPROACH RIPS 20-7760 Pump Station Emergency Power Resiliency Quality Enterprises USA, Inc. Collier County RPS - Step 2 Design -Build of Pump Station Emergency Power Resiliency ID 8 Task Mode Task Name Duration Start March Mar April Apr May May June Jun July Jul August Auo September Sep October Oct November Nov December Dec January Jan February Feb March Mar April A r May Ma 1 dr 04 -4 E4 E4 E4 04 04 04 04 04 04 04 04 04 04 M4 E4 E4 E4 04 04 04 04 04 1!� 04 04 04 04 04 M4 E4 E4 Design and Permitting Notice to Proceed (Assumed) Site Surveys Development of 60% Plans County Review Development of 90% Plans County Review Development of 100% Plans County Review SDPI Permit ROW Permit Building/Electrical Permit Procurement of Diesel Generators (20 weeks) Procurement of Diesel By Pass Pumps Construction Diesel Generator Sites PS 108.04 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration PS 112.01 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up 226 days Thu 4/1/21 1 day Thu 4/1/21 20 days Fri 4/2/21 25 days Fri 4/30/21 10 days Fri 6/4/21 25 days Fri 6/18/21 10 days Fri 7/23/21 25 days Fri 8/6/21 10 days Fri 9/10/21 40 days Fri 9/24/21 40 days Fri 9/24/21 40 days Fri 9/24/21 100 days Fri 9/24/21 100 days Fri 9/24/21 105 days Fri 11/19/21 81 days Fri 11/19/21 74 days Fri 11/19/21 1 day Fri 11/19/21 5 days Mon 11/22/21 5 days Mon 11/29/21 1 day Fri 2/11/22 5 days Mon 2/14/22 5 days Mon 2/21/22 1 day Mon 2/28/22 2 days Tue 3/1/22 74 days Mon 11/22/21 1 day Mon 11/22/21 5 days Tue 11/23/21 5 days Tue 11/30/21 1 day Mon 2/14/22 5 days Tue 2/15/22 5 days Tue 2/22/22 1 day Tue 3/1/22 1 F 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: Project Schedule Date: Tue 10/13/20 10 7 2 Task Split ......................... Milestone ♦ Summary ii Project Summary r ------- i Inactive Task Inactive Milestone Inactive Summary I Manual Task Duration -only _.I Manual Summary Rollup I Manual Summary I—i Start -only C Finish -only ] External Tasks External Milestone O Deadline i Progress Manual Progress Page 1 15 PROJECT TEAM APPROACH RIPS 20-7760 Pump Station Emergency Power Resiliency Quality Enterprises USA, Inc. Collier County RPS - Step 2 Design -Build of Pump Station Emergency Power Resiliency ID aMode Task E4 04 04 04 M4 04 04 E4 04 04 04 M4 04 04 E4 04 1!� 04 M4 04 04 E4 04 04 04 M4 04 04 E4 04 04 04 M4 04 Task Name Restoration PS 143.00 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration PS 167.08 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration PS 179.00 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration PS 300.20 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring Duration Start 2 days Wed 3/2/22 74 days Tue 11/23/21 1 day Tue 11/23/21 5 days Wed 11/24/21 5 days Tue 12/7/21 1 day Tue 2/15/22 5 days Wed 2/16/22 5 days Wed 2/23/22 1 day Wed 3/2/22 2 days Thu 3/3/22 74 days Wed 11/24/21 1 day Wed 11/24/21 5 days Thu 11/25/21 5 days Tue 12/14/21 1 day Wed 2/16/22 5 days Thu 2/17/22 5 days Thu 2/24/22 1 day Thu 3/3/22 2 days Fri 3/4/22 74 days Thu 11/25/21 1 day Thu 11/25/21 5 days Fri 11/26/21 5 days Tue 12/21/21 1 day Thu 2/17/22 5 days Fri 2/18/22 5 days Fri 2/25/22 1 day Fri 3/4/22 2 days Mon 3/7/22 74 days Fri 11/26/21 1 day Fri 11/26/21 5 days Mon 11/29/21 5 days Mon 12/6/21 1 day Fri 2/18/22 5 days Mon 2/21/22 March Mar April Apr May May June Jun July Jul August Aucl September Sep October Oct November Nov December Dec January Jan February Feb March Mar April A r May Ma 35 1 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: Project Schedule 10 7 2 Date: Tue 10/13/20 Task Split ......................... Milestone ♦ Summary ii Project Summary ii Inactive Task Inactive Milestone Inactive Summary o Manual Task Duration -only Manual Summary Rollup o Manual Summary l—i Start -only E l Finish -only 7 External Tasks External Milestone Deadline i Progress Manual Progress Page 2 16 PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency Quality Enterprises USA, Inc. Collier County RPS - Step 2 Design -Build of Pump Station Emergency Power Resiliency ID aMode Task M4 04 04 E4 W4 04 E4 04 04 M4 04 E4 04 04 E4 04 04 E4 04 04 M4 04 E4 04 04 E4 04 04 M4 04 04 M4 04 Task Name SCADA Start Up Restoration PS 302.08 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration PS 309.07 Survey Installation of Conduits Construct Slab Install Generator Electrical Wiring SCADA Start Up Restoration By Pass Pumps PS 103.03 Survey Installation of Conduits Construct Slab Install By Pass Pump Install Piping into Wet Well Electrical Wiring SCADA Start Up Restoration PS 107.50 Survey Duration Start 5 days Mon 2/28/22 1 day Mon 3/7/22 2 days Tue 3/8/22 74 days Mon 11/29/21 1 day Mon 11/29/21 5 days Tue 11/30/21 5 days Mon 12/13/21 1 day Mon 2/21/22 5 days Tue 2/22/22 5 days Tue 3/1/22 1 day Tue 3/8/22 2 days Wed 3/9/22 74 days Tue 11/30/21 1 day Tue 11/30/21 5 days Wed 12/1/21 5 days Mon 12/20/21 1 day Tue 2/22/22 5 days Wed 2/23/22 5 days Wed 3/2/22 1 day Wed 3/9/22 2 days Thu 3/10/22 97 days Wed 12/1/21 79 days Wed 12/1/21 1 day Wed 12/1/21 5 days Thu 12/2/21 5 days Mon 12/27/21 1 day Wed 2/23/22 5 days Thu 2/24/22 5 days Thu 3/3/22 5 days Thu 3/10/22 1 day Thu 3/17/22 2 days Fri 3/18/22 84 days Thu 12/2/21 1 day Thu 12/2/21 March Mar April A r May Ma June Jun July Jul August AugSe September October Oct November Nov December January Dec Jan February March Feb Mar April A r May Ma 69 F 1 F 11 IF 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 Project: Project Schedule 10 7 2 Date: Tue 10/13/20 Task Split ......................... Milestone ♦ Summary ii Project Summary ii Inactive Task Inactive Milestone O Inactive Summary V Manual Task Duration -only Manual Summary Rollup 0 Manual Summary ii Start -only C Finish -only ] External Tasks External Milestone Deadline i Progress Manual Progress Page 3 1 PROJECT TEAM APPROACH RPS 20-7760 Pump Station Emergency Power Resiliency Quality Enterprises USA, Inc. Collier County RPS - Step 2 Design -Build of Pump Station Emergency Power Resiliency ID 8 Task Mode Task Name Duration Start March Mar April Apr May May June Jun July Jul August AugSep September October Oct November Nov December Dec January Jan February Feb March Mar April A r May Ma 103 04 04 04 E4 04 04 M4 04 04 04 E4 04 04 M4 04 04 04 E4 04 04 M4 04 04 04 E4 04 04 M4 04 04 04 E4 Ail Installation of Conduits 5 days Fri 12/3/21 Construct Slab 5 days Mon 1/3/22 Install By Pass Pump 1 day Thu 3/3/22 Install Piping into Wet Well 5 days Fri 3/4/22 Electrical Wiring 5 days Fri 3/11/22 SCADA 5 days Fri 3/18/22 Start Up 1 day Fri 3/25/22 Restoration 2 days Mon 3/28/22 PS 110.00 89 days Fri 12/3/21 Survey 1 day Fri 12/3/21 Installation of Conduits 5 days Mon 12/6/21 Construct Slab 5 days Mon 1/10/22 Install By Pass Pump 1 day Fri 3/11/22 Install Piping into Wet Well 5 days Mon 3/14/22 Electrical Wiring 5 days Mon 3/21/22 SCADA 5 days Mon 3/28/22 Start Up 1 day Mon 4/4/22 Restoration 2 days Tue 4/5/22 PS 304.01 94 days Mon 12/6/21 Survey 1 day Mon 12/6/21 Installation of Conduits 5 days Tue 12/7/21 Construct Slab 5 days Mon 1/17/22 Install By Pass Pump 1 day Mon 3/21/22 Install Piping into Wet Well 5 days Tue 3/22/22 Electrical Wiring 5 days Tue 3/29/22 SCADA 5 days Tue 4/5/22 Start Up 1 day Tue 4/12/22 Restoration 2 days Wed 4/13/22 Project Substantial Completion 1 day Fri 4/15/22 Punch List 20 days Mon 4/18/22 Final Completion 1 day Mon 5/16/22 Completion Shown by Collier County Per RFP - Sept 2022 1 F 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 Project: Project Schedule 10 7 2 Date: Tue 10/13/20 Task Split ........I ............. Milestone ♦ Summary ii Project Summary ii Inactive Task Inactive Milestone m Inactive Summary I Manual Task Duration -only Manual Summary Rollup I Manual Summary r ------1 Start -only C I Finish -only ] External Tasks External Milestone Deadline Progress Manual Progress Page 4 18 41 07 . R �(y �,. ti � �� �� � iiii i rt ■ TECHNICAL INFORMATION I T IL ■ ro�ro� =arvner�m TECHNICAL INFORMATION wmm RPS 20-7760 Pump Station Emergency Power Resiliency ► DESIGN & CONSTRUCTION STANDARDS The improvements associated with this Design -Build project will adhere to the following standards: • Collier County Water -Sewer District Utilities Standards Manual • Construction Standards Handbook for Work within the Public Right -Of -Way Collier County, Florida • Collier County Landscape and Irrigation Specifications for Beautification Improvements within the Public Right -of -Way • Florida Department of Environmental Project & the Florida Administrative Code Requirements & Standards • Recommended Standards for Wastewater Facilities (10 State Standards) • Collier County Land Development Code ► DEVIATIONS FROM DESIGN CRITERIA PACKAGE QE + GM + PE'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 Pump Station Emergency Power Resiliency Design -Build project. ► PERMITTING It is anticipated that this Design -Build project will include permitting efforts for the installation of the new auxiliary backup power systems. In Collier County, pump stations are typically located within a County Utility Easement (C.U.E.); however in some instances the pump station may be located within the Collier County ROW. Any work to take place within the Collier County ROW requires the completion and submission of a ROW Permit Application. The Right-of-way Application GROWTH MANAGEMENT DEPARTMENT permit application requires the submittal of plans and the County's one page permit application form. All work must conform to the Construction Standards Handbook for Work Within the Public Right -Of -Way Collier County, Florida. For any areas where lane or sidewalk closures are required to complete the pump station work, for instance PS 300.20 on McCarty Street, proper MOT must be utilized per the Florida Department of Transportation and should be designed per the FDOT indices or by an individual with an FDOT Advanced MOT Certification. In accordance with Collier County's Land Development Code (LDC), work within a platted parcel or CUE requires a permit submittal known as an Insubstantial Change to the Site Development Plan (SDPI) of the associated water reclamation facility. Collier County currently has two permitted water reclamation facilities, therefore the SDPI is submitted to either the North or South Facility based on where the pump station in question ultimately pumps to. The SDPI typically includes the paving, grading, drainage, water, sewer, and landscape improvements being performed. The fees associated with the SDPI permit are based on the engineer's opinion of probable cost for the proposed work. The permit fee is determined by a percentage of the EOPC and is for the review of the plans and the associated inspections during construction. The pump station work is typically performed for the Collier County Public Utilities Department and therefore the fees for inspection and review for sewer and any water work proposed are excluded from the permitting cost. An approved SDPI is required to be submitted by the Contractor when applying for their building permits. ROW PERMITTING & INSPECTION 2&00 NORTH HORSESHOE DRIVE, NAPLES, FLORIDA 34104 ROW Section Telephone Number: 252-2400 Inap—a Telephone Numbs FILL IN ALL APPLICABLE INFORMATION RIGHT-OF-WAY PERMIT # PSP# SDP/AR# BUILDING PERMIT# PROJECT NAME Check Riaht-of-Wav mruamn(noseose ramllr ree) aluu Renewal/Revision (Unexpirotl Permit) $100 ❑Copy of house survey with Jackand-SoralDinadional Bore $500 A sketch for the request Sprinkler Head Placement in the ROW $50 ❑ Application fee Open -Cut Construc4on $2,000 ❑ Details for request Miscellaneous Events $200 (location, size, etc.) Diner L RenewallModiFlcalion(Unexpired Perak) ❑ Jack-and-Bore/Directional Bore $500 $1,000 $1,000 $2,000 ❑ Sprinkler Head Placement in the ROW $200 $400 ❑ Tum-lane/Metlian Construction $1,500 $3,000 ❑Open -cut Constructlon $4,000 $6,000 ❑ Workmthe ROW without Lane Closures $50T/$100♦ $100T/$200� ❑ Work m the ROW with Lane Closures See Exhibit "A" ♦ oUSN.-NOV. ❑ PSC Regulated Franchise Utility $100+$50 per dayA O-W`Y E]Miscellaneous Events (Road Cloeurea) Inspection Fee (when required) $200 ❑Ri ht-of-wa War the fact dx Normal Fee Mezimum of $24,000.00 COMMERCIAL ONLY: FEE TO BE PAID Please submlt2 setsofsined sad sealetl Ions Est. Number of Days in ROW(koppkwhle) Please Pont Total Amount o'd-0 oats Pela Make checks payable to: Board of Count Commissioners Recei p Approval is hereby requestetl by (Owner Name) For the purpose of AVon (project ..at Address) Lot No. Block Unll Tract Pci of Tract N E S W Subdivision Sec. Twp. Fig.. E. Folio No. Property Neme Contractor/ Owner's Into. Contact Name Mailing Add- InfAk.at rma ct Name g Add Kleli'itphom Ci /State/zi CItateal Telephone E-Mail:I Contractors Licenae Number m.ea qaa, eoaaleoaa aeaty R uo co�rry ��ry ao uc g r ay co�myaae sate. ntler pe aftW. d perjury. I declare lM1at anaatin- 0 provalaxempl M atl Me bmoing permltappllcatlon and tM1sl race ateteC in Aare ram galning apfre ry State. Fe— or Lxal Agenplae aing,aH4ld,a o r„eprapaeW.* X Authorized Signature As this is a Design -Build project and includes the construction of the work, an electrical permit will be required for all stations. Other building permits may be necessary depending on the associated site improvements. No permitting through the Florida Department of Environmental Protection will be required. Environmental permitting through both the South Florida Water Management District and the U.S. Army Corp of Engineers may be required depending on the location of the pump stations. wm TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency MEET QE'S SAFETY TEAM Mr. Kelley provides safety consulting and training to personnel at all job sites. He completes weekly site safety reviews to ensure that crews utilize proper equipment and procedures and facilitates monthly classes on a variety of items, such as overhead power lines, manholes, and ladder safety. Margarita Negron has 20+ years of construction industry experience. Mrs. Negron enforces compliance with government regulations, acts, and standards. She sets and reviews health and safety guidelines in order to minimize accidents and injuries. Isa Carreras facilitates all EEO compliance and training for QE personnel. She also assists with continued safety education for construction crews by overseeing the weekly toolbox talks, and is responsible for submitting project permits and revisions. PUMP STATION EMERGENCY POWER RESILIENCY PROJECT SAFETY PLAN QE maintains a real-time safety program and continuously implements new cutting -edge safety measures. Employee involvement is key to company success, and QE prioritizes on -going safety training programs throughout the year. QE's management team works alongside field personnel to create specialized safety policies and procedures for the diverse industry, and employees are trained to recognize safety concerns, issues and/ or potential hazards. QE works diligently to reduce and eliminate exposure to employees, subcontractors, and the public. QE works with Safe Site Consulting, Inc. to oversee all company safety measures. Established in 1999, Safe Site successfully provides safety consulting and training to various construction companies throughout Florida. QE recently updated the company's written Safety Manual and holds new employee orientation and formal safety training courses. Courses include, but are not limited to: Excavation Safety, Confined Space Entry and Rescue, Rigging Safety, MOT, and Tool Safety. QE also provides proper, maintained, and specialized safety equipment to each working crew. Personal Protective Equipment (PPE) is provided to each employee and safety policies are strictly enforced throughout the company. Weekly safety inspections are completed by Superintendents and Safe Site Consultants at various QE construction sites/ maintenance facilities to ensure OSHA safety compliance. Weekly safety meetings are also completed by each working crew. SAFETY IS INGRAINED IN OUR CULTURE. QE + GM + PE prioritize safety for the Pump Station Emergency Power Resiliency Design -Build project. The team has analyzed the project and will adhere to the following safety protocols: • MAINTENANCE OF TRAFFIC: The safety of construction crews, vehicular traffic, and pedestrians within the work zone are of utmost importance. QE's Safety Committee (consisting of field personnel, management, and the company's safety consultant) collaborated with Bob's Barricade on MOT plans to provide a secure and safe environment for all involved. Approved traffic safety devices will be inspected and maintained before and during each work shift, as well as confirming that all devices are set in place per approved plans. CONFINED SPACE ENTRY: QE understands the potential dangers related to confined space entry. In response, QE has developed a comprehensive confined space entry program to address proper safety policies and procedures. QE owns air monitoring equipment, ventilation systems, and rescue tripod/harness systems to provide safety to their employees and to comply with OSHA standards. All confined space entry procedures begin with an approval and use of a permit. Projects are evaluated and specific procedures are developed for employees to follow. Additionally, employees have received safety training to understand company policies, OSHA standards, and use of the rescue equipment. QE prioritozes employee & public safety. • ELECTRICAL WORK: Electrical work will be completed by certified electricians. Controlling hazardous energy (Lockout/Tagout) will be mandated during any hot work and overhead electrical powerlines will be identified at the start of the project. QE will contact FPL to identify the voltage and proper clearance for work operations. Employees are trained to evaluate their work zone and comply with OSHA standards. " QE has proven that when management and field personnel work as a team, a productive company safety program is established and produced." 20 TECHNICAL INFORMATION wzz RPS 20-7760 Pump Station Emergency Power Resiliency COLLIER COUNTY PUMP STATION EMERGENCY POWER RESILENCY PROJECT Engineers Observation Report PEAI # 200805 September 3, 2020 This report is based on Electrical Site Observations: 1) To provide resiliency and backup through the design and construction of proposed diesel generator or diesel pump systems 2) Determine the Electrical deficiencies and components needed at each station 3) Provide a plan of action for each station Prepared by: John Sokolik, Managing Member Submitted to: Jim Flanagan, Procurement Strategist Procurement Services Division 239-252-8946 Jim.flanagangcollercountyfl. gov Pelican Engineering Associates, Inc. 4584 Mercantile Avenue, Suite B Naples, Florida 34104 239-631-5333 Charles Spelman Digitally signed hyChades Spelman Date: 2020.10.13 12:17.41 -04'00' Signed: Charles P Spielman, P.E. Professional Engineer Florida Registration No: 34925 21 WZZ TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Project Sites: 14 Pump Stations 1.0 Pump Station 103.03 PUMP 221 Cypress Way East Palm River Estates Site Observation Notes: Overhead Power lines, 240Al2OV, 30 Utility supply voltage Control Cabinet was clean with no signs of water infiltration. No pump motor description tags within enclosure. As -built drawings and quality control log were present in literature pocket. Eaton 250A frame circuit breaker with 100A thermal trip unit, in NEMA 4X enclosure. Deficiencies: Loss of Surge protection on phase `A" (2) Green conductors connect to Neutral Kit listed for (1) conductor and sized 4-350kcmil There is no duct seal at pump motor conduits Surge Arrester Ditek DTK120/240CM protection indicator lights are not illuminated, surge protection lost. No PPE protection labels noted on equipment for level of protection Plan of Action: Surge protection devices should have alarm relay contacts and preferably connected to the SCADA system to report loss of protection. Replace Surge Arrestor at the service disconnect and the Ditek arrestor in Control Cabinet identified as SS-2 Provide PPE protection labels on all equipment for level of protection Neutral Kit listed for (1) conductor land 4 AWG, or provide DS468GK ground kit for both conductors Pelican Engineering Observation Report 2 22 wm Neutral Kits, Insulated and Groundable Maximum Enclosure Main Lug Size Rating (A) Cu/Al TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Catalog Number 100 SFDN190 (1)14-1/0 DHSOONK RFON100 100 (all others} (1)14-1/0 INK100 250 (1) 4-350 kcmil INK250 400 (1) 4- 600 kcmil or INK400 (2) 1/0-250 kcmil 600 (2) 250-500 kc m i I I N K600 1200 (4) 3/0-750 kcmiI DS800NK -T, Note D Far use with 800 A and 1200 A M and N frame, and 100% rated. Ground Lug Kit Capacities Minimum Maximum Ground Lug Kit Wire Size Wire Size Wire Type DG030GB #14 #4 CUTAL DS100GK (7) #14 (7) #4 CU/AL DS200GK (2) #14 (2) 42 CUTAL DS468GK (2) #6 (21250 kcmil CUTAL Note C Additional Grounding is available as a Factory Modification, through the Switching Device Flex Center Add Suffix G to the end of switch catalog number. Pelican Engineering Observation Report 3 23 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Crane use must observe equipment located directly under Utility Power Lines To be effective surge protection device conductors are to be short and straight as possible (grounding conductor in wirenut, phase conductors curved) Neutral conductor terminal lug rating (yellow) or install euipment ground kit here (white) to comply see terminal tables on page 6 Pelican Engineering Observation Report 4 24 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Phase `A' indicator light is out, loss of surge protection. Surge protection devices should have alarm relay contacts and preferably conntected to the SCADA system to report maintenance is required. Protection indicators not lit (white) Pelican Engineering Observation Report 5 25 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 2.0 Pump Station 107.5 PUMP 7165 Tree Line Drive Old Cypress Site Observation Notes: Electrical service from pad mount 240Al20V, 30 Utility transformers. Only one pump motor had description tag. Quality control log was present in literature pocket. No sign of water infiltration or corrosion, utility meter enclosure has 1 service entrance raceway and (1) spare 2" PVC raceway with plastic bushing. Eaton 250A frame circuit breaker with 100A thermal trip unit in NEMA 4X enclosure. Deficiencies: No deficiencies observed No PPE protection labels noted on equipment for level of protection Plan of Action: Provide PPE protection labels on all equipment for level of protection 2nd (empty) raceway from utility transformer Pelican Engineering Observation Report 6 26 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 3.0 Pump Station 108.04 GENERATOR 955 Fountain Run Fountainhead at the Vineyards Site Observation Notes: Electrical service from pad mount 240Al20V, 30 Utility transformers. Each of two pump motor have description tags. No Quality Control log was present in literature pocket. No sign of water infiltration or corrosion in Control Cabinet. Some signs of corrosion, cause unknown No service disconnect overcurrent protection. There is no overcurrent protection after the meter as this is a non -fused safety switch. Deficiencies: Electrical non -fused safety switch has several issues, corroded wire terminations, water infiltration, weather seals on inside cover of door missing or deformed, locknut affixing the power conduit to the disconnect enclosure are small, rusted parts of what was a locknut. No plastic bushing protecting conductors. Bolt at lower left corner of disconnect has lost its strut spring nut. Raceway from safety switch to Control Cabinet is not supported. Service entrance conduit to meter not supported Fittings in Control Cabinet and at Junction box are failing to provide mechanical support No PPE protection labels noted on equipment for level of protection Plan of Action: Replace non -fused safety switch with 100A, 3-pole, service rated main breaker in NEMA 4X enclosure. Verify Control Cabinets are rated as Service Rated Equipment Support service and disconnect raceways per NEC Chapter 3 Replace failing fittings in Control Cabinet and at Junction box Remove extension cord and replace the GFCI receptacle within the control cabinet, replace the bolt in the generator receptacle Provide PPE protection labels on all equipment for level of protection Pelican Engineering Observation Report 7 27 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Service disconnect loss of mounted support (orange) , rust from steel backplate is corroding the stainless steel interior (red) Service disconnect loss of mounted support (orange) Metal locknut has disintegrated (yellow) and no plastic bushing Pelican Engineering Observation Report 8 28 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency W ft O�' iffi. 2� s Missing gasket material (orange), masking material that supports the gasket (red) Pelican Engineering Observation Report 9 29 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Very little gasket remains inside the cover of the service disconnect Terminal lugs of 6 AWG corroded (white), rusting back plate (yellow) Pelican Engineering Observation Report 10 a Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Locknut fittings are failing at Junction box (white) Locknut fittings are failing in Control Cabinet(white), no duct seal used to block gases Someone has fitted the control cabinet with a 120V power cord (see orange extension cord removing a bolt from the generator receptacle for the cord to pass thru. Pelican Engineering Observation Report 1 1 31 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Raceways not supported by conduit strap or listed fitting (white) spare conduit from utility transformer (green) Pelican Engineering Observation Report 12 32 wz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 4.0 Pump Station 110.00 PUMP 385 Edgemere Way North Wyndemere Site Observation Notes: This was not observed Deficiencies: Plan of Action: Pelican Engineering Observation Report 13 33 WZZ TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 5.0 Pump Station 112.01 GENERATOR 975 Imperial Golf Course Blvd Imperial Golf Club Development Site Observation Notes: Electrical service 240/120V, 10 Utility transformer. Only one pump motor had description tag. Cabinet fan not functioning. No sign of water infiltration or corrosion. Control Cabinet equipped with VFD units, no duct seal at pump motor conduits. Service disconnect seals in good condition and interior is clean. Eaton 250A frame circuit breaker with 100A thermal trip unit, listed for use on single phase AC circuits in NEMA 4X enclosure. There is adequate room for a stationary generator Deficiencies: No PPE protection labels noted on equipment for level of protection Verify green equipment grounding conductor is 4 AWG as listed for Neutral terminal Plan of Action: Provide PPE protection labels on all equipment for level of protection Replace green equipment ground if found to be smaller than lug listing Neutral Kits, Insulated and Groundable Maximum Enclosure Rating (A) Main Lug Size Cu/Al Catalog Number 100 5FDN100 RFDN100 (1) 14-110 DH100NK 100 (all othersl (1) 14-1/0 INK100 2150 (1) 4-350 kcmil INK250 400 (1) 4--6Q0 kcmil or (2) 1/0-250 kcmil INK400 600 (2) 250-50D kcmil INK600 1200 14) 3/0-75D kcm 11 D S800N K -T, Nate T For use with 800 A and 1200 A M and N frame, and 100°/fl rated Pelican Engineering Observation Report 14 34 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 6.0 Pump Station 123.00 PUMP 103 Barefoot Circle Lely Barefoot Beach Site Observation Notes: Electrical service 240/120V, 30 Utility transformer. Lift Station data sheet is in literature pocket. No sign of water infiltration or corrosion in Control Cabinet, no duct seal at pump motor conduits. Conduit from safety switch to the Control Cabinet is not supported and not square and level Cutler Hammer DH363UWK, 100A, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket has failed Deficiencies: Electrical non -fused safety switch has several issues, corroded wire terminations, water infiltration, weather seals on inside cover of door missing or deformed, locknut affixing the power conduit to the disconnect enclosure are small, rusted parts of what was a locknut. No plastic bushing protecting conductors. Bolt at lower left corner of disconnect has lost its strut spring nut. No PPE protection labels noted on equipment for level of protection Plan of Action: Replace non -fused safety switch with a 100A, 3-pole, service rated main breaker, NEMA 4X, service disconnect. Verify Control Cabinets are rated as Service Rated Equipment Support service and disconnect raceways per NEC Chapter 3 Replace failing fittings in Control Cabinet and at Junction box Replace cracked concrete post and level second post or reset. Provide new stainless - steel strut connected to both posts and re -support equipment enclosures Provide PPE protection labels on all equipment for level of protection Pelican Engineering Observation Report 15 35 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Concrete posts are set at different heights and not set level or parallel with the other posts, equipment not level. Support strut in pieces and not connect to both support posts. Pelican Engineering Observation Report 16 W TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency { \a Gasket not under enclosure cover (white) , Crack in structural concrete post Pelican Engineering Observation Report 17 37 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Debris inside safety switch, gasket failing (red) weatherproof door support hardware missing from top of enclosure (purple), only bottom support intact, bolts are missing (yellow) Pelican Engineering Observation Report 18 ai TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency V" 20 Lightning arrestor hanging from wiring, terminal lugs are corroded Pelican Engineering Observation Report 19 a wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency weatherproof door support hardware missing from top of enclosure, top and bottom support intact, bolts are missing (yellow) after closing cover the bolts that are not there would pull the door tight to the enclosure Pelican Engineering Observation Report 20 40 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 7.0 Pump Station 136.00 PUMP 1140 Wiggins Pass Rd Sun Lake San Marino RV Community Site Observation Notes: Electrical service 240A/120V, 30 Utility aerial transformer. Lift Station data sheet is in literature pocket. No sign of water infiltration or corrosion. There is no duct seal at pump motor conduits. Conduit from safety switch to the Control Cabinet is not supported and not square and level, lightning arrestor hangs for its wiring where the locknut has deteriorated. Cutler Hammer DH364UWK, 200A, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket had failed to keep out water, bottom of enclosure is rust colored and caused locknut fittings to fail Deficiencies: Electrical non -fused safety switch has several issues, water infiltration, weather seals on inside cover of door missing or deformed, locknut affixing the power conduit has deteriorated. No PPE protection labels noted on equipment for level of protection Plan of Action: Replace non -fused safety switch with a 150A, 3-pole, service rated main breaker, NEMA 4X, service disconnect. Support service and disconnect raceways per NEC Chapter 3 Replace failing fittings in Control Cabinet Replace weather stripping on Control Cabinet door Provide PPE protection labels on all equipment for level of protection Pelican Engineering Observation Report 21 41 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Lightning arrestor Rust lock nut on unprotected conductors The PVC male connecter is split due to expanding rust and needs to be replaced Pelican Engineering Observation Report 22 42 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Left inside top of door of gasket Right inside top of door gasket This is just a poor design, no flat area for the top gasket to press against just a thin metal strip across the top yo1,T6 - 54 MAC{ AMPS _ LbAITRCL SYSTEM: 3L3EI1'F — FLOATS X WETWELL: EIAMETER 9' E21'Y '14T uOCR� SL"x'I1" DRYWDLL- SIZE fi' DOORS 4}"x^9" PSPC CIArvG'CER 6^ �AMf.(1CK Y_ % N S'IZE 3" VALVk'. SILF CONCSENTS: N- ds draiD to Lrf,- dc'P-1- —d wa LxR_1 _ Nr^eds 3CC Ac'c'rptance EatP: - — cONTRCL PANEL - MAIN BKR 15C ANo5 DISCCNNE'C'D Y N S>yA1- OPq'_TYPE Coi..-my RELAY MFH. 9�uaieD D SCON F']0 -P5 STRI'61, 1� EMER.3KR = O AMPS AFTERNLTCR Y n SIZE MI'R. S Y $'CF PIN3 H'f .IEn_eKS _CC �'4:11.— 1-i 243 Pln`IP. &I(R g AMPE PHA -Sr N.CN N SICGLC N -- iNp # OF PINS SI STtLZ'[ CAPACITORS L CN E%R TS AMPS LT'D:G ARRFF M3fR._af] i -N R!1-APAC7— 2_C FiEAy`T. VCiyTS 24 T£RM sTrtIP --- -- 3-G 211 iN1Ri- s-- 20 — SEP3. UY * N .. Control Cabinet obtains a level of water infiltration Pelican Engineering Observation Report 23 43 wmz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Rust is Water line s inside the cabinet then outside the cabinet Pelican Engineering Observation Report 24 44 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Door seal at top center is Door seal at left corner c- Pelican Engineering Observation Report 25 45 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 8.0 Pump Station 143.00 GENERATOR 5556 Yahl Street Industrial Park Pine Ridge Site Observation Notes: Electrical service 480Y/277V, 30 Utility aerial transformer. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top. There is no duct seal at pump motor conduits. No nameplate on service disconnect, 200A, 600V, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket had failed to keep out water, the lightning arrestor locknut fittings has failed, however not hanging from the wiring. Deficiencies: Electrical non -fused safety switch has several issues, water infiltration, weather seals on inside cover of door missing or deformed, locknut affixing the Lightning Arrestor has deteriorated. Control cabinet has several green conductors near grounding lugs that are loose and not terminated No PPE protection labels noted on equipment for level of protection Plan of Action: Replace non -fused safety switch with a 200A, 600V, 3-pole, service rated main breaker, NEMA 4X, service disconnect. Support service and disconnect raceways per NEC Chapter 3 Replace failing fittings in Control Cabinet Replace weather stripping on Control Cabinet door Remake the green conductor splice or joint that has been disconnected in the Control Cabinet Provide PPE protection labels on all equipment for level of protection Pelican Engineering Observation Report 26 46 f•' • }mil �y '• =C�'- f,i ~• /' '- 4L { i. / fj.... ��.rk � SS i ` � ��1-.t •it R -.Ni i � r ' 1 �` '� _ �. ,V l 4r IL " ��,:,;� , *�,,;� �.� �,f�,�'', �, .• ,�J � .�, ,,F � jam, _ . .; f• wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Loose green conductors near grounding lug (white) r, Pelican Engineering Observation Report 28 48 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 9.0 Pump Station 167.08 GENERATOR 9050 Belaire Bay Drive Heritage Bay Site Observation Notes: Electrical service 230ZV120V, 30 Utility pad mount transformers. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top and the one-piece weather seal. Square D safety switch HU363DS, 100A, 600V, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket is in one- piece and new condition Deficiencies: There is no duct seal at pump motor conduits We recommend for safety, that service equipment have overcurrent protection as any fault in the service conductors in the control cabinet will only clear when the utility transformer primary fuse opens the circuit. No PPE protection labels noted on equipment for level of protection Plan of Action: Verify Control Cabinets are rated as Service Rated Equipment Provide PPE protection labels on all equipment for level of protection Duct Seal Conduits entering from the pump junction box Pelican Engineering Observation Report 29 49 wz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 10.0 Pump Station 179.00 GENERATOR 15687 Summit Place Circle Summit Place Community Site Observation Notes: Electrical service 480Y/277V, 30 Utility from pad mounted transformer. Small signs of water infiltration or corrosion along with metal filings on the bottom of the Control Cabinet. There is a drip edge at the top and the one-piece weather seal. There is no duct seal at pump motor conduits. The Generator receptacle cap stays partially open Square D safety switch HU364DS, 200A, 600V, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. Small areas of rust and corrosion were found. The weatherproof gasket is in sections and should be observed again for other means of water access Deficiencies: We find no deficiencies. We recommend for safety, that service equipment have overcurrent protection as any fault in the service conductors in the control cabinet will only clear when the utility transformer primary fuse opens the circuit. Spring cover of the generator receptacle is not completely closing and protecting the receptacle. Utility meter enclosure, top left corner has been damaged. No PPE protection labels noted on equipment for level of protection Plan of Action: Verify Control Cabinets are rated as Service Rated Equipment Replace the spring cover of the generator receptacle. Observe safety switch gasket for other areas causing water intrusion Bend the aluminum meter enclosure to close the separation and exposure of that corner Provide PPE protection labels on all equipment for level of protection Duct Seal Conduits entering from the pump junction box Pelican Engineering Observation Report 30 50 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Insects will grow nests inside the receptacle, spring has been compromised r. IN 1 —y► A break in the bottom weatherproof seal was noted (white), rust (red) and corrosion (yellow) Pelican Engineering Observation Report 31 51 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Top Left corner of utility meter enclosure Pelican Engineering Observation Report 32 52 wz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 11.0 Pump Station 300.20 GENERATOR 5249 McCarty Street Naples Manor Site Observation Notes: Electrical service 230/120V, 10 Utility fed from aerial transformer. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top and the one-piece weather seal. There is no duct seal at pump motor conduits. Cutler Hammer DH363UWK, 100A, 600V, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket is failing Deficiencies: The door to the safety switch does not open to 90 degrees as the door makes contact with the electrical meter adject to the switch. It opens approximately 75 degress. NFPA 70E `Electrical Safety in the Workplace,400.15 (A) (2) "In all cases, the workplace shall permit at least a 90-degree opening of equipment doors or hinged panels" We recommend for safety, that service equipment have overcurrent protection as any fault in the service conductors within the control cabinet will only clear when the utility transformer primary fuse opens the circuit. No PPE protection labels noted on equipment for level of protection Plan of Action: Verify Control Cabinets are rated as Service Rated Equipment Replace the nipple between the meter and the safety switch with a longer nipple to meet the Code requirement and allow the door at least 90. Replace safety switch weatherproof gasket and hardware Replace surge arrester with 240/120V, 3 wire arrestor Provide PPE protection labels on all equipment for level of protection Duct Seal Conduits entering from the pump junction box Pelican Engineering Observation Report 33 53 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Restricted door clearance and missing door hardware to seal the door shut Safety switch gasket failure Pelican Engineering Observation Report 34 54 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency I � 0 W r-- i Three phase surge arrester connected to single phase source, conductors are not straight and short SDSA3650 se.— = OK • = Replace I Suslitu it 1 Rempl"" Secondary Surge Arrester Apartarrayos sacundario Suppresseur de Surtension Secondaire 6a�' ase axtlerre� (Phase-�-le e'nEl 6O me D�sA� rR��i.., C ...� Only center light appears to be illuminated Pelican Engineering Observation Report 35 55 Q TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Gasket at bottom. (This may be allowing water entering to also leave the enclosure) Pelican Engineering Observation Report 36 41 wz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 12.0 Pump Station 302.08 GENERATOR 244 Marseille Drive Rivera Golf Club Site Observation Notes: Electrical service 230A/120V, 30 Utility fed from aerial transformer. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top and the one-piece weather seal. There is no duct seal at pump motor conduits. Cutler Hammer DH365UWK, 400A, 600V, 3-blade, non -fused, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. The weatherproof gasket has failed Deficiencies: The safety switch and the interior components have been exposed to corrosive conditions over a long period. See photos We recommend for safety, that service equipment have overcurrent protection as any fault in the service conductors within the control cabinet will only clear when the utility transformer primary fuse opens the circuit. Plan of Action: Verify Control Cabinets are rated as Service Rated Equipment Replace the service disconnect with main circuit breaker type Replace locknut on grounding electrode conduit Provide a surge arrestor with alarm monitoring capabilities No PPE protection labels noted on equipment for level of protection Duct Seal Conduits entering from the pump junction box Pelican Engineering Observation Report 37 57 UMM TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Safety Switch has severe corrosion Safety Switch mechanism n Grounding & Neutral terminal 7 Pelican Engineering Observation Report 38 58 wmz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Raceway from the utility meter for the grounding electrode system locknut failure Pelican Engineering Observation Report 39 M wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 13.0 Pump Station 304.01 PUMP 4375 Bayshore Drive Windstar on Naples Bay Site Observation Notes: Electrical service 230/120V, 10 Utility fed from pad mounted transformer. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top and the one-piece weather seal. There is no duct seal at pump motor conduits. Motors have VFD's by Powerflex Eaton WGDN100, 100A, 600V, 50A, main breaker, NEMA 4X, safety switch is connected after the utility meter. Deficiencies: The safety switch main bonding jumper has paper or similar material keeping the connection from being mechanically sound. Surge arrestor conductors are not short and straight, rather they are curled up and excessively long Red placard says `BEFORE APPLYING POWER TO PANEL, ENSURE HI -LEG IS ON PHASE `B'. This placard does not apply and should be removed No PPE protection labels noted on equipment for level of protection Plan of Action: Remove material from Main Bonding Jumper. This arrester appears to have failed and replaced Provide a surge arrestor with alarm monitoring capabilities Provide PPE protection labels on all equipment for level of protection Duct Seal Conduits entering from the pump junction box Pelican Engineering Observation Report 40 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Surge arrestor conductors are not short and straight, rather they are curled up and excessively long (red), Main Bonding Jumper mechanically not bonded, remove debris Pelican Engineering Observation Report 41 61 WZZ TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Verify operation and replace as needed No PPE data on label identifying protection level NEC 110.16 Arc Flash Hazard Warning Pelican Engineering Observation Report 42 62 wz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 14.0 Pump Station 309.07 GENERATOR 3702 Estey Ave Lorenzo Walker Technical College Site Observation Notes: Electrical service 480Y/277V, 10 Utility fed from pad mounted transformer. No sign of water infiltration or corrosion within this Control Cabinet due to the drip edge at the top and the one-piece weather seal. Square D, HU363DS, 100A, 600V, NEMA 4X, safety switch is connected after the utility meter. There is no service overcurrent protection before the control cabinet overcurrent protection. We recommend for safety, that service equipment have overcurrent protection as any fault in the service conductors within the control cabinet will only clear when the utility transformer primary fuse opens the circuit. Deficiencies: There is no duct seal at pump motor conduits. No PPE protection labels noted on equipment for level of protection Plan of Action: Provide PPE protection labels on all equipment for level of protection Duct Seal Conduits entering from the pump junction box End of report 9/3/2020 Pelican Engineering Observation Report 43 63 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency co > county Administrative Services Division Procurement Services Email: Jiin.Flanagan@colliercountyfl.gov Telephone: 23 9.252.8946 ADDENDUM # 1— Design Build STEP 2 Date: September 11, 2020 From: Jim Flanagan, Procurement Manager To: Shortlisted Proposers Subject: Addendum # 1 — 20-7760 Design Build Step 2 — Pump Station Emergency Power Resiliency This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: I. The Proposal Doe Date has been extended to October 13, 2020 @ 3:00 pm 2. The Bid Question Deadline has been extended to October 2, 2020 @ Close of Business. a. Any outstanding Bid Question Answers will be provided by October 6. 3. Please refer to Questions and Answers on BidSync. The Question period closes on October 2, 2020. 4. Bidders are reminded to provide all required proposal forms, responses, and attachments. Ifyou require additional information please post a question on our Bid Sync (1vww.bidsvnc.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. -� 9/11/20 (Signature) Lotrig-,T Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Firm) Date 64 TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Corley County Email: Jim.Flanagan@colliercountyfl.gov Administrative Sences Division Telephone: 239.252.8946 Procurement Services ADDENDUM # 2 — Design Build STEP 2 Date: September 11, 2020 From: Jim Flanagan, Procurement Manager To: Shortlisted Proposers Subject: Addendum # 2 — 20-7760 Design Build Step 2 — Pump Station Emergency Power Resiliency This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: ADDITION: 1. The Proposal Due Date has been extended to October 20, 2020 @ 3:00 pm 2. The Bid Question Deadline closed. Attached are the Consolidated Bid Question and Answers. a. 20-7760 — Addendum #2 — Consolidated Bid Questions and Answers 3. Bidders are reminded to provide all required proposal forms, responses, and attachments. If you require additional information please post a question on our Bid Sync (www. bidsvnc. com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA. Inc. (Name of Firm) 10/08/20 Date 65 TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Appendix F — Template - Addendum Email: (Lisa.Oien@colliercountyfl.gov) C0 7ef COWIty Telephone: (239-252-8935) Adonistrative Services Division Purchasing ADDENDUM # 3 Memorandum Date: 10/20/2020 From: Jim Flanagan, Procurement Manager To: Interested Parties Subject: Addendum # 3 20-7760 Design Build for Pump Station Emergency Power Resiliency This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Change 1. DUE DATE: 0Gt 20, 2020 3;00;00 one EDT Oct 23, 2020 at 3:00 PM EDT Please acknowledge receipt of this Addendum and include with your bid. (Signature) Louis J. Gaudio, Vice President Quality Enterprises USA, Inc. (Name of Firm) 10/20/20 Date If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. Appendix F-Template — Addendum -rev 10-18-18 TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Email: (Jim.Flanagan@colliercountyfl.gov) colly County Telephone: (239-252-8946) Administrative Services Division Purchasing ADDENDUM # 4 Memorandum Date: 10/22/2020 From: Jim Flanagan, Procurement Manager To: Interested Parties Subject: Addendum # 4 20-7760 Design Build for Pump Station Emergency Power Resiliency This addendum has been issued for the following items identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. 1. Revised GMP Proposal Form attached: 20-7760 — Addendum 4 - Attachment A - GMP Form - rev 10-22-20. The following language was added to the form: 1. Proposer acknowledges that GMP submitted is unqualified and without exception, and submitted unconditionally without attachments. 2. The prices listed in the Guaranteed Maximum Price Form shall include the total cost to complete the Work including but not limited to materials, labor, equipment, profit, bonds, insurances, etc., as necessary to ensure proper execution of the design -build services and product requested by Collier County. 3. By signing above the individual certifies that he/she is authorized to act on behalf of the firm, individual, partnership, corporation or association making this proposal and that all statements made in this document are true and correct to the best of my knowledge. I agree to hold this proposal open for a period of one hundred and eighty (180) days from the deadline for receipt of proposals. 4. 1 understand and agree to be bound by the conditions contained in the Request for Proposal and shall conform with all requirements of the Request for Proposal. 2. Proposal Due Date revised as follows: DUE DATE: 0Gt 23, 2020 3:n00;nn nee EDT Oct 26, 2020 at 3:00 PM EDT The Guaranteed Maximum Price and Proposal Bond must be submitted separately in a sealed envelope to: PROCUREMENT SERVICES DIVISION ATTN: Jim Flanagan 20-7760 - Pump Station Emergency Power Resiliency 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 NOTE: TECHNICAL PROPOSAL SHALL BE SUBMITTED SEPARATELY ON-LINE VIA BIDSYNC 3. Please submit your technical proposal on BidSync and your GMP Proposal on the revised GMP proposal Form attached. Please ceipt of this Addendum and include with your bid. October 22, 2020 (Signature) Date Quality Enterprises USA, Inc. (Name of Firm) If you require additional information, please post a question on BidSync on-line or contact me using the above contact information. 67 TECHNICAL INFORMATION wz RPS 20-7760 Pump Station Emergency Power Resiliency 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 WZZ TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 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 I (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, Collier County, Florida (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 20-7760 Design Build Pump Station Emergency Power Resiliency. 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 13th day of October , 20*20. Quality Enterprises USA, Inc. BY Louis audio, Vice President Fidelity and Deposit Company of Maryland Terri K. Strawhandf, Attop Countersigned Daniel Local Nesident Producing for Fidelity and Deposit Company of Maryland Principal (Seal) Surety (Seal) TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency Bond Number Bid Bond Board of Co-(rc Obligee r „„.< a R C 11wrCo u, Flnrna 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 0"i By: Robert D. MurrayVice President 101 By. Dawn E. Brown eIM It 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. C& ` 4� C.Z.. jam,,,,„,.,/ Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 `rerun N' 70 TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency 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 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13th day of October , 2020 . .a: �SEAL 4 t.n� �ati.:rN' Aµyyt`3' --3znl�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.reportsfclaims()zurichna.com 800-626-4577 71 wzz TECHNICAL INFORMATION RPS 20-7760 Pump Station Emergency Power Resiliency CONSTRUCTION PLANS QE + GM + PE's preliminary Project Plans for the Pump Station Emergency Power Resiliency Design -Build project are provided at the end of this section, Section 3: Technical Information. These plans include the team's proposed Site and Electrical plan. The plans have been used to generate QE + GM + PE's proposed Project Schedule and Guaranteed Maximum Price (GMP). P In PUMP STATION NO'S 1080041 1120011 1430001 1670081 179o001 3000201 3020081 309o07 DIESEL GENERATOR INSTALLATION Located in Collier County RPS No.: 20-7760 Design Build for Pump Station Emergency Power Resiliency RPS Step 02 Submittal Plans Plans Prepared For: Index of Drawings Dwg. No. Description s�LEE 1 COVERCo�VI County GENERAL NOTES 3 LEGEND & BMP w _ 4 PS 108.04 SITE PLAN ENGINEERING AND PROJECT MANAGEMENT DIVISION 5 PS 112.01 SITE PLAN PUBLIC UTILITIES DEPARTMENT S12.61 P_1_ PS 167 oa I 6 PS 143.00 SITE PLAN PROJECT MANAGER: JULIAN DELEON, P.E. - bJ � u�. 7 PS 167.08 SITE PLAN 3339 TAMIAMI TRAIL E „_ 8 PS 179.00 SITE PLAN SUITE 303 PS 179.00 9 PS 300.20 SITE PLAN NAPLES, FL 34112 10 PS 302.08 SITE PLAN TEL: (239) 252-5891 _t � 6 11 PS 309.07 SITE PLAN FAX: (239) 252-3989 PSr108.04 12 MISCELLANEOUS DETAILS 13 MISCELLANEOUS DETAILS � o Know what's below. Call before you dig. DESIGN TICKET #07880281 Location Map N.T.S. Prepared by: Q. Grady Minor and Associates, P.A. GradyMinor W 3800 Via Del Rey Bonita Springs, Florida 34134 Civil Engineers Land Surveyors . Planners . Landscape Architects Cert. of Auth. EB 0005151 Ceft. of Auth. LB 0005151 Business LC 26000266 Bonita Springs: 239.947.1144 WWW. GradyMinor. COM Fort Myers: 239.690.4380 ORIGINAL SHEET SIZE: 1 1 "x17" ATTENTION IS DIRECTED TO THE FACT THAT THESE PLANS MAY HAVE BEEN REDUCED OR ENLARGED IN SIZE BY REPRODUCTIONS. THIS MUST BE CONSIDERED WHEN OBTAINING SCALED DATA. Revisions Revision Date Description By ALEXANDER PAUL DUNKO, P.E. 0. GRADY MINOR & ASSOC., P.A. 3800 VIA DEL REY BONITA SPRINGS, FL 34134 FLORIDA P.E. LICENSE NO. 88695 EB/LB 0005151 GENERAL NOTES: 1. ALL ELEVATIONS REFER TO NORTH AMERICAN VERTICAL DATUM 1988 NAVD '88. 2. THE CONTRACTOR SHALL POT HOLE TO LOCATE (HORIZONTALLY AND VERTICALLY) ALL EXISTING UTILITIES PRIOR TO BEGINNING CONSTRUCTION AND PROVIDE IN WRITING ANY DISCREPANCIES TO THE COUNTY. EXTREME CAUTION TO BE USED WHEN EXCAVATING, AS NUMBER AND LOCATION OF EXISTING UTILITIES ARE BASED ON RECORD INFORMATION THAT HAS NOT BEEN FIELD VERIFIED. 3. IT IS THE CONTRACTOR'S RESPONSIBILITY DURING CONSTRUCTION TO PROTECT ANY EXISTING UTILITIES. DAMAGE TO EXISTING UTILITIES AND PROPERTY DURING CONSTRUCTION SHALL BE REPAIRED AND/OR REPLACED AT CONTRACTOR'S EXPENSE. 4. THE CONTRACTOR IS REQUIRED TO CONTACT ALL UTILITY OWNERS PRIOR TO THE BEGINNING OF CONSTRUCTION AND COORDINATE WITH UTILITY OWNERS DURING CONSTRUCTION. THE PRESENCE OF THE UTILITIES ARE LIKELY IN THE PROJECT AREA. CONTRACTOR TO COORDINATE WITH, BUT NOT LIMITED TO, THESE UTILITIES PRIOR TO AND DURING CONSTRUCTION: SERVICE PROVIDER UTILITY COMPANY TELEPHONE FLORIDA POWER & LIGHT (24 HOUR ELECTRIC EMERGENCY) 239-353-6010 TELEPHONE CENTURY LINK 1-800-339-1811 CABLE T.V. COMCAST (239) 432-1850 UNDERGROUND FACILITY LOCATION SUNSHINE ONE CALL 811 or 1-800-432-4770 SERVICES WASTEWATER COLLIER COUNTY (239) 252-6886 WATER COLLIER COUNTY (239) 252-6245 GAS TECO ENERGY 1-877-832-6747 COMMUNICATIONS FPL FIBERNET 1-866-787-2637 COMMUNICATIONS SUMMIT BROADBAND (239)444-0400 STORMWATER COLLIER COUNTY (239) 252-8192 5. EXISTING FACILITIES INCLUDING DRIVEWAYS, SIDEWALK, UTILITIES AND OTHER EXISTING FACILITIES SHALL BE RESTORED TO A CONDITION EQUAL OR BETTER THAN WHAT EXISTED PRIOR TO COMMENCING CONSTRUCTION, AT NO ADDITIONAL COST TO THE OWNER, TO THE SATISFACTION OF THE COUNTY. 6. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REPLACE/REPAIR ANY EXISTING LANDSCAPING/PRIVATE IMPROVEMENTS WITHIN THE ROW, E.G. SOD, SPRINKLER PIPING, SPRINKLER HEADS, IRRIGATION SYSTEMS, AND FENCING THAT MAY HAVE BEEN DAMAGED DURING CONSTRUCTION AT NO ADDITIONAL COSTS TO THE OWNER. CONTRACTOR TO REPLACE OR REPAIR DAMAGED PROPERTY OR IMPROVEMENTS TO A CONDITION EQUAL TO OR BETTER THAN EXISTED PRIOR TO CONSTRUCTION. CONTRACTOR SHALL TEMPORARILY CONNECT IRRIGATION COMPONENTS DURING CONSTRUCTION TO ENSURE IRRIGATION SYSTEMS CONTINUED USE DURING CONSTRUCTION. 7. ANY SURVEY MONUMENTS INCLUDING PROPERTY CORNER WITHIN THE LIMITS OF CONSTRUCTION IS TO BE PROTECTED. IF A MONUMENT IS IN DANGER OF BEING DISTURBED, THE CONTRACTOR SHALL PROPERLY REFERENCE ITS LOCATION AND RESET THE MONUMENT AS REQUIRED BY THE CONTRACTOR'S FLORIDA LICENSED SURVEYOR. AT NO ADDITIONAL COST TO THE OWNER. 8. THE CONTRACTOR IS REQUIRED TO ADJUST ALL VALVE BOXES, MANHOLE RIMS, GRATES, ETC. AS NECESSARY TO MATCH PROPOSED GRADES. PAVEMENT AROUND VALVES, MANHOLES, AND METER BOXES SHALL BE FLUSH WITH ACCESS TO ALL UTILITIES MAINTAINED AT ALL TIMES. NO ADDITIONAL PAYMENT SHALL BE MADE FOR WORK AS THE COST IS INCIDENTAL TO THE COST OF CONSTRUCTION. 9. CONTRACTOR SHALL RELOCATE OR ADJUST MAILBOXES, MANHOLES, VALVES, GRATES, SIGNS, ETC. IN CONFLICT WITH THE PROPOSED CONSTRUCTION AND SHALL REPAIR, ADJUST, AND/OR REPLACE ITEM AS NECESSARY AT NO ADDITIONAL COST TO THE OWNER. MAILBOXES REMOVED OR DAMAGED DURING CONSTRUCTION SHALL BE AT A MINIMUM REINSTALLED/REPLACED PER FDOT STANDARD INDEX NO. 532 OR TO MATCH THE PRECONSTRUCTION CONDITION AS APPROVED BY THE OWNER. REPLACED/REINSTALLED MAILBOX SHALL BE LOCATED INSTALLED PER USES GUIDELINES (41-45" ABOVE GRADE TO BOTTOM OF MAILBOX WITH THE FRONT OF THE MAILBOX 6-8" FROM THE EOP). 10. THE CONTRACTOR SHALL NOTIFY THE COUNTY PROJECT MANAGER OF ANY ENCROACHMENT ONTO PRIVATE PROPERTY A MINIMUM OF 14 DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION ACTIVITIES. 11. THE CONTRACTOR SHALL NOTIFY COLLIER COUNTY UTILITIES DEPARTMENT AT LEAST 10 CALENDAR DAYS IN ADVANCE OF ALL PLANNED SERVICE INTERRUPTIONS & REQUESTS FOR VALVE OPERATION, AND RECEIVE COUNTY PROJECT MANAGER'S APPROVAL BEFORE PROCEEDING WITH PLANNED INTERRUPTIONS. 12. THE CONTRACTOR SHALL PROVIDE 10 DAYS WRITTEN NOTICE TO THE ENGINEER OF RECORD, OWNER'S CEI REPRESENTATIVE, AND COLLIER COUNTY PROJECT MANAGER PRIOR TO THE FOLLOWING ACTIVITIES: a. COMMENCEMENT b. CHANGES TO APPROVED SCHEDULES, SUBCONTRACTORS, AND RESIDENT SUPERINTENDENT c. WATER SYSTEM I. HOT TAPS ii. PRESSURE TESTS iii. CHLORINATION OF WATER MAINS iv. FLUSHING V. BACTERIOLOGICAL SAMPLING vi. FINAL CONNECTION OF NEW MAINS vii. BEGINNING AC PIPE REMOVAL viii. FINAL ABANDONMENT OF EXISTING MAINS ix. WATER SERVICE AND WATER METER SWITCH OVER X. BACKFLOW DEVICE INSTALLATION d. WASTEWATER SYSTEM i. TESTING OF BYPASS PUMP STATION ii. TEMPORARY AND PERMANENT FORCE MAIN PRESSURE TESTS iii. INFILTRATION/EXFILTRATION TESTS iv. LAMPING OF SEWER LINE V. TELEVISION VIDEO TAPING OF SEWER LINES 13. CONTRACTOR TO PROVIDE SILT FENCE, STACKED SYNTHETIC BALES AND OTHER APPROPRIATE MEASURES TO EFFECT THE FILTRATION OF SURFACE WATER FLOWS AND TO PROVIDE EROSION PROTECTION DURING CONSTRUCTION ACTIVITIES. PROTECTION IS TO BE MAINTAINED DURING THE CONSTRUCTION PERIOD UNTIL DISTURBED SOILS HAVE BEEN STABILIZED WITH GRASS OR SUITABLE EROSION PROTECTION TREATMENT. 14. EXISTING OFF -SITE DRAINAGE PATTERNS SHALL BE MAINTAINED DURING CONSTRUCTION. 15. SHOP DRAWINGS FOR ANY EQUIPMENT AND MATERIAL MUST BE APPROVED PRIOR TO FABRICATION AND INSTALLATION. 16. CONTRACTOR SHALL RETAIN, ON THE WORK SITE, COPIES OF ALL PERMITS NECESSARY FOR CONSTRUCTION. 17. CONTRACTOR IS REQUIRED TO OBTAIN FROM THE ENGINEER OF RECORD AND COUNTY PROJECT MANAGER WRITTEN APPROVAL FOR ANY DEVIATIONS FROM THE PLANS AND/OR SPECIFICATIONS. 18. CONTRACTOR SHALL PROMPTLY REPORT ALL FIELD CHANGES TO THE ENGINEER OF RECORD, CEI REPRESENTATIVE, AND COUNTY PROJECT MANAGER. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR RESTORING ALL AREAS DISTURBED BY THEIR WORK. ALL DISTURBED AREAS SHALL BE SODDED TO MATCH EXISTING CONDITIONS WITH SOD SET NO MORE THAN 1/2" BELOW ADJACENT DRIVEWAYS. NEWLY INSTALLED SOD SHALL BE WATERED UNTIL ESTABLISHED/ROOTED. IF SOD IS REQUIRED TO BE REINSTALLED DURING THE COURSE OF CONSTRUCTION FOR WHATEVER REASON, CONTRACTOR SHALL BE REQUIRED TO WATER REINSTALLED SECTIONS UNTIL THEY ARE ESTABLISHED/ROOTED. 20. AFTER SUBSTANTIAL COMPLETION AND PRIOR TO FINAL COMPLETION, THE CONTRACTOR SHALL ACCURATELY RECORD AND PLOT THE LOCATIONS AND DEPTHS OF ALL IMPROVEMENTS INSTALLED ON A FINAL SET OF RECORD DRAWINGS WHICH SHALL BE DELIVERED TO THE ENGINEER OF RECORD, AND COLLIER COUNTY. 21.SURVEY LAYOUT AND RECORD DRAWINGS ARE TO BE PERFORMED BY A FLORIDA LICENSED LAND SURVEYOR PROVIDED BY THE CONTRACTOR AND SHALL INCLUDE PROPERTY CORNERS AND RIGHT-OF-WAY LINES. ALL ELEVATIONS MUST REFER TO N.G.V.D. 29. 22. CONTRACTORS WILL BE RESPONSIBLE FOR STORING ALL MATERIALS FOR THE PROJECT, INCLUDING ALL MATERIALS PURCHASED BY COLLIER COUNTY IN A SECURED, FENCED IN STORAGE AREA. CONTRACTOR IS TO PROVIDE LEASE AGREEMENT WITH PROPERTY OWNER TO THE COUNTY, IF STORED ON PRIVATE PROPERTY. NO MATERIAL MAY BE STORED WITHIN THE RIGHT-OF-WAY. ALL MATERIAL STORED SHALL BE COVERED, PER MANUFACTURES' RECOMMENDATIONS AND COUNTY SPECIFICATIONS. 23. DAMAGE TO EXISTING UTILITIES AND PROPERTY DURING CONSTRUCTION SHALL BE REPAIRED AND/OR REPLACED AT CONTRACTOR EXPENSE. 24. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING UTILITY SERVICE AT ALL TIMES DURING CONSTRUCTION WITHIN THE PROJECT LIMITS. THIS INCLUDES HAVING A SUPPLY OF REPAIR MATERIALS ONSITE THAT MATCHES EXISTING IN THE EVENT OF A BREAK. 25. CONTRACTOR WILL BE EXPECTED TO PROVIDE A TWO (2) WEEK LOOK AHEAD FOR ALL CONSTRUCTION ACTIVITIES EVERY TWO (2) WEEKS AND ATTEND ALL MEETINGS AT THE COUNTY'S DISCRETION. 26. CONTRACTOR SHALL NOT LEAVE TRENCHES OR HOLES OPEN OVER NIGHT OR OVER WEEKENDS/HOLIDAYS. 27. ALL CONSTRUCTION DEBRIS AND OTHER WASTE MATERIAL SHALL BE DISPOSED OF OFFSITE IN ACCORDANCE WITH APPLICABLE REGULATIONS. 28. WORK AREAS ARE TO BE CLEANED ON A DAILY BASIS INCLUDING, BUT NOT LIMITED TO SWEEPING STREETS AND DAILY WATERING. 29. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING RIGHT-OF-WAY, TREE REMOVAL, AND DEWATERING PERMITS AS APPLICABLE. 30. ALL CONTRACTORS AND REPRESENTATIVES ON -SITE MUST HAVE COLLIER COUNTY CONTRACTOR IDENTIFICATION BADGES ON THEIR PERSON, CLEARLY DISPLAYED, AT ALL TIMES. 31. THE APPROVAL OF THESE CONSTRUCTION PLANS DOES NOT AUTHORIZE CONSTRUCTION OF REQUIRED IMPROVEMENTS WHICH ARE INCONSISTENT WITH EASEMENT OF RECORD. 32. COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT IS RESPONSIBLE FOR THE MAINTENANCE OF THE INFRASTRUCTURE ON THIS SITE. 33. ALL PROHIBITED EXOTIC VEGETATION SHALL BE REMOVED FROM THE SITE AND IT SHALL BE MAINTAINED FREE OF EXOTICS IN PERPETUITY. (UDC 3.05.08) 34. A SEPARATE PERMIT IS REQUIRED FOR THE INSTALLATION OF ANY GATES (I.E. SLIDING, MANUAL ROLLING, MOTORIZED OR OTHER) THAT PREVENT ACCESS BY FIRE APPARATUS. ACCESS BOXES FOR MANUAL GATES AND EVAC SYSTEMS FOR ELECTRONIC GATES WILL BE REQUIRED. (FLORIDA FIRE PREVENTION CODE 6TH ED. 1: 18.2.2.2.) 35. COUNTY PERMIT TO PERFORM WORK AND/OR MAINTENANCE IN PUBLIC RIGHT-OF-WAY IS REQUIRED FOR WORK WITHIN THE PUBLIC ROAD ROW. 36. COLLIER COUNTY PUBLIC UTILITIES IS RESPONSIBLE FOR THE MAINTENANCE OF THE WATER MANAGEMENT FACILITIES ON THIS SITE. TRAFFIC CONTROL NOTES: 1. ACCESS ONTO EXISTING STREETS AND DRIVES SHALL BE MAINTAINED TO LOCAL TRAFFIC, DELIVERY VEHICLES, POSTAL VEHICLES, EMERGENCY VEHICLES, PUBLIC TRANSPORTATION, SOLID WASTE & RECYCLING VEHICLES, AND PROPERTY OWNERS, RESPECTIVELY. CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES ON PUBLIC OR PRIVATE ROADWAYS. 2. THE IMPLEMENTATION OF THE TRAFFIC CONTROL PLAN FOR THIS PROJECT SHALL BE IN ACCORDANCE WITH THE 2009 EDITION WITH REVISION NUMBERS 1 AND 2 INCORPORATED, DATED MAY 2012 OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD PART VI, TRAFFIC CONTROLS FOR STREET AND HIGHWAY CONSTRUCTION AS REVISED TO DATE), FOR GENERAL TRAFFIC CONTROL ZONE REQUIREMENTS AND ADDITIONAL INFORMATION, REFER TO THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BOOKLET "DESIGN STANDARDS" DATED 2016 NOS. 600 THROUGH 660 AS APPLICABLE. 3. WHERE FLAGGER AND WORKER SIGNS ARE USED, THE SIGNS SHALL BE COVERED OR REMOVED DURING PERIODS WHEN CONSTRUCTION OPERATIONS ARE SUSPENDED SUCH AS NIGHTS, WEEKENDS, AND HOLIDAYS. 4. PLACEMENT OF ALL CONSTRUCTION SIGNS SHALL BE FIELD LOCATED TO NOT BE IN CONFLICT WITH EXISTING SIGNS. EXISTING SIGNS NOT IN USE OR IN CONFLICT WITH LANE OR ROAD CLOSURE SHALL BE COVERED TEMPORARILY. 5.LANE CLOSURES SHALL BE SCHEDULED AS FOLLOWS: a. ONE TRAVEL LANE SHALL BE KEPT OPEN FOR EACH DIRECTION WITHIN THE WORK AREA THROUGHOUT THE DURATION OF CONSTRUCTION, EXCEPT WHEN A ROAD CLOSURE IS PERMITTED BY THE COUNTY. P. THE LOCATION AND DURATION OF EACH LANE CLOSURE INCLUDING TURN LANES, SHALL BE APPROVED BY THE COUNTY PRIOR TO IMPLEMENTATION OF THE CLOSURE. c.NO WORK SHALL BE DONE REQUIRING A LANE CLOSURE BETWEEN THE FOLLOWING HOURS: I. FROM 7:00 AM TO 9:00 AM, AND 4:OOPM TO 6:00 PM, MONDAY THROUGH FRIDAY, UNLESS APPROVED BY COUNTY. ii. WEEKENDS, HOLIDAYS, AND SPECIAL EVENT DAYS, AS PERMITTED BY THE COUNTY. iii. EMERGENCIES AS DEEMED NECESSARY BY COLLIER COUNTY EMERGENCY MANAGEMENT. LAW ENFORCEMENT AUTHORITIES OR THE COUNTY. 6. THE MINIMUM WIDTH OF ANY TRAVEL LANE AT ANY TIME SHALL BE 10 FEET. 7. UTILITY RELOCATION WORK SHALL BE COORDINATED BY THE CONTRACTOR TO AVOID ANY CONFLICT WITH THE VARIOUS PHASES OF THE TRAFFIC CONTROL PLAN. c> WATER and WASTEWATER NOTES: i 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, ROADWAY AND TRAFFIC STANDARDS, (LATEST EDITION), COLLIER COUNTY'S DEVELOPMENT STANDARDS AND SPECIFICATIONS AND COLLIER COUNTY WATER -SEWER DISTRICT UTILITIES STANDARDS MANUAL. - 2. ALL COLLIER COUNTY WATER -SEWER DISTRICT UTILITIES STANDARDS (DESIGN CRITERIA, SPECIFICATIONS, AND DETAILS) ARE APPLICABLE TO THIS PROJECT AND ARE MADE PART OF THE CONTRACT DOCUMENTS BY REFERENCE TO CURRENT COUNTY UTILITIES STANDARDS, LOCATED AT THE FOLLOWING WEB ADDRESS: "htto://www.colliergov.net/index.aspx?Dane=389". IN THE EVENT OF CONFLICT BETWEEN THE COUNTY UTILITIES STANDARDS AND THESE SPECIFICATIONS AND DRAWINGS, THE MORE STRINGENT REQUIREMENT SHALL APPLY. - 3. ALL MAINS SHALL BE LOCATED A MINIMUM OF 36" AND A MAXIMUM OF 48" BELOW FINISHED GRADE, UNLESS OTHERWISE NOTED. 4. LOCATION MARKERS ARE TO BE PLACED AT THE FOLLOWING LOCATIONS: a. EVERY ONE HUNDRED (100) FEET ALONG THE PROPOSED WATER MAIN b. EVERY TWO HUNDRED FIFTY (250) FEET ALONG THE PROPOSED FORCE MAIN C. ONE (1) AT EVERY SERVICE LATERAL END d. ONE (1) AT EVERY FITTING, BENDS OR CHANGES IN ALIGNMENT, AND VALVES e. TWO (2) ON LONG SERVICES ONE AT MAIN, ONE NEAR THE ROAD L. ONE (1) ON SHORT SERVICES NEAR THE ROAD 6. CONTRACTOR TO VERIFY ELEVATIONS OF PIPES CONNECTING TO MANHOLE PRIOR TO MANHOLE FABRICATION. 7. CONTRACTOR TO UTILIZE METALIZED TAPE AND MARKER BALLS FOR ALL UNDERGROUND PIPING PER COUNTY STANDARDS. 8. CONTRACTOR SHALL INSTALL AIR RELEASE VALVES AT ALL HIGH POINTS AS DETERMINED BY THE APPROVED AS -BUILT PROFILE IN ADDITION TO THE AIR RELEASE VALVES SHOWN ON THE DRAWINGS. LEGEND " "' AD P.A. Q. Grady Minor and Ass800 Via GradyMinor 3800 Via Del Rey Bonita Springs, Florida 34134 © Civil Engineers . Land Surveyors . Planners . Landscape Architects Cert. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 Bonita Spring s 239.947.1144 w1VW. GrgdyM!no r. com Fort Myers: 239.690.4380 PUMP STATION NO'S 108,01, 112.01, U3.00, 167.08, 179.00, 300.20, 302.08, 309.07 N".COLLIER COUNTY a d m DRAWN BY: IDV GENERAL NOTES SEC/TWN/RGE: --/----5/-- APPRaVED. AD SEPTEMDATE 020 JOB CODE: CCU 20-7760 SUBMITPALBTYPE: FPS z o � jw v c� SCALE:24x36 NTS' 11x17 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVD '88) CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 ALEXANDER PAUL DUNKO, P.E. FLORIDA P.E. LICENSE NO. 88695 SHEET 2 OF 1 3 Revision Date Description By SURVEY KEY DESCRIPTIONS CODE DESCRIPTION CODE DESCRIPTION CODE DESCRIPTION AC_ AIR CONDITIONING UNIT FLGP_ FLAGPOLE Ill SCtI SET CONCRETE MONUMENT ARL_ ARROW LEFT SDH_ SET DRILL HOLE ARR_ ARROW RIGHT Q FMN_ FOUND MAG NAIL_BIZE_LBM OR NOID SFS_ FEATURE SIGN ARS_ ARROWSTRAIGHT Q FNL FOUND NAIL_SIZBLBMORNOID SG_ SPOT GRACE (ON VARIOUS TYPES OF PAVEMENT) + ARV_ AIR RELEASE VALVE FOC_ FACE OF CURB TYPE( A, D, E, F, VG) -7- SIGN_ SIGN -TYPE (DONOT EWER, HANDICAP, STOP,#MPH, BM_ BENCHMARK(START wIBM or FOLLOWS MON. CODE) Q FPK_ FOUND PM NAIL_SIZE_LBM OR NOID iWAY, NO PARKING, TRAFFIGGENERAL, ETC) BC_ BUILDING CORNER FP__ FLORIDA POWER AND LIGHT ® SW_ SET HUB TACK IWI�N BFP_ BACK FLOW PREVENTOR FRM_ FORCE MAINU(UNDERGROUND), MABOVE GROUNT) SIR_ SET IRON ROD_SIZE BKB BIKE RACK FSE FINISH SECOND FLOOR ELEVATION SL SET LATHEX(GRACE) OR C#(MARKED CUT) OR F# BOC_ BACK OF CURBTYPE(A, D, E, F, VG) FWD_ FENCE WOOD (MARKED FILL) BOL_ BOLIARDNPE �, GA_ GUY ANCHOR A SNL SETNAILSIZE BPL_ BLUE PAINT LINE GB_ GRADE BREAK SPK_ SET PARKER KALON NAIL_SIZE BPB BRICK PAVER GM_ GAS MAIN MARKER STL_ STEEL PIPE SUE BRA_ BRIDGE ABUTTMENT GP_ GENERATOR PAD ® SV_ SEWERVALVE BS_ BACK SRE_POINT# GB GUIDE RAIL SWB_ SEAWALLBOTTOM BTS_ BOTTOM OF STEP GSL UNDERGROUND GAS LINE SWL_ SWALEIFLOWUNE I' BUF BURIED UTILITY FLAG © GSM_ GAS METER SWT_ SEA WALLTOP BW_ B070M OFWAII ® GT_ GREASE TP RA Q TBX_ TELEPHONE BOX (IN GROUND) CALC_ CALCULATED COORDINATE POINT _gy GUMB_ GUMBO TREBSIZE_#LF CLUSTER) TCP_ TERRA GOTTA PIPE -SIZE �p CB_ INVERT CATCH BASINPIPE SIZE -INVERT } GV_ ® VALVE TLC ® _ ® TIM_ TRAFFIC POLE METAL TRAFFIC POLE CHW_ CONCRETEHEADWPII HH_ HAND ® RW_ WOODTRAFFICPOLE CLH_ CENTERLINE HEDGE WIDTH HPM_ HANDICAPCAP MAN SYMBOL TOB TOP OF BANK CMP_ CORRUGATED METAL PIPE_SIM [] IRR_ IRRIGATION METER TOS TOE OF SLOPE CNP_ CONCRETE PAD E) IRV_ IRRIGATIONVALVE TOW_ TOP OF WALL O CO_ CLEANOUT LDA_ LANDSCAPE PLANTING AREA TP_ TRAVERSE POINT CPR_ CORRUGATED PLASTIC PIPE_BEE LIT_ LITTORAL SHELF �i/� TREE_ TREE_NPE_SIZE-M FCLUSTER) I CS_ CONTROL STRUCTURE LP_ LIGHT POLE_NPE(WOOD, METAL, FISERGUSS, DCK_ DOCK OR DECK CONCRETE) Q TRS_ TELEPHONE RISER 9 DEAD_ DEAD TREE_SIZEM(IF CLUSTER) yam_ LA_ LANDSCAPE LIGHT TST_ TOP OF STEP DKP_ DOCK OR DECK PILING OR POLE @ MAL_ M IIWKATREBSIZE-AIF CLUSTER) © NB_ © NB CAB LE TELEVISIONBOX (IN GROUND) CAB LE TELEVISION RISER DP_ DUMPSTER PAD MB_ MAILBOX UGTP_ UNOERGROUNDTELEPHONELINE ❑E EB_ ELECTRICBOX(INGROUND) MES_ MITERED END SECTION_PIPE SIZE (SHOT AT END OF PIPE ❑T ELC_ ELECTRC LINE ATINVERT) UGN_ UNOERGROUNDTELEVISIONLINE © ELR_ ELECTRIC RISER ® MHD_ DRAINAGE MANHOLE_ DEPTH © © EM_ ELECTRICMETER Q MHE_ ELECTRIC MANHOLE 1 UMKR_ UNDERGROUND BURIED CABLE MARKER EOC_ EDGE OF CONCRETE Q MHS_ SANITARYMANHOLE DEPTH T EOG_ EDGE OFGRAVEL Q MHi_ TELEPHONE MANHOLE 0 UPC_ CONCRETE UTILITY POLE EDP_ EOW_ EDGEOF PAVEMENT EDGE aF WATER MHWL_ MEAN HIGH WATER LINE 9 UPM_ p" UPW_ METAL UTILITY POLE WOOD UTILITY POLE ERCP_ ELLIPTICAL RCPSIZE MHWi_ MANHOLE WATER VOL VEGETATION LINE ESW_ EDGE SIDEWALK MNGO MANGO TREE SIZEJIQF CLUSTER) WBSP_ WATER BA CTERIALBAMPLEPOINT 0 ETP_ ELECTRIC TRANSFORMER PAD , MPL MAPLE TREE_SIZE-AIFCLUSTER) WDL WOODS LINE FCL_ FENCECHAIN LINK NG_ NATURAL GRACE (DIRT, GRASS, ETC) O WELL WATER WELL FCM_ FOUND CONCRETE MONUMENT_SIZE_L&tOR NOID OAK_ OAK TREESIZE-AIF CLUSTER) WLC_ WALLCONCRETE FCB Q FDC_ FENCE CORNER FD ENT CONTROL OHW_ OVERHEAD WIRES WLN_ WATERERLINELINE_U(UNDERGROUND), A(ABOVE GROUNT) Q FDH_ CRI L ND DRILL HOLE FOUND PALM_ PPLM iREE_SIZE_a(IF CLUSTER) WLW_ WALL WOOD FFE_ FINISHED FLOOR ELEVATION PBID_ PELICAN BAV IMPROVEMENT DEISTRICT O WM_ WATER METER FOE FOP_ FINISHEDGARAGE FLOOR FE MST PINE_ PINE TREE_ G-(IF CLUSTER) WPL_ WS_ WHITE PAINTED LINE WHEELSTOP FH_ FIRE RE HYDRANT POT_ POINT ON LINE WIL WETLAND MARKER_DESIGNATION SNUMBER Q FIP_ FOUND IRON PIPE_SIZELB# OR NOID ED PPR_ PAPER TREE ® WV_ WATER VALVE O FIR_ FOUND IRON RODBIZE_LB# OR NOID RCP_ REINFORCED CONCRETE PIPE_SIZE I3 YO_ —GRAIN RMP_ HANDICAP RAMP YPL_ YELLOW PAINTED LINE SB STOP BAR STRIPING DENOTES A SPACE AFTER CODE AND PRIOR TO ADDITIONAL INFORMATION QGM STANDARD ABBREVIATIONS L.F. LINEAR FEET BFW BUTTFUSIONWELD LME LAKE MAINTENANCE EASEMENT BL BASELINE ME MITERED END BLVD. BOULEVARD MH MANHOLE BOC BACKOFCURB M.J. MECHANICALJOINT ESP BACTERIAL SAMPLE POINT MIN. MINIMUM CAN CABLETELE IISION NGVD NATIONAL GEODETIC VERTICAL DATUM CB CATCH BASIN NIC NOT IN CONTRACT CL CENTERLINE PBSP PERMANENT BACTERIAL SAMPLE POINT CIA P CORRUGATED METAL PIPE FLU PROPERTY LINE CO CLEAN OUT POT. POTABLE DONC. CONCRETE PROP. PROPOSED CUE CO UNTYUTIUTYEASEMENT PVC POLYVINYL CHLORIDE PIPE DE DRAINAGE EASEMENT PVI POINT OF VERTICAL INTERSECTION DIP DUCTILE IRON PIPE PVMT. PAVEMENT EL. OR ELEV. ELEVATION PS. PUMPSTATION FOR EDGE OF PAVEMENT RED. REDUCER ERCP ELLIPTICAL REINFORCED CONCRETE PIPE RCP REINFORCED CONCRETE PIPE EXIST. EXISTING R.O.W. RIGHT-OF-WAY FDC FIRE DEPARTMENT CONNECTION SAN. SANITARY FDOT FLORIDADEPARTMENTOFTRANSPORTATION Be SOIL BORING FE FLARED END ST. STREET FEW FEDERAL EMERGENCY MANAGEMENT AGENCY STA. STATION FFE FINISHED FLOOR ELEVATION SWK. SIDEWALK F.H. FIRE HYDRANT SWR. SEWER FLG FLANGED FITTING TBSP TEMPORARY BACTERIAL SAMPLE POINT FM FORCE MAIN TEMP. TEMPORARY FPL OR FP&L FLORIDA POW ER&LIGHT TOB TOP OF BANK GV GATE VALVE TOS TOE OF SLOPE HDPE HIGH DENSITY POLYETHYLENE TYR TYPICAL HORIZ. HORIZONTAL UE UTILITY EASEMENT HW HEADWALL VERT. VERTICAL INC. INCORPORATED VG VALLEY GUTTER INV. INVERT W1 WITH IRR. IRRIGATION WCS WATER CONTROL STRUCTURE JB JUNCTION BOX WM WATER MAIN LBR LANDSCAPE BUFFER EASEMENT YD YARD DRAIN LEGEND: E) EX. MITERED END SECTION E=] EX. CATCH BASIN 13 PROPOSED YARD DRAIN O PROPOSED CATCH BASIN :2PROPOSED MITERED END SECTION M-- PROPOSED WATER METER & SERVICE +NJ PROPOSED FIRE HYDRANT &TEE PROPOSED SAN. SEWER LATERAL & C.O. EX. WHOLE PAVEMENT PATTERNS: CONCRETE STAMPEDIDECORATIVE CONCRETE BRICK PAVERS — ASPHALT & PAVEMENT OVERLAY — — — EX -FM EX. FORCE MAIN — — — Ex-SAN — EX. SANITARY SEWER — — — Ex-WM EX. WATERMAIN EX. STORM SEWER PROPOSED SANITARY SEWER & MANHOLE PROPOSED WATERMAIN & GATE VALVES PROPOSED STORM SEWER PROPERTYLINE EX. EDGE OF PAVEMENT EX. RIGHT OF WAY LINE EX. VEGETATION 1. SET THE STAKES. C 3. STAPLE FILTER MATERIAL TO STAKES AND EXTEND IT INTO THE TRENCH. -q ��``, •O 2. EXCAVATE A 4"x4" TRENCH UPSLOPE ALONG THE LINE OF THE STAKES. 4CT TYPICAL SILT FENCE DETAIL ANCHOR BALES w/(2) STAKES PER BALE ALL AROUND CATCH BASIN WWW+ W•r WW W:WW r: W rW� W .�=W 000000000 y'W • w :W W. OOOOOOOOO .W. W� y• FILTER FABRIC TO BE SYNTHETIC BALES OR PLACED UNDER CATCH BALE TYPE BARRIERS BASIN GRATE N.T.S. NOTES: BALES SHOULD BE ANCHORED w/2-1"x2" (OR 1 " DIA.)x4' WOOD STAKES. STAKES OF OTHER MATERIAL OR SHAPE PROVIDING EQUIVALENT STRENGTH MAY BE USED IF APPROVED BY ENGINEER. STAKES OTHER THAN WOOD SHALL BE REMOVED UPON COMPLETION OF THE PROJECT. 2. RAILS AND POSTS SHALL BE 2"x4" WOOD. OTHER MATERIALS PROVIDING EQUIVALENT STRENGTH MAY BE USED IF APPROVED BY ENGINEER. 3. ADJACENT BALES SHALL BE BUTTED FIRMLY TOGETHER. 4. WHERE USED IN CONJUNCTION w/SILT FENCE, BALES SHALL BE PLACED ON THE UPSTREAM SIDE OF THE FENCE. CATCH BASIN PROTECTION DETAIL N.T.S. ' AD GradyMinor © Q. Grady Minor and 800AssVia es,P.A. 3800 Via Del Rey PUMP STATION NO'S 108,01, 112.01, 143.00, 167.08, 179.00, 300.20, 302.08, 309.07 NV CALLER COUNTY SEC/TWN/RGE: a d DRAWN BY: IDV APPROVED Bonita Springs, Florida 34134 ----/----5/-- DATE: ? Co e-r County AD LEGEND & BMP SEPTEMHER, Ym JOB CODE: . . Civil En sneers Land Surveyors Planners g . Landscape Architects SUBDdITTAL TYPE: : CCU 20-7760 Cert. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 RPS z SCALE: ######## Bonita Springs: 239.947.1144 www. GradyM!no r. com Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVE '88) '29) ALEXANDER PAUL DUNKO, P.E. SHEET OF 1 o jw Revision Date Description D Y CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE N0. 88695 .3 .3 O A, v b 4Y Q A Q 0 o CONCRETE WALL / '20• p qF f - e 49 & ,- + ELECTRIC l p� 43(F / S { 6' CHAIN LINK FENCE - TRACT '4- - CAMERON COMMONS UNIT ONE �-, PLAT BOOK 49, PAGES 43-45 — 44.6Cr — — r t Co e-r County am \ ITS e 15.46' \ F \ -k15.26 epp � CONCRETE CURB k c fi 6p• 43gpq'yMp S p S 46 IV QpNT,CF S4 22 0 5' 10, —SCALE: 1" = 10' FLOOD ZONE: VE _BASE FLOOD ELEV. = 14.0'"1 oN R �a5.1� - b ACk / --15.48 CONCRETE CURB � ;. 15.91 -14-95 \ SET MAC NAIL fk �14.92_ 6.7.0 GR VEL W/ DISK LB 5151 M EL=15.81'(NAVD88) co '. 1 _ >>.., EX -FM _ _ r r V 6 o �� Q 86 / R/W LINE - _ 15.93 em C � URGUNC NC� 1592 / CRUUVE NG-- 1� COV L L P J-L & L (-T .I(LL RACK 15,97 15,99 _94 16.06.00 .84 I � HECGE /--------- - - -- --------��-- � ' / # CONCRETE CURB A� - �14.42 --- �B g €9P-€L=4442' — — — a ASPHALT PAVEMENT „ HKIN IIVK FENCE / - E :UIT EF EaKE,.�, -LCT I�L.L RAG<� t S�j CONCRETE PAD J W/ TRANSFORMER• 6 HEDGE I — ' T 5.64_ 15.69 - CONCRETE PAD W/ TRANSFORMER 4 LHALT PARKING - - - - - - - - - - - - - - - - - - - - - - ill }14.58 t. W M - i45r- c wm a� AD DRAWN BY: Q. Grady Minor and Associates, P.A. IDV GradyMinor 3800 Via Del Rey APPROVED Bonita Springs, Florida 34134 : JOB CODE: AD Civil Engineers Land Surveyors . Planners Landscape Architects CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Audi. LB 0005151 Business LC 26000266 Revision Date Description I By SCALE: ######## Bonita Springs: 239.947.1144 www.GrqdyM!nor.com Fort Myers: 239.690.4380 ®IRV® IRV 16.04 C I C UCHT IF WO -- II ------------ ---- {14.79I- 11 1 4F — \\ � — �15.06 LW OCATION OF UNDERGROUND ITILITIES IS APPROXIMATE BASED ON GIS INFORMATION). PUMP STATION NO'S 108,01, 112.01, 143.00, 167.08, 179.00, 300.20, 302.08, 309.07 PS 167.08 SITE PLAN ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) I AXER PAUL DUNKO, P.E. CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 FOEANDRIDA P.E. LICENSE NO. 88695 COLLIER C Inw coulER couNTr p _ SEPTEMBER, 2020 3UBMr1TAL TYPE: RPS SHEET 7 OF 13 F- - I I I I I 10 GAL SHRUBS, 5' HT, 4' OC (PER LDC 4.06.05B) I I I I I I I I \ II \ v I o \ I \ I \ \ I \ I I I I \\ I \\ I I I I \ I I o e P� `\ TRACT "OS5" OPEN SPACE AND A.E. SUMMIT PLACE IN NAPLES, PHASE / —PLAT BOOK 40, PAGE 80-84 CONTROL PAN[_ - -� ELECTRICAL RACK TR I DI' FYD�� �I I �E E�\566- 'ILTEI F-D 40'X60' C.U.E. __ PB 40, PG 82 g v R/W LINE `v -14,46e `\a EDGE OF \ LANDSCAPED AREA BOLLARD (TYP.) WETWELL TOP EL ' S 35 NVS X3 — — NVS-x3 15,33 VA-V- VAULT HEDGES I 114.51 fi14.36 I I II I 10' P.U.E. I I PB 40, PG 82 I II I I I I I I I II III : I I I I I I I I I T4. 'rXs ti4.43 I I 14.16t t14.16 I R/W LINE I I � I n _ I I X I � I z I I SANITARY MANHOLE w — �--—NVS-X3 — — 1 —N1 ~- X31 — -7NtlSTX3 — - a II m a- X a- Q I tl =.5L rw- I I w 1 n I ,° o l I ° I � 1 I 1 ° I I I � I I _X—F II — — EX —FM I. -- 71, 1 14.3611 CONCRETE PAD 1, W/ TRANSFORMER Fa xa m I I ELECTRICAL 114.321 ° EQUIPMENT I PANEL I - I I TANK I rn ° a x X" ` 4�.41*v � �A "+44.30 ° °�ampw \ \ 7�, I � IIL ; 4 I I 1 III I II I I t14.05 I Ll 14.04 t14.02 II I I I 1251 II II II I I I II I I I I I I I I I I I I II 'I I II II I I I I I JI 1\ 0 5' 10, SCALE: 1" = 10' FLOOD ZONE: AH BASE FLOOD ELEV. = 9.5' UTILITIES IS APPROXIMATE (BASED ON GIS INFORMATION). AD © PUMP STATION NO'S 108,01, 112.01, H3.00, 167.08, 179.00, 300.20, 302.08, 309.07 #V Co11JER COUNTY DRAWN BY: Q. Grady Minor and Associates, P.A. : GradyMinor 3800 Via Del Rey SEC/TWN/RGE By Bonita Springs, Florida 34134----/----5/-- i Co e-r County APPROVED . . . DATE SUBDdITTAL TYPE: AD Civil Eng sneers Land Surveyors Planners Landscape Architects PS 179.00 SITE PLAN SEPTEMBTYPE: JOB CODE: : CCU 20-7760 Cert. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 RPS SCALE: ######## Bonita Springs: 239.947.1144 www. GrgdyM!no r. com Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) ALEXANDER PAUL DUNKO, P.E. SHEET 8 OF 1 .3 ; Revision Date Description By CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '291 IS (+) 1.29 FLORIDA P.E. LICENSE NO. 88695 -U .. �d6 EX —FM / 0 5' 10' SCALE: 1" = 1 ' FLOOD ZONE: AE BASE FLOOD ELEV. = 7.0' LL POSSIBLY ACQUIRE 1 � �.10• \ ° d°EASEMENT � MEOW EIVV LE Vv R DPP Q�� s 0� ^ Aw ANTENNA P9]0 (TYP)� ' BOLLARD 6.23 \ / a� NTT F I1C — • / 5.53 VALVE a b+eJ 6 i 6pq. V i AULT ' I «sJ / / CHAINLINK ac s 3a W/ SLATS /^ a V�.OE IS,, S 6 g'3�t' ACCESS GATES �011,,. WETWELL TOP A�`��PMET EL-6.18' EL. 6.35' �6.77 w IL / G LOCATION OF UNDERGROUND 'g T PP IIT IES IS A ROIMAT E U LX (BASED ON GIS INFORMATION). �o DESIGNED BY: AD DRAWN BY: IDV GradyMinor © Associates, 800 Via Del Rey P.A. 3Q. Grady Minor andd00 V Bonita Springs, Florida 34134 PUMP STATION NO'S 108,01, 112.01, H3.00, 167.08, 179.00, 300.20, 302.08, 309.07 MUNICIPALITY: COLLIER COUNTY vaJi o a d SEC/TWN/RGE: ----/----S/-- DATE: sEPTEMBER, zozo SUBMITTAL TYPE:ix RPS APPROVED: AD PS 300.20 SITE PLAN Civil Engineers Land Surveyors Planners Landscape Architects JOB CODE: g CCU 20-7760 Cert. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 ? m N z � SCALE: ######## Bonita Springs: 239.947.1144 www.GrqdyM!nor.com Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 o jn v c� ALEXANDER PAUL DUNKO, P.E. FLORIDA P.E. LICENSE NO. 88695 SHEET 9 OF 1 ,3 I \ — — — EX -FM — — - - -F — — — EX -FM — \ — — EX -FM EX -FM — — — — I X I \ 4 w 0 5' 10, SCALE: 1" = 10' EDGE OF PARKING_ i \ FLOOD ZONE: AE SET MAG NAIL w/ DISK LB 5151 \ I \ r0F °F BASE FLOOD ELEV. EL.=4.68'(NAVD88) I , S(pp MES INV EL=1.82' F �0 wQ PARCEL N0. 61844000001 w \ 5, w OR 550, PG 630 o w ASPHALT PARKING , CONCRETE PAD W/ TRANSFORMER ANTENNA I CONTROL PANEL & I ELECTRICAL RACK F 5.00 I 5.16 523 4.9 d.14 f BOLLARD (TYP.) VALVE 5.32 VAULT SET MAG NAIL 30 ° 5.33 W/ DISK LB 5151 1.2s EL.=5.74'(NAVD88) a G 5.32 / - WE WELL _ - TOP EL. 5.3 CONCRETE 1 1 WALLJL 0 1 6 Q a ASPHALT DRIVE 3 �1 a CONCRETE DUMPSTER 5.56 ENCLOSURE / v Ir 1 W a 1 � a r g z 5.5 1 W 5.49----15.55 , LOCATION OF UNDERGROUND 'g UTILITIES IS APPROXIMATE _ z (BASED ON GIS INFORMATION). DESIGNED BY: AD PUMP STATION NO'S 108,01, 112.01, H3.00, 167.08, 179.00, 300.20, 302.08, 309.07 MUNICIPALITY: COLLIER COUNTY N o d DRAWN BY: Q. Grady Minor and es,P.A. GradyMinor SEC/TWN/RGE: ----/----5/-- 800AssVia 3800 Via Del Rey IDV © Co e-r County Bonita Springs, Florida 34134 APPROVED AD PS 309.07 SITE PLAN ? Y m DATE: . . . Civil Engineers Land Surveyors Planners Landscape Architects JOB CODE: g MITTEMHER, : SUBMITTAL TYPE: CCU 20-7760 Cert. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 RPS z SCALE: ######## Bonita Springs: 239.947.1144 www.GrgdyM!nor. com Fort Myers: 239.690.4380 o jw ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) '29) ALEXANDER PAUL DUNKO, P.E. SHEET 1 1 OF 13 Revision Date Description D Y CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE NO. 88695 UNDISTURBED AREA TRENCH UNDISTURBED AREA LIMNS '\/WHERE ANY TRENCH OCCURS IN AN UNSURFACED AREA, THE TRENCH BACKLIEIN COMPACTED THIRD STAGE OF BACKnLUNG MAXIMUM 12" LIFTS TO A 98% SHALL EXTEND TO THE FINISHED REQUIRED DENSITY GRADE. THIRD STAGE 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'-O" OUTSIDE 1'-0" MINIMUM DWAETER MINIMUM NOTES: 1. BACKn L 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 BACKEILL DETAIL NTS G-1 REVISED: APRIL 2006 PAVING WITHIN THE PUBLIC ROW IS PER FDOT FLEXIBLE PAVEMENT DESIGN MANUAL, 2015 TABLE 5-5. FOR ROADWAY AND BASE RESTORATON DETAILS. REFER TO ME COWER COUNTY RIGHT OF WAY HANDBOOK. TRENCH BACKFILLLD IN 9' COMPACTED LIFTS 98% DENSITY REQUIRED. UTILITY PIPE MINIMUM OF ONE (1) TEST REQUIRED PER LIFT PER UNE (MINIMUM LBR 40) COMPACTED CRPNUVR MATERIAL TRENCH —FILLED TO LEVEL ONE (1) FOOT ABOVE PIPE CABLE, OR CONDOR IN 6" COMPACTED UFTS TRENCH WIDTH - VARIES - 'TRENCH WIDTH = PIPE OUTSIDE DIAMETER PLUS 2 FEET NOTES: 1. ALL MODIFIED PROCTOR AND DENSITY TESTS SHALL BE TAKEN BY A CERTIFIED IABORATORY. 2. ALL TESTS SHALL BE COMPLETED AND SHALL MEET MINIMUM DENSITY REQUIREMENTS PRIOR TO ADDITIONAL BACKMWNG. 3. RIGHT—OF—WAY PERMIT STIPULATIONS OVERRIDE THIS DETAIL WHERE TRENCH IS LOCATED WITHIN A COUNTY RIGHT—OF—WAY. 4. ASPHALT PATCH AND TAPERS MUST BE FLUSH WITH ADJACENT ASPHALT AND CURBING. ROAD AND TRENCH RESTORATION REVISION DATE: SHEET NO. FOR LOCAL ROADS JULv 2o1e Co Ne C_rMLY 3-2B NTS PiucUelmes OHson WATER MAIN WATER MAIN 30" MINIMUM COVER 6' 8' 10' MINIMUM SEPARATION FOR SANITARY SEWER. STORM SEWER OR FORCE MAIN 18' MINIMUM 5' MINIMUM SEPAATON FOR IRRIGATION MAN SEPARATION SANITARY SEWER, STORM SEWER, IRRIGATION MAN AND FORCE NOTES WIN 1. WATER MANS SHALL BE SEPARATED FROM STORM SEWER. SANITARY SEWER, NON -POTABLE IRRIGARON MAINS. AND FORCE MANS 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 VERTI SEPARATION DISTANCE DOES NOT APPLY TO SEPARATIONS OF SEWER LATERALS AND POTABLE WATER MAN PIPEUNE INSTALLATIONS. ALSO. WATER MANS SHALL BE SEPARATED FROM STORM SEWER. SANITARY SEWER AND FORCE MAINS BY 10 FEET AHD FROM IRRIGATION AWNS BY 5 FEET MEASURED HORIZONTALLY BETWEEN O—DE OF PIPES. 2. ALL CROSSINGS WITH VERTICAL CU NNCE LESS THAN 18 INCHES SHALL REQUIRE SUBMISSION AND APPROVAL OF A DEVLNON. IF A DEVIATION IS SUBMITTED, THE FOLLOWING MINIMUM STIPULATIONS APPLY: THE CROSSING SHALL BE MADE USING A FULL LENGTH OF THICKNESS CUSS 200 (DR14) AWWA C-900 PVC OR CLASS 2W (DRIB) AWWA C-905 PVC PIPE CENTERED ON THE CROSSING. 3. 18 INCHES CLEAR DISTANCE SHALL NOT BE REDUCED IN CASES WHERE WATER CROSSES UNDER SEWER LINE. 4. WATER MANS. SANITARY SEWER. STORM SEWER, AND NON -POTABLE IRRIGATION MANS SHALL BE IN SEPARATE TRENCHES. 5. WATER MANS CROSSING ANY TYPE OF SANITARY SEWER. INCLUDING FORCE MAN. OR STORM SEWER SHALL HAVE THE ONE FULL LENGTH OF WATER MAIN CENTERED ABOVE OR BELOW THE OTHER PIPEUNE SO THAT THE WATER JOINTS WILL BE AS FAR AS POSSIBLE FROM THE OTHER PIPELINE. ALTERNATIVELY. AT SUCH CROSSINGS. THE PIPES SHALL BE ARRANGED 50 THAT ALL WATER MAIN JOINTS ARE AT LEAST THREE FEET MGM ALL JOINTS IN VACUUM -TYPE SANITARY SEWERS. STORM SEWERS. STORMWATER FORCE MANS. OR RPEUNES CONVEYING RECLAIMED WATER REGULATED UNDER PAR III OF CHAPTER 62-610. FAC, AND AT LEAST SIX FEET FROM ALL JOINTS IN GRAVITY- OR PRSSURE-TYPE SANITARY SEWERS, FORCE MANS. OR PIPELINES CONVEYING RECLAIMED WATER NOT REGULATED UNDER PART III OF CHAPTER 62-610. 6. IF THE VERTICAL SEPARATION BETWEEN GRAVITY SANITARY SEWER AND STORMWATER ONES 15 LESS TITAN 18 INCHES, THEN 57 STONE SHALL BE UTILIZED BETWEEN THE TWO LINES. 7. SEE SECTION 1- DESIGN CRITERIA FOR ADDITIONAL REQUIREMENTS. PIPE SEPARATION DETAIL MSHEET No c0 BK CoMT4ty G — 3 NTS I§ek UMOes IX+laan PIPE RESTRAINED PIPE LENGTH IN FEET 1 SIZE IN INCHES HORIZONTAL BENDS DEAD ENDS (2) 45' VERTICAL BENDS UPPER LOWER 90 ' 45' 22-1/2' 11 -1/4' 4 23 9 5 2 55 23 8 6 32 13 6 3 77 32 11 8 40 17 8 4 100 41 14 10 48 20 10 5 120 50 17 12 56 23 11 6 141 58 20 16 71 29 14 7 181 75 25 18 77 32 15 8 200 83 28 20 84 35 17 8 218 90 30 24 96 40 19 10 253 105 35 30 112 47 22 11 303 125 41 36 127 53 25 13 350 145 47 lid®® III©� tea® �0® NOTES: 1. RESTRAIN ALL PIPE JOINTS WITHIN THE DISTANCE SHOWN ON THE TABLES MEASURED FROM THE POINT OF CONNECTION. 2. ISOLATION 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. RESTRAINT 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 ' AD DRAWN BY: GradyMinor © Associates,PUMP 800Via Del Rey P.A. 3Q. Grady Minor andd00 V STATION NO'S 108,01, 112.01, U3.00, 167.08, 179.00, 300.20, 302.08, 309.07 V CALLER COUNTY SEC/TWN/RGE: a d IDV APPROVED Bonita Springs, Florida 34134 --------5�-- DATE =m Co e-r County AD MISCELLANEOUS DETAILS SEPTEMBER,020 N JOB CODE: Civil Engineers Land Surveyors Planners Landscape Architects SUBMTTPALTYPE: CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 RPSSCALE: V NTS Bonita Sprin s 239.947.1144 WNW. GradyM!no r. COOL g Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) '29) ALEXANDER PAUL DUNKO, PESHEET 12 OF 13w Revision Date Description By CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE N0. 88695 v cD -- ooDEL IN> N.­S.—OK, .a�EP�TnR_KNNN, _ FRF�oF+�ewExu.+oxoxmt"a ��'"'P° ODOR CONTROL PA (TYPICAL) N.T.s $ � STAND-BY GENERATOR OR DIESEL PUMP CONCRETE SLAB DETAIL (TYP.) -N.T.S. SiRMcruRu,roTEs x. ul sreelswueEwENrwwrAcnNn.,poRexaxezRRFRIORro rv". aoaOLz `•", P�eB- E PUMP CONTROL PANEL PAD (TYPICAL) - N.T.S •_ IL suasmW.Iw.LTDa.NNXEON. OM PUMP STATION CONCRETE DETAILS REVISION GATE: AN. 20Ta F FVMCU■sEIX'.Yul SHEET N0. WW-7n o mmJ I _ rww Ii[owW'ai en cNmw•r NN Iuo m m [mH[t+amw ma«[t'r "o r wo0. n< rtrtm riw rsaw n< IrN. Ha oAI. N.NHP Mom,., I�..WDM+ D+Px N. zN.WNIz Fa ".IR.WN WR X.Pz.N w.o Ina NP..Ic �P.MN. NI— "N wz.N.I DO A un�aWMn Lew w. l'vn MmMw W .IR IusN Vox m "HIInm IIo mWI a u ..Na xN vales REVISION SHEET NO. COMMUNITY PUMP STATION CONTROL PANEL DETAIL N O N -VFD STATION WITH GENERATOR PIBMUNENL WW-9g s©�somo s©�somo s©�somo 0v�oomo 0©�oomo W1 PIPE SUPPORT DETAIL ■ .., ea III � � pH,A GATE SECTION TT rc, .rxn ww. �o,ex m.ur I � I 1e" DETAIL aROUNND MAT DETAIL GROUND TEST WELL DETAIL ,4E.aUa.. FENCE POST/GATE BONDING DETAIL PUMP STATION LIGHTNING PROTECTION DETAILS REVIO IODATE: ��Roe C_MEEI Puxk USl'ees Poison SHEET NO. Mrs o -�"� At- NEI COMMUNITY PUMP STATION WITH REVII_Y onrE: SHEET N0, uSI sole GENERATOR DETAIL — PLAN WW-8A PIPE CAP PR' �IICT (tssi. APa[ oiv �R04E AUGN REINFORCED WITHTOF OFTTOMELOBE N LWNED PNTENFNNAORCE EIAL STEEL nE3fNxNpIESs DETAIL �RD COALE .#2 (_XE LOOP (SEE COUNTY I_t/4- (Lq NTH DETNLUFOR ROVED ..NO. ROUTING)..NO.DNi MPEND. VLVµIZFD PDIE �L�R T' N RELIEF n/aNT�OP of sruBBED TIE WRAPS SIE0. NUT CUNTED SPor LESS STE0. WLT SN AS No RN OET OUR IN ORWND CAMP DETAIL #2 E coPPER coWER "no" (SEE COAXIAL MOUNTING GROUND IRE o APPROVED AND ROUTING rorrtN DETAIL PENDIT UST. TRowEPOLEECN TEMDRGP % F) EINFORCED • x 6" Al DETAIL /1 N1°vIE cRWNO LW DU PRO POLE SWIVEL BOLT DETAIL SIDE VIEW GROUND ROD M3 REINFORCED A D PIER BONDED CONTROL GROUND uoE WNCREtE DETAIL #3 PAHEI cRI TOCONPOL TD' x s/8. FOUN FOUNDATION GROUNDING DETAIL (SEE R CONEUT DDNL) GRO No qOp ONPVC REINORLFD HIPPIE o SECTION A —A CONCRETE E. SUE NOTES. TO BE DETERMINED BY G CENBED STRUCNFAL 1. TONER/—.. ASSEMBLY AND roUNOA o <C< ENGINEER PFR SOIL - CONSIRUCnON MUST MEET CURRENT EDITOR G BUI -NCOOE WND IM "PVC CONWrt SEf DIRECRY OIDA BUILDING CODE MIND LIVE REOUIREMENTS, CON) REOUIREMENTB N FROM R LEFT TOWER LEC REGISTEREDTRLMENSED CPROFESSNNYLIENCIN CR (sEE NOTE). CONDUIT DETAIL TOP VIEW V 2. TTEUE ETRY NOT REWIRED FOR PUMP STATNN+S gMTH ATE OWNERSHIP AND MNRIENONCE. TELEMETRY ANTENNA MOUNT DETAIL NOTES 1. BOND FENCE AND VEHICLE ACCESS GATE TO COUNTERPOISE ]. PROVIDE LIGHTNING PROTECTION FOR SCADA ANTENNA 5. SURGE PROTECT ON SHALL BE SWARE D THREE PHASE: POWER SERVICE MSUSA500) WITH LED LIGHTS AND MOUNTED IN A FASHION THAT TRANSFORMER IAOM PROVIDER WTXHASELRIGHTS ARE VISIBLE. COORDINATE EXACT LOCATION WN #4/0 ARE COPPER a EXOTHERMICALLY BOND GROUNDING JUMPERS TO COUNTERPOISE. (TYP OF 2) GROUND POTENTIAL SHALL BE CONSISTENT FOR ENTIRE SITE. GROUNDING JUMPERS AND COUNTERPOISE SMALL BE Mara BARE COPPER. GROUND RODS SXALL BE La"%2M COPPE—LAD GROUND ODS. E%OTXERMILALLY WELD CONNECTIONS BELOW GMDE. POWER METER_ M MECHANICALLY CONNECT CONNECTIONS ABOVE GRADE. MECHANICAL LUGS SXALL ONLY RAVE ONE WIRE CANOED IH FACX TERAIRIATWN. EACH LUG SHALL BE FASTENED WITH A STAINLESS STEEL NUT AND BOLT. SUCKING OF INDrvIDUAL LUGS WILL NOT BE ACCEPTABLE. GROUND BOXES SMALLBE1a•LONGOUAMM #4/0 BARE COPPER SERVICE ENTRANCE RATED MPC1118CAOOt]ORpPot118&Vt2, (TYP. OF 2) C ��CIRCUIT BREAKER OISCONNIC INSTALL LEVEL WRX THE waCENT GRauxD, PROVIDE s] _ SEE GROUND TEST STAND-BYEWO STONE OR MATCH SIM STONE IN GENEMiOfl WELL DETAIL W W-19B J BOX, WITH GROUND ROD LOCATED OFF CENTER OF BOX.OU_. A—MonC TRANSFER SWITCn—_. " w BOX COVER ro RFAD•GROUNP EXPOSED GROUNDINGSXALL BE t• SCHEDULE ESPVC OR a UIO a TIGHT FLEXIBLE CONDUIT. PANEL 5 PROWDE COUNTY SIGNED INSPECTION OR PHOTO OF ALL CnDMELDED SPLICES AND BOARD UNDERGROUND TAPS. PROWDE GROUNDTESTREPORTTO COUNTY VERIFYING COUNTERPOISE RESISTANCE IS LESS THAN 5 OHMS. #4/0 BARE COPPER TO DISCONNECT GROUND MAT (TYP) CONTROL PANE MOTOR J-BOX SEAL -OFF F-0 (lY4j FLOATS PUMPS (A) W RISER DIAGRAM GENERATOR BA SHEET NO. WW-9D ' L.. AD DRAWN BY: GradyMinor © Associates,PUMP 800Via Del Rey P.A. 3Q. Grady Minor andd00 V STATION NO'S 108,01, 112.01, U3.00, 167.08, 179.00, 300.20, 302.08, 309.07 N .co�LIER COUNTY SEC/TWN/RGE: a d IDV APPROVED Bonita Springs, Florida 34134 --------5�-- DATE =m Co eY County AD MISCELLANEOUS DETAILS SEPTEMBER,020 N JOB CODE: W W Civil Engineers Land Surveyors Planners W Landscape Architects SUBMTTPALTYPE: CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 FPS z SCALE: NTS Bonita Springs: 239.947.1144 w1VW. GradyM!no r. com g Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) '29) ALEXANDER PAUL DUNKO, P.E. SHEET 1 OF 1 o jw Revision Date Description By CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE NO. 88695 .3 .3 v cD PUMP STATION NO'S 103,00311070501110000112300011360001304001 DIESEL PUMP INSTALLATION Located in Collier County RPS No.: 20-7760 Design Build for Pump Station Emergency Power Resiliency RPS Step 02 Submittal Plans Plans Prepared For: Index of Drawings Co�L ie-� County --- " °"� Dwg. No. Description PS 123.005 rg ,,� LEE �INTy YKKg 1 COVER t/ y 2 GENERAL NOTES ENGINEERING AND PROJECT MANAGEMENT DIVISION PS 136.00 - 3 LEGEND & BMP PUBLIC UTILITIES DEPARTMENT= — 4 PS 103.03 SITE PLAN PROJECT MANAGER: JULIAN DELEON, P.E. I PS 10303 - 5 PS 107.50 SITE PLAN 3339 TAMIAMI TRAIL E �" *�1 ` �- � , = rn.� 6 PS 110.00 SITE PLAN SUITE 303 PS 107.50 7 PS 123.00 SITE PLAN NAPLES, FL 34112 SITE PLAN TEL: (239) 252-5891�= s PS 3oa.o� SITE PLAN FAX: 239 252-3989 ( ) ffi 10 MISCELLANEOUS DETAILS ;I - 111 MISCELLANEOUS DETAILS U. Know what's below. Call before you dig. DESIGN TICKET 407880281 Location Map N.T.S. Prepared by: Q. Grady Minor and Associates, P.A. GradyMinor W 3800 Via Del Rey Bonita Springs, Florida 34134 Civil Engineers Land Surveyors . Planners . Landscape Architects Cert. of Auth. EB 0005151 Cert. of Auth. LB 0005151 Business LC 26000266 Bonita Springs: 239.947.1144 WWW. GradyMinor. COM Fort Myers: 239.690.4380 ORIGINAL SHEET SIZE: 1 1 "x17" ATTENTION IS DIRECTED TO THE FACT THAT THESE PLANS MAY HAVE BEEN REDUCED OR ENLARGED IN SIZE BY REPRODUCTIONS. THIS MUST BE CONSIDERED WHEN OBTAINING SCALED DATA. Revisions Revision Date Description By ALEXANDER PAUL DUNKO, P.E. 0. GRADY MINOR & ASSOC., P.A. 3800 VIA DEL REY BONITA SPRINGS, FL 34134 FLORIDA P.E. LICENSE NO. 88695 EB/LB 0005151 GENERAL NOTES: 1. ALL ELEVATIONS REFER TO NORTH AMERICAN VERTICAL DATUM 1988 NAVD '88. 2. THE CONTRACTOR SHALL POT HOLE TO LOCATE (HORIZONTALLY AND VERTICALLY) ALL EXISTING UTILITIES PRIOR TO BEGINNING CONSTRUCTION AND PROVIDE IN WRITING ANY DISCREPANCIES TO THE COUNTY. EXTREME CAUTION TO BE USED WHEN EXCAVATING, AS NUMBER AND LOCATION OF EXISTING UTILITIES ARE BASED ON RECORD INFORMATION THAT HAS NOT BEEN FIELD VERIFIED. 3. IT IS THE CONTRACTOR'S RESPONSIBILITY DURING CONSTRUCTION TO PROTECT ANY EXISTING UTILITIES. DAMAGE TO EXISTING UTILITIES AND PROPERTY DURING CONSTRUCTION SHALL BE REPAIRED AND/OR REPLACED AT CONTRACTOR'S EXPENSE. 4. THE CONTRACTOR IS REQUIRED TO CONTACT ALL UTILITY OWNERS PRIOR TO THE BEGINNING OF CONSTRUCTION AND COORDINATE WITH UTILITY OWNERS DURING CONSTRUCTION. THE PRESENCE OF THE UTILITIES ARE LIKELY IN THE PROJECT AREA. CONTRACTOR TO COORDINATE WITH, BUT NOT LIMITED TO, THESE UTILITIES PRIOR TO AND DURING CONSTRUCTION: SERVICE PROVIDER UTILITY COMPANY TELEPHONE FLORIDA POWER & LIGHT (24 HOUR ELECTRIC EMERGENCY) 239-353-6010 TELEPHONE CENTURY LINK 1-800-339-1811 CABLE T.V. COMCAST (239) 432-1850 UNDERGROUND FACILITY LOCATION SUNSHINE ONE CALL 811 or 1-800-432-4770 SERVICES WASTEWATER COLLIER COUNTY (239) 252-6886 WATER COLLIER COUNTY (239) 252-6245 GAS TECO ENERGY 1-877-832-6747 COMMUNICATIONS FPL FIBERNET 1-866-787-2637 COMMUNICATIONS SUMMIT BROADBAND (239)444-0400 STORMWATER COLLIER COUNTY (239) 252-8192 5. EXISTING FACILITIES INCLUDING DRIVEWAYS, SIDEWALK, UTILITIES AND OTHER EXISTING FACILITIES SHALL BE RESTORED TO A CONDITION EQUAL OR BETTER THAN WHAT EXISTED PRIOR TO COMMENCING CONSTRUCTION, AT NO ADDITIONAL COST TO THE OWNER, TO THE SATISFACTION OF THE COUNTY. 6. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REPLACE/REPAIR ANY EXISTING LANDSCAPING/PRIVATE IMPROVEMENTS WITHIN THE ROW, E.G. SOD, SPRINKLER PIPING, SPRINKLER HEADS, IRRIGATION SYSTEMS, AND FENCING THAT MAY HAVE BEEN DAMAGED DURING CONSTRUCTION AT NO ADDITIONAL COSTS TO THE OWNER. CONTRACTOR TO REPLACE OR REPAIR DAMAGED PROPERTY OR IMPROVEMENTS TO A CONDITION EQUAL TO OR BETTER THAN EXISTED PRIOR TO CONSTRUCTION. CONTRACTOR SHALL TEMPORARILY CONNECT IRRIGATION COMPONENTS DURING CONSTRUCTION TO ENSURE IRRIGATION SYSTEMS CONTINUED USE DURING CONSTRUCTION. 7. ANY SURVEY MONUMENTS INCLUDING PROPERTY CORNER WITHIN THE LIMITS OF CONSTRUCTION IS TO BE PROTECTED. IF A MONUMENT IS IN DANGER OF BEING DISTURBED, THE CONTRACTOR SHALL PROPERLY REFERENCE ITS LOCATION AND RESET THE MONUMENT AS REQUIRED BY THE CONTRACTOR'S FLORIDA LICENSED SURVEYOR. AT NO ADDITIONAL COST TO THE OWNER. 8. THE CONTRACTOR IS REQUIRED TO ADJUST ALL VALVE BOXES, MANHOLE RIMS, GRATES, ETC. AS NECESSARY TO MATCH PROPOSED GRADES. PAVEMENT AROUND VALVES, MANHOLES, AND METER BOXES SHALL BE FLUSH WITH ACCESS TO ALL UTILITIES MAINTAINED AT ALL TIMES. NO ADDITIONAL PAYMENT SHALL BE MADE FOR WORK AS THE COST IS INCIDENTAL TO THE COST OF CONSTRUCTION. 9. CONTRACTOR SHALL RELOCATE OR ADJUST MAILBOXES, MANHOLES, VALVES, GRATES, SIGNS, ETC. IN CONFLICT WITH THE PROPOSED CONSTRUCTION AND SHALL REPAIR, ADJUST, AND/OR REPLACE ITEM AS NECESSARY AT NO ADDITIONAL COST TO THE OWNER. MAILBOXES REMOVED OR DAMAGED DURING CONSTRUCTION SHALL BE AT A MINIMUM REINSTALLED/REPLACED PER FDOT STANDARD INDEX NO. 532 OR TO MATCH THE PRECONSTRUCTION CONDITION AS APPROVED BY THE OWNER. REPLACED/REINSTALLED MAILBOX SHALL BE LOCATED INSTALLED PER USES GUIDELINES (41-45" ABOVE GRADE TO BOTTOM OF MAILBOX WITH THE FRONT OF THE MAILBOX 6-8" FROM THE EOP). 10. THE CONTRACTOR SHALL NOTIFY THE COUNTY PROJECT MANAGER OF ANY ENCROACHMENT ONTO PRIVATE PROPERTY A MINIMUM OF 14 DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION ACTIVITIES. 11. THE CONTRACTOR SHALL NOTIFY COLLIER COUNTY UTILITIES DEPARTMENT AT LEAST 10 CALENDAR DAYS IN ADVANCE OF ALL PLANNED SERVICE INTERRUPTIONS & REQUESTS FOR VALVE OPERATION, AND RECEIVE COUNTY PROJECT MANAGER'S APPROVAL BEFORE PROCEEDING WITH PLANNED INTERRUPTIONS. 12. THE CONTRACTOR SHALL PROVIDE 10 DAYS WRITTEN NOTICE TO THE ENGINEER OF RECORD, OWNER'S CEI REPRESENTATIVE, AND COLLIER COUNTY PROJECT MANAGER PRIOR TO THE FOLLOWING ACTIVITIES: a. COMMENCEMENT b. CHANGES TO APPROVED SCHEDULES, SUBCONTRACTORS, AND RESIDENT SUPERINTENDENT c. WATER SYSTEM I. HOT TAPS ii. PRESSURE TESTS iii. CHLORINATION OF WATER MAINS iv. FLUSHING V. BACTERIOLOGICAL SAMPLING vi. FINAL CONNECTION OF NEW MAINS vii. BEGINNING AC PIPE REMOVAL viii. FINAL ABANDONMENT OF EXISTING MAINS ix. WATER SERVICE AND WATER METER SWITCH OVER X. BACKFLOW DEVICE INSTALLATION d. WASTEWATER SYSTEM i. TESTING OF BYPASS PUMP STATION ii. TEMPORARY AND PERMANENT FORCE MAIN PRESSURE TESTS iii. INFILTRATION/EXFILTRATION TESTS iv. LAMPING OF SEWER LINE V. TELEVISION VIDEO TAPING OF SEWER LINES 13. CONTRACTOR TO PROVIDE SILT FENCE, STACKED SYNTHETIC BALES AND OTHER APPROPRIATE MEASURES TO EFFECT THE FILTRATION OF SURFACE WATER FLOWS AND TO PROVIDE EROSION PROTECTION DURING CONSTRUCTION ACTIVITIES. PROTECTION IS TO BE MAINTAINED DURING THE CONSTRUCTION PERIOD UNTIL DISTURBED SOILS HAVE BEEN STABILIZED WITH GRASS OR SUITABLE EROSION PROTECTION TREATMENT. 14. EXISTING OFF -SITE DRAINAGE PATTERNS SHALL BE MAINTAINED DURING CONSTRUCTION. 15. SHOP DRAWINGS FOR ANY EQUIPMENT AND MATERIAL MUST BE APPROVED PRIOR TO FABRICATION AND INSTALLATION. 16. CONTRACTOR SHALL RETAIN, ON THE WORK SITE, COPIES OF ALL PERMITS NECESSARY FOR CONSTRUCTION. 17. CONTRACTOR IS REQUIRED TO OBTAIN FROM THE ENGINEER OF RECORD AND COUNTY PROJECT MANAGER WRITTEN APPROVAL FOR ANY DEVIATIONS FROM THE PLANS AND/OR SPECIFICATIONS. 18. CONTRACTOR SHALL PROMPTLY REPORT ALL FIELD CHANGES TO THE ENGINEER OF RECORD, CEI REPRESENTATIVE, AND COUNTY PROJECT MANAGER. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR RESTORING ALL AREAS DISTURBED BY THEIR WORK. ALL DISTURBED AREAS SHALL BE SODDED TO MATCH EXISTING CONDITIONS WITH SOD SET NO MORE THAN 1/2" BELOW ADJACENT DRIVEWAYS. NEWLY INSTALLED SOD SHALL BE WATERED UNTIL ESTABLISHED/ROOTED. IF SOD IS REQUIRED TO BE REINSTALLED DURING THE COURSE OF CONSTRUCTION FOR WHATEVER REASON, CONTRACTOR SHALL BE REQUIRED TO WATER REINSTALLED SECTIONS UNTIL THEY ARE ESTABLISHED/ROOTED. 20. AFTER SUBSTANTIAL COMPLETION AND PRIOR TO FINAL COMPLETION, THE CONTRACTOR SHALL ACCURATELY RECORD AND PLOT THE LOCATIONS AND DEPTHS OF ALL IMPROVEMENTS INSTALLED ON A FINAL SET OF RECORD DRAWINGS WHICH SHALL BE DELIVERED TO THE ENGINEER OF RECORD, AND COLLIER COUNTY. 21.SURVEY LAYOUT AND RECORD DRAWINGS ARE TO BE PERFORMED BY A FLORIDA LICENSED LAND SURVEYOR PROVIDED BY THE CONTRACTOR AND SHALL INCLUDE PROPERTY CORNERS AND RIGHT-OF-WAY LINES. ALL ELEVATIONS MUST REFER TO N.G.V.D. 29. 22. CONTRACTORS WILL BE RESPONSIBLE FOR STORING ALL MATERIALS FOR THE PROJECT, INCLUDING ALL MATERIALS PURCHASED BY COLLIER COUNTY IN A SECURED, FENCED IN STORAGE AREA. CONTRACTOR IS TO PROVIDE LEASE AGREEMENT WITH PROPERTY OWNER TO THE COUNTY, IF STORED ON PRIVATE PROPERTY. NO MATERIAL MAY BE STORED WITHIN THE RIGHT-OF-WAY. ALL MATERIAL STORED SHALL BE COVERED, PER MANUFACTURES' RECOMMENDATIONS AND COUNTY SPECIFICATIONS. 23. DAMAGE TO EXISTING UTILITIES AND PROPERTY DURING CONSTRUCTION SHALL BE REPAIRED AND/OR REPLACED AT CONTRACTOR EXPENSE. 24. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING UTILITY SERVICE AT ALL TIMES DURING CONSTRUCTION WITHIN THE PROJECT LIMITS. THIS INCLUDES HAVING A SUPPLY OF REPAIR MATERIALS ONSITE THAT MATCHES EXISTING IN THE EVENT OF A BREAK. 25. CONTRACTOR WILL BE EXPECTED TO PROVIDE A TWO (2) WEEK LOOK AHEAD FOR ALL CONSTRUCTION ACTIVITIES EVERY TWO (2) WEEKS AND ATTEND ALL MEETINGS AT THE COUNTY'S DISCRETION. 26. CONTRACTOR SHALL NOT LEAVE TRENCHES OR HOLES OPEN OVER NIGHT OR OVER WEEKENDS/HOLIDAYS. 27. ALL CONSTRUCTION DEBRIS AND OTHER WASTE MATERIAL SHALL BE DISPOSED OF OFFSITE IN ACCORDANCE WITH APPLICABLE REGULATIONS. 28. WORK AREAS ARE TO BE CLEANED ON A DAILY BASIS INCLUDING, BUT NOT LIMITED TO SWEEPING STREETS AND DAILY WATERING. 29. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING RIGHT-OF-WAY, TREE REMOVAL, AND DEWATERING PERMITS AS APPLICABLE. 30. ALL CONTRACTORS AND REPRESENTATIVES ON -SITE MUST HAVE COLLIER COUNTY CONTRACTOR IDENTIFICATION BADGES ON THEIR PERSON, CLEARLY DISPLAYED, AT ALL TIMES. 31. THE APPROVAL OF THESE CONSTRUCTION PLANS DOES NOT AUTHORIZE CONSTRUCTION OF REQUIRED IMPROVEMENTS WHICH ARE INCONSISTENT WITH EASEMENT OF RECORD. 32. COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT IS RESPONSIBLE FOR THE MAINTENANCE OF THE INFRASTRUCTURE ON THIS SITE. 33. ALL PROHIBITED EXOTIC VEGETATION SHALL BE REMOVED FROM THE SITE AND IT SHALL BE MAINTAINED FREE OF EXOTICS IN PERPETUITY. (UDC 3.05.08) 34. A SEPARATE PERMIT IS REQUIRED FOR THE INSTALLATION OF ANY GATES (I.E. SLIDING, MANUAL ROLLING, MOTORIZED OR OTHER) THAT PREVENT ACCESS BY FIRE APPARATUS. ACCESS BOXES FOR MANUAL GATES AND EVAC SYSTEMS FOR ELECTRONIC GATES WILL BE REQUIRED. (FLORIDA FIRE PREVENTION CODE 6TH ED. 1: 18.2.2.2.) 35. COUNTY PERMIT TO PERFORM WORK AND/OR MAINTENANCE IN PUBLIC RIGHT-OF-WAY IS REQUIRED FOR WORK WITHIN THE PUBLIC ROAD ROW. 36. COLLIER COUNTY PUBLIC UTILITIES IS RESPONSIBLE FOR THE MAINTENANCE OF THE WATER MANAGEMENT FACILITIES ON THIS SITE. TRAFFIC CONTROL NOTES: 1. ACCESS ONTO EXISTING STREETS AND DRIVES SHALL BE MAINTAINED TO LOCAL TRAFFIC, DELIVERY VEHICLES, POSTAL VEHICLES, EMERGENCY VEHICLES, PUBLIC TRANSPORTATION, SOLID WASTE & RECYCLING VEHICLES, AND PROPERTY OWNERS, RESPECTIVELY. CONTRACTOR SHALL LIMIT CONSTRUCTION ACTIVITIES ON PUBLIC OR PRIVATE ROADWAYS. 2. THE IMPLEMENTATION OF THE TRAFFIC CONTROL PLAN FOR THIS PROJECT SHALL BE IN ACCORDANCE WITH THE 2009 EDITION WITH REVISION NUMBERS 1 AND 2 INCORPORATED, DATED MAY 2012 OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD PART VI, TRAFFIC CONTROLS FOR STREET AND HIGHWAY CONSTRUCTION AS REVISED TO DATE), FOR GENERAL TRAFFIC CONTROL ZONE REQUIREMENTS AND ADDITIONAL INFORMATION, REFER TO THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BOOKLET "DESIGN STANDARDS" DATED 2016 NOS. 600 THROUGH 660 AS APPLICABLE. 3. WHERE FLAGGER AND WORKER SIGNS ARE USED, THE SIGNS SHALL BE COVERED OR REMOVED DURING PERIODS WHEN CONSTRUCTION OPERATIONS ARE SUSPENDED SUCH AS NIGHTS, WEEKENDS, AND HOLIDAYS. 4. PLACEMENT OF ALL CONSTRUCTION SIGNS SHALL BE FIELD LOCATED TO NOT BE IN CONFLICT WITH EXISTING SIGNS. EXISTING SIGNS NOT IN USE OR IN CONFLICT WITH LANE OR ROAD CLOSURE SHALL BE COVERED TEMPORARILY. 5.LANE CLOSURES SHALL BE SCHEDULED AS FOLLOWS: a. ONE TRAVEL LANE SHALL BE KEPT OPEN FOR EACH DIRECTION WITHIN THE WORK AREA THROUGHOUT THE DURATION OF CONSTRUCTION, EXCEPT WHEN A ROAD CLOSURE IS PERMITTED BY THE COUNTY. P. THE LOCATION AND DURATION OF EACH LANE CLOSURE INCLUDING TURN LANES, SHALL BE APPROVED BY THE COUNTY PRIOR TO IMPLEMENTATION OF THE CLOSURE. c.NO WORK SHALL BE DONE REQUIRING A LANE CLOSURE BETWEEN THE FOLLOWING HOURS: I. FROM 7:00 AM TO 9:00 AM, AND 4:OOPM TO 6:00 PM, MONDAY THROUGH FRIDAY, UNLESS APPROVED BY COUNTY. ii. WEEKENDS, HOLIDAYS, AND SPECIAL EVENT DAYS, AS PERMITTED BY THE COUNTY. iii. EMERGENCIES AS DEEMED NECESSARY BY COLLIER COUNTY EMERGENCY MANAGEMENT. LAW ENFORCEMENT AUTHORITIES OR THE COUNTY. 6. THE MINIMUM WIDTH OF ANY TRAVEL LANE AT ANY TIME SHALL BE 10 FEET. 7. UTILITY RELOCATION WORK SHALL BE COORDINATED BY THE CONTRACTOR TO AVOID ANY CONFLICT WITH THE VARIOUS PHASES OF THE TRAFFIC CONTROL PLAN. WATER and WASTEWATER NOTES: 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, ROADWAY AND TRAFFIC STANDARDS, (LATEST EDITION), COLLIER COUNTY'S DEVELOPMENT STANDARDS AND SPECIFICATIONS AND COLLIER COUNTY WATER -SEWER DISTRICT UTILITIES STANDARDS MANUAL. 2. ALL COLLIER COUNTY WATER -SEWER DISTRICT UTILITIES STANDARDS (DESIGN CRITERIA, SPECIFICATIONS, AND DETAILS) ARE APPLICABLE TO THIS PROJECT AND ARE MADE PART OF THE CONTRACT DOCUMENTS BY REFERENCE TO CURRENT COUNTY UTILITIES STANDARDS, LOCATED AT THE FOLLOWING WEB ADDRESS: "htto://www.colliergov.net/index.aspx?Dane=389". IN THE EVENT OF CONFLICT BETWEEN THE COUNTY UTILITIES STANDARDS AND THESE SPECIFICATIONS AND DRAWINGS, THE MORE STRINGENT REQUIREMENT SHALL APPLY. 3. ALL MAINS SHALL BE LOCATED A MINIMUM OF 36" AND A MAXIMUM OF 48" BELOW FINISHED GRADE, UNLESS OTHERWISE NOTED. 4. LOCATION MARKERS ARE TO BE PLACED AT THE FOLLOWING LOCATIONS: a. EVERY ONE HUNDRED (100) FEET ALONG THE PROPOSED WATER MAIN b. EVERY TWO HUNDRED FIFTY (250) FEET ALONG THE PROPOSED FORCE MAIN C. ONE (1) AT EVERY SERVICE LATERAL END d. ONE (1) AT EVERY FITTING, BENDS OR CHANGES IN ALIGNMENT, AND VALVES e. TWO (2) ON LONG SERVICES ONE AT MAIN, ONE NEAR THE ROAD L. ONE (1) ON SHORT SERVICES NEAR THE ROAD 6. CONTRACTOR TO VERIFY ELEVATIONS OF PIPES CONNECTING TO MANHOLE PRIOR TO MANHOLE FABRICATION. 7. CONTRACTOR TO UTILIZE METALIZED TAPE AND MARKER BALLS FOR ALL UNDERGROUND PIPING PER COUNTY STANDARDS. 8. CONTRACTOR SHALL INSTALL AIR RELEASE VALVES AT ALL HIGH POINTS AS DETERMINED BY THE APPROVED AS -BUILT PROFILE IN ADDITION TO THE AIR RELEASE VALVES SHOWN ON THE DRAWINGS. LEGEND AD Q. Grady Minor an GradyMinor 3800 800 Via Associates, Dee P.A. l Rey Bonita Springs, Florida 34134 © d Civil Engineers Land Surveyors . Planners Landscape Architects Cert. of Auth. EB 0005151 Cert. of Auth. LB 0005151 Business LC 26000266 Bonita Springs: 239.947.1144 w1VW. GrgdyM!no r. com Fort Myers: 239.690.4380 g ' PUMP STATION NO'S 103.03, 107.50, 110,00, 123.00, 136.00. 304.01 " coulER coati r a o - � sG DRAWN BY: IDV GENERAL NOTES SEC/TWN/RGE: /----5/-- APPROVED: AD DATE:-- SEPTEMBER. 2020 JOB CODE: CCU 20-7760 SUBMITTAL TYPE: RPS z m � �n In v a SCALE:2436 NTS' 11x17 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 ALEXANDER PAUL DUNKO, P.E. FLORIDA P.E. LICENSE N0. 88695 SHEET 2 OF 1 1 Revision Date Description By SURVEY KEY DESCRIPTIONS CODE DESCRIPTION CODE DESCRIPTION CODE DESCRIPTION AC_ AIR CONDITIONING UNIT FLGP_ FLAGPOLE Ill SCtI SET CONCRETE MONUMENT ARL_ ARROW LEFT SDH_ SET DRILL HOLE ARR_ ARROW RIGHT Q FMN_ FOUND MAG NAIL_BIZE_LBM OR NOID SFS_ FEATURE SIGN ARS_ ARROWSTRAIGHT Q FNL FOUND NAIL_SIZBLBMORNOID SG_ SPOT GRACE (ON VARIOUS TYPES OF PAVEMENT) + ARV_ AIR RELEASE VALVE FOC_ FACE OF CURB TYPE( A, D, E, F, VG) -7- SIGN_ SIGN -TYPE (DONOT EWER, HANDICAP, STOP,#MPH, BM_ BENCHMARK( START wIBM or FOLLOWS MON. CODE) Q FPK_ FOUND PM NAIL_SIZE_LBM OR NOID iWAY, NO PARKING, TRAFFIGGENERAL, ETC) BC_ BUILDING CORNER FP__ FLORIDA POWER AND LIGHT ® SW_ SET HUB TACK N BFP_ BACK FLOW PREVENTOR FRM_ FORCE MAINU(UNDERGROUND), MABOVE GROUNT) SIR_ SET IRON ROD_SIZE BKB BIKE RACK FSE FINISH SECOND FLOOR ELEVATION SL SET LATHEX(GRACE) OR C#(MARKED CUT) OR F# BOC_ BACK OF CURBTYPE(A, D, E, F, VG) FWD_ FENCE WOOD (MARKED FILL) BOL_ BOLIARDNPE �, GA_ GUY ANCHOR A SNL SETNAILSIZE BPL_ BLUE PAINT LINE GB_ GRADE BREAK SPK_ SET PARKER KALON NAIL_SIZE BPB BRICK PAVER GM_ GAS MAIN MARKER STL_ STEEL PIPE SUE BRA_ BRIDGE ABUTTMENT GP_ GENERATOR PAD ® SV_ SEWERVALVE BS_ BACK SRE_POINT# GB GUIDE RAIL SWB_ SEAWALLBOTTOM BTS_ BOTTOM OF STEP GSL UNDERGROUND GAS LINE SWL_ SWALEIFLOWUNE I' BUF BURIED UTILITY FLAG © GSM_ GAS METER SWT_ SEA WALLTOP BW_ B070M OFWAII ® GT_ GREASE TP RA Q TBX_ TELEPHONE BOX (IN GROUND) CALC_ CALCULATED COORDINATE POINT _gy GUMB_ GUMBO TREBSIZE_#LF CLUSTER) TCP_ TERRA GOTTA PIPE -SIZE �p CB_ INVERT CATCH BASINPIPE SIZE -INVERT } GV_ ® VALVE TLC ® _ ® TIM_ TRAFFIC POLE METAL TRAFFIC POLE CHW_ CONCRETEHEADWPII HH_ HAND ® RW_ WOODTRAFFIC POLE CLH_ CENTERLINE HEDGE WIDTH HPM_ HANDICAPCAP MAN SYMBOL TOB TOP OF BANK CMP_ CORRUGATED METAL PIPE_SIM [] IRR_ IRRIGATION METER TOS TOE OF SLOPE CNP_ CONCRETE PAD E) IRV_ IRRIGATIONVALVE TOW_ TOP OF WALL O CO_ CLEANOUT LDA_ LANDSCAPE PLANTING AREA TP_ TRAVERSE POINT CPR_ CORRUGATED PLASTIC PIPE_BEE LIT_ CLITORAL SHELF �i/� TREE_ TREE_TYPE_SIZE-M FCLUSTER) I CS_ CONTROL STRUCTURE LP_ LIGHT POLE_NPE(WOOD, METAL, FISERGUSS, DCK_ DOCK OR DECK CONCRETE) Q TRS_ TELEPHONE RISER 9 DEAD_ DEAD TREE_SIZEM(IF CLUSTER) yam_ LA_ LANDSCAPE LIGHT TST_ TOP OF STEP DKP_ DOCK OR DECK PILING OR POLE @ MAL_ M IIWKATREBSIZE-AIF CLUSTER) © NB_ © NB CAB LE TELEVISIONBOX (IN GROUND) CAB LE TELEVISION RISER DP_ DUMPSTER PAD MB_ MAILBOX UGTP_ UNOERGROUNDTELEPHONELINE ❑E EB_ ELECTRICBOX(INGROUND) MES_ MITERED END SECTION_PIPE SIZE (SHOT AT END OF PIPE ❑T ELC_ ELECTRC LINE ATINVERT) UGN_ UNOERGROUNDTELEVISIONLINE © ELR_ ELECTRIC RISER ® MHD_ DRAINAGE MANHOLE_ DEPTH © © EM_ ELECTRICMETER Q MHE_ ELECTRIC MANHOLE 1 UMKR_ UNDERGROUND BURIED CABLE MARKER EOC_ EDGE OF CONCRETE Q MHS_ SANITARYMANHOLE DEPTH T EOG_ EDGE OFGRAVEL Q MHi_ TELEPHONE MANHOLE 0 UPC_ CONCRETE UTILITY POLE EDP_ EOW_ EDGEOF PAVEMENT EDGE aF WATER MHWL_ MEAN HIGH WATER LINE 9 UPM_ p" UPW_ METAL UTILITY POLE WOOD UTILITY POLE ERCP_ ELLIPTICAL RCPSIZE MHWi_ MANHOLE WATER VOL VEGETATION LINE ESW_ EDGE SIDEWALK MNGO MANGO TREE SIZEJIQF CLUSTER) WBSP_ WATER BA CTERIALBAMPLEPOINT 0 ETP_ ELECTRIC TRANSFORMER PAD , MPL MAPLE TREE_SIZE-AIFCLUSTER) WDL WOODS LINE FCL_ FENCECHAIN LINK NG_ NATURAL GRACE (DIRT, GRASS, ETC) O WELL WATER WELL FCM_ FOUND CONCRETE MONUMENT_SIZE_L&tOR NOID OAK_ OAK TREESIZE-AIF CLUSTER) WLC_ WALLCONCRETE FCB Q FDC_ FENCE CORNER FD ENT CONTROL OHW_ OVERHEAD WIRES WLN_ WATERERLINELINE_U(UNDERGROUND), A(ABOVE GROUNT) Q FDH_ CRI L ND DRILL HOLE FOUND PALM_ PPLM iREE_SIZE_a(IF CLUSTER) WLW_ WALL WOOD FFE_ FINISHED FLOOR ELEVATION PBID_ PELICAN BAV IMPROVEMENT DEISTRICT QW WM_ WATER METER FOE FOP DAMS FLOOR MST FIRE PINE_ PINE TREE_ G-(IF CLUSTER) WPC_ WS_ WHITE PAINTED LINE WHEELSTOP FH_ HYDRANT FIRE HYDRPNT POT_ POINT ON LINE WIL WETLAND MARKER_DESIGNATION SNUMBER Q FIP_ FOUND IRON PIPE_SIZELB# OR NOID ED PPR_ PAPER TREE ® WV_ WATER VALVE O FIR_ FOUND IRON RODBIZE_LB# OR NOID RCP_ REINFORCED CONCRETE PIPE_SIZE I3 YO_ —GRAIN RMP_ HANDICAP RAMP YPL_ YELLOW PAINTED LINE SB STOP BAR STRIPING DENOTES A SPACE AFTER CODE AND PRIOR TO ADDITIONAL INFORMATION QGM STANDARD ABBREVIATIONS L.F. LINEAR FEET BFW BUTTFUSIONWELD LME LAKE MAINTENANCE EASEMENT BL BASELINE ME MITERED END BLVD. BOULEVARD MH MANHOLE BOC BACKOFCURB M.J. MECHANICALJOINT ESP BACTERIAL SAMPLE POINT MIN. MINIMUM CAN CABLETELEVISION NGVD NATIONAL GEODETIC VERTICAL DATUM CB CATCH BASIN NIC NOT IN CONTRACT CL CENTERLINE PBSP PERMANENT BACTERIAL SAMPLE POINT CIA P CORRUGATED METAL PIPE FLU PROPERTY LINE CO CLEAN OUT POT. POTABLE DONC. CONCRETE PROP. PROPOSED CUE CO UNTYUTIUTYEASEMENT PVC POLYVINYL CHLORIDE PIPE DE DRAINAGE EASEMENT PVI POINT OF VERTICAL INTERSECTION DIP DUCTILE IRON PIPE PVMT. PAVEMENT EL. OR ELEV. ELEVATION PS. PUMPSTATION FOR EDGE OF PAVEMENT RED. REDUCER ERCP ELLIPTICAL REINFORCED CONCRETE PIPE RCP REINFORCED CONCRETE PIPE EXIST. EXISTING R.O.W. RIGHT-OF-WAY FDC FIRE DEPARTMENT CONNECTION SAN. SANITARY FDOT FLORIDADEPARTMENTOFTRANSPORTATION Be SOIL BORING FE FLARED END ST. STREET FEW FEDERAL EMERGENCY MANAGEMENT AGENCY STA. STATION FFE FINISHED FLOOR ELEVATION SWK. SIDEWALK F.H. FIRE HYDRANT SWR. SEWER FLG FLANGED FITTING TBSP TEMPORARY BACTERIAL SAMPLE POINT FM FORCE MAIN TEMP. TEMPORARY FPL OR FP&L FLORIDA POW ER&LIGHT TOB TOP OF BANK GV GATE VALVE TOS TOE OF SLOPE HDPE HIGH DENSITY POLYETHYLENE TYR TYPICAL HORIZ. HORIZONTAL UE UTILITY EASEMENT HW HEADWALL VERT. VERTICAL INC. INCORPORATED VG VALLEY GUTTER INV. INVERT W1 WITH IRR. IRRIGATION WCS WATER CONTROL STRUCTURE JB JUNCTION BOX WM WATER MAIN LBR LANDSCAPE BUFFER EASEMENT YD YARD DRAIN LEGEND: E) EX. MITERED END SECTION EE]E EX. CATCH BASIN 13 PROPOSED YARD DRAIN O PROPOSED CATCH BASIN :2PROPOSED MITERED END SECTION M-- PROPOSED WATER METER & SERVICE +NJ PROPOSED FIRE HYDRANT &TEE PROPOSED SAN. SEWER LATERAL & C.O. EX. WHOLE PAVEMENT PATTERNS: CONCRETE STAMPEDIDECORATIVE CONCRETE BRICK PAVERS — ASPHALT & PAVEMENT OVERLAY — — — EX -FM EX. FORCE MAIN — — — Ex-SAN — EX. SANITARY SEWER — — — Ex-WM EX. WATERMAIN EX. STORM SEWER PROPOSED SANITARY SEWER & MANHOLE PROPOSED WATERMAIN & GATE VALVES PROPOSED STORM SEWER PROPERTYLINE EX. EDGE OF PAVEMENT EX. RIGHT OF WAY LINE EX. VEGETATION 1. SET THE STAKES. C 3. STAPLE FILTER MATERIAL TO STAKES AND EXTEND IT INTO THE TRENCH. -q ��``, •O 2. EXCAVATE A 4"x4" TRENCH UPSLOPE ALONG THE LINE OF THE STAKES. 4CT TYPICAL SILT FENCE DETAIL ANCHOR BALES w/(2) STAKES PER BALE ALL AROUND CATCH BASIN WWW+ W•r WW W:WW r: W rW� W .�=W 000000000 y'W • w :W W. OOOOOOOOO .W. W� y• FILTER FABRIC TO BE SYNTHETIC BALES OR PLACED UNDER CATCH BALE TYPE BARRIERS BASIN GRATE N.T.S. NOTES: BALES SHOULD BE ANCHORED w/2-1"x2" (OR 1" DIA.)x4' WOOD STAKES. STAKES OF OTHER MATERIAL OR SHAPE PROVIDING EQUIVALENT STRENGTH MAY BE USED IF APPROVED BY ENGINEER. STAKES OTHER THAN WOOD SHALL BE REMOVED UPON COMPLETION OF THE PROJECT. 2. RAILS AND POSTS SHALL BE 2"x4" WOOD. OTHER MATERIALS PROVIDING EQUIVALENT STRENGTH MAY BE USED IF APPROVED BY ENGINEER. 3. ADJACENT BALES SHALL BE BUTTED FIRMLY TOGETHER. 4. WHERE USED IN CONJUNCTION w/SILT FENCE, BALES SHALL BE PLACED ON THE UPSTREAM SIDE OF THE FENCE. CATCH BASIN PROTECTION DETAIL N.T.S. AD GradyMinor m P.A. Q. Grady Minor and 800AssVia Del Rey UMP STATION NO'S 103.03, 107.50, 110,00, 123.00, 136.00, 304.01 NV COLLER COUNTY SEC/TWN/RGE: a o DRAWN BY: IDv APPROVED s, FloridaVia Bonita Springs, Flora 34134 ----/---- 5/-- DATE F Co e-r County AD LEGEND & BMP sEPTEMBER, zozo YG JOB CODE: . . Civil Engineers Land Surveyors Planners . Landscape Architects SUBMITTAL TYPE: CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 RPS z m � �n SCALE: ######## Bonita Springs: 239.947.1144 www. GradyM!no r. com Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVE '88) '29) ALEXANDER PAUL DUNKO, P.E. SHEET OF 1 1 Revision Date Description D Y CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE N0. 88695 .3 a 0� 0� ASPHALT PAVEMENT I 4151 TRASH COMPACTOR SCALE: 11. = 1 CONCRETE PAVEMENT FLOOD ZONE: X BASE FLOOD ELEV. _ OFF/ON BOX' ° a tiSQ; ti GRAVEL ASPHALT PAVEMENT a SEf VAG NAIL / �. ELECTRIC OUTLET•: W/ DISK LB 5151 / r EL.=11.89'(NAVD88) ex- \ I \ \ \ J Q \ UT IN TEE AND PLUG VALVE i 1 l C CONNECT DISCHARGE TO E: FORCE MAIN BE GRA I Co�County 6n 1�FL TiF' �\ , s v� 0 T r'. EX —FM VALVE VAULT " L : H I 1 INK � fffC CONCRETE PAD E W/ ANTENNA CONTROL PANEL & ELECTRICAL RACK j WETWELL TOP EL. 13.9 ro 71 EL I CORE SUCTION PIPE INTO WET PBELOW WET WELL LID; INSTALL TO BOTTOM OF WET WELL PER 90PP(7'I CTION DETAIL ON SHEET 11 C.U.E. - i>�• OR 1622, PG 1333 w I J _ - I GRAVEL _ PARCEL "BBB" REPEAT OF PART OF WYNDEMERE TRACT MAP ......__...._.....--..._..._..,_..... PLAT EOOK 13, PAGES 39-43 AD DRAWN BY: Q. Grady Minor and Associates, P.A. IDV GradyMinor 3800 Via Del Rey APPROVED Bonita Springs, Florida 34134 : JOB CODE: AD Civil Engineers Land Surveyors . Planners Landscape Architects CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Audi. LB 0005151 Business LC 26000266 Revision I Date Description By SCALE: ######## Bonita Springs: 239.947.1144 www. GradyMinor. com Fort Myers: 239.690.4380 a a FM — — EX -FM — — — — EX -FM PARCEL 'AA" X W LOCATION OF UNDERGROUND UTILITIES IS APPROXIMATE (BASED ON GIS INFORMATION). MUNICIPALrff PUMP STATION NO'S 103.03, 107.50, 110.00, 123.00, 136.00, 304.01 1 CowER COUNTY a o cer imwni iarao0 PS 110.00 SITE PLAN ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) I AXER PAUL DUNKO, P.E. CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 FOEANDRIDA P.E. LICENSE NO. 88695 SEPTEMBER, 2020 SUBMITTAL TYPE: RPS SHEET 6 OF 11 Co e-r County +1� CUT IN AND INSTALL TEE, PLUG VALVE; CONNECT DISCHARGE TO EX FORCE MAIN DISCHARGE ASSEMBLY v I w I LOT 56 NAPLES GROVES AND TRUCK CO'S LITTLE FARMS NO. 2 z a E _ N w I I In W !! TRACT "B" WINDSTAR ;P-, 14, F I I - LANDSCAPING CONCRETE WALL W� COLUMNS h �` I � I LANDSCAPING re GF E- J ow N — Full 2 T wx< N <n w—D o x w of 63-77 I 0 E.34 O f EX-SAt � � � I C3CJNDIRG � 6.21, — E 00 Ey� .!0' ,`4 -- — — 6' CHAINLINK FENCE GTAV-1 WETWELL TOP EL 6.3 e • 97 W� DISK B 5151 4c EL.=6.31 (NI AVD88), CONTROL PANE - ELECTRICAL RFC' 16, BOLLARD i ILP A GRVEL �X I r ?0 L R 653 o 6.3 �543�5.01 1 m �5I I x F VV LINE }5.50I A I 115E8 x RECLAIM W j w x RECLAIM WM� I I {5.55 w I z I I I X II AD DRAWN BY: Q. Grady Minor and Associates, P.A. IDV GradyMinor 3800 Via Del Rey APPROVED Bonita Springs, Florida 34134 : JOB CODE: AD Civil Engineers Land Surveyors . Planners Landscape Architects CCU 20-7760 Cent. of Auth. EB 0003151 Cert. of Auth. LB 0005151 Business LC 26000266 Revision Date Description I By SCALE: ######## Bonita Springs: 239.947.1144 www.GrqdyM!nor.com Fort Myers: 239.690.4380 x I X PUMP STATION NO'S 103.03, 107.50, 110.00, 123.00, 136.00, 304.01 PS 304.01 SITE PLAN ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVO '88) CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 0 5' 10, SCALE: 1" = 10' A DID ZONE: AE E FLOOD ELEV. = 7.0' dwr AI [I A DCATION OF UNDERGROUND TILITIES IS APPROXIMATE 3ASED ON GIS INFORMATION). ALEXANDER PAUL DUNKO, P.E. FLORIDA P.E. LICENSE NO. 88695 COLLIER COUNTY SEPTEMBER, 2020 3UBMr1TAL TYPE: RPS SHEET 9 OF 11 AREA I TRENCH I UNDISTURBED TRENCH BACKFIU. IN COMPACT MAXIMUM 12" LIFTS TO A 98% REQUIRED DENSITY TRENCH BACKFILL TO LEVEL OF I ONE FOOT ABOVE TOP OF PIPE IN 6' COMPACTION LIFTS H, WHERE ANY TRENCH OCCURS IN AN UNSURFACED AREA, THE THIRD STAGE OF BACKFILUNG SHALL EXTEND TO THE FINISHED GRADE. THIRD STAGE SECOND STAGE FIRST STAGE PIPE BEDDING (SEE NOTE 2) 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 BACKEILL DETAIL M5 WATER MAN WATER MAIN 30" MINIMUM COVER 6' 6' 10' MINIMUM SEPARATON FOR SANITARY SEWER, STORM SEWER OR FORCE MAN 18" MINIMUM 5' MINIMUM SEPARATON FOR IRRIGATION MAN SEPARATION SANITARY SEWER, STORM SEWER, IRRIGATION MAIN AND FORCE NOTES. MAN 1. WATER MANS SHALL BE SEPARATED FROM STORM SEWER, SANITARY SEWER, NON -POTABLE IRRIGATION MANS, AND FORCE AWNS 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 MAN PIPELINE INSTALLATIONS. ALSO, WATER MANS SHALL BE SEPARATED FROM STORM SEWER, SUMMARY SEWER AND FORCE MANS 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 STPUTATIONS APPLY: THE CROSSING SHALL BE MADE USING A FULL LENGTH OF THICKNESS CUSS 200 (DR14) AWWA C-900 PVC OR CLASS 2W (DI AWWA C-905 PVC PIPE CENTERED ON THE CROSSING. 3. 18 INCHES CLEAR DISTANCE SHALL NOT BE REDUCED IN CASES WHERE WATER CROSSES UNDER SEWER UNE. 4. WATER MANS, SANITARY SEWER, STORM SEWER, AND NON -POTABLE IRRIGATION MANS SHALL BE IN SEPARATE TRENCHES. 5. WATER MANS 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 PIPELINE. ALTERNATIVELY, AT SUCH CROSSINGS, THE PIPES SHALL BE ARRANGED SO THAT ALL WATER MAN JOINTS PRE AT LEAST THREE FEET FROM ALL JOINTS IN VACUUM -TYPE SANITARY SEWERS, STORM SEWERS, STORMWATER FORCE MANS, OR PIPELINES CONVEYING RECUIMED WATER REGULATED UNDER PART III OF CHAPTER 62-610, FAC, AND AT LEAST SIX FEET FROM ALL JOINTS IN GRAVITY- OR PRSSURE-TYPE SANITARY SEWERS, FORCE MAINS, OR PIPELINES CONVEYING RECWMED WATER NOT REGULATED UNDER PART III OF CHAPTER 62-610. 6. IF THE VERTICAL SEPARATION BETWEEN GRAVTY SANITARY SEWER AND WORMWATER UNES IS LESS THAN 18 INCHES, THEN 57 STONE SHALL BE UTILIZED BETWEEN THE TWO LINES. 7. SEE SECTON 1- DESIGN CRITERIA FOR ADDITIONAL REQUIREMENTS. REVISION DATE: PIPE SEPARATION DETAIL JULY 2018 SHEET NO.G-3 NTS REYc uBNee DrNNm Co�County G-1 REVISED: APRIL 2006 TYDKN .- PANS 3 FEET ASPNALTC GONE.- 1 1/Y TYPE S OYERIAv EKISTNG SAI TO BE THE SAM AS —ENT (GE- VARIES) ROAOWI,Y. (MINI 1� SAwCIm EXISTING PAVEMEui I—— BASE CO—TED NS4. PER — PER — REQUIRE. SUSMR GOURKTED THIRD STAG TAfiIUZEO M UFR TO A 961t REWIRED IOENSOI' (SR 40 MIN) TRENCH BACNFILL Ix COMPACTED M11MUM i 12' UFIS TO A — REQUIRED OENLIY SECOND STAGE TREINCH BACNTLL TD I£TL OF BNEGGM ABOVE T Of HPE IN TRST STAGE (6EE TOTE 3) MIxIuOu oVMETER I MIM s n"' =Inw. . LOPM, SANDY GLAAY, GRAMDL CRUS�EUMESTONE. OR SPECIDCATOxS FOR DETu REOUIREN' HNIGL IF A 6' PIPE BEODIxG = w USED.INEN A wIMUM OF GE WHERE mENU CH IS LDI"FAT�ED WiMw A XNT OL.W. PAVED AREA TRENCH RESTORATION DETAIL FOR PRIVATE ROADS "rs G-2 REVISED: APRIL 2006 PPE RESTRAINED PIPE LENGTH IN FEET (1) SIZE IN INCHES HORIZONTAL BENDS DEAD ENDS (2) 45' VERTICAL BENDS UPPER LOWER 9a, 45' 22-1/2'11_1/4' 4 23 9 5 2 55 23 8 6 32 13 6 3 77 32 11 8 40 17 8 4 100 41 14 10 48 20 10 5 120 50 17 12 56 23 11 6 141 58 20 16 71 29 14 7 181 75 25 18 77 32 15 8 200 83 28 20 84 35 17 8 218 90 30 24 96 40 19 10 253 105 35 30 112 47 22 11 303 125 41 36 127 53 25 13 350 145 4] moo® NOTES- 1 . RESTRAIN ALL PIPE JOINTS WITHIN THE DISTANCE SHOWN ON THE TABLES MEASURED FROM THE POINT OF CONNECTION. 2. ISOLATION 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. RESTRAINT IS FOR LARGE 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 FOR ROADWAY AND BASE RESTORATION DETALS. REFER TO THE COWER COUNTY RIGHT OF WAY IANDBDOI A STEEL PIPE GYSING IF UTILITY ' PIPE IS NOT HOPE (SEE STANDARD DETAIL G-5) TOWABLE FlLL PLORIW UTILITY PIPE D.O.T. SECTION 121 STANDARD SPECIFICATIONS. COMPACTED GRANULAR MATERIAL TRENCH WIDTH I VAIN `TRENCH WIDTH - PIPE OUTSIDE DIAMETER PLUS 2 FEET NOTES: 1 MATERRI S— GENSIST OF ENTH, LOPµ SNHDY CUY�Ow . CRUSHED U�uESTONE. OR OTHER APPROVED nA1FRUL REFER TO TEGxNICAI SPEGFMATONS FOR DETUL DI PPE IF INSTILLED ON A STATE ROAD. MAJOR COUNTY ROAD. AND SHEET NO. 3-2A NUMBERED COUNTY ROAD PLOWABLE FILLTerCouray M ROAD AND TRENCH RESTORATION NTS ll�— I@cu-2- OONWIT TO TRANSFORMER SEE SMETS WN-9A NNE f.F PUMP II —6 —v —v — — — ELAB 2' SCH 80 P G WNDUR ®- - TO ELECTRICAL RACK PUMP TRscHUJEQE coNc. FIN OR rBEUDW �.I. ./ /S REQUIRED 1 MANUFACTURER SELOW GRADE PUMP �, RUCTION LINE _ _ A g 0 WNIN FECT10 COMPACTED EARTH BERM TO ONERf F WATER TOWARD ROAD. TOP OF BERY TO BE Oj NIGHER THAN BACK OF CURB (WITH CURB) OR N� EDGE PAVEMENT FIELD O wASlAFF, R CO WHOUT DETAL UT CURB). SEE oETNL ]A AL II0, PAVING WITHIN THE PUBLIC ROW IS PER FDOT FLEXIBLE PAVEMENT DESIGN MANUAL, 2015 TABLE 5-5. FOR ROADWAY AND BASE RESTORATON DETAILS, REFER TO THE COLLIER COUNTY RIGHT OF WAY HANDBOOK. 75' `TRENCH BACKFlLLED IN 9' COMPACTED LFTS 985 DENSITY REQUIRED. UTLTTY PIPE MINIMUM OF ONE (1) TEST REOUIRED PER UFT PER LANE (MINIMUM LBR 40) COMPACTED GRANULAR MATERIAL :::::::::::::................... TRENCH BACKFlUED TO LEVEL ONE (1) .....::....:.......................................:.. FOOT ABOVE PIPE CABLE. OR CONDUIT IN 6' COMPACTED UFTS I TRENCH W011l I r VARIES• t •TRENCH WIDTH = PIPE OUTSIDE DAMETER PLUS 2 FEET NOTES: 1. AIL MODIRED PROCTOR AND DENSITY TESTS SHALL BE TAKEN BY A CERTIFIED LAMENRATORY. 2. ALL TESTS SHALL BE COMPLETED AND SHALL MEET MDNINUM DENSITY REQUIREMENTS PRIOR TO ADDITDONAL BACKFlWNG, 3. RGHT-OF-WAY PERMIT STIPULATIONS OVERRIDE THIS DETAIL WHERE TRENCH IS LOCATED WITHIN A COUNTY RIGHT-OF-WAY. 4. ASPHALT PATCH AND TAPERS MUST BE RUSH WITH AONACENT ASPHALT AND CURBING. ROAD AND TRENCH RESTORATION REVISION DATE: SHEET N0. DULY 2018 FOR LOCAL ROADS �y G-26 MTS Pwlc UpWes D�zD, EOLIIPMEM SPECIFlCATIONS Q WP vaEP © Nm V¢n O mL1No aWs sTn NAIL � �iaw sTmi W neAss Q s> � w. sE mm w-u Fa maa. 06 W7 E>a eWYD Wwmw FAaOuer �. tnvaWl A Q ii� � r PRaPINP w..Wvm O, ® m�.WAws SEE: A RE INTRINE., � sI wm reol[c awtt. RHA. R4fl roc Ina ® Nm Mmn ® 'GNAW _ _ Mm. NH"`De""n I,xg6M.Ilm"'La �xt.N .No xMA ..-. mLw.A,Na mcIMN ® ® =.xw mus ro maw PVIv metal woM - � ®row w,w ® +Iw NMNGBNN G / w roan v,E ea aDNa ® s�ON') xieA ax SIm Nw-m rax eownowL ® Nenw WOr tpw. mMp gouo Http to mettx aqw wi. ®/DKaSrscuF wt m!a a NET—. TIGHT-OI - �) — ® Le' N m' carPw-aw maNm � ltro- ® Dlmww.Miv MwPev cwernw (m.) ® Hs smN aIm wrPw xeFw Dro.) ® n ¢ GN rom NT ed,dc otm Oro- ® e N U N e meKMtE Yin nR wwE amR Lwma ® Ww W o ­ DIMENSION ® IT SET WOxul svmumxs alma utve. mHOEtE TABLE NOTE GOEMATKIN LAID LOCAXIN OF PUMP STATION "'MP F.L. WITH DIESEL PUMP DETAIL — PLAN xis REEUBE WY NOTE NTI SNLLL BE REOUBEYFM—ENT—ENTTO ro CONRIOL FROM EN 3' f8OM FENCE YINIYW —a 011 CE a 3' MIN. GENERATOR RECEPTACLE SWNLESS STEEL \ CABLE MOLDER � t � T s1aNLgs, A STEEL ` N MOONS 1 I RrMM Ess STEEL OE B1A5 RAVTTY- 45• FUSED HDPE BEND PIPE CLAMP (SEE DETAIL, THIS SHEET) 4 d� cS, O ,4 d d a m AT 45° ANGLE EMERGENCY PUMP SUCTION DETAIL DESIGNED HY: AD © d Associates, P.A. PUMP STATION NO'S 103.03, 107.50, 110.00, 123.00, 136.00, 304.01 0. Grady Minor an DRAWN BY: GradyMinor 3800 Via Del Rey IDv Bonita Springs, Florida 34134 APPROVED. JOH CODE: AD Civil Engineers . Land Surveyors . Planners . Landscape Architects MISCELLANEOUS DETAILS CCU 20-7760 Cert. of Auth. EB 0003151 Cert. of AuLh. LB 0005151 Business LC 26000266 SCALE: NTS Bonita Springs: 239.947.1144 www.GrqdyM!nor.com r. COOT Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVE '88) Revision Date Description By g ' CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD '29) IS (+) 1.29 NOT TO SCALE ALEXANDER PAUL DUNKO, P.E. FLORIDA P.E. LICENSE NO. 88695 CCOUNTY L"� ,OLLIERO o 0 SEPTEMBER, 2020 s 3UBMrITAL TYPE: RPS Z i SHEET 10 OF 11 iI I na'� D� :rxornWUBI x:� xswRsxs Fso rD.1 FREE— NrDIW 4� P P Ro 0PI Rxoou rw woffreowx+mlss,.P,ss, ODOR CONTROL PAD (TYPICAL) N.T.S 1--- -� I Iza� �ea y� � � STAND-BY GENERATOR OR DIESEL PUMP CONCRETE SLAB DETAIL (TYP.) -N.T.S. srRNcroRaxorss = oaxnmPcrwx. rouse.rwuwrur"nzvaros"a"zsxawonro M" .I.w Ra006L rg-s5f � PUMP CONTROL PANEL PAD (TYPICAL) - N.T.S .. sunuen%uuro..zx*oaLonoaLea"a. aoee PUMP STATION CONCRETE DETAILS REVISION DATE: AN.2015 _i _ FASc IF)0'x OIMBRI='�' SHE NO. WW-7B 18 GROUND MAT DETAIL F�13.5"� GROUND TEST WELL DETAIL FENCEIPOST/GATE BONDING DETAIL PUMP STATION LIGHTNING PROTECTION DETAILS RJAN�205TE. Nsr COMF2ry wxa uTeesavzm SHEET NO. WW-9C YES 1r 'pI ��� I 0 ss®oom© s©�somo s©�somo 0v�oomo ®©�oomo uu PIPE SUPPORT DETAIL 11GATE SECTIONA ®x@ Tr CHIAN LINK FENCE DATE DETAIL #4/D BARE COPPER (TYP. OF 2) '•JWLN N 111 #4/0 BARE COI (TYP. OF 2) SEE GROUND TEST WELL DETAIL W W-18B NOTES 1. BOND FENCE AND ACCESS GATE TO COUNTERPOISE. 2. PROVIDE LIGHTNING PROTECTION FOR SCADA ANTENNA. 8. SURGE PROTECTON SHALL BE SQUARE 0(THREE PHASE: R SERVCE 4O8 3AMIRDWITHLEDLIGHTS AND MWNTEDINA FASHION THAT TOM PRONDER -. THE PHASELGHTS ARE NSBLE COORDINATE EXACT LOCATION WRHOWNSR 4. EXOTHERMICALLY BOND GROUNDING JUMPERS TO COUNTERPOISE. PANEL BOARD CIRCUIT BREAKER DISCONNECT WITH PADLOCNABLE HINGE O #410 BARE COPPER TO GROUND MAT (_P) ONTRC PANEL BE 14 SERVICE ENINANCE NATW OR NPI CIRCUIT SRE.V(ER DISCONNECT THE Al GROUNDING SHALL BE IN V SCHEDULE 80 PVC OR LIQUID TIGHT FLEXIBLE CONDURT. s. PROVIDE COUNTY SIONED CAD wELGEOR svucEs AOF ALL ,ND UNDERGROUND TAPS. PROVIDE YING RESISTANCE S LESS THAN S OHMS. DIESEL BACKUP PUMP SUBUERSIBL' PRESSURE TRANSDUCER T5 FLOATS PUMPS (a) (2) COMMUNITY PUMP STATION - ",TAN. 2015 . Sem NO" RISER DIAGRAM WW-9E WITH DIESEL BACKUP PUMP Mwuas mm�mW eases IMp N vxn rmi v¢xxc wa Mnc Ir x.• O a w.1NN PPJ till 'mow x roa+m't `PRON w'"Ma�io trM m omFww uv r m aaaP m Mm. PUMP STATION CONTROL PANEL DETAIL rtFRONT ELEVATION PUMP STATION CONTROL PANEL DETAIL BACK ELEVATION BIDS Se asow .w PUMP STATION CONTROL �� .u+lu Lsz ovm.sRam PANEL DETAIL - PLAN VIEW SINGLE SIDE ALTERNATE PUN VIEW RELRSION MTE: SHEET NO. JULY 2018 PUMP STATION CONTROL PANEL DETAIL WW-9 R04LMEsttibn O �RV OUTLET GATE VALVE AND METER BOX ROTATED 90- ONLY TO BE PROVIDED WHEN FOR CLARITY-\ TAPPIND SADDLE IS IN ROADWAY FINISHED GRADE CONNECT TO FMl CONNECT TO FMl 'SEE NOTE 51 'SEE NOTE 5) � IPeTI ��WAJRANJILNG SIGN DE v _,TAP OF GATE VALVE ELEVATION TO TCH FINISHED GRADE ELEVATION ARV INSTALLED DIRECTLY BUR ED DEPTH (ONLYIEO OFFSET SET P.TE TYP. MLLM TEXT SIN R {C� ©0 , MOOS- o� : MDO�- 0©- 0©-Trs 0©' PRcrmnr 151 1`1 oo° 00� ®o ss a�Bs- aMu' M•EaMu:e.....�. M•r�Mu FORCE DETAIL � WIM PWEµGP FROWCL (LAI, MPENDIN nRWED ALN:N TOP TOP ONIENN1 LOBE FAIBHRINN DOMVL REINFORCm DF STU 55 LUN mININ ND. SSTESTEELTIEBRAP /`DETML �aOxFaatm COAYA p2 SE—R�nc�E L�oov (SEE COUNTY CABLE ypI Ni TO RED f CH m CONRNUED RW . EINF APPExDIx US)`OAL Gm POLE BOND-R STNNIF56/a8N 1 N STEEL Lm5 TOP OF SLABBED nE WRAPS STEEL NUr IN FRONT n/a- cRouxo Luc LTNURN GROUND CW2P sTE DETAIL #2 /6 coPPER TOWER sEcnoM (uc �MNc COAXIAL MOUNTING cxouxD LORE pDurm MPRodm CX AND ROUTING TowEx DETAIL PDEExatx�' RpNFFOLE ORCmS. #1 DETAIL `#1 NIPPY CRGUN° DD Luc POLE SWIVEL BOLT DETAIL SIDE VIEW (j3 RGROUxDCED AGO A D PER W.— RouxD tBVE TO CONTROL DETAIL #3 P oEL TOOLN) (sEEL F.Us ncON GROUNDING DETAILcR o GRID =IT DEraU �OUHO ROO o REINmRc SECTION A -A _ _R. ] CONCRETE BABE.TO BE D ED BY CENSEO StRUCNRAL 1. TOWER/ANIEINA ASSEMBLY AND EOUNDANON o ENCNEER AN SOB .- CO-0� NUSf MEET CURRENT EDDON g eDim�"CODE RINDRI. W ONfC a I� TO'xERR LED R "ON SIRULNRa. CEftOODE MiINDUnON eY ROR ppNTS. ,x (O.D REOUREMENIS REGSIERED LICENSED PROTF660NAL EW.`ECR. sm NOTE) CONDUIT DETAIL TOP VIEW N J 2. = P MDT REGEREDFOR PUMP STATN)NS ANaIE OWNERSHP OND MaMEwaCE. TELEMETRY ANTENNA MOUNT DETAIL I3 '. L.. AD DRAWN BY: GradyMinor m P.A. Q. Grady Minor and 800AssVia Del Rey UMP STATION NO'S 103.03, 107.50, 110,00, 123.00, 136.00, 304.01 NV cowERsCOUNTY SEC/TWN/RGE: a o IDv APPROVED s, FloridaVia Bonita Springs, Flora 34134 ----/---- 5/-- DATE F Co eY County AD MISCELLANEOUS DETAILS sEPTEMBER, zozo YG JOB CODE: R R Civil Engineers Land Surveyors Planners R Landscape Architects SUBMITTAL TYPE: -+» CCU 20-7760 Cent. of Auth. EB 0003151 Celt. of Auth. LB 0005151 Business LC 26000266 RPS z m SCALE: NTS Bonita Springs: 239.947.1144 w1VW. GrgdyM!no r. COOT g ' Fort Myers: 239.690.4380 ELEVATIONS SHOWN HEREON ARE BASED UPON NORTH AMERICAN VERTICAL DATUM 1988 (NAVD '88) '29) ALEXANDER PAUL DUNKO, P.E. SHEET ) 1 OF 1 1 j� Revision Date Description By CONVERSION FACTOR TO NATIONAL GEODETIC VERTICAL DATUM 1929 (NGVD IS (+) 1.29 FLORIDA P.E. LICENSE NO. 88695 o_ TELEVISION AND RADIO COMMUNICATION SYSTEMS SHALL BE AS LISTED BELOW, FABRICATED DUCT USED FOR ENVIRONMENTAL AIR SHALL BE PERMITTED TO BE a. TYPE CAMP CANR AND CAN INSTALLED IN EMT RACEWAY RETURN AIR PLENUMS SHALL BE PERMITTED TO BE, TYPE CATVP b. TYPE CATVP CAB LE SUPPORTED BY AN OPEN METALLIC CABLE TRAY OR OPEN CABLE TRAY SYSTEM c. TYPE CAMP. CATVR, AND CAN CABLES IN EMT RACEWAY CABLES IN VERTICAL RISERS SHALL BE a. TYPE CANR CABLE OTHER LOCATIONS NOT LISTED ABOVE. TYPE CATVP, CA7VR. CATV CABLES b. TYPE CATVP, CA7VR, CAW CABLES IN EMT RACEWAY VOICE. AUDIO. VIDEO DATA INTERACTIVE SERVICES. NOT INCLUDING FIRE ALARM AN. SECURITY (BURGLARI ALARM SYSTEMS SHALL BE AS LISTED BELOW FABRICATED DUCT USED FOR ENVIRONMENTAL MR SHALL BE PERMITTED TO BE, e. TYPE CMR, CRAP,CMG. AND CM. CABLES INSTALLED IN EMT RACEWAY RETURN AIR PLENUMS SHALL BE PERMITTED TO BE, TYPE CMP b. TYPECMP CABLE SUPPORTED BY AN OPEN METALLIC CABLE TRAY OR OPEN CABLE TRAY SYSTEM c, TYPE CMP, CMR, CMG, AND CM CABLES INSTALLED IN EMT RACEWAY TYPE-P, CANR, AND CAN GABLES IN EMT RACEWAY CABLES IN VERTICAL RISERS SHALL BE TYPE CMR CABLE b. TYPE CMP, CMR. CMG. AND CM CABLES INSTALLED IN EMT RACEWAY OTHER BUILDING LOCATIONS NOT LISTED ABOVE SHALL BE PERMITTED TO BE, TYPES CMP, CMR, CMG, AND CM CABLES b. TYPES CMP, CMR, CMG, AND CM CABLES IN EMT RACEWAY NOTE: LISTED FITTINGS FOR METALLIC ENCLOSURES ARE PVC MALE ADAPTORS WITH LOCKNUTS. SEE UL-B51 SECTION 1.5.1 JUNCTION -BOX ADAPTORS COVERED BY THESE REQUIREMENTS ARE FITTINGS INTENDED TO CONNECT A LENGTH OF RIGID PVC CONDUIT. APVC ELBOW TO A RIGID PVC BOX (NOT LIMITED TO JUNCTION BOXES) WITH A COUPLING. 1.511NTERNALLY-THREADED ADAPTORS COVERED BY THESE REQUIREMENTS ARE FITTINGS INTENDED FOR JOINING A LENGTH OF RIGID PVC CONDUIT. A PVC ELBOW TO RIGID METAL CONDUIT OR OTHER EXTERNALLY THREADED DEVICES. 1.5.2 EXTERNALLY -THREADED ADAPTORS (ALSO REFERRED TO AS TERMINAL ADAPTORS) COVERED BY THESE REQUIREMENTS ARE FITTINGS INTENDED TO JOIN A LENGTH OF RIGID PVC CONDUIT OR ELBOW TO: 4) THEKNOCKOUTAREAOF AMETAL BOXWITH A METAL LOCKNUT, b) ATHREADED METALHUB OR FITTING OFA METAL BOX. c) ATHREADEDHUBONAPHENOLIGBOX 4) A KNOCKOUT IN A PHENOLIC BOX ELECTRICAL SPECIFICATIONS 1. THE GENERAL CONDITIONS OF THE CONTRACT, CURRENT EDITION, PUBLISHED IN STANDARD FORM BY THE AMERICAN INSTITUTE OF ARCHITECTS SHALL BE PART OF THIS CONTRACT. [FIN RECEIPT OF SUBMITTALS FOR EACH SECTION AS NOTED BELOW THE ENGINEER SHALL REVIEW BY ITEM. REJECTED PRODUCT SUBMITTALS SHALL REQUIRE CONTRACTOR TO RESUBMIT FOR A SECOND REVIEW. SUBMITTALS NOT CORRECTED OR MISSING FROM THE SECOND REVIEW, THE CONTRACTOR SHALL COMPENSATE THE ENGINEER FOR SECOND REVIEW AND ALL SUBSEQUENT REVIEWS. BORNE BY THE CONTRACTOR AT ADDITIONAL SERVICES HOURLY RATES. 2A THE CONTRACTOR SHALL BEA LICENSED MASTER ELECTRICIAN, AND SHALL SUPERVISE THE ENTIRE INSTALLATION TO BE PERFORMED IN A 'NEAT AND WORKMANLIKEMANNER, PLUMB AND LEVEL. COORDINATED MATH ALL OTHER TRADES. CODE COMPLIANCE WITH: 2014 EDITION NFPA 70 NATIONAL ELECTRICAL CODE, 2015 NFPA TOE STANDARD FOR ELECTRICAL SAFETY IN THE WORK PLACE, FLORIDA BUILDING CODE STH EDITION (2017), FLORIDA FIRE PREVENTION MOE BTH EDITION (MM. POWER UTILITYANDINSPECTNJNAUTHORITY. 28. THEELECTRICALCONTRACTOR SHALL PROVIDEATRADESMANWITHA MINIMUM CERTIFICATE OF COMPETENCY JOURNEYMAN ELECTRICIAN FOR THIS PROJECT. ENGINEERING STAFF WHEN VISITING THE SITE MAY REQUEST EVIDENCE OF LICENSE HOLDER. IF A LICENSE HOLDER IS NOT ON SITE WITH LIKE TRADESMEN AND/OR THE ENGINEER OBSERVES MANNER OF WORK NOT COMPLVING WITH (2A) THE PROPERTY OWNER SHALL BE NOTIFIED. 3. THE'CONTRACTOR' IN THESE SPECIFICATIONS SHALL REFER TO THE ELECTRICAL CONTRACTOR, UNLESS NOTED OTHERWISE. 4. THECONTRACTOR SHALL REFER TO THE ARCHITECTURAL, STRUCTURAL AND MECHANICAL PLANS AND SPECIFICATIONS. SUCH PLANS AND SPECIFICATIONS ARE CONTRACT DOCUMENTS. VERIFY ALL MECHANICAL REQUIREMENTS PRIOR TO INSTALLATION. S. DRAWINGS ARE DIAGRAMMATIC AND ARE INTENDED TO SHOWAPPROXIMATE LOCATION S.IT IS NOT THE INTENT OF THESE PLANS TO SHOW EVERY AND ALL DETAILSOF CONSTRUCTION. THE ELECTRICAL CONTRACTOR SHALL FURNISH AND INSTALL ALL ITEMS TO PROVIDE A COMPLETE ELECTRICAL INSTALLATION WITH ALL EQUIPMENT IN PROPER WORKING ORDER. S. DO NOT SCALE THE ELECTRICAL DRAWINGS. REFER TO ARCHITECTURAL PLANS AND ELEVATIONS FOR EXACT LOCATION OF ALL EQUIPMENT, CONFIRM WITH OWNER'S REPRESENTATNE. 7. 81DOERS SHALL VISIT THE SITE AND FAMILIARIZE THEMSELVES WITH ALL CONDITIONS SURROUNDING THE WORK. IN SOME AREAS, EXISTING PLANS ARE NON-EXISTENT OR VAGUE. IT SHALL BE THE RESPONSIBILITY OF THE BIDDERS TO VISIT THE SITE OF THE WORK AND ACQUAINT THEMSELVES WITH ALL AVAILABLE INFORMATION REGARDING THE LOCATION OF ALL EXISTING FACILITIES. FAILURE OF THE BIDDERS TO SO INFORM THEMSELVES OF EXISTING CONDITIONS AND TO INCLUDE IN THEIR PROPOSALS A SUM SUFFICIENT TO COVER SAME WILL NOT ENTITLE THEM TO AN EXTRA S. SHOULD ELECTRICAL WORK BE INSTALLED WHICH INTERFERES NTH CLEARANCES REQUIRED FOR GENERAL CONSTRUCTION OR WORK WITH OTHER TRADES, SUCH WORK SHALL BE CORRECTED AT NO ADDITIONAL COST TO THE OWNER, B. ALL REQUIRED INSURANCE SHALL W PROVIDED FOR PROTECTION AGAINST LIABILITY OF PROPERTY DAMAGE FOR THE OURATION OF THE WORK. 10. THE ENGINEER SHALL NOTIFY THE AUTHORITY HAVING JURISDICTION AND THE CONTRACTOR OF INSTALLATIONS THAT DO NOT QUALIFY AS'NEAT AND WORKMANLIKE, TO BE CORRECTED PRIOR TO SUBSEQUENT INSPECTION. 11. EQUIPMENT SHALL BE INSTALLED ABOVE THE BASE FLOOD ELEVATION. SERVICE DISCONNECT(S) AND BREAKERS USED AS SWITCHES ABOVE S-T SHALL BE ACCESSIBLE FROM FLOOR OR WORKING PLATFORM WMOTH. 36' DEPTH WORK SPACE IN FRONT OF EQUIPMENT. 12. CONTRACTOR SHALL BE RESPONSIBLE TO SEAL PENETRATIONS IN RATED WALLS OR FLOORS WITH LISTED SMOKEIFIRE RATED ASSEMBLIES. 13. UPON COMPLETION OF THE WORK, THIS CONTRACTOR SHALL REMOVE ALL RUBBISH CAUSED BY HIS WORK AND SHALL THOROUGHLY CLEAN ALL ELECTRIC EQUIPMENT, 14. PROVIDE AUTOCAD COMPATIBLE AS -BUILT DRAWINGS AT COMPLETION OF PROJECT. ABBREVIATIONS RE AMPSCRAMPERE AEOVE BASE FLOOD ELEVATION MAXIMUM M_L_C_ ACT AEG ECOINTERTOP MCA INIMUM CIRCUID-ACITY AFF ABOVE FINLSHEDFLOOR MCC MOTOR CONTROLCEWER -1 ARC FAULT CIRCUIT INTERRUPTER MOCP MAXMUM OVER FENT PROTECTION DEVICE Ap AL AMPERE INTERRUPTING CAPACITY ALUMIMIM MIN MLO MINIMUM MAIN LUGS ONLY ATS AUTOMATICTRANSFER SWITCH MT MANUAL TRANSFER SNATCH AHU AIR HANDLING UNIT MV MEDIUM VOLTAGE A_ AMERICAN HIRE GAUGE IN] NEUTRAL SKR BREAKER - MORMALLYCLOSED CS CIRCUITS BAKER NEMA NATKINALELECTRICALMANUFASWCIATNIN CU CONDENSINGUNIT NF NONFUSE DISC EF DISCONNECT EXHAUST FAN H. NO NOT IN CONTRACT NORMAL.YOPEN OR NUMBER EG EWIPMENTGROUNDINGCONDUCTOR NT. NOTTOSCALE ELEC ELECTRIC OH OVERHEAD ELEV ELEVATION PB PUSHBUTTON EM EMERGENCY - PECTOELECTRICELL EMT ELECTRIGIL METALLIC CONDUIT PH PHASE EWI ELECTRIC WATER COOLER PNL PANEL PANELEOARO OR LOADCENTER EX EXIT PRI PRIMARY A EXISTING PVC POLYVINYLCHLORpE IEG) EOJIPMENTGROIND QTY WINTRY E.. FPL FLEXIBLE METALLIC CONDUIT FLORIDA POWER&LIGHT RECPT RECEPTACLE GEL 0 OUNDINGEI-ECTRODEOONDUCTOR SEC SN SECONDARY SOLID NEUTRAL GEN GRD GENERATOR GROUND SPO SURGE SUPPRESSION DEVICE GFO GROUND FAULT CIRCUIT INTERRUPTER BLS - STAINLESS STEEL SUITOR GRS HACR GALVANREDRIGIDSTEEL HEAT NG,AIR-CONDDONING, REFRIGERATION S`V8G TC SWITCHBOARD TIMETOCLOSEORTRAYCABLE HVAC HEATINGVEW11ATIONAIRCONDITIONING TEL TELEPHONE MR - HZ V HOMERUN HEATER HERTZ HIGH VOLTAGE T. TYP u UG TELEPHONE BACKBOARD TYPICAL UNDERCGLNTER UNDERGROUND J KCMIL KVA KW JUNCTIOV SOX 1000 CIRCULAR MILS KILOVOLT AMPERES KILOWATTS UPS VA VFD UNINTERRUPTIBLE POWER SUPPLY VOLTS VOLT AMPERES VARIABLE FREQUENCY DRIVE LGTS LIGHTWO W WIRE, WATT., WTTH, WIDTH LFNC LIOIIDTIGHT FL --METAL CONDUIT WE WEATHERPROOF INC LIOJIDTI HT FLEXIBLENON-META RESISTANTANSF R RESISTANT I LOW VOLTAGE I MR NSFORMER 15. ALL WORK SHALL BE GUARANTEED FREE FROM DEFECTS FOR A PERIOD OF ONE YEAR FROM DATE OF CERTIFICATE OF OCCUPANCY. 1S. MOTOR STARTERS AND CONTROLS FURNISHED BY THE MECHANICAL CONTRACTOR SHALL BE INSTALLED By THE ELECTRICAL CONTRACTOR. ALL CONTROL HARING OF MECHANICAL CONTRACTORS EQUIPMENT SHALL INSTALLED AND TERMINATED BY THE MECHANICAL CONTRACTOR. THE E.C. SHALL PROVIDE POWER SUPPLY WIRING. 17. THE CONTRACTOR SHALL PROVIDE DISCONNECT SWITCHES, EXCEPT MEN FACTORY INSTALLED. 18. ELECTRICAL CONTRACTOR SHALL PROVIDE TEMPORARY POWER FOR CONSTRUCTION WITH GFCI PROTECTION. 19. DISTRIBUTION PANELS, PANELBOARDS, AND TRANSFORMERS SHALL BE IDENTIFIED USING ENGRAVED, LAMINATED ACRYLIC OR MELAMINE LABEL MITE LETTERS ON BLACK BACKGROUND, LETTER HEIGHT TO BE 318' AFFOLEDTOCOVER. 20. DISCONNECTS, STARTERS, MOTOR CONTROL CENTERS SMALL BE IDENTIFIED MATH EQUIPMENT SERVED AND PAN ELICIRCUIT NUMBER. (EXAMPLE: AHU-1 (B-2318)) 21. JUNCTION AND PULL BOXES SHALL HAVE PANEUCIRCUIT NUMBER MARKED ON FACE OF COVER. 22. THE ENGINEER MAY REQUEST FROM THE CONTRACTOR MANUFACTURERS PRODUCT INSTALLATION INSTRUCTIONS. PRODUCTS NOT INSTALLED PER THE INSTALLATION INSTRUCTIONS, MELD ALTERED, OR SUBSTANDARD HARDWARE SHALL BE CORRECTED OR REPLACED AT CONTRACTORS COST. THE ENGINEER SHALL DEEM MICH FIELD ALTERED PRODUCTS SHALL BE REPLACED 23. ALL ELECTRICAL DEVICES SHALL BE NEW. SPECIFICATION GRADE AND BE LISTED FOR USE BY U.L. OR AN EQUAL TESTING LABORATORY. 24. NOMINALMOUNTING HEIGHT OF DEVICES IN EXPOSED CONCRETE BLOCK TILE OR BRICK WALLS SHALL ALL OCCUR WITHIN A STRUCTURAL COURSE. A MINIMUM AMOUNT OF BLOCK TILE OR BRICK WALLS SHALL BE CUT. 25. THIS CONTRACTOR SHALL TOUCH UP OR REFINISH THE FACTORY FINISH OF EQUIPMENT MARRED DURING SHIPMENT OR INSTALLATION. 28. CONNECTIONS TO ELECTRICAL EQUIPMENT EXPOSED TO WEATHER SHALL BE MADE NTH WATER TIGHT FITTINGS AND BE NEMA 3R RATED. ZT. SERIES-RATINI OF CIRCUIT BREAKERS SHALL BE PERMITTED MERE LISTED FOR USE WITH SAME MANUFACTURER. FULLY -RATED CIRCUIT BREAKERS SHALL BE USED WITH MIXING MANUFACTURER TYPES. CIRCUIT BREAKERS PROTECTING HVAC EQUIPMENT SHALL BE HACR RATED. (EQUIPMENT IS SPECIFIED TO MEET THESE REQUIREMENTS) 28. VERIFY AND COMPLY WITH ALL REQUIREMENTS OF POWER COMPANY, TELEPHONE & CABLE COMPANIES PRIOR TO INSTALLATION. 29. ALL MATERIALS SHALL BE NEW AND BEAR UNDERWRITER'S LABELS, WHERE APPLICABLE. M. ALL CIRCUIT BREAKERS, TWO AND THREE FILE, TO BE COMMON TRIP NO TIE HANDLES, TANDEMS ORWEER BREAKERS' WILL NOT BE ACCEPTED. 31. THE FIRE ALARM CONTRACTOR SHALL PROVIDE SHOP DRAWINGS. PERMIT(S) AND PAY ALL FEES ASSOCIATED WITH HIS WORK. SUBMIT CLEAN MARKED IN RED INK OR YELLOW HIGHLIGHTER AS ONE PDF SET OF SHOP DRAWNG(S) FOR APPROVAL, FOR THE FOLLOWING APPLICABLE I- DMSIONS: ❑ 10110- RACEWAYS, BOXES, FITTINGS HARDWARE AND SUPPORTS ❑ 16 20-WIRE, CABLE, TERMINATIONS AND MARKERS ❑ 161A I -HARING DEVICES, PLATES AND COVERS ❑ 1SIM- DISCONNECTS, STARTERS, CONTACTORS, SURGE PROTECTION DEVICES, & FUSES 1MO -SERVICE EQUIPMENT AND METERING ❑ 11-GROUNDINGSYSTEM ■ 16470 - DISTRIBUTION, PANELBOARDS AND TRANSFORMERS ❑ 1B510-LIGHTINGFULTURESANDACCESSORIES ❑ 16880- AUTOMATA TRANSFERSWITCHES 80 ❑ 1SB-GENERATOR ❑ 1' - UNDERGROUND CONDUIT DRAWING WITH TRADE SIZES (THIS MAY BE PROVIDED SEPARATELY AS A OM FILE OR LEGIBLY MARKED IN RED INK ON - X M- SHEET) ATTENTION TO CONTRACTOR VALUE ENGINEERING A. THE CONTRACTOR MAY SUBMIT TOTHE OWNER, THROUGH THE ARCHITECT TO THE ENGINEER, PROPOSALS THAT CHANGE THE CONTRACT DOCUMENTS RESULTING IN CONSTRUCTION COST SAVINGS ANDIOR TIME SAVINGS. B THE VE PROPOSAL MUST MAINTAIN THE ESSENTIAL FUNCTIONS AND CHARACTERISTICS OF THE FACILITY INCLUDING BUT NOT UMITEDTO SAFETY. SERVICE LIFE, EASE OF MAINTENANCE, AND APPEARANCE, C. THE CONTRACTOR'S CONCEPTUAL VE PROPOSAL WILL BE SUBWITEO. THROUGH THE ARCHITECT TO THE ENGINEER FOR REVIEW PRIOR TO SUBMISSION TO THE OWNER. D. IF APPROVED, THE CONTRACTOR SHALL SUBMIT A FORMAL VE PROPOSAL. LISTING THE FOLLOMNG: 1. ENGINEER'S RECOMMENDATIONS AND/OR COMMENTS. Z CONSTRUCTION COST SAVINGS 4. TIME SAVINGS . ADVANTAGES ANDIOR DISA)VANTAGES. 5. RECTIFIED REVISIONS TO THE CONDRAGT DOCUMENTS, IF ANY. 8. COSTS FOR REVISIONS TO THE CONTRACT DOCUMENTS, IF ANY. E. ALL COSTS FOR ANY AND ALL REVISIONS TO THE CONTRACT DOCUMENTS WILL SE BORN BY THE CONTRACTOR. F. THE OWNER WILL BE THE SOLE JUDGE OF THE VALUE ENGINEERING PROPOSAL IN DETERMINING THE FOLLOWING 1. APPROVAL OR DISAPPROVAL 2 CONSTRUCTION CGST SAVINGS 3. TIME SAVINGS A ADVANTAGES ANDIOR DISADVANTAGES G. THE OWNER RESERVES THE RIGHT TO DISREGARD THE CONTRACT UNIT BID PRICES IF, IN THE JUDGMENT OF THE OWNER AND/OR ARCHITECT, SUCH PRICES GO NOT REPRESENT FAIR VALUE FOR THE WORK TO BE PERFORMED OR DELETED, THE ARCHITECT WILL ADJUST THE TRACT UNIT BID PRICES IN EVALUATING THE CONSTRUCTION COST SAVINGS OF THE VALUE ENGINEERING PROPOSAL IF THE OWNER APPROVES THE VE PROPOSAL THE OWNER WALL ORDER CHANGES TO THE CONTRACT DOCUMENTS THAT REFLECT THE VE PROPOSAL H. THE OWNER WILL NOT REIMBURSE THE CONTRACTOR FOR ANY ENGINEERING OR PREPARATION EXPENDITURES OF THE VE PROPOSAL I. CHANGES OR REVISIONS MADE FOLLOWING CONTRACT AND SUBMITTAL REVIEW PROCESS, ACCEPTED BY THE ENGINEER. SHALL SE AT DOUBLE THE HOURLY RATE. CHANGES OR REVISIONS NOT APPROVED BY THE ENGINEER, SHALL BE REPLACED AT THE CONTRACTOR EXPENSE ELECTRICAL SHEET INDEX ABBREVIATIONS, SPECIFICATIONS, SYMBOL LEGEND E-1 EXISTING AND MODIFIED RISER DIAGRAM E-2 RACEWAY. WIRING & SUPPORT METHODS THE METHODS IDENTIFIED BELOW SHALL BE USED FOR THIS PROJECT: ❑ EMTCONDUIT ❑ EMT CONDUIT HOMERUNS, MC CABLE BEYOND SWITCH FOR LIGHTING ❑ EMT/PVC SCHEDULE 40 CONDUIT FEEDERS, MC CABLE BRANCH CIRCUITRY ❑ PVC SCHEID LE 4D UNDER BLAB OR GRADE AND WITHIN MASONRY WALLS KITH LISTED FITTINGS (SIP TRADE SIZE MINIMUM) ❑ PVC SCHEDU LE 8D(SERVICE ENTRANCE) ❑ PVC SCHEDULE SO WHERE EXPOSED OUTDOORS AND WHERE SUBJECT TO PHYSICAL DAMAGE FROM GRADE TO FEET ABOVE. ❑ MC CABLE ❑ MC CABLE, PLENUM RATED ❑ MC CABLE MATH HVAC CIRCUITS IN OUTSIDE DWELLING UNIT IN CONDUIT ❑ PVC SCHEDULE 40 ABOVE SLAB OR GRADE DUE TO CORROSIVE ELEMENTS RIGID STEEL OR INC CONDUIT, LIQUIDTITE FLEXIBLE METAL CONDUIT (LEND) ❑ NMB NON-METALLIC, OF AND SER, CABLE TYPES ❑ EMT CONDUIT FROM C SO OUTLET BOXTOACCESSIBLE CEILING AREA ❑ EMT CONDUIT FROM 4' SO OUTLET BOXTOCABLETRAY ❑ PVC SCHEDULE 40 UNDER SLAB FROM OUTLET BOXTO TERMINAL BACKBOARD FREE HARE IN WALLS AND CEILING 0 COPPER CONDUCTORS,75-C RATED, THVNN INSULATION (MIN. #14 AM ❑ COMPACT ALUMINUM CONDUCTOR S]5-C RATED, XHHWINSULATION(AS NOTED) USE COMPRESSION LUGS AT ALL TERMINATIONS ❑ COMPACT ALUMINUM CONDUCTORS, TYPE USE-2/RHH/ RHW2 DIRECT BURIAL RATED, USED FOR'TEMPORARY POWER ONLY ZINC COATED. HOT DIPPED GALVANIZED (") ❑ STAINLESSSTEEL(316) ❑ FIBERGLASS REINFORCED PLASTIC (FRP) (") (') RESEALL CUT MATERIAL FBC 107.3.5 1M BRANCH 1MRING : EMT CONDUIT WITH TH WN CONDUCTORS, AND MC CABLE SHALL BE PERMITTED 1 B) SERVICE(S): THE SERVICE SYSTEM VOLTAGE OF 208VI120V, 30, 4WIRE. SEE SHEET E-_ FOR RISER DIAGRAM, PANEL SCHEDULES, LOAD CALCULATION. 1C) FEEDERS: EMT CONDUIT WITH THIN CONDUCTORS, FLEXIBLE METAL CONDUIT WITH THIN CONDUCTORS FOR TRANSFORMER PRIMARY AND SECONDARY WIRING. 1D) OVERCURRENT PROTECTION: SEE RISER DIAGRAM ON SHEET E-_ IE) GROUNDING: THE GROUNDING ELECTRODE SYSTEM IS EXISTING, ALL ELECTRICAL OR ELECTRICALLY CONNECTED EQUIPMENT SHALL BE CONNECTED TO THE EXISTING SYSTEM ACCORDING TO NEC SECTION 2M. 1R) WIRING METHODS: SHALL COMPLY WITH NEC CHAPTER 3. ALL BOXES, PLASTER RINGS SHALL BE METAL, HARING SHALL BE M C THWM INSULATION, TRIM SHALL BE WHITE, 15 OR 20 AMPERE, SNATCHES AND RECEPTACLE OUTLETS WITH PLASTIC PLATES. 1G) GFCI: HVAC SERVICE RECEPTACLES ON ROOF AND ADJACENT TO AIR HANDLING UNITS SHALL BE PROTECTED BY ISA DUPLEX GROUND FAULT CIRCUIT INTERRUPTERS. 2) EQUIPMENT: WATER HEATER, CORD CONNECTED, COPIER. DISHWASHER, REFRIGERATOR. 3) SPECIAL OCCUPANCIES: NOT APPLICABLE 4) EMERGENCY SYSTEMS: NO STANDBY POWER GENERATION SYSTEM. EMERGENCY EGRESS LIGHTING PROVIDED BY RECHARGABLE BATTERY LIGHTING FIXTURES. SEE EGRESS PHOTOMETRY PLAN SHEET E-_ 5) COMMUNICATION SYSTEMS: WIFI SHALL BE PROVIDED FOR COMMUNICATIONS () LOW VOLTAGE: DATA COMMUNICATIONS AND TELEPHONE SYSTEM WIRING 7) LOAD CALCULATION: SEE SHEET E-_ B) DESIGN FLOOD ELEVATION: SEE PLAN SHEET SCOPE OF WORK PROPOSED ELECTRICAL SERVICE MODIFIED FOR GENERATOR -0 AUTOMATIC TRANSFER SNITCH. Commissioned By: QE USA ELECTRICAL LEGEND Ogt DUPLEX RECEPTACLE 15A, 125V DUPLEXGFCI 15A, 125V RECEPTACLE ot� p- DEADFRONT GFC120A, 12W. EQUAL TO LEVITON DUPLEX RECEPTACLE 15A. 125V (HALF SNATCHED) QUAD RECEPTACLE 15A, 12W z& SINGLE RECEPTACLE 125QW. 4-HARE, 30A OR 50A 'e- SINGLE RECEPTACLE MA, 125V ® DUPLEX FLOOR RECEPTACLE 15A 12W SPECIAL RECEPTACLE (SEE NOTE) SINGLE RECEPTACLE 15A 12W, MATH (2) DEB CHARGER PORTS, EQUAL TO LEVITON T5831 DUPLEX RECEPTACLE 15A,125V, WITH (2) USB CHARGER PORTS, EQUAL TO LEVITON TM32 f1� USB SPECIAL RECEPTACLE (4) USB CHARGING PORTS, LAo" EQUAL TO LEVITON TMG2 $ SINGLE POLE SWITCH M. 120QM $3 3 WAY SWITCH 15A, 120Q2 $4 `Pa 4 WAY SWATCH 15A 120QM DOOR JAMB SWITCH, EQUAL TO LEVITON 1865 O SMOKE DETECTOR UTILITY METER DISCONNECT BI COMBINATION MOTOR STARTER 0 LOAOCENTER OR PANELBOARD - SWITCH WIRING r� HOMERUN A--1 PANEL (CIRCUIT) DESIGNATION LYE EXTERIOR SECURITY LIGHTS RECESSED DOWNLIGHT RECESSED DOWNLIGHT(WALLWASHER) SURFACE MOUNT LIGHTING FIXTURE J WALL MOUNT LIGHTING FIXTURE VAPORTITE ENCLOSED&GASKETED LIGHTING FIXTURE OPENDANT I CHANDELIER F BATHROOM EXHAUST FAN SCONCE OR STEP LIGHTING FIXTURE ❑F FAN RATED OUTLET BOX FAN SWITCH LEG ONLY �s FAN RATED OUTLET BOX WITH LIGHT/FAN DESIGNATION a JUNCTION BOX 1X2'ORTX4'LIGHTINGFURURE,SEELpHTING ® FIXTURE SCHEDULE FOR DETAILS ® ILLUMINATED EXIT SIGN EGRESS DIRECTIONAL CHEVRONS y J[1+ EXIT SIGN I EMERGENCY LIGHTING FIXTURE COMBO 'r BATTERY BACKUP EMERGENCY EGRESS FIXTURE PHONE/DATAOUTLET U50 USBL RT CHARGER, EQUAL TO LEVITON USB4P ® COMPUTERIDATA(POINT OF ENTRY) Q CAN/ SATELLITE TELEVISION OUTLET Q DOOR CHIME a❑ PUSH BUTTON POWER PACK EQUAL TO WATTSTOPPER BZ-2W Pt 120.277V, 20A, SINGLE RELAY, LIGHTING & PLUG DEVICE P2 POWER PACK EQUAL TO WATTSTOPPER C120-E 1MV, MA, 2-RELAY, LIGHTING DEVICE ® CEILING MOUNT OCCUPANCYNACANCV SENSOR SWITCH ,L $Dc WALL MOUNT OCCUPANCYNACALACY SENSOR SWITCH ALL SYMBOLS MAY NOT APPLY TO THIS PROJECT PEAT PROJECT # 200805 PRELIMINARY PLAN 09/25/2020 ICERRPTHATTHESEPWN5 AND SPECFNATONS VONFORM TO LOCAL BUILDING MOE REOUREMDRS \\\\WIWllP111/ •" IIGEMeF -'• NO, 81B7d IMMOF ....... A�QT/FA%j ALLt CHARLES P. SPELMAN FLORIGAPEAM925 d Z C `W r a C)BID W v) S< Ez 0) w B o a w a xNx z IA G LL VZ W O m C S uj Z UM LLO W caiUM I -W W .49 r a z 2 S2 V a 0 LL O LU Z a LD W Z Q U J W EA3" PROJECT NO: 200005 DATE: S25.2020 DESIGNED BY: JOS CHECKED BY: CPS REVISIONS DATE BY Al Z 0 >. Z z Lu Q N N Luy I5� i lLu 7 a 0 a U W w o O J w 0 W U a DRAWING TITLE: ABREVIATIONS SPECIFICATIONk SYMBOLLEGEND E-1 1 OF 3 ELECTRICAL RISER NOTES SERVICE ENTRANCE: 2" SCHEDULE 80 PVC CONDUIT WITH (3) X/X AWG, A 75-C, THNN, CONDUCTORS. OMETER ENCLOSURE: EXISTING XXXAMPERE, X0, CONTINUOUS, 7 TERMINAL, ALUMINUM METER SOCKET, NEMA 3R ENCLOSURE. SERVICE DISCONNECT: EXISTING XXXA, X-POLE, X-WIRE, XXXVAC, NEMA C 4X ENCLOSURE CAT NO. LA4000S, SOLID NEUTRAL KIT XXXSN, EQUIPMENT GROUND ASSEMBLY XXXX OEXISTING FEEDER:? METALUC RACEWAY SYSTEM WITH CONDUIT BODIES (3) XXX AWG, (1) X AWG [NJ, (1) X AWG [EG), 75-C, THWN. CONDUCTORS. OPUMP CONTROL PANEL: EXISTING CABINET WITH GENERATOR RECEPTACLE OJUNCTION BOX: EXISTING STAINLESS STEEL, NEMA 4X, JUNCTION BOX TO SECURE PUMP MOTOR CABLES OGROUNDING ELECTRODE SYSTEM: 4 AWG FROM MAIN SERVICE G DISCONNECT OR ELECTRICAL METER TO (2) 10' X 5 W COPPERWELD DRIVEN ROD ELECTRODES, SPACE ELECTRODES > 6 FEET APART. CONCRETE POST 6" X 6' X IV TO MATCH EXISTING RACK WITH 1-10 304 I I STAINLESS STEEL STRUT AND HARDWARE. OREMOVE CONDUIT BODIES AND CONDUIT BETWEEN SERVICE DISCONNECT AND CONTROL CABINET ROUTE PROPOSED SCHEDULE 80 PVC CONDUIT AND CONDUCTORS AS SPECIFIED IN RISER NOTED' PROPOSED SCADA RACEWAY: PROVIDE V PVC SCHEDULE 60 CONDUIT K AND CABLE AS SPECIFIED PROPOSED GENERATOR START CONTROL CIRCUIT: PROVIDE 3/4" L SCHEDULE 80 PVC CONDUIT WITH_ CONTROL CONDUCTORS PROPOSED POWER: PROVIDE -'SCHEDULE 80 PVC CONDUIT WITH M BATTERY CHARGER AND BLOCK HEATER CIRCUITS POWERED FROM CONTROL CABINET. PROPOSED GENERATOR FEEDER: 2" METALLIC RACEWAY SYSTEM WITH (3) N XXX AWG, (1) X AWG [NI, (1) XAWG [EGI, 75-C, THAN, CONDUCTORS. PROVIDE LFMC CONNECTION TO GENERATOR CIRCUIT BREAKER CABINET GENERATOR: XXXKW, XXXYO(XX VAC, 30, 4-WIRE, 60HZ DIESEL GENSET, O EQUAL TO CUMMINS STAND-BY POWER, EMISSION CERTIFIED TIER 3, ALUMINUM HOUSING-181 MPH WIND RATING, SOUND ATTENUATING, LEVEL 2, WITH CRITICAL EXHAUST SYSTEM. CIRCUIT BREAKER X)VA, 3-POLE, BOOV, LEFT SIDE, SS RMS, 801ARATED, ULAEC. REMOVE NEUTRAL BONDING JUMPER. GROUND FRAME TO ELECTRICAL SERVICE GROUNDING ELECTRODE SYSTEM OTRANSFER SWITCH: AUTOMATIC TRANSFER SWITCH, CUMMINS, CATALOG NUMBER TO BE DETERMINED, IN STAINLESS STEEL ENCLOSURE CONDUIT STRUT STRAPS SHALL BE STAINLESS STEEL OR PVC COATED R WITH STAINLESS STEEL HARDWARE EQUAL TO ATKORE CALBOND ONOT USED FRONT OF RACK REAR OF RACK o EXISTING g C URUTY TRATRANSFORMER SECONDARY SYMMETRICAL FAULT CURRENT TO BE PROVIDED TYPICAL NOTES: 1. EXISTING THREE PHASE FPL SERVICE AT VOLTAGE LISTED ON PLAN SET. THIS SCOPE OF WORK WILL NOT REQUIRE COORDINATION WITH FPL FOR SHUT DOWN. A MOBILE GENERATOR TO BE PROVIDED BY THE CONTRACTOR NOT TO INTERRUPT POWER TO THE STATION. 2. EXISTING EQUIPMENT SHALL BE REPLACED OR REPAIRED PER THE NOTES PROVIDED FOR EACH PUMP STATION. IF CONTRACTOR FINDS ADDITIONAL EQUIPMENT OR MATERIAL IN NEED OF REPAIR HE SHALL PROVIDE A SHORT DESCRIPTION AND SEND WITH A DIGITAL PHOTO AS A RFI TO THE ENGINEER. THE ENGINEER SHALL VISIT THE SITE, EVALUATE AND PROVIDE A RECOMMENDATION. 3. A NEW NON -SERVICE ENTRANCE 3-POLE AUTOMATIC TRANSFER SWITCH (ATS). INSTALL IN LOCATION TO BE DETERMINED PER SITE AND IN ACCORDANCE WITH NEC 110.26 FOR MINIMUM WORKING CLEARANCES. THE ATS SHALL PROVIDE SOURCE OF ALL INCIDENTAL POWER REQUIRED FOR THE GENERATOR. I.E. ALTERNATOR SPACE HEATER, BATTERY CHARGER, AND WATER JACKET HEATER, REFER TO SPECIFICATION 16216, AND ENCLOSED IN A PADLOCKABLE NEMA 4X STAINLESS STEEL ENCLOSURE- 4. NEW OUTDOOR STANDBY DIESEL GENERATOR IN WEATHERPROOF ENCLOSURE WITH SUB -BASE FUEL TANK INSTALL IN A LOCATION TO BE DETERMINED PER SITE AND ACCORDANCE WITH NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 30, "FLAMMABLE AND COMBUSTIBLE LIQUIDS CODE" FOR CLEARANCE TO PROPERTY BOUNDARIES, AND A RECOMMENDED MINIMUM OF 4 FEET CLEAR ON ALL SIDES FOR THE GENERATOR. REFER TO SPECIFICATION 16216. GENERATOR SHALL BE RATED AS LISTED AS NOTED. GENERATOR NEUTRAL SHALL NOT BE BONDED TO GROUND AND CONNECTED INTO GROUND SYSTEM. S. EXISTING PUMP CONTROL PANEL. THIS PANEL IS EXISTING, REFER TO TYPICAL NOTE 2 FOR REPAIRS TO EQUIPMENT. EXISTING ELECTRICAL RISER DIAGRAM ADD RACK FOR FROM OF RACK REAR OF RACK AUTOMATIC TRANSFER SWITCH MUTA LU LLLG I KIGAL KibLK UTAUKAM To be used for all Generator Sites Commissioned By: OE USA PEAI PROJECT # 200805 PRELIMINARY PLAN 09/25/2020 ICERRFYIHATTHESIR AND SPEMFICA1KK15 GON FORM TO LG WL BUILDING GDGE RE W IMMEMS ``tIt IIIII 1jY ` Nw 34= 89M OF Y11111 1 111 CNARLES P. SPELMAN RORIDAPEINN5 PROJECT NO: 200605 DATE: 09-25.2020 DESIGNED BY: JDS CHECKED BY: CPS REVISIONS DATE BY A A A A 0 Z Q Y/ N ILI a 7 IL 0 a yy Ii W I� V W o J W 0 W U d DRAWING TITLE: EXAMPLE PUMP STATION ELECTRICAL SERVICE MODIFICATION E-2 2 OF 3 To be used for all By Pass Pump Sites NOTES 1. BOND FENCE AND VEHICLE ACCESS GATE TO COUNTERPOISE. 2. PROVIDE LIGHTNING PROTECTION FOR SCADA ANTENNA. 3. SURGE PROTECTION SHALL BE SQUARE D (THREE PHASE: POWER SERVICE #SDSA3650) WITH LED LIGHTS AND MOUNTED IN A FASHION THAT FROM PROVIDER THE PHASE LIGHTS ARE VISIBLE. COORDINATE EXACT LOCATION TRANSFORMER WITH OWNER. 4/0 BARE COPPER 4. EXOTHERMICALLY BOND GROUNDING JUMPERS TO COUNTERPOISE. (TYP. OF 2) GROUND POTENTIAL SHALL BE CONSISTENT FOR ENTIRE SITE. GROUNDING JUMPERS AND COUNTERPOISE SHALL BE #4/0 BARE COPPER. GROUND RODS SHALL BE 3/4" X 20' COPPER -CLAD GROUND RODS. EXOTHERMICALLY WELD CONNECTIONS BELOW GRADE. MECHANICALLY CONNECT CONNECTIONS ABOVE GRADE. MECHANICAL LUGS SHALL ONLY HAVE ONE WIRE LANDED IN EACH POWER METER M TERMINATION. EACH LUG SHALL BE FASTENED WITH A STAINLESS STEEL NUT AND BOLT. STACKING OF INDIVIDUAL LUGS WILL NOT BE ACCEPTABLE. GROUND BOXES SHALL BE 14" LONG QUAZITE 4/0 BARE COPPER SERVICE ENTRANCE RATED #PC1118CA0017 OR #PG1118BA12, (TYP. OF 2) c CIRCUIT BREAKER DISCONNECT INSTALL LEVEL WITH THE _ ADJACENT GROUND, PROVIDE 57 STONE OR MATCH SITE STONE IN SEE GROUND TEST BOX, WITH GROUND ROD LOCATED WELL DETAIL WW-19B OFF CENTER OF BOX. QUAZITE BOX COVER TO READ "GROUND". PANEL EXPOSED GROUNDING SHALL BE IN 1" SCHEDULE 80 PVC OR LIQUID _ BOARD © TIGHT FLEXIBLE CONDUIT. CIRCUIT BREAKER DISCONNECT WITH PADLOCKABLE HINGE 4/0 BARE COPPER TO GROUND MAT (TYP) DIESEL ONTROL OO BACKUP PANEL 4/0 BARE COPPER TO PUMP GROUND MAT (TYP) CONTRO SUBMERSIBLE PRESSURE TRANSDUCER LJ FLOATS (2) 5. PROVIDE COUNTY SIGNED INSPECTION OR PHOTO OF ALL CAD -WELDED SPLICES AND UNDERGROUND TAPS. PROVIDE GROUND TEST REPORT TO COUNTY VERIFYING COUNTERPOISE RESISTANCE IS LESS THAN 5 OHMS. 6. PROVIDE POWER TO BATTERY CHARGER, BLOCK HEATER (IF APPLICABLE, SEE PANEL SCHEDULE) CIRCUITS. 7. SCADA HARD WIRE FROM DIESEL PUMP CONTROL TO CONTROL CABINET DFC 8. PROVIDE RACEWAY SYSTEM TO PROTECT MONITORING CABLE, SEAL -OFFS TO ELIMINATE GAS INFILTRATION FLOATS PUMPS (4) (2) PEAI PROJECT # 200805 PRELIMINARY PLAN 09/25/2020 Commissioned By: OE USA I CER -MESS PIANS ECIFICAiIONS CON NI TO LOLK B UING CODE REQUIREMENTS ua 55S'P'Sp�'' CHMLES P. SPELM FLORIDAIEIN925 U z vS w a O 00 7 a N N v o z c w u a <=h=o� CD Z w o ` s d= W a w13 v o W " ° — w o w Z i u Lu Z Q t� J w a 0 Buz PROJECT , 200805 DATE:1• 1 DESIGNED BY: CHECKEDBY: 0 0 z p = W Q N � Vl � a lu lu d a } W w 2 J 0 w RRac 0 w U R DRAWING TITLE: EXAMPLE PUMP STATION ELECTRICAL SERVICE MODIFICATION E-3 3 OF 3 XI& .1 ROLLANT Ly m :L viv- 'Ib IF AF 46 k. IMP Wl 1— . �', pilb ptm. 1p, ft �4 iLAt A I 14 6, li -M 1 4-ki