Loading...
HomeMy WebLinkAboutPre-LegislationCity of Miami Legislation Resolution R-17-0214 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 2086 Final Action Date: 5/11/2017 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION AND MAINTENANCE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION TO ACCOMMODATE THE BRIDGE RECONSTRUCTION OVER COMFORT CANAL AT APPROXIMATELY NORTHWEST 34TH AVENUE, MIAMI, FLORIDA FROM APPROXIMATELY NORTH OF STATE ROAD 836/DOLPHIN EXPRESSWAY TO NORTHWEST 14TH STREET, MIAMI, FLORIDA, A ROAD NOT ON THE STATE HIGHWAY SYSTEM. WHEREAS, the Florida Department of Transportation ("FDOT") has developed design plans for Financial Management ("FM") No. 426113-1-52-01, a roadway project; and WHEREAS, reconstruction of the Northwest 34th Avenue Bridge from approximately North of State Road 836/Dolphin Expressway to Northwest 14th Street, Miami, Florida and the project shall include, but may not be limited to bridge reconstruction, asphalt pavement reconstruction, milling and resurfacing of existing pavement, new sidewalk construction, new signage, and pavement markings ("Project"); and WHEREAS, the Construction and Maintenance Agreement ("Agreement"), in substantially the attached form, establishes the terms, conditions and responsibilities of the FDOT and the City of Miami ("City") to accomplish the improvements on the City's streets; and WHEREAS, the City concurs with the proposed Project and overall upgrading and enhancement of the area; and WHEREAS, the City agrees with the terms and conditions in the Agreement, in substantially the attached form; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorized' to execute the Agreement, in substantially the attached form, with the FDOT, to accommodate the bridge reconstruction over Comfort Canal by the FDOT at approximately Northwest 34th Avenue, Miami, Florida from approximately North of State Road 836/Dolphin Expressway to Northwest 14th Street, Miami, Florida. Section 3. This Resolution shall become effective immediately upon its adoption and 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney including but not limited to those prescribed by applicable City Charter and City Code provisions. City of Miami Page 1 of 2 File ID: 2086 (Revision:) Printed On: 11/20/2017 File ID: 2086 signature of the Mayor.2 APPROVED AS TO FORM AND CORRECTNESS: Enactment Number: R-17-0214 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 File ID: 2086 (Revision:) Printed on: 11/20/2017 FM# 426113-1-52-01, NW 34Ih Avenue Bridge Reconstruction aver Comfort Canal Page 1 of 9 OFF -SYSTEM CONSTRUCTION AND MAINTENANCE AGREEMENT Between STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION ("DEPARTMENT") and THE CITY OF MIAMI, a municipal corporation of the State of Florida ("CITY") THIS AGREEMENT is made and entered into as of , 2016, by and through THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida (the "Department"), and the CITY OF MIAMI, a municipal corporation of the State of Florida, (the "City"), collectively referred to as the "Parties." RECITALS A. Upon approval of the Department's Work Program by the State of Florida Legislature, and adoption by the Department Secretary, the Department shall complete the various projects included in the Department Work Program; and B. Included in the Department's Work Program is Project Number FM# 426113-1-52-01, NW 34th Avenue Bridge Reconstruction over Comfort Canal (the "Project"). The Project includes work on NW 34th Avenue, from approximately north of SR 836 / Dolphin Expressway to NW 14th Street, in Miami -Dade County„ Florida, a road not on the State Highway System; and C. The City is the holder of ownership rights to NW 34th Avenue, a road not on the State Highway System; and D. The parties agree that it is in the best interest of each party for the Department to undertake and to complete all aspects of the Project, including but not limited to, the design, construction, construction inspection, utilities, permits, easements and other associated tasks; and E. The parties further agree that it is in the best interest of each party to enter into this Agreement in order to allow the Department to construct and complete the Project. FM# 426113-1-52-01, NW 34th Avenue Bridge Reconstruction over Comfort Canal Page 2 of 9 TERMS NOW THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. The recitals in this Agreement are true and correct, and incorporated into and made a part hereof. 2. The Parties agree that the Department intends to undertake and complete project number FM# 426113-1-52-01; the Project shall include improvements on NW 34`1' Avenue, a road not on the State Highway System, from approximately north of SR 836 / Dolphin Expressway to NW 14th Street (for purposes of this Agreement, the "Project Limits"). The work within the Project Limits shall include, but may not be limited to: • Bridge reconstruction • Asphalt pavement reconstruction, milling and resurfacing of existing pavement • New sidewalk construction • New signing and pavement markings (the "Local Roadway Improvements"). The Project shall further include all activities associated with, or arising out of the construction of the Local Roadway Improvements. In the event that the Project requires the acquisition of additional right of way within the Project Limits, the Department shall acquire such right of way in order to complete the Project. The City shall cooperate with and shall support the Department's work efforts in these regards. The Department will design and construct the Project in accordance with all applicable federal and state laws and regulations and in accordance with Department design and construction standards as set forth in the Department's guidelines, standards, and procedures. The Department shall have final decision authority with respect to the design, the design review process, and construction of the Local Roadway Improvements, and the relocation of any utilities that the Department may determine to be required. 3. The Parties acknowledge and agree that the City will review the Project Design Plans ("PDP") and shall submit its comments, if any, via Electronic Reviewer Comments ("ERC".) The Department shall provide the City access to the ERC, and the Department shall use the ERC to submit the Project Design Plans for the City to review. When the Department places the Project Design Plans in the ERC, the Department will designate a Comment Due Date and a Response FM# 426113-1-52-01, NW 34th Avenue Bridge Reconstruction over Comfort Canal Page 3 of 9 Due Date. The City shall submit its comments with regards to the Project Design Plans on or before the Comment Due Date, and the Department shall respond to the City's comments, if any, on or before the Response Due Date. If the City does not submit its comments by the Comment Due Date, the City will be deemed to have approved the Project Design Plans submitted by the Department. The review process for the Project Design Plans will be deemed concluded when the Department has submitted the Final Project Design Plans to the ERC, and the Comment Due Date and Response Due Date for the Final Project Design Plans have passed, and the Department has addressed all of the City's comments that were submitted through the ERC. Once the review process is concluded, the City shall authorize its Public Works and Waste Management Department to issue a permit ("the Permit") to the Department's construction Contractor, authorizing the Department to construct the Project in accordance with the Final Project Design Plans submitted through the ERC. The City acknowledges and agrees that, during construction of the Local Roadway Improvements, the Department will only utilize the services of law enforcement officers when required by the Department's Standard Specifications for Road and Bridge Construction, and no additional requirements will be imposed. The City agrees that the Permit will not impose any conditions other than those included in this Agreement, and the terms of this Agreement supersede any conflicting terms in the Permit. Additionally, the City waives any permit fees that may apply to issuance of the Permit. Major modifications of the permitted plans must be submitted to the City for review. A Major Modification is any modification that materially alters the kind or nature of the work depicted in the permitted plans, or that alters the integrity or maintainability of the Local Roadway Improvements, or related components. The City's review shall be within the reasonable time schedule proposed by the Department, in order to avoid delay to the Department's construction contract. In the event that any Major Modifications are required during construction, the Department shall be entitled to proceed with the modifications that are necessary to complete the construction of the Project, and shall, upon identifying the need for a Major Modification, immediately notify the City of the required changes, prior to proceeding with implementation of the same. It is specifically understood and agreed that any such changes during construction shall not delay nor affect the timely construction schedule of the Project. The City shall modify the permit in accordance with any plan modifications agreed upon that are required by the Department to duly complete the Project. FM# 426113-1-52-01, NW 34t11 Avenue Bridge Reconstruction over Comfort Canal Page 4 of 9 4. The City agrees to fully cooperate with the Department in the construction, reconstruction and relocation of utilities that are located within the City's right-of-way, within the Project Limits. Utility relocations, if any, which may be required by the Department for purposes of the Project, shall be done in accordance with the Department's guidelines, standards and procedures. The Department shall submit the proposed Utility Relocation Schedule to the City. Utility relocations, if any, shall be done in accordance with the provisions of Chapter 337, F. S. Additionally, the City agrees to fully cooperate with the Department in the removal of any encroachments or permitted improvements located within the City's right-of-way, within the Project Limits, that are in conflict with the Project, including, but not limited to, red light cameras, if any. 5. The City acknowledges that the Department will be utilizing federal funds to construct the Project, and as a result thereof, the City agrees to perpetually maintain the Local Roadway Improvements. To maintain means to perform normal maintenance operations for the preservation of the Local Roadway Improvements, which shall include but is not limited to, roadway surfaces, shoulders, roadside structures, drainage, signing and pavement markers, and such traffic control devices as are necessary for the safe and efficient use of the Local Roadway Improvements. Additionally, the Parties understand and agree that the Department shall transfer the permit(s) to the City as the operational maintenance entity, and the City agrees to accept said transfer and to be fully responsible to comply with all operational and maintenance conditions of the permit(s), at its sole cost and expense. Notwithstanding the requirements hereof, maintenance during construction shall be the responsibility of the Department and its Contractor, as set forth in paragraph 9 of this Agreement. 6. The Parties acknowledge and agree that the City's right-of-way and the improvements and structures located within the City's right-of-way, are and will remain under the ownership of the City, and that the Department will not have any ownership interest in the right-of-way, improvements, or structures located thereon or installed therein pursuant to this Project. 7. The Department shall require its construction Contractor to maintain, at all times during the construction to carry Commercial General Liability insurance providing continuous coverage for all work or operations performed under the Construction Contract. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard FM# 426113-1-52-01, NW 34'1' Avenue Bridge Reconstruction over Comfort Canal Page 5 of 9 Commercial General Liability Coverage Fonn (ISO Form CG 00 01) as filed for use in the State of Florida. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy, or such other minimum insurance coverage that may be required by the Department for the construction of the Project, in accordance with the Department's Standards and Specifications for Road and Bridge Construction. The Department shall further cause its Contractor to name the City and the Department as additional insured Parties on the afore -stated policies, and to provide evidence of Workers' Compensation Insurance in accordance with the laws of the State of Florida and in amounts sufficient to secure the benefit of the Florida Workers' Compensation law for all employees. 8. The Department shall notify the City at least 48 hours before beginning construction within the City's right-of-way, Such notification may be provided via email, and the notice requirements set forth in paragraph 20 shall not apply to this paragraph. The Department agrees that the City may, at reasonable times during the construction of the Local Roadway Improvements, inspect the Contractor's construction site and perform such tests as are reasonably necessary to determine whether the goods or services required to be provided by the Contractor, pursuant the Contractor's Construction Agreement with the Department, conform to the terms of said Construction Agreement. Upon request by the City, the Department shall coordinate with its Contractor to provide access to the City for performance of said inspections. During the construction work related to the Project, the City shall fully cooperate with any such work being performed by the Department and the Department's contractors. The City shall not commit nor permit any act which may delay or interfere with the performance of any such work by the Department or the Department's contractors, unless the Department agrees in writing that the City may commit or permit said act. 9. Maintenance during construction within the Project Limits, commencing as of the first date of construction, shall be the responsibility of the Department's Contractor. After completion of construction, the City shall assume all maintenance responsibilities. Upon completion of construction, the Department is required to invite the City on the Final Inspection of the work within the Project Limits, and will incorporate valid City concerns that are within the scope of the contract into the final Project punch list to be corrected by the Contractor, However, if the City does not attend the Final Inspection, the Department shall proceed to conduct the Final FM# 426113-I-52-01, NW 34`1' Avenue Bridge Reconstruction over Comfort Canal Page 6 of 9 Inspection, finalize the Project punch list, and issue a Notice of Final Acceptance to its Contractor. The Final Inspection shall be performed and the Notice of Final Acceptance shall be issued in accordance with the Department's Standard Specifications for Road and Bridge Construction and the Construction Project Administration Manual (CPAM). Upon issuance of the Notice of Final Acceptance to the Contractor, the Department shall provide a copy of said notice to the City. As of the date of the Notice of Final Acceptance, the City shall be immediately responsible for the maintenance of the Project and the Local Improvements, and shall further accept the Local Improvements and the transfer of any additional right of way acquired by the Department within the Project Limits, for purposes of the Project. The Department, however, shall have the right to assure completion of any punch list by the Contractor. Notwithstanding the issuance of the Notice of Final Acceptance, the City may notify the Department Project Manager of deficiencies in the Local Roadway Improvements that may be covered by the warranty provisions in the contract between the Department and its Contractor. The Department shall enforce the warranty if the remedial action is required by the warranty provisions, as determined by the Department. Upon completion of all work related to construction of the Project, the Department will be required to submit to the City final as -built plans for the Local Roadway Improvements and an engineering certification that construction was completed in accordance with the plans. Additionally, the Department shall vacate those portions of the City's right-of-way used to construct the Local Roadway Improvements, and shall remove the Department's property, machinery, and equipment from said portions of the City's right-of-way. Furthermore, the Department shall restore those portions of the City right-of-way disturbed by Project construction activities to the same or better condition than that which existed immediately prior to commencement of the construction of the Project. 10. This Agreement shall become effective as of the date both parties hereto have executed the agreement and shall continue in full force and effect until the Project is completed, as evidenced by the Department's issuance of the Notice of Final Acceptance. Prior to commencement of construction, the Department may, in its sole discretion, terminate this Agreement if it determines that it is in the best interest of the public to do so. If the Department elects to terminate this Agreement, the Department shall deliver formal notice of termination to the City, as set forth in paragraph 20 of this Agreement. FM# 426113-1-52-01, NW 34tt Avenue Bridge Reconstruction over Comfort Canal Page 7 of 9 11. In the event that any election, referendum, approval, ratification, or permit, notice or other proceeding, or authorization is required to carry out the Project, the City agrees to expeditiously initiate and consummate, as provided by law, all actions necessary with respect to any such matters, with time being of the essence. 12. The Parties acknowledge and agree that the Project shall be constructed using federal funds and that all costs incurred must be in conformity with applicable federal and state laws, regulations, and policies and procedures. 13. The Department's performance and obligations under this Agreement are contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. Project costs utilizing fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. 14. In the event that this agreement is in excess of $25,000, and the agreement has a term for a period of more than one year, the provisions of Section §339.135(6)(a), Florida Statutes, are hereby incorporated into this agreement and are as follows:: The department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during any such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The department shall require a statement from the comptroller of the department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the department which are for an amount in excess of $25,000 and which have a term a for a period of more than 1 year. 15. The Department is a state agency, self -insured and subject to the provisions of Section 768.28, Florida Statutes. Nothing in this Agreement shall be deemed or otherwise interpreted as waiving the Department's sovereign immunity protections, or as increasing the limits of liability as set forth in Section 768.28, Florida Statutes. 16. A modification or waiver of any of the provisions of this Agreement shall be effective only if made in writing and executed with the same formality as this agreement. 17. This agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the FM# 426113-1-52-01, NW 34''' Avenue Bridge Reconstruction over Comfort Canal Page 8 of 9 remaining portions hereof. Venue for any and all actions arising out of or in any way related to the interpretation, validity, performance or breach of this Agreement shall lie exclusively in a state court of appropriate jurisdiction in Leon County, Florida. 18. No term or provision of this Agreement shall be interpreted for or against any party because that party's legal counsel drafted the provision. 19. In accordance with Executive Order No. 11-02 the Department's Vendor/Contractor(s) shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; i. all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and ii. all persons, including subcontractors, assigned by the Vendor/Contractor to perfonm work pursuant to the contract with the Department. 20. All notices required pursuant to the terms hereof, shall be in writing and shall be sent by first class United States Mail, facsimile transmission, hand delivery or express mail. Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. Unless otherwise notified in writing, notices shall be sent to the following: To the City: (insert City information) To the Department: Director of Transportation Operations State of Florida, Department of Transportation 1000 N.W. 111 `b Avenue Miami, Florida 33172 FM# 426113-1-52-01, NW 34th Avenue Bridge Reconstruction over Comfort Canal Page 9 of 9 21. The City, by and through Resolution No. , attached hereto as Exhibit has duly authorized the execution and delivery of this Agreement and agrees to be bound by the terms hereunder, and has further authorized the Mayor or his designee to take all necessary steps to effectuate the terms of this Agreement, including the authorization to accept the additional right of way acquired by the Department within the Project Limits, if any, from the Department. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the dates exhibited, by the signatures below. STATE OF FLORIDA CITY OF MIAMI DEPARTMENT OF TRANSPORTATION By: By: Name: Name: Title: Title: Date: Date: Attest: + By: Title: Clerk Approved as to form and legality: Department Legal Review: By: City Attorney B SURVEY NW 34 AVE r OF MOST RAN (S0') CLEARING AND FRu8B1NG I5D,i R!W LINE VARIES DT.1 SIT) 1 25' 25" Vfall 1 5 VARIES NAT0164I GROUND A/W LINE RECONSTRUCTION PROPOSED CONCRETE SIDEWALK - ///////////////////, PROPOSED CONCRETE SIDEWALK PROPOSLO ART)CULAT EL, f°AVL0S PINP^-',5 ) ARTTCGLAFED PAVERS TYPICAL SECTION NW 34 AVE STA. 31+92.00 TO STA. 32+46.50 STA. 32+86.50 TO STA. 33+41.00 NATURAL GROUND— TRAFFIC DATA PROPOSED CONCRETE 510E WALK <URRENT YEAR - 2014 AADT = 5200 ESTIMATED OPENING YEAR = '010 AADT = 5700 EST !WEEP DE S)GN YEAR - 2039 AADT - 1800 K - 9 '1. D - 0 5'H I - 900',. 12.1 HOUR) DESIGN HOUR 1 = 9)0)0, DESIGN SPEED - 30 MPH TYPF N STABILIZATION 16R 41.1 SURVEY NW 34 AVE LIF L UNST OPTIONAL BASE GROUP 6 WITH TYPE 5P St RUL.TURAL 00UR5E ORATE IC Bl1") MILLING R/W rs1T) 1 NILL EXISTING ASPHALT CLEARING AND GRUBBING 1i[TI VARIES ILY-1 547) 25' -yl 25' VARIES 5' 1 - 0022 (j42 PN0PR5E0 ARTICULATED PAVER EAIST SUBSTRUCTURE 140 REMAIN) y p+2 'GP (6'-8V O 02 0.0 007 . 11:11 1 11. R7JnT1-1 / nT/7nTJI J TYPICAL SECTION NW 34 AVE STA. 31+65.00 TO STA. 31+92.00 STA. 33+41.00 TO STA. 34+60.00 002 11YIY LINE r NATURAL GROUND "LIl/ PROPOSED CONCRETE siDEW4IK PROPOSED ARTICULATED PAVERS PAVE11t4L1 FOR DEP0H 1)') RESURFACING TYPE 5P 5(RUL (DARE C1N1R5E ((RAFE)C N1 (1"I RFV1510N5 OFSCRIFT10N Darr DE SCR)P7)0N CAR105 FRANCIS, PE., PTOE P.E LICENSE NUMBER 51364 CHOICE ENGINEERING CONSULTANTS, INC 17835 SW 132NA STREET. 50ITE 200 M1AAL FLORIDA 33186 CERTIFICATE OF AUTHORIZATION 00031116 .Y 7:4 T(:' TN, PU*JV.i L17CA.iFTT:NX.V1' ('1<1W.4.\:Y181xTAT7Y1x R0A0 N0. COUNT, FINANCIAL PROJECT ID NVV34AV MIAMI.DADE 476113-1-52-01 TYPICAL SECTXOAS SHEET NO. 5 8 OFF IC Ai RECORD OF BEGIN PROJECT BEGIN MILLING AND RESURFACING STA. 31+65.00 R/W LINE —\ EAST SW( 31 NW 34th AVE EATS! SWK SURVEY EXIST. PGL / J LA RIVE LINE LEGEND. If /I - DENOTES HARMONIZATION DENOTES PERMEABLE PAVERS DENOTES MILLING AND RESURFACING DENOTES CONCRETE 4" SIDEWALK DENOTES CONCRETE h' SIDEWALK DENOTES DETECTABLE WARNING UOICH E.X151 BEGIN 5' CONC SWK. BEGIN FENCE REPLACEMENT 5MA 31'92.00 END MILLING AND RESURFACING BEGIN RECONSTRUCTION BEGIN PGL SHIFT STA. 31+9200 d 50' (HT) BEGIN fONC. SWK. 00,1 CH 1 x15TINC. Si A 30, 18.59 BEGIN BRIDGE STA 32+16 5O LA R/W LINE END FENCE REPLACE ENT STA 32E2591 + RENOVE 35-Lf OF FENCE (085T S5' LF OF FENCE 6E618 - VERI ZEAL RAIL18L STA 32-2236 r1.160 17.00 nT BEGIN APPROACH SLAB STA. 32+26.50 SEE SHEET NO 7 / DETAIL Ao l7P 1 12,55 1963' ELT +19.A0 1 1935' IRE +2209 11.00 IRTI +2V, 10 1/317 IAT1 20 BEGIN 32' VON)ICAL RAILING CORS1. 5' 5158 / 51"A. 32F5064 01(51 FFN1t .L / 1AIE5 IrL: AA MAP. \LA R/W LINE SEE SHEET NU. 7 / DETAl3. 8 (TIP.1 G' 5661 END 3 -VERTICAL RAILING STA 32+0236 R' SW( BEGIN NA SHIE STA. 33.1100 +03 60 77.017 r71-,7 ENO APPROACH SLAB STA 33,11850 END BRIDGE STA. 32+86.50 R/W LINE U LL_ F- CC LL ' b 0 Feet ENCI 32' VFRTIL'AI. RA1111 STA 32,0063 0605VE6G' 1.F OF FENCE CON5T, 60' LF OF FENCE xcoNST. FENCE 6411 16' OPFNINGI RE14OVE 5.1' LF UT FENCE CONST 54' 1F OF FENCE L XIS! 81/5 SERVER 10 R6 RELOCATED 91 MIAM1-DADE TRANSIT CONS! 5' 514K 86 20.f10' lI II 2O OP' it T1 RFVI510N5 ()Al F bf SCMP! ION b4TF OFS7RIPT10N CARL05 FRANCIS. Pf., PTOE P.E LICENSE NUMBER 51364 CHOICE ENGINEERING CONSULTANTS. INC 12555 5W 132ND STREET. 5UITE 200 MIAM1, FLORIDA 33186 CERTIFICATE OF AUTHORIZATION 00031116 .55:1TP PM, FLPINIDA UFPANT:HL:.VT I'F-'f'RA.}'5'19l1TAT re I-\' ROAD N0. COUNTY 71NANCIAL PROJECT ID NW 34AV M/AM1-DADE 426113-1-52.01 RCS. -AD IT A Y PLANS SHEET NO. I0 11, 1W OFFICIAL RECORD of SNP CONE SWM MAPCH PR IST!NG ,S T1 33,90 .11 ♦A0.46 34,91' (L r R/W LINE o82,57 10.JF ILTI .16.01 2390 DTI ./I 96 19.91 ILr 10.0LT ft7 IANSr 5 5WN ,. O U M 11 H LUNE STA 35 00' 35 f10 END me 0'594 END PLL SHIFT l341' (LT1 BEGIN MILL/Ni; AND Af SURF AC:NO STA. 33>11 .at r OD /AT/ A E XCST . POL 75 (0 fi0.la 15 7.1 AT 1Y I CONS FENCE .A7e 11? OPENING) 23.92 r23 8 (81 END EUNL, SW: NArrH PRISTINE. 3Tt 3t1+5337 R)W LINE J FA15T ASPHA( 770 RI MAIN) 4 1.9.SD' IRT1 15.34' 11 86' LIMITS OF MILLINO AND RESURFACING MATCH EA15TiNG 111 F' fJ351A. 19167.BO w 3 z: M 2 LIMITS OF MILLING AND REISURFACING MATCH 'ESISTING _. STA. 3++31,5I rJ' 24 501 35 00' / 1 R/W LINE STA. 34 -10,07 r SURVEY NW 3,1t11 AVE= STA. 30+0000 I3 SURVEY NW 341(r 5T f SURVEY 1, 35 0U' 1 r R/W LINE 35 NW 34th AVE 0 5 20 Feet 1t.'59 LINE I 56' 52" VJ R/W LINE END MILLING AND RESURFACING END PROJECT STA. 34+60.00 LEGEND 1771 DENOTES HARMONIZATION 1 I DENOTES PERMEABLE PAVERS DENOTES MILLING AND RESURFACING 11111 DENOTES CONCRETE 4" SIDEWALK MI DENOTES CONCRETE 6" SIDEWALK SaSagt DENOTES DETECTABLE WARNING 1 REVISOR-5 OATF OF(CRIRTION CAR!05 FRANCIS. PF., PTOF PE, LICENSE NUMBER 513E4 CHOICE LNGINtt4ING CONSULIANIS, (NG, 11E155 SW 132N0 STREET. ANTE 100 WAN(_ FLORIDA 33166 LCRTIF(L ATE OF AUTHORIZATION 00031116 3 T.§7L: t5F 1.LWWO1 UFP,RT,11F: V"l' OFF TRANS /Yr87'A 57(5) ROAD NO COUNTY FINANCIAL PROJECT (0 NW34AV M(AMI.DADE 426113.S2-01 ROADWAY Y PLANS SHEET NO 11 G25.23 004. f A.0 a Gear ROadi aj 8orpn App. Slab Sta. 32r-26.50 T' rt 10 _ -So Temporary Pede61r 1dn S. r19r Begin Bridge FFBW End Bear 1 Sta 32+46.50 err-0' Approach Sl0o 7` 7ref,c RaOa•.q 132" Vertical Face) �! index No. -323 7TarrIC R4 Uoq (3Y ver31rr3r I ace) Index No. a2J 20'_B" App. Slab Regrn Rruiye End Bent 1 EL 3.56 2' Erp. 1. Exr;Irrry 1e be Nemnrr.r 1 N 1 ° 5 6' 52" W PLAN 40-0 • (Bridge Lengt el Ttafrrc Rarrhly (32- Y'cl tirdl fare) Index No 443' r r" 2" Exp. &fl?( Bridge FF84Y Furl Bent 5te. 32+06..50 11'4)349' RN-) YJrrgrvalt (7yp) App. Slab End Brldye Ertel Beal 2 EL. 4,03 i�itr 1 � 1F I I I 2 —, 1 Y WWI Bottom or Ft. 41.91i E PTV - C13 11110 1-2• AMT. .2 vet. Fl - • t� . - FE rsring Rrldge to he Removed — Proposed Cnanaet ELEVATION EL. -5'00 (. [ DP Bridge 17rrWren of Starlonirrgu._ RNI Fod Asp. Stab Sm. 17+06-511 10 it 10 40011 — PG!. ; Sursey LEGEND S[ruclures to be RemowL0 Bridge No. r.0Ii.0I 0Ic, Ni3 PT ISITMEIIAR TECT or TE.PUTIOTI BOLTON PEREZ $ ASSOCIATES 7205 CORPORATE CENTE.TI DRIVE. SUITE 201 WATT. 2LUR(U< 331I6 CERTIFICATE OF AMITORlZATION YEN 30A01.1I1r PEEZZ. P3. P.E 117005E NYXb7R 37333 I:rllrlrITE RV v,1 TT V,d OI.01LAI3A I>R>'-RTMENT (YP THAN%I41RTA•I'1,1N RJM J PEW. PEEELF10 PLAN ANO ELEVATION ,TIT ON. x6 J..P3, F•. Atfakir-NOE 420114.1.52.01 NW 34TH AVENUE BRIDGE REPLACEMENT OVER COMPORT CANAL [if 3 IS THE EFECTROR+C fffE Of THE OFF -IC -JAL RECORD R/Vr Terrrpor dry Pedestrian Bridge R/y/ 10-6" .78-4' four to out/ Ealstmg Or,dge to teC Reptacce Construction Joint 14' 6'' Lane 41u9,t"' 0.07 rf'Fr F-- E PGt / Survey Iy f i'-Q Lane t 51Dhe' 0. 02 Ft+rr' 12x57 Fro: rda Elan Beans !Haar D20451 6'-2P' Should 6"Cie Concrete _ Tophlny wren she enkage r eeltee athere311! O. 1-I 8 - l2x51 Florida Stan Beaors wltn 1%?" Max. Gal' PHASE 1 (Looking Ahead Station! 1. Place tempt al y pedesle ion bridge and support existing utilities. 2 Detour pedestrean traffic to temporary pedestrian bridge and detour vehicular tratfrc. 3. Demolish existing brrdge. 4. Construct portion or new bridge- 5. ©pen portion of newly constructed bridge to traffic. 48-6" foul to null 1'-r" edrlie! Trail c Rating Typ 32" Vertical Fare FACT Standard Mae., 423 wile Peeeslreare Recycle 8Wh'r Railing FDOP Slaiedanl !eclat 822.. (Tye.! 5edewalec Slope. 0.02 Ft/Ft 6,-0„ Shoulder 1r-0' lane 1 Slope 12.0? /I.ir Q PGt / $ Survey an t Srope: 0.02 FI/FI 24' _ 3' Slur'e_052 FUFf 4" Y HAY Garner B-0" Shoulder 6'CWP Concrete sopping with 11101 age edvewsi adin,xr etre. 1?N57 Florida Sloe Rearms Index D204.51 10 - 12a57 Hernia Slab Rear65 ware 1 ✓" Max. Gap 24 -3'/• RJW Sidewalk Slope 0.02 Ft/Fr PHASE 11 flouting Ahead Station) !. Relocate exrstrng ulrlrtres and pedestrians to east cede of new bridge. 2. Remove temporary pedestrian bridge. 3. Construct remaining portion of new bridge. 4. Place pavelnerrl riiarkrlrg and open entire new bridge to traffic. tfnrrrer W E1+1. 1oNa BOLTON PEREZ & ASSOCIATES 7799 CORPORATE (ENTER DRIVE, 50,0E 20f 404041. 'LOEEOA 331l6 CeateltCATF 1! AOTNOR1Z4TION 7994 JOA00t2 RE RE Z. Pi. PE LICENSE WAWA 37316 .4, H0.t PAR'1'ME NI nP TRAe:i 1 'i'x'6C1'lnp' CONSTRUCTION S€OUENCE N'A 3(AW DADE 116if3 152 03 NW 34TH AVENUE BRIDGE REPLACEMENT OVER COMFORT CANAL 81 6 IV 370U MOO Q3W35 WJk O3N915 A77M2191O 3713 7I' 5 TF OFFICIAL REtOAO Ft/1N �I 10-5" a Co csl ruction Jo+n! 48'-0" rap! to out} Barrier Trafflr Rating Type 32' Verreaa! Face FUOT 5l areard frees 423 with Pedestrian Bicycle Bullet Railing 2007 Siarldar5 Index 822. VTyp.) Bars 55 (Typ,) See FOOT lade: 423 5X Bars Alternate wirh ST Bm s Vtyp.l See Nero T Tea71 it Ratleap Type 32" Vertical Face FOOT Standard / Irides 4231777.) — EWES SS Ffyp.! See FOOT fades 423 Shoulder 6''CIP C01Ml Ste Toppi rg wll 11 5Tj Bars —� slope. U-02 Fi eFt Slope. 0.02 F7/Ft _ stir nikatre r arluiln iTYp) adnnslurc 4'-31Y 8-5501 tq Spa Sldewal6 Reinforcement — 5507 Bars ,w 12" al Sidewal4 5507 Bars 77 Sidewalk DETAIL I 12o57 Florida 51ao Beams frees 020451 75 - 12x57 Florida Slab Beams with 7/7 rdaw. Gap TYPICAL BRIDGE SECTION Looleng Ahead Station 572 Bars p5 6' STI Bars 9" 550E Bars t4 12- T7 srfewaft 24-3yr Sidewalk _ Slope. 0,02 Fr/Ft Barr i NOTES I. Barrier Reinrartinq Steel per lades 423 Lentlh 0n vertical lets at bars 5r and 51 Shall JECCure ref the sidewalk thtr7aps7 5k Bars Altai cote wRlt 57 Saes (Typ.) Sec Note 2" 0 Conduits (lines 21210! rr Yp.) 2. 6` Friuli curb Contour shall match Terse F Curb on the approaches Co the Bridge. Bars 4T4 & 4T5 1.2 DAM BOLTON PEREZ & ASSOCIATES �1U5 C7R➢IRATE CENTER DRIVE, SUIT( 20! Me4M1, rLUR!0A 33126 (t0I711C0TE Or 40TIIOR,ZPr,cN 1904 304QUIN ➢EREZ, PE PE LICENSE NUMNER 11336 )4 0.l xR uv, .NTA'rl: 4!!' YI.l IN111.k ULP.A071'MNNT 1* l)4n1'+PINi'!'01'Lir0 SUPERSTRUCTURE TYPICAL SECTION J.7 N 4 61144! none I2ril Ii I 4: /7 NW 34TH AVENUE BRIDGE REPLACEMENT OVER COMFORT CANAL &7 la QI GfTAIEY SIGAFD AND 5FAL 1S SHEET 15 7NE ~ o; �r NW 37th AV. o w ♦ ® a iQl3d NW 9tH ST. 'i131 (11b1 MN DETOUR t DETOUR DETOUR 'ICI , f` _18i �! NW 12th ST. NW 12th TER. I. -- IA NW 36th AV, NW 36th NW 36th AV. 10 CT. --`---i o l� ` a E SR 836 HWY EB -5`R 8.36 HWY WB E1101.30 NW 35th CT. j NW 15th st. DETOUR Le4enrl, MI iYP/L At E.3 Labe ldentlrecollon and Dmearon of Traffic True 111 Balncade i l ti c NW 35th AV. DE®. [• Nor lc Zone Srdn P. laola CnarigeanlE rear ray+El Message Spon rI.�_� �.:1.12] F���� c -`�. TEMP6NARY PEDE SIR1A.N LdR11)bf V V7V —. Si.,Na nr•RnVfEr DElour jtiNC3Pne Ir ansn! I ! L NW 34rr�v �o m ao . 1 i fwl Enol3a a�D 130. NW 34th AV. II r= -I T BRIDGE OJT MILES AHEAD DCAL TRAFFIC ONO / DETOUR , m m �� t pET DETOUR z � D 'r=' IF -I DI 7`DirR PHASE t REVISIONS CAN105 FRANLIS, PE, PTOE P.E LICENSE NUM8EP 4.13.64 CHOICE ENGINEERING C1NSUtIANIS, INC. 12855 SW 132N0 STREET. SUITE 200 M1ONTROL FLORIDAFLOAIOA 33166 CERTIFICATE OF AOTUOAIZATION 00031116 1YarE OF FLINthr 1 DEPARTMENT OP T'NANSPe INTATTr kv }� pp 4p`` p Ti�II"�ALlII Jl .!E TRAFFIC' PLANPLANAMI. SHEET NO. onrE oESCR1PrroN DATE DESCRIPTION ROAD OW CtlONTr FINANCIAL PROTECT !P 22 #W34Au MIAM1-0AOE 426113d-52AI RULE EMG15-23