Loading...
2Agenda Item No:2. City Commission Agenda Item Report Meeting Date: September 1, 2020 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to negotiate and to enter into an agreement with Unitec Inc. for a new pedestrian pathway and other project-related improvements at Fuchs Park. 3/5 (City Manager-Parks & Recreation Dept.) Suggested Action: Attachments: Memo-Fuchs Pedestrian Trail (QLP1).docx Resolution-Fuchs Pedestrian Trail.docx Res No 238-18-15271.pdf Unitec Inc. Proposal.pdf Final Construction Plans.pdf Final Retaining Wall Plans.pdf Bid Tabulation Sheet.pdf Unitec Inc. Reference.pdf Big Ron Tree Estimate.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor & Members of the City Commission FROM:Shari Kamali, City Manager Via: Quentin Pough, Director of Parks & Recreation DATE:September 1, 2020 SUBJECT:A Resolution authorizing the City Manager to negotiate and to enter into an agreement with Unitec Inc. for a new pedestrian pathway and other project-related improvements at Fuchs Park. BACKGROUND:The Mayor and City Commission have approved of Resolution No. 238- 18-15271 related to complete construction documents for a perimeter asphalt trail and various project-related improvements at Fuchs Park. Through the City’s consultant, Marlin Engineering, Inc., city staff has finalized construction plan documents, secured permits from both Miami-Dade County DERM and City of South Miami Building and Zoning Department, and solicited the subject project for construction. In summary, this capital improvement project entails the construction of a new, walking loop—curvaceous pedestrian pathway/trail (asphalt) along the perimeter of the pond at Fuchs Park, two (2) lookout spaces featuring a retaining wall and pedestrian and bicycle railing, one (1) polygon pre-fab shelter, ADA access improvements to existing restroom facilities and covered picnic shelter, removal of invasive species within project design site; removal and/or relocation of native tree species which are either in direct conflict with project design site, possess constructability concerns or mortality. The width of the pathway fluctuates between eight (8) and ten (10) feet and there are at total of sixty-one (61) trees to be addressed within the project area. The purpose of this project is to improve accessibility in our parks, to make our community more livable through active and beautiful parks, and to provide opportunities for physical activity, fitness and mental health. Furthermore, the City has completed a 10-year Parks Master Plan which supports the addition of a pedestrian pathway/trail along the perimeter of the pond. 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM PROCUREMENT:The City issued a Request for Proposal (“RFP”) #PR2020-16 on July 15, 2020 for “Construction of New Pedestrian Pathway at Fuchs Park.” Staff received ten (10) proposals illustrated in the following table. Bidder(s)Bid Price: Unitec Inc.$469,228.72  UAG Construction $512,656.21 Florida Engineering & Development Corp $572,617.11 Magnum Construction Management, LLC $601,941.81 Vercetti Enterprises $646,578.00 BC&E $669,234.62 C&I Construction & Design Inc.$698,108.25 Waypoint Contracting Inc.$739,440.82 AF USA Construction Corp $741,213.87 Pabon Engineering, Inc $882,192.02 Pursuant to review, it was determined that the lowest, most responsive and responsible bidder for this project is Unitec Inc. Staff consulted with the contractor’s reference at the City of Miramar and received positive feedback. In addition, the City of South Miami recently contracted Unitec Inc. for construction of bicycle lanes along SW 64th Street from SW 62nd Avenue to SW 57th Avenue. TREES:Staff has contacted Big Ron’s Tree Service, LLC (“Big Ron”) in regard to the removal of sixty-one (61) trees identified in the construction plans, Special Details Sheets, pages 17 through 20. For comparative purposes, Big Ron has provided a proposal estimate in the amount of $70,277.50 ($1,152/tree) whereas the recommended vendor, Unitec Inc., is charging the City $40,810 ($669/tree). Unitec, Inc. has listed Native Tree Service as a subcontractor. Native Tree Service is a registered and active vendor with the City and has performed quality work in the past. 3 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM VENDOR & EXPENSE:Unitec Inc. proposal/contract amount shall not exceed $469,228.72, including any contingency funds for unknown variables or issues that may arise during the project. Note:As part of the design phase and prior to solicitation, Marlin Engineering Inc. provided staff with a probable construction estimate of approximately $470,070.25 FUND & ACCOUNT:A portion of the expenditure in the amount of $130,000 shall be charged to Fiscal Year 2019-2020 Parks & Recreation Capital Improvement, account number 301-2000-572-6450, which has a balance of $136,646 before this request was made. The remaining portion of the expenditure in the amount of $339,228.72 shall be charged to Fiscal Year 2020-2021 Parks & Recreation Capital Improvement, account number 301-2000-572-6450. ATTACHMENTS:Resolution Resolution No. 238-18-15271 Proposal – Unitec Inc. Final Construction Plans Final Retaining Wall Plans Bid Tabulation Sheet Reference Tree Removal Proposal from Big Ron’s Tree Services, LLC 4 1 RESOLUTION NO.: _________________________1 2 A Resolution authorizing the City Manager to negotiate and to enter into an 3 agreement with Unitec Inc. for a new pedestrian pathway and other project-related 4 improvements at Fuchs Park. 5 6 WHEREAS, the Mayor and City Commission have approved of Resolution No. 238-18-7 15271 related to the complete construction design documents for a perimeter asphalt trail and 8 other project-related improvements at Fuchs Park; and9 10 WHEREAS, through the City’s consultant, Marlin Engineering, Inc., city staff has 11 finalized construction documents, secured permits from both Miami-Dade County DERM and 12 City of South Miami Building and Zoning Department, and solicited the subject project for 13 construction; and14 15 WHEREAS, in summary, this capital improvement project entails the construction of a 16 new curvaceous pedestrian pathway/trail (asphalt)along the perimeter of the pond at Fuchs 17 Park, two (2) lookout spaces featuring a retaining wall and pedestrian and bicycle railing, one 18 (1) polygon pre-fab shelter 8’X9’, ADA access improvements to existing restroom facilities and 19 covered picnic shelter, removal of invasive species within project design site, removal and/or 20 relocation of native trees which are either in direct conflict with project design site, possess 21 constructability concerns or mortality; and22 23 WHEREAS, the City issued a Request for Proposal (“RFP”) #PR2020-16 on July 15, 2020 24 for “Construction of New Pedestrian Pathway at Fuchs Park.” Staff received ten (10) proposals 25 illustrated in the following table; and26 27 Bidder(s)Bid Price: Unitec Inc.$469,228.72  UAG Construction $512,656.21 Florida Engineering & Development Corp $572,617.11 Magnum Construction Management, LLC $601,941.81 Vercetti Enterprises $646,578.00 BC&E $669,234.62 C&I Construction & Design Inc.$698,108.25 Waypoint Contracting Inc. $739,440.82 AF USA Construction Corp $741,213.87 Pabon Engineering, Inc $882,192.02 28 WHEREAS, pursuant to review, it was determined that the lowest, most responsive and 29 responsible bidder for this project is Unitec Inc. Staff consulted with the contractor’s reference 30 5 2 at the City of Miramar and received positive feedback. In addition, the City of South Miami 31 recently contracted Unitec Inc. for construction of bicycle lanes along SW 64th Street from SW 32 62nd Avenue to SW 57th Avenue; and33 34 WHEREAS, the proposal/contract amount shall not exceed $469,228.72, including 35 contingency funds for any unknown variables or issues that may arise during the project.36 37 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE 38 CITY OF SOUTH MIAMI, FLORIDA:39 Section 1.The foregoing recitals are hereby ratified and confirmed as being true and 40 they are incorporated into this resolution by reference as if set forth in full herein. 41 Section 2. The City Manager is authorized to negotiate and to enter into an agreement 42 with Unitec, Inc. in the amount of $469,228.72 for a new pedestrian pathway and other park-43 related improvements at Fuchs Park. The total expenditure shall be split between fiscal budget 44 years 2019-2020 and 2020-2021 and charged to Parks & Recreation Capital Improvement, 45 account number 301-2000-572-6450, which has a balance of $136,646 before this request was 46 made.47 48 Section 3. Corrections.Conforming language or technical scrivener-type corrections 49 may be made by the City Attorney for any conforming amendments to be incorporated into the 50 final resolution for signature.51 52 Section 4. Severability. If any section clause, sentence, or phrase of this resolution is 53 for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding 54 shall not affect the validity of the remaining portions of this resolution.55 Section 5. Effective Date. This resolution shall become effective immediately upon 56 adoption by vote of the City Commission.57 PASSED AND ADOPTED this ____ day of _____________, 2020.58 59 ATTEST:APPROVED:60 ________________________________________________61 CITY CLERK MAYOR62 63 READ AND APPROVED AS TO FORM:COMMISSION VOTE:64 LANGUAGE, LEGALITY AND Mayor Philips:65 EXECUTION THEREOF Vice Mayor Welsh: 66 Commissioner Harris:67 Commissioner Liebman:68 ________________________Commissioner Gil:69 CITY ATTORNEY 70 6 RESOLUTION NO.: 238-18-15271 A Resolution authorizing the City Manager to negotiate and enter into a contract with Marlin Engineering, Inc. to complete construction documents for a perimeter asphalt trail at Fuchs Park. WHEREAS, pursuant to the Professional Services Agreement provided by the City for professional general engineering and architectural services, City staff desires to engage Marlin Engineering, Inc. to provide construction documents for a perimeter asphalt trail around the existing lake at Fuchs Park; and WHEREAS, all improvements within this project shall be in accordance with the American with Disabilities Act (ADA) including providing access to the existing pavilion, restroom facilities, and lakeside benches; and WHEREAS, the next firm in the Cit/s professional services rotation list, Marlin Engineering, Inc., has submitted a proposal which includes but is not limited to pre-design services, geotechnical and survey services, project management and permit coordination with Miami-Dade County Department of Regulatory and Economic Resources (DRER), specification and bid package preparation, final signed and sealed construction documents, anticipated/preliminary construction costs, as well as post assistance with pre-bid conference(s) and construction administration services; and WHEREAS, this engagement will help bring the City's park system one step closer to making our community more livable and accessible for everyone, as well as provide opportunities for physical activity to improve fitness and mental health; and WHEREAS, the total expenditure shall not exceed $71,085. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is authorized to negotiate and enter into a contract with Marlin Engineering, Inc. to complete construction documents for a perimeter asphalt trail at Fuchs Park for an amount not to exceed $71,085. The total expenditure shall be charged to account number 301- 2000-572-6450, which has a balance of $1,321,642 before this request was made. Section 2: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 3: This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 13^*^ day of December. 2018. Page 1 of 2 7 Resolution No. 238-18-15271 ATTEST:APPROVED: CITY CLER READ AND LANGUA TH ION MAYOR COMMISSION VOTE: 5-0 Mayor Stoddard: Vice Mayor Harris: Yea Commissioner Gil: Yea Commissioner Liebmanyea Commissioner Welsh: Yea Page 2 of 2 8 Agenda Item No:Ba. CHy Commission Agenda Item Report Meeting Date: December 13, 2018 Submitted by: Quentin Rough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to negotiate and enter into a contract with Marlin Engineering, Inc. to complete construction documents for a perimeter asphalt trail at Fuchs Park. 3/5 (City Manager-Parks & Recreation) Suggested Action: Attachments: Memo-Fuchs Trail.docx Resolution-Fuchs_Trail engineering drawings.docx Consultant Project Proposal-Fuchs Park 120618.pdf Marlin Professional Service Agreement.pdf 9 South'* Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To; From: Via: Date: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Quentin Rough, Director of Parks & Recreation December 13, 2018 Agenda Item No. Subject: Background: Expense: Account: Attachments: A Resolution authorizing the City Manager to instruct and pay Marlin Engineering, Inc. to complete construction documents for a perimeter asphalt trail at Fuchs Park. Pursuant to the Professional Services Agreement provided by the city for professional general engineering and architectural services, city staff desires to engage Marlin Engineering, Inc. to provide construction documents for a perimeter asphalt trail around the existing lake at Fuchs Park. All improvements within this project shall be in accordance with the American with Disabilities Act (ADA) including providing access to the existing pavilion, restroom facilities, and lakeside benches. As the next firm listed in the City's rotation, Marlin Engineering, Inc. has submitted a proposal which includes but is not limited to pre-design services, geotechnical and survey services, project management and permit coordination with Miami-Dade County Department of Regulatory and Economic Resources (DRER), specs and bid package preparation, final signed and sealed construction documents, anticipated/preliminary construction costs, as well as post assistance with pre-bid conference(s) and construction administration services. Excluding post design services, the anticipated length of service is approximately twenty-four (24) weeks commencing after the notice to proceed. This engagement will help bring the city's park system one step closer to making our community more livable and accessible for everyone, as well as provide opportunities for physical activity to improve fitness and mental health. Amount not to exceed $71,085. The total expenditure shall be charged to account number 301-2000-572- 6450, which has a balance of $1,321,642 before this request was made. Resolution Proposal - Marlin Engineering, Inc. Marlin Engineering, Inc. Professional Service Agreement 10 ARLIN December 6, 2018 Quentin Rough, CPRP, CPSI Director, Parks & Recreation Department City of South Miami Re: Architectural/Engineering Services - Fuchs Park Perimeter Trail Dear Mr. Rough: Merlin Engineering, Inc. proposes to provide the services identified below pursuant to the Professional Services Agreement provided by the City of South Miami ("City") for Professional General Engineering and Architectural Services, dated March 31st, 2017. I. General The project will consist of providing contract documents to construct a new perimeter asphalt trail (minimum 8') around the existing lake at Fuchs Park, located at 6445 SW 81 Street. All improvements within this project shall be in accordance with the American with Disabilities Act (ADA) including providing access to the existing pavilion areas, restroom facilities and lakeside benches. The scope of work outlines the effort required for the production of the construction documents which will be in accordance with City of South Miami Parks and Recreation Guidelines and Miami Dade County DRER Standards and Specifications. II. Scope of Work Task 1 - Pre-Design Services, Geotechnical and Survey Services a) Soil Borings including an Engineer's Report/Recommendations for a proposed multi-use asphalt trail. The Engineer's Report/Recommendation shall be reviewed and approved by the City. 1. Field Investigation 2. Engineering, Technical Services and Report Preparation 3. Signed and Sealed Report to be provided to the City of South Miami. b) Boundary and Topographic Survey (see attached scope of services for additional details) 11 Page 2 of 5 Deliverables provided under Task 1: • Signed and sealed Geotechnical Report. • Signed and sealed Topographic and Boundary Survey Task 2 - 60% Plans b) Project General Tasks - Project Management and coordination with the City of South Miami and permitting agencies. Includes all project management meetings with affected stakeholders. c) Prepare a complete contract set of plans including 1. Key Sheet 2. Tabulation of Quantities 3. General Notes 4. Baseline Layout Plan 5. Geometry and Signage Plan (Up to a maximum of 2 concepts for horizontal geometry). 6. Grading Plans and Details 7. Structural Analysis and Design 8. Erosion Control Notes 9. Erosion Control Details d) Structural Design and Production of Plans - Including structural design, development of vertical wall geometry, general notes, wall plan and elevations (control drawings), sections and details, reinforcing bar list. e) Permitting - Coordination with DRER and the City of South Miami. Provide responses to comments generated from each submittal and attendance to meetings with the agencies. f) Construction Cost Estimate - Prepare a construction cost estimate to be included in 60% and 100% percent submittal documents. g) Quality Control and Peer Review - Perform quality control and peer review of contract documents. If requested by the City of South Miami, a copy of the marked up set of plans and/or specifications will be provided showing the consultant's QC review on each scheduled deliverable. The submittals shall include the name of the consultant staff that performed the QC review for each component. h) Specification and Bid Package Preparation - Prepare specifications and bid documents as required by the City of South Miami. Deliverables under Task 2: • 60% construction documents. • Construction cost estimate. Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com 12 Page 3 of 5 Task 3 - 100% Plans • Incorporate the review comments from 60% plans submission in the 100% plans. • Submit the 100% plans for City review. Once all comments are addressed, or if no comments or corrections are necessary, then submit the final signed and sealed construction documents and specifications to the City. Deliverables under Task 3: • 100% construction documents. • Final signed and sealed construction documents. • Updated construction cost estimate. Task 4 - Post Design Services • Attend pre-construction meeting. Assume four (4) hours for attendance at the pre- construction meeting. (4 hours) • Provide written responses and/or revisions to all requests for information (RFIs). Assist with the review and technical evaluation of Contractor's request for change orders, and claims, and provide recommendations and cost evaluations to the City. Assume four (4) hours for responses to one (1) request for information (RFI's) per month. (48 hours - 12 month construction duration). • Review shop drawings, product data, and other submittals to determine compliance with the plans and specifications. Assume two (2) hours to review two (2) sets of shop drawings. (4 hours) Task 5 - Construction Administration Services Construction Administration Activities include: • Monitor Contractor Implementation and compliance with the plans. • Provide a weekly status report • Attend progress meetings as necessary (Assume 2 visits/week x 4 hrs = 8 hrs/week x 16 weeks =128 hours) ill. Subconsultants The below listed subconsultants will assist in the performance of the Work. Subconsultant Name Specialty or Expertise American Testing Materials Engineering Geotechnical Engineering Deliverable: Signed and Sealed Geotechnical Report. ^ Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com 13 Page 4 of 5 IV. Schedule of Work - Time of Performance The anticipated length of service for Tasks 1-3 shall be twenty four (24) weeks commencing after the Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the table below. Task 4 schedule shall be determined based on the bid dates and construction award period. SCHEDULE OF DELIVERABLES ' n Task pr n ID# i Taski Sub'^sl^ Ac^ly^puration Delivery pate 1 Pre-Design Services, and Testing 4 weeks +4 2 60% Plans 4 weeks +8 Review by the City 2 weeks +10 3 100% Plans and Permits 4 weeks +14 Review by the City 2 weeks +16 4 Post Design Services TBD TBD Deliverables: At the completion of each task, Marlin will provide to the City all files associated with each deliverable to include drawings files in DWG and PDF formats. V. Compensation Consultant shall perform the work detailed in this Proposal for a Total fee of $71,085.00 and 00 cents. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved in a supplemental work order. SUMMARY OF COMPENSATION faskor ; Activity ; Task Name and/br Activity Description Fee Amount fae Basis 1 Data Collection/Survey/Geotechnical $24,620.00 Lump Sum/Not to Exceed 2 60% Plans and 100% Plans $29,420.00 Lump Sum 3.4 Post Design Services $5,525.00 Not to Exceed 5 Construction Administration Services $11,520.00 Not to Exceed Total $71,085.00 VI. Exclusions from Basic Services The following sen/ices are excluded from this scope of services: a) Environmental studies and permitting Miami • Fort Lauderdaie • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com 14 Page 5 of 5 IX. Project Manager Consultant's Project Manager for this Project will be Mr. Jose Santiago, P.E. ,^os Maflln Engineerin Submitted by: Reviewed and approval in concept recommended by: Department Director Procurement Manager City Manager Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marljnengineering.com 15 ^ARLIN October 5th, 2018 Quentin Rough, CPRP, CPSI Director, Parks & Recreation Department City of South Miami 5800 SW 66 Street South Miami, Florida 33143 Office: 305-668-3867 Re: FUCHS PARK 6445 SW 81 Street South Miami, FL BOUNDARY AND TOPOGRAPHIC SURVEY PROPOSED SCOPE OF SERVICES: As per your request, Marlin Engineering Inc. will provide the following Surveying Services, linked to the above captioned project: Survey Services: • Set Vertical and Horizontal Control o Vertical Control in National Geodetic Vertical Datum (N.G.V.D.) of 1929. o Horizontal Control will be established in State Plane Coordinates by Static Methods Florida East Zone. NAD83 (1999). • Boundary and Topographic Survey shall include the following: o Digital Terrain Model (D.T.M.) and Spot Elevations Every 25 feet within the property' limits. o Drainage As-Built within the Property Boundary, o Location of trees. (Identification of trees will be provided by others) o Extend Topo within the R/W to the Edge of Pavement (Adjacent to the Park), along the following streets: n S.W. SO"' Street n S.W. BP'Street n S.W. bS'*" Avenue o Provide Baseline Control and Topo along S.W. 64"' Avenue from R/W to R/W. • Locate Underground Utilities. • Tree Identification. • Hydrographic Survey of Pond/Lake. SPECIFICATIONS: All field data with the exception of electronic data will be recorded in field books. Additions or modifications to the scope, as well as resulting CAD and Project Management time, will be invoiced per hourlv fees listed below. 10 1700 NW 66''^ Ave, Suite 106 | Plantation. Florida 33313 | T: 305.477.7575 | F: 954.800.6045 Isurvey^niariinengineering.com 16 ^ARLIN QUALIFICATIONS: All Procedures in connection with this project will be performed in strict accordance with the with the most current "Standards of Practice" set forth by the Florida Board of Professional Surveyors £ind Mappers in Chapter 5J-17, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. This estimate is based on information provided by City of South Miami. This estimate is a Lump Sum Amount price payment. ESTIMATED FEE: Our estimated fee to perform the services as requested by the City of South Miami shall be a Lump Sum Amount of $21,120.00. As always, Marlin Engineering Inc. is prepared to commence upon receipt of your written Task Work Order. Field: 3 Man Survey Crew $1000.00/day Estimated 16 days $ 16,000.00 Office: Sr. Project Manager CADD Technician Survey Technician $150.00/hr. $65.00/hr. $60.00/hr. Estimated 8 hours Estimated 16 hours Estimated 48 hours $ 1,200.00 $ 1,040.00 $ 2.880.00 Total:$21,120.00 ACCEPTANCE: The return of an executed copy of this proposal constitutes authorization to proceed. Marlin Engineering Inc. appreciates the opportunity to submit this proposal and we look forward to being of service. If you have any questions with respect to this proposal, do not hesitate to contact us. On behalf of MARLIN ENGINEERING Inc, I thank you again, for the opportunity to work with you on this important project. APPROVED BY: The above agreement is hereby acknowledged and Marlin Engineering. Inc. is authorized to proceed with the above requested services. DATE: CLIENT 10/5/2018 DATE: MARLIN ENGINEER! Sincerely. Marlin Engineering, Inc. Omar S. Carcamo Survey Manager 11 1700 NW 66'" Ave, Suite 106 | Plantation. Florida 33313 j 1:305.477.7575 | F: 954.800.6045 |survey®marlinengineering.com 17 American Testing Materials Engineering, LLC. dba ATM Eng. # $ ! "$J 1950 West 84th Street Hialeah, FL - 33014 Phone: 305-646-1888 : 954-587-2479 Fax#: 305-646-1887 C Ordered by Martin Engineering Jose Santiago 1700 NW 66th Avenue, Suite 106 Plantation, FL 33313 X Bill To Martin Engineering Jose Santiago 1700 NW 66th Avenue, Suite 106 Plantation, FL 33313 Date Project 9/18/2018 SW 80th St., Between 64Ave. & 65 Ave. Mia Estimate # 1122 >- Qty Item Description > Boring Boring Eng. Letter -A. 10 Soil Borings 15" Deep @ $10.00 L.Ft. 10 Soil Borings 15" Deep @ $10.00 L.Ft. Engineer's Report/Recommendations for Proposed Bike Path NOTE: 50% RETAINER IS REQUIRED TO SCHEDULE THE JOB. 3 Rate A. 150.00 150.00 500.00 Total Total 1,500.00 1,500.00 500.00 $3,500.00 < AUTHORIZATION ^ I, the undersigned hereby authorize ATM Engineering, LLC. to perform the work as per the description stated above for the company named under "Bill To". Being authorized signatory, I acknowledge that the company named under "Ordered By" will be ultimately responsible for paying all the invoices resulting from this Estimate Form. I also acknowledge that I have been authorized by such company to make this claim and the information on this form is correct to the best of my knowledge. Any changes or additions to the work specified in this proposal need to be authorized separately. Signature j PI-18 CITY OF SOUTH MIAMIC'onsullunI Kcv Proptnul VVorkihci'lCOProject: Fuchs ParkProject No.:Description:Consultant Name: Martin Engineenng. Inc.Contract No.:Date: 12/6/2018Wortt Order No:STAFF CLASSIFICATIONJob CiasslflcationAssigned StaffApproved RateSr. Project MngrRafael LagosRate: $150.00Senior EngineerRox MatamorosRate: $125.00Eng/Sr. Const InspL. Durvusala/G. SanchRate: $90.00Engineer InternEllas DiazRate: $75.00Senior DraftmanJohn BlankenshipRate: $75.00Sr. Struc ProJ MngrJulie VersRate: $150.00Senior EngineerBarbara Russell KingRate: $ 125.00Staff HoursBySalaryCost ByAverageRate PerTaskManhoursCost/TaskManhoursCost/ TaskManhoursCost/TaskManhoursCost/ TaskManhoursCost/TaskManhoursCost/ TaskManhoursCost/ TaskTaskTaskTask12 Project General Task33450333751531.35033225332252732.625397 2234 Key Sheet/General Notes1315043500938101431.4603104 295i6 Baseline Layout Plan13150435001731.53043300433003032.780392 6779 Geometry and Signage Analysis/Plans13150435001731.53043300433003032.780392 671011 Grading Plans and Details13150435001731.530433004330030$2,780392 671213 Erosion Control Notes131256354073665395 001415 Erosion Control Details131256354073665395.001617 Stnjctural Analysis/Design4433.300831.2004035.0009239.5003103.2618119 Permuting33450333751631.44033225332252832.7153% 962021 Tabulation of Quantities233002325043360839103113.7522123 Construction Cost Estimate233002325043360839103113.7524 Specifications and Bid Documents131501312563540838153101 8825 Quality Control and Peer Review131501312563540838153101.8826 Post Design Services537501031.2503032.70063450533755635.525398.6627 Construction Administration128311.520128311.520390.00Total Staff Hours21402816823840481Total Staff Cost33.150.0035.000.00325,290.0035.100.0031.725.0031.200.0035.000.00346,465.00396.601Total % of Work by PositionNote: Fee for ttie Princtpal(s) of the firm are not to4.4% 8.3% 58.4% 14.1%be included above as the multiplier is not applicable to their hours. The fee is to be4.8%shown below and entered as a separaEstimate of Prindoal's FeeTotal hours / hour = SNotes:1. Ttiis sheet Is to be used by Rome Consultant to calculate the Grand Total Fee and one is to be used for each Subconsullant2. Manually enter fee from each subconsullant. Unused subconsultant rows may be hidden3. Where applicable the basis for work activity descriptions shall be the FICE/FDOT Standard Scopeand Staff Hour Estimation Handbook.4. Enter the multiplier value in ttie field after the word "multiplier" Maximum of 2 deamai points..7% 8.3%1 - SUBTOTAL ESTIMATED FEE: multiplier 1.00additional Services (AllrSubconsultant: Martin Engineering SurveySul>consultant: ATM GeotechnicalSubconsultant:Pnncipal's Fee Ramon Soria2 • SUBTOTAL ESTIMATED FEE:Geotechnical Field/Lab Testing:Survey Fee (or Survey Crew Fee):Other Misc. Fee; Enter Fee Description3 - SUBTOTAL ESTIMATED FEE:Additional Services (Allowance)Reimbursables (Allowance)GRAND TOTAL ESTIMATED FEE:$46,465.00321.120.0033.500.00$71.085.00$71,085.00$71,085.0019 "PrafiiBsskmall @snaraS Engtneoirlng sstd Arahltoc^anral Sorvleos" gFQmme^22 THIS AGREEMB^JT made amfi entered Into this M^^dayof . 20V^ by and between the City of South Mland, a munlci|») corporatton Otnr^naHtar referred to as Owner or QTY) b}f and through to City Manager (herelnato retorred to as CITY or City Mamiger) a^ WKRUta. who Is authorised to do business In the State of Rorida, {horelnafKr referred to as the "CONSULTANT). In consid^ation of the premises and the nuitual covenants contained In this AGREEMENT, the parties agree to the following temis and conditions: 1.0 General Provfaloni 1.1 A Notice to Proceed wlH be Issued by the City Maioger, or his <M8nee,followtBis the signing of this AGREEMENT. This AGRE&IB^ do^ not confier on the CONSULTANT any ejcduslve rights to perform work on behalf of the Owner other than the woric described In one or more Notice to Proceed (hereinafter reforred to as the "WORK"), nor does it obligate dte Own«- in any manner to guarantee work for the CONSULTANT. 1.2 The QTY agrees that it will fiimisb to the CONSULTANT available data and documents In the QTY possession pertaining to the WORK to be perfbnmed under this AGR^IENT promptly after the Issuance of the Notice to Proceed and upon written request of the CONSULTANT. 2.0 Scone of ServfCCT. The CONSULTANT shafl perform the Vtfork as set forth In the Scope 3.0 DmaiMLSgiigiteigii 3.1 The services to be rendered by the CONSULTANT for any WORK shall be commenced upon rmdpt of a written Notice to n-oceed from the CITY subseipimt to the enecution of this AGREEMBvIT and shall be completed within the ihiie see forth in the Notice to Proceed or other document signed by the Ocf Manager, or designee. 3.2 A reasonable entension of time will be granted In the event there is a delay on the part of the CITY In fuffilling to part of the AGREEMBsTT, change of scope of worit or shotdd any other events beyond the control of ^e CONSULTANT render p^formance of his duties impcesible. 4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be determined by one of the foHowIng methods or a combination thereof, as mutually a^^ed upon by the CITY and the CONSULTANT. 4.1 A fixed sum: The fiee for a task or a scope of work may be a fixed sum as mutually agreed upon the CITY and the CONSULTANT and if such an agreement Is reached, it shall be in wiitingi signed by the CONSULTANT and the Qqr Manager and attached hereto as ATTACMiHSNT A* 4JL Hourfy rate fee: If th«« is no fbced sum or if additional work is requested without an agreement as to a fixed sum, the QTY agrees to pay, and the CONSULTANT agrees to accept, for the services ren^tered pursiant to this AGRSMENT, fees bi accordance with the hourly rates that shall include all Page SI of as Themaa P.Pepe IUIX20I6 14 135 20 wag!e8, benefits, overhead and profit and that shall be In writing, signed by the COh^LTANT and the Oxf htenager and attached hereto as S.Q Paygnent and Partial Raymgnts. The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during tlie prevhMis calendar month as set forth In the schedule of payment as set forth in ^TTACHMSMT A or. If no schedule of payment echlbit is attached to this AGR^104T then payment will be made 30 days followins the receipt of CONSULTANTS inv^ce as the work progresses but only for the work actuaOy performed and approved in virritlng 1^ the Chy Manager. 6.0 Right of Decisions. All services shall be performed by the CONSULTANT to the satl^iction of the CfTTs r^pres«itative, who shall dedde all questions, dHBcultles and disputes of whatever nature which nay arise under or by reason of this AGREEMENT, the prosecution and fulfillment of the services, and the character, quality, amoimt and valtie. The representative's decisions iqmn all dalms, questions, and disputes shall be ftraL conclusive and bbidlng qpon the parties unless such determinatfon is clearly arbitrary or umneasonabie. In the event tiat the CONSULTANT does not concur in the jut^imatt of the representative as to any decisions made by him, CONSULTANT shall present hb written oS^ecdons to the Qty Manager and shall abide the decision of the 7.0 Ownership of Documents. Ail reports and reproducible plans, and other data fteveh^red by the CONSULTANT for the purpose of this AGREEMENT shafl become the property of the CITY vidthout restriction or limitation. 8.0 Audit RJfhts. The CITY reserves the to audit the records of the CONSULTANT rebted to this AGREEMBSIT at any time during the execution of the WORK and for a period of one-year after final pa^^ent is node. This provision is applicable only to profects that are on a time and cost basis. 9.0 Truth.ln Negotiations! If the contract amount exceeds the tSueshoId amount provided in 3.287.017 for category four, the CONSULTANT shafl execute a tnith-ln-negotiation certificate stating ttot wa^ge rates and other factual unit costs supporting the compensation are accurate, complete^ and current at the time of contract^ In such event; the origfna! contract price and any additions thereto shaO be adjusted to exdude any s^pHicant sums by wttich the Qty determines the contract price was Increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. Afl such contract acQustments must be made wldiin one year following the end of the contract 10.0 Subletting. The CONSULTANT shall not assign or transfer Its rights under this AGRSMENT without the express written consent of the CITY. The CITY will not unreasonably withhold and/or delay its consent to the assigmnent of the CONSULTANTS rights. The QTY may. in Its sole <racretton, allow the CONSULTANT to assign its duties, obligations and responsibilities provided the as^gnee meets all of tiie CITTs requirements to the CITTs sole satisfaction. The CCS^iSULTANT shall not subcontract this AGREEMENT or any of the services to be provided by it without prior written consent of the CITY. Any assi^ment or subcontracting in violation hereof shall be void and unenforceable i 1.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is considered a violation of f^eral Law. if the CONSULTANT knowingiy emplo)« unauthorized aliens, such violation shall be cause for unilateral cancellation of this AGRSMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as w^. The CITY reserves the li^t at Its discretion, but does not assume the obfigation, Riga 53 of d6 Thomas F. Fepe ie/13/2016 15 136 21 to require proof of valid citizenship or. In the alternative, proof of a valid graen card for each person employed in the performance of work or providing the goods and/or services for or 6n behalf of the CITY incfudfng persons employed by any independent contractor. By imterving this right; the CITY does not assume any obligaticn or responsibility to enforce or ensure compliance with the apjdlcable laws and/or regulasioiis. 12.0 Warranty. The CONSULTANT warrants that it has not employed or retained any cofiqnmy or person, other thiui a bona fide enqdoyee woridng solely for the CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to pay any company or person other than a bona fkfo employee working solely for the CONSULTA^ any comnMon, percental fiee, gto or any other considerations contingent upon or resulting from the award or making of this contract For bretKh or violation of this warranqf, die CITY shali have the rf^ to annul this contract wWiotit flablftqr. IS.OTeiinhiatten. It is escpressljy understood and agreed that the CITY terndnate this ^^REEfiMENT for ary reason or no reason and without penalty by ddier decflnlng to IssueNotlce to Proceed authorizing WORK, or, if a Notice to Proceed is Issued. c3ty may termliate this AGREI^IENT written notice to CONSULTANT, and in eltho* event the CITY'S sole oblation to the CONSULTANT shall be p^ment for the vrork prevfoialy authorised and perfomned hi accordance with the provisions of dih AGR^^ENT. ^ymefit shall be determined on the fosis of the work gmformed by the COhSULTANT up to the time of termination. Upon termination, Ae CITY shall be entitled to a refund of any monies paid for any poM of tiine for which no woric was performed. 14.0 Term. This AGR^iENT shall remain in force until the end of the term, which Includes afl authorized renewals, or unless otherwise tenninated by the CITY. The term of this tqp<eeitient Is three (3) years from the Issuance of the Nottce to Proceed and one two- year optlon-to renew. The opdon to renew is at the discretion of the The QTY may terminate the contract without caise foflowlng 30 dtys advanced not^ to the CONSULTANT. However, in no event shaB the term emeed five (5) years following the Issuance of the Notice to Rroceed. IS.O Default In the event either party falls to com|By with the provisions of this AGRffiiENT, the aggrieved pahy may decfare the other party in default and notify the defaulting party In writing. If CITY is bi default, the CONSULTANT will only be compensated for any completed professional services and CONSULTANT shall not be entitled to any consequential or dday cfaiiu^ges. In the event that partial payment has been muide for such profiessional services not completed, the CONSULTANT shaQ rmm such sums to the CITY within ten (10) days after notice that said sums are due. In the event of any litigation between the parties arising out of or relating in any way to this AGREEMENT or a breach thereof, each party Ml bear its own costs and legM foes. 16.0 Insurance and Indannfflgarion. The CONSULTANT agrees to com^ with OlTs Insurance and Indonnlfication requirements that are sec forth In ATTAGS4MSNT S to this AGREEMENT. 17.0 Ayemnent Not Exclusive. Nothing in this AGRI^ENT shall prevent the CITY fran employing other CONSULTANTS to perform the same or slmii^ service 18.0 Codes. Ordinances and laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, county, state and federal codes, ordirances; rules, r^uiations and laws which have a direct bearing on the WORK I Involved on this prefect The CONSULTANT is required to complete and sign all affidavits, indudtng l^tic Entity Crimes Affidavit form (attached) pursuant to PS I 287.133(3) (a), as required by the CnTs solicitation, if any, applicable to this * PigeS3of6a 1 Themss r. Pepa KVII/iOIS 16 137 22 AGRSMENT. 19.0 TaateaL CONSULTANT shafl be resftomlble for payment of all federal, state, and/or local taxes related to the Work, Indu^ of sales tax If appUcaUe. 20.0 Drtff finae Workptacft. CONSULTANT shall comply wHA CTTTs Drug Free Workplace policy which is R»de a part of Als AGREEMS^ by reference. Indene21.0 Independent Contractor. CONSULTANT Is an Independent entity cmder this AGRBEMENT and nothing contained herein shall be construed to create a partnerships Joint ventures or agency relationship b^ween the parties. 22.0 Duties and ResponsfellMes. CONSULTANT agrees to provide its services during the tmn ef this AGREEMENT In accordance with ^ applicable laws, rules, raguiations, and health and safe^ standards of the federal, state, and CITY, which may be applicable to the service bdng provided. 23.0 licenses and Certtfieattens. CONSULTANT shall secure all necessary business and 1 licenses at its sole enpense prior to executing the AGRSMB*^. 24.0 " - - - - entire agreenent of the partly incorporates all the understandings of the parties and supersedes any prior agreements, understandings, representation car ncgodadon, written or oraL Th^ AGREBiB4T may not be mcrdHied or amended except In writing signed by both parties her^Thls AGR^iS^ shalt be binding upon a^ Inure to the benefit ^the City of ScHith Miami and CONSULTANT and to their respective heirs, successors andas^gns. No mcxfificatlcm or amendment of any terms or pr^ions of this AGR@ilB^ shall be valid or binc&ng unless it complies with this peragraph. This AGREBiBvTT, In general, and this paragraph, in par^iar, stall not be mcidified or amended fay acts or omissions of the partiW. If this AGRiSMENT was approved by written resolution of the CiQf Commission, or If such approval is requtr^ ordinance or the City Charter, no amendment to this AGREBIEI^ shall be valid unless approved by written reaslution of the Qty Commission. 25.0 Jury Trial CITY and CONSULTANT kncwviagly, irrevocably volumargy and Intentionally waive any rj^t either imy have to a trial by Jury in State or Federal Court proceedings in respect to any action, proceecfipg lawsuit or counterclaim arising out of thte AGBti^iBMT or the performance of the Work tho*eunder. 26.0 Validity off Executed Copies. This AGRSMENT imy be executed in several coumemaits, each of which shall be construed as an oririn^. 27.0 Rules of IntaTuretation: Throughout this AGRSMENT me pronouns that are used may be substituted for male, framle or neuter, vifhmever applicable and the dn^ilar words sifoiiitutied for pbiral and plural words substituted for singubr wherever applicable. 28.0 Scwerabgity. If any term or provision of this AGREBiENT or the application thereof to any person or cbvumstance shall, to any extent, be invalid or unenforceable, the remrindmr of this AGRSMBMT, or the appBcation of such tmrm or provision to persons or circumstances other than those to which it is held invalid or unmforceable, shaO not be affacted therein and each and every other term and provision of thb AGREEMB^ sfall be valid and enforceaUe to the fuDest extent pemdtted by law. 29.0 Cumulative Remedtes: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereimder, and, in particular but without limitation, the warranties, gMarantees and obligations imposed upon CONSULTANT by the Contract Documents, if any, and this AGREEMENT and the rights and remedies available to the CITY hereund^, shall be In addition to, and shall not be construed in any way as a limitation of, any rights and remedies available at law or in equity, by special guarantee or fay other provisions of the Contract Docuntents, if any, or this AGREBriENT. In order to entitle any par^ to exercise any remedy reserved to it in this Page 54 of Thomas P. Ptpe i(VI3nOI6 17 138 23 AGREEMENT, or etdsting In law or In eqidty. It shaR not bo necessary to give notice, other than such notice as maybe herein exfness^ reqiRred. No remedy conferred upon orr^ervedtoaiypary hereto, or existing at bw or In equity, shaO be exdutive of any other availabte rem^ or rsnedies, but each and every such remedy dudl be cumidative and sl^l be In addition to every otl^ remedy given under this AGRSMENT or hereafter estbting at law or In eqidty. No deby or omission to exerdse any rf^or power aocruii^upon aiy i^ultshsdl Impair any such r|^ or power or Ml be conttnied to be a waiver thereof, butany such r|^ and power may be exercised from time to time as often as may be deemed expedient. 30.QNoii-Waiyer. QTY and CONSULTANT agree that no fellure to exerdse and no delay In exerdslng any ri^% power or prlvR^ under thb AGREEMS^ on the part of Either party shaft operate as a watvo* of any right; power, or prMI^ under thb AGREEMENT. No waiver ^thb AiGR^iENT. in whole or part, indudlng the provisions of thb para^aph, may be imptied ly any act or ondsslon and wHI only be valid and enforceable If in writing and duly eKecuted ly each of the parties to thb AGREBiENT, Any wahrer of any term, condition or provbion of thb AGREEMENT will not consticute a waiver of any other term, condition or provision horeof, nor win a waiver of any breach of any term, condition op provbion constitute a waiver of any subsequent or succeeding breach. The fellure to enforce thb AGREBi^TT as to any pardcuter breach or defeult shaU not act as a w^ver of any subsequent breach or default 31.0 No DbcHminatten and Equal Empioymene No action shaO be taken by the CONSULTANT, nor wiS H pomb any acts or ondssions which result in dbcrimtnation agabet any person, bictucBqg ^nployee or appScant for employment on the basb of race, creed, cofor, etfuilci^. national orb^n, ret|g^ age. sex, femifial status, marital status, ethnicity, sexual orientaiion or physical or mental dbabtfity as proscribed by law and that b will tske affirmative action to ensure that such dbcrimlnation does not take place. The CONSULTANT shaO conqdy with the Americans with Disabilities Act and It wiil takeafflrmadveaction to ensure that such discrimination does not take pface. TkeCby of South Mbnd's hiring practices strive to comply with all applicable federal regubdons regarding enykymentdl^tlhy and employment practice hi general. Thus,an intfividuab and emides seekiiig to do work for the CITY are expected to comply wkh all appBcable fews, governmental requirements and regulations, including the r^uladons of the United States Department of Jimice pertaining to employment el|g|biliy and employment practices. By signing thb AGRffliENT, the CONSULTANT hereby certifies under penalty of perjury, to the CITY, that CONSULTANT b in compliance with all applicable regulations and laws govmiting onployment practices. 32.0 Governing Laws. Thb AGRG^ENT and the performance of services hereunder witi be governed by the hws of the State of Florida, wkh exclusive venue for the resolution of any dbpute being a court of competent |tu1sdiction in MiamLDade Coun^, Florida. 33.0 EffectivQ Date. Thb AGREEMEI^ shall not become effective and binding until It has been executed by both parties her^o, and approved by the Commission if such approval b required by Ch/s Charter, and ^e effectiye cbte shall be the date of its execution by the bst party so executing it or if Cty Commbslon approval b required by the City's Charter, then the date clf approval by Ciqf Ccmml^on, whichever b 34.0 Third Party Beneficiary. It is specifically understood and agreed that no other person or entiqr shall be a dilrd-fxrqr beneficiary hereunder, and tfiat none of provisions of this AGREEMENT shall be for the benefit of or be enforceaUe 1^ RsgeSSofad Tfiemas P. Pepe IVfl/20ld 18 139 24 anyone other than the parties hereto, and that only the parties hereto shall have any rfgjhts hereunder. 35.0 Further Assurances. The parties hereto aigree to execute any and all other and further documents as might be reasonably necessary in order to ratHy, confirm, and effectuate the bitent and purposes of this AGR^ENT. 36.0 Time of Essence. Time is of the essence of this AGRffliENT. 37.0 fnterpretfttion. This AGRSHB^iT shaS not be construed more strongly against either party heretOb regardless of who was more respontiblefor its preparation. 3g.O Force Majcure. Neither party hertto shall be in d^ult of Its felhire to perform its obQgstions under this AGREB^®4T If caused by acts of God, dvil commotion, strikes, labor (fisputes, or governmental donands or retpifrements that could not be reasonabty anticipated and the effaces avoided or mttigabed. Each party shall notify the other of any such occurrence. 39.0 Subcontracting: If aUowed by this AGR^ENT, the CONSULTANT shall be as fully respontifale to the CITY for the acts and omissions of its subcontractors/subconsuhants as It Is for the acts and ondssions of people directly employed by It AQ subcontractors/subconsultants and their agreements, if allowed by this AGREB1BMT, must be approved by the CITY. The CONSULTANT tiiali require each subcontractor, who Is approved bjf the CITY, to agree In the subcontract to observe and be bound by an cbl^ns and conditions of this AOlEENBdT to which COh^LTANT is bound. 40.0 Public Records! CONSULTANT and all of Its subcontractors ars required to comply with the public records law (s.119.0701) white providing goods and/or sowces on behalf of tito QTY and the CONSULTANT, under such conditions, shall Incorporate this paragraph in all of its subcontracts for this Project. Under such concDtlon, CO^ULTANT and its subcontractors are specifically required to: (a) Keep and maintain public records required Iqr the pubOc agency to perform the sendee; (b) Upon recptesc from the public a^nc/s custod^ of pitt records, provide the piddic agency vM a copy of the requdi^ records or aUow the records to be Inspected or copied witidn a reasonable time at a cost that do^ not exceed the cost provided bi this ciapter or as othowise provlckHf by law; (c) Ensure tiat public records that are mcttsipt or confidential and exenpt from pt^c records disclosure requirements are not disctc^ except as authorized by law for the dio'atlon of the contract term and following completion of the contract if the contractor does not transfer the records to the pubSc agency; and (d) Upon completion of the contract; transfer, at no cost to the pubte agency all piddtc recoil in possession of the contractor or keep and maintain public records required by the public agency to perform the service; If the contractor transfiers aJI public reconfa to the public a»ncy upon completion of the contract; the contractor shall destroy any duplicate punic recmrds that are exempt or confkteitial and exempt from ptrfyBc records disclosure requirements. If the contractor keeps and maintains public rmrds upon conqMon of the contract, the contractor shall meet ail appficabte requlremmits for retabting public records. All recortb stored ejectronteally must be [xxwided to the pubTtc agency, upon request fiom the public agency's ostodian of ptddic records. In a format that Is compatible with the btfbrmation technology systems of the pubOc agency. BF THE e©WTRACT@K HAS ©yESTi@Mi B«E6ARDiN@ THE APPUCATION @F CHAPTER 019, FLORIDA STATUTES, T@ THE eONTBtACTOR'S DUTY TO FROVBDE PUBLiC RECOBIDS S^LATBMG T® THIS eOWTRACT, CONTACT THE €UST®DaAN ®F PUBUC RECORDS AT 305-6S3»6349; E-maBI: innm<Bnendez@southmfomlB.80v: SI3® Sunset Drive, South Miami, FL 33B43. 41.0 Notices. Whenever notice shall be required or permitted herein, it shall be 54 of 44 Thomas F.P<ipe IWI3/20I6 19 140 25 deltvered by hand delivery, e-mall (or similar electronic transmis^n). facsimile transmission or certified mail, with return receipt requested and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or. If by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand deliver^ to the CITY, a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following InAviduals or entities at the addresses (Including e-mal!) or facfimile transmission numbers set forth below: ToOTY: With copies to: To CONSULTANT: Manager, 6130 Sunset Dr. Soudi Miami, FL 33143 Teh (305) 660-2510 Fax: (305) 663-6345 E-mail: salexander@8outhmiamlf8.gov City Attorney 6130 Sunset Dr. South Miami, a 33143 Teh (305) 667-2564 Fax:(305)341-0584 E-mail; tp9po@sotffihm[amtfftggg 42.0 Corporate Authority: The CONSULTANT and its rqiresemative who sfgns this AGfii^ENT hereby certifies under perafty of perjury tirat the CONSULTANT and Its representative have^ and have exercised, the requirad corporate power and that th^ have compiled with all applicable legal requirements necessary to adopt, execute and defiver this AGREEMENT and to assume .the responsibiiities and obtjiB^tlons created hereunder; and that this AGREEMENT is duly executed and deliv^ed an authoit^ corporate officer, in accordance with such offices powons to bind the CONSULTANT hereunder, and constitutes a valid and binding oblig^cn enforceable in accordance with Its terms, conditions and provistons. BN WITNiSS this AGREB^ENT was dgned on or before the date first above written subjea to the terms and conditions set forth herein. ATTESTBp: By: • iJy)CeX.' Maria M. Menend^ CMC Qqr Qerk A Bv: Alexander Qty Manager PtgeS7of6d Tbomss F. Pepe iQ/isnoid 20 141 26 Slead ami Approved as to Porm» I «ecaii Thomas F. Pepe, Esq. Ciqif^tornfi/ VftoRUfflP.Pegia immm 142 21 27 SoiiAi• l 0 ami nil niv tv iirAVUv'i ir/tu; mnmBum to mof^omi §E9^iiC£ Aoe^EES^EM? "Pnifesslostol 6ee^ral EngbieeHngand AickfSeetaffal Ssf^fiees" RFQ«PW2fKI6>22 The City and CONSULTANT agree that a separate rotational list will be dedicated for work peiformed under a continuing professional service contract^ as specified in the Scope of Services, for ''Certified Arborists Services," and a separate rotational list wifi be established for all CCNA professional services. "Certified Arborists Services" is defined as: o GertifledAr&oristServIces: Consultant may be called upon to review ail tree removal permit appfications that are submitted to ensure compliance, with the regulations outlined In Section 20-4.5.1 of the City's Land Development Code. The review includes the initial site Inspection followed up by the determination of mitigation and a final inspection. When needed, assist City Departments with other issues related to the maintenance, preservation, and protection of trees on both private and public property. The rotational list for "Certified Arborists Services" will rotate every three (3) months among the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four (4) separate but similar Prof^Ional Services Agreements. mmSLlA^; /A ^ ofSoisth Alexander, City Manager (Name of Signatory) Read and Approved as to Form, Language, Legality and Execution thereof: By: Thomas F. Pepe, Qty Attorney 22 28 ATTACHMENTS "COMPENSATION" PBS@P§S3i®NAI. SESmeS AS^NENT •fjofesitenal eanasral SngbnaringsiHll ArcMtscturaS Ssi'vlcra" B3S^«PWSei«-22 Page 39 of 36 "ntsmas P. PopQ i(tfiinoi6 23 143 29 Professional General Engineering & Architectural Services RFQ 0PW2O16-22 Wage Rates Summary Job Classification City of South Miami Benchmark Hourly Rate Prindpal $180.00 Sr. Project Manager $150.00 Project Manager $130.00 Senior Engineer $125.00 Senior Planner $125.00 Planner $85.00 Senior Traffic Engineer $125.00 Traffic Engineer $85.00 Senior Designer/Engineer $90.00 Designer $80.00 Engineering Intern $75.00 Senior CADD Technician $75.00 CADD Technician $65.00 GIS Technician $80.00 Senior Construction Inspector $90.00 Construction Inspector $75.00 Senior Landscape Architect $125.00 Landscape Architect $115.00 Landscape Architect Intern $70.00 Arborist $75.00 Utility Coordinator $90.00 Surveyor/Mapper $85.00 Survey Technician $60.00 2-Man Survey Crew $115.00 3-Man Survey Crew $125.00 4-Man Survey Crew $135.00 Fire Protection Engineer $90.00 Plumbing Engineer $90.00 Mechanical Engineer $90.00 Electrical Engineer $90.00 Geotechnical Engineer $120.00 Geologist $90.00 Environmental Scientist $85.00 Senior Administrative Assistant $65.00 Clerical $45.00 24 30 mmmMCB St mmMmmcmion mQw^mmrB 6>ROS>EsssoiMAL ssRvscE AGmsmm' **Rroli888kinaS Gsnend EngfRseringsmS AsrcMtsciiiraS Sorvtoes^ 6t3^m^20l^22 1.010 Insunmca A. Without llnMr^ its liabiihy. the contractor, consultant or conssdtli^ firm (herdnaifter r^eired to as "FIRIT with regard to Insurance and Indemnification requirements) shaQ be required to procure and maintain at its own expense during the fife ^ the Contract, insiuance of the types and in the minimum amounts stated below as will protect the FIRM, from dabns which nay arise out of or result from the contract or the perfinsnanoe of the oositract with the Qty of South MlamK whether such claim Is against the FIRM or any sub-contractor, or by anyone threctiiy or indirectly emptoyed by any of them or by anyone for whose acts any of them ntay be liable. B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized In writing by the CITY and such authorization shall be at the CTITs sole and absolute discretion. The RRM shall purchase Insurance from and shaH maintain the insurance with a company or companies lawfully authorised to seD Insurance In the State of Rorida. on forms approved by the State of Rortda, as wQI protect the F9IIM. at a minimum, fram all dalms as set forth bdow which may arise out of or result from the RRhfs operations under the Contract and for which the RRM may be legally Bable. whether such operations be by the RRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts aiqr of them n^ be liable! (a) daims under workers' compensition. dlsablUqr bendlt and other similar emptoyee bendlt acts which are appficable to the Work to be p<»rfbrm»l; (b) claims fic^<fomages because of bodily Injury, oocupadonai sickness or dsease, or death of the RRM's employees; (c) dalms for damages becaiae of bodily injury, sickness or disease, or death of any person other than the RRM's employees; {4) dalms for danrages Insured by usual personal Injury llabtltty coverage; (e) claims for damages, other than to the Work itsdf, because of injury to or destruction of tangible properqr, Including loss of use resulting th^ from; ^ claims for damages because of bodfy Injury, death of a person or proper^ damage arising out of ownership, maintenance or use of a motor vehlde; daims for bodily injury or property damage aridng out of completed operations; and (h) dalms involving contracti^ llablBty insurance appficable to the RRM's obligations undo^ the Contract I.OI I Rrm's Insurance Ganerally. The RRM shall provide and maintain in force and ^ea until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as Is otherwise specified hereinafter), the insurance coverage written on FIcrida approved fbiiro and as setfor^ below: 1.012 Wftrim' Compensation Inairanffl at the statutory amount as to an employees in compliance with the 'Workers' Ccirqsensation Law" of the State of Florida including Chapter 440, Rorida Statutes, as presendy written or hereafter amended, and aU applicable federal laws. PagB60of64 Thomas F. ratpo i(VI3/20ia 25 145 31 In addition, the policies must Indude: Emptoyers' LidiQity at the statutory coveraige amouHL The RtlM shall further Insure that all of its Sutontractors maintain appropriate levels of Worker's Compensation Insurance. §.013 Commercial Comprahanslva General Liability insuranca with broad form andorsemmg. as weO as automobile completed operations and products IkbUlty. contractual liability, severabSlty of ineerest cross Babllity provision, and personal injury smd property damage tIabHIqr with limits of $1.000,000 combined slpgle llmic per occurrence and $2,000,000 o Personal li^ry: $1,000,000; « Medicai Insurance: $5,000 per penon: «Rroper^ Damaga: $500,000 e^ occuiraice; 1.014 Ifaibreiia Commmiefal Comprelwiitiihm General Uabillty insurance shall be written on a Floiida approved form with the same coverage as the prbimry Insurance policy but In the amount ^$1,000,000 per dabn and $2,000000 Annud A^^te. Cov«^ must be afforded on a form no more restrictive than the btest edition of the Con^Niehensive General Uabtll^ poOcy, without restrictive endorsements, as filed by the Insurance Services OfRce. and must Include: (a) Premises and Operation Independent Contractors (c) PhKfucts andfor Completed Operations Hasard ((Q Explosion. CoQapse and Undef^und Hazard Cove-age (e) Broad Porm Riqperty Damage (0 i^noad Form Con^ctual Coverage appScable to tiiis specific Contract, indudlng any hold harmless and/or Indemnffiation agreeneit Personal injury Coverage vdth Employee and Contractual Exclutions removed, with minfmtmi limits of coverage equal to those reqidred for Boifily Injury Liability and 1.015 Business Amomobtte UaHilty with minimum limits of One NHIion Dollars ($l,OO(L0OOXH)) plus an additional One Milfion Dollar ($1,000,000.00) undirella per occurrence combined single limit for Bodily Injury Liability and Property Damage UabHlqf. Umbrella coverage muse be afforded on a fi^ no more restrictive than tfioe latest edition of the Butiness AutomobSe Lbridilty policy, without restrictive endorsements, as fKed by with the state of Horida. and must Indude: (a) Owned Vehldes. (b) Hired and Non*Owned Vehicles (c) Employers' Ncn-Ownershtp 1.016 SUBCOfsJTRACTS: The HRM agrees that if any part of ^e Work under the Contract is sublet, the subcontract shall comaki the same Insurance provision as required by of the Rrm. other than the Rre and Eutended Coverage Insurance and substituting the word Subcontractor for the vmrd RRM and substitutir^ the word HRM for CITY where applicable. 1.017 Rre and Extended Covcra^ Insurance (Builders* Ris^). IF APPUCABLR C In the event tfiat this contract involves ^ construction of a structure, the FIRM shall naintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad** form/All Risk Insurance on buildings and structures, induding Vandalism & Malictoits Mischief coverage, while in the course of construction, induding foundations, additions, attachments and aQ permanent fbttures belonging to and constituting a part of 1^ 61 of 66 Tttomss F. Pqte iafl3/20ld 26 146 32 said buildings or structures. The policy or policies shall abo cover machinery, if the cost of iradilnery te included in the Contract or if the maddnery Is locased In a buil(fing that Is bdng renovated by reason of this contract Theamountof insurance must at all times, be at least equal to the replacement and actual cash value of the Insured propo^. The policy shall be in the rente of the CITY and the Rrm. as their Interest may appetf. and shall also cover the inttt'ests of all Subcontractors performing Work. D. All of the provisions set forth in Miscellaneous section herein below shall apply to this coverage unless It would be dearly not appTicable. IX)I8 Mbcelhneoui: P. if any notice of cancellasion of insurance or change In coverage is issued by the Insuiwce conrq>any or should any insurance have an expiration date that occur during die period of this contract; the RRM diaU be responsibie for securing other aocepieble Insurance prior to such cancellation, change, or expiration so as to provide continuous covwag^ as specified in thb section and so as to maintain coverage during the fife of this Contract G. AS deduct&les must be declared by the RRM and must be approved by the CITY. At the option of the CITY, either the RRM shall elbnirete or reduce such deductibie or the RRM shall procure a Bond. In a form sadslactory to the CITY coveri.ng die same. H. The potides sl^l contaht waiver of subrogation agdnst CITY where applicable, shall expressly provide that such po&cy or pofldes are primary over any oth^ collectible Insurance dot CITY may have. The CITY reserves the r^fit at any time to request a copy of the required polides for review. All policies shall contain a "severabOHy of or "cross ll^lii/' datse without obligation for premium paymesit of the CITY as weO as contractual Pal^fity provision covering the RUM'S duty to indemnify the City as provided bi this Agreement. 1. Before starting die Work, die RRM shag deSver to the CITY certificates of such insurance, acceptable to die CITY, as wdl as the insurance binder, if one is issued, the Insurance p^cy. Incluifing die declaration page and aQ applicable endorsements and pr^de the name, address and telephone numbv of the Insurance agent or broker throu^ whom the policy was obtain^. The Insurer shall be rated AVIl or better per AM. Bestfs Rating Guide, fattest edition and authorized to Issue Insurance in the State of Rorida. AD insurance potides must be written on forms approved by the State of Rorida and they must remain In full force and effect for the dtniaion of die contract period with the CITY. The RRM may be required by die CITY, at its sole (Sscretion, to provide a "certified copy" of the Policy (as defined In Ardde i of this docun^t) which shaB Include die decfaiietion page and afl required endorsements. In adtfidon, the FIRM shall deliver, at the time of deliviery of the insurance cmHicate^ the following endorsements: (3) a policy proviskxi or an endorsement with substantially similar provisions as follows: "The CHy of South Miami Is an additional insured. The Insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as (huiiages because of 'bodily in)ury". 'property damage'. or "personal and advertising Injury" and it will provide to the Qty all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B": Thomss P. reps ie/isnoi« 27 147 33 (4) a poKqr pro^ion or an endorsement with substandally sfantiar provisions as foOov^ "This poOqr shall not be cancefied (indudbig cancellation for non-pa)fment of premhan), terminated or materially modifi^ without first giving City of South Miand ten (10) daj^ advanced written notice of the intent to materiaSy modUy the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the CiQf by certified mall, with proof of defivery to the J. If the RRM is providing professional services, such as would be provided ly an architect, engineer, attorney, or accountant, to name afew, then in such event and in addition to the above requirements, the HRM shall also proviffie Profossiorel UaUIIty . Insurance on a Rorkla approved form in the amount of $1,000,000 with deductible per dahnifany, nottoexce^S^oftheiimitofilabiltqfprovicflnigforailsuimwhlchthe RRM shall become lagaBy obligated to pay as chuna^ for chdms arising out of the services or worh performed by the RRM its agents, representatives. Sub Contractors or assigns, or by any person employed or retained by him in connection whh this ^reement. This insurance sh^ be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the PIRM nny purchase Spedfic Project Pr^iesdonal Uabinqr Insurance, in the amount and under the terms sped^ above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing ly the dty at the city's sole, absolute and unfettered discretion. OiiDdemsdficsidoira Requirement G. The Rim accepts and voluntarily Incurs aQ risks of any injuries, damages, or harm which mlgftt arise during the woiit or event that is occurrfog on the CnTs property due to the neg^ence or other fiuilt of the Rrm or anyone acting throu|^ or on beh^ of the Him H. The Rrm shdl indemnify, d^end, save and hold CITY, Its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, UabilHy, losses, cbims, d«nands, suits, fines. Judgments or cost and expenses, inchidlng reasonable attom^s fees, paral^ feia and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, wifich may be suffered by, or accrued against, charged to or recoverable from the Qqr of South Miand, hs officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any IM or nature, bidudtng dalms for Injury to, or death of any person or persons and for the loss or damage to any property arising out of a ne^igent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Firm, its contractor/subcontractor or any of thdr officers, directors, egents, represoitatives, employees, or as^gns, or anyone actii^ throi^ or on belnilf of any of them, arising out of M Agreement, incident to it, or resulting from the performance or non-perfornonce of the Hrm's obfigadons under this AGREEMENT. I. The Rrm shall pay all dalms, losses and expenses of any kind or nature whatsoever. In connection th^newith, Induding the expense or loss of the CITY and/or its affected Page 63 of 66 Thomns r.Pepe 10/13/2016 28 148 34 ofRcers, affilfates, employees, successors and assigns, incfucfii^ attorney's fees, in the defense of any at^on in law or equity brought against them and arising from the ne^gent error, omission, or act of the Firm, its Stib-Gmtractor or any of their agents, representatives, enqiioyees, or assigns, and/or arising out of. or inddott to, this Agreement, or inddent to or residdng from the performance or non-performance of the Rrm*s obligations under this AGREEliB^. J. The Firm ap'ees and recognizes that neither die CITY nor its cfRco^, affiliates, employees, successors and assigns shall be held liable or responsible for any daims, Induding the costs and enpenses of defending such daims which may result from or arise out of actions or omissions of the Rrm. Its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the dram, and arbit^ out of or concerning the work or event that is occurring on the CnYs property. In revtewing, approving or r^ecdng any submissions or acts of the Firm, CITY In no way assumes or shar« responsibility or li^ility for the acts or omisdons of die Rrm, its contractor/subcontractor or any of their ugunts, representatives, employees, or asdgns, or anyone acting through or on behalf of diem. EC The Rrm las the duqf to provide a d^ense with an attorney or law firm approved by the City of South Mfeml vdiich approval wID not be unreasonably withheld. L However, as to design profession^ contracts, and pursuant to Section 725.08 (I). Florida Statutes, none of the provisions set forth herein above that are in conflict with this subpars^graph shaO apply and this subparagraph shall set forth the sole responsibility of the ded^ professional concerning Indemnification. Thus, the design professionaTs obligations as to the Chy and Its agendes, as well as to its officers and emplc^ees, is to indenmify and hold them harmless from Ibbllides, damages, losses, and costs, Induding but not limited to, reasonable attorneys' foes, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professk^ and oth^* persons ^ployed or utilized by the design professional in the performance of the contract THIS IS INCLUDED IN THE GENERAL CONDITIONS BMD OF SECTION Rage M of 6^ Thomas F. Pope i0fl»20i6 29 149 35 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 69 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 LOCATION MIAMI-DADE COUNTY DESIGN TEAM CIVIL ENGINEER: OWNER: www.callsunshine.com KNOW WHAT'S BELOW ALWAYS CALL 811 BEFORE YOU DIG it' fast, it's free, it's the law. N N.T.S Fax:(954) 800-6045 Phone:(954) 870-5070 Plantation, FL 33313 1700 NW 66 th Avenue, Suite 106 Marlin Engineering, Inc. PROJECT LOCATION THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C.NO. SHEET YEAR FISCAL $TIME$$FILE$$USER$$DATE$ CONTRACT NO. CONSTRUCTION INDEX OF ROADWAY PLANS CONTRACT PLANS COMPONENTS 119 CITY OF SOUTH MIAMI Phone: (305) 663-6338 South Miami, FL 33143 6130 Sunset Drive City of South Miami (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N GRed RoadSW 57th Ave Philip K. Stoddard, Mayor GOVERNING DESIGN STANDARDS: GOVERNING STANDARD SPECIFICATIONS: http://www.fdot.gov/programmanagement/Implemented/SpecBooks for Road and Bridge Construction at the following website: Florida Department of Transportation, 2019 Standard Specifications http://www.fdot.gov/roadway/DesignStandards/Standards.shtm and applicable Design Standards Revisions (DSRs) at the following website: Florida Department of Transportation, FY2019-20 Design Standards eBook (DSeB) Standards for Design, Construction and Maintenance for Streets and Highways. Florida Department of Transportation, 2019 Manual of Uniform Minimum ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL R-12-WR-13-WT-12-S T-13-S ENGINEER OF RECORD: PLANS STATE OF ��� No 77979 REENIGNE LANO ISS EFORP ESNECIL ADIROLF S O ROMATAM P ANAX ORON ANY ELECTRONIC COPIES. AND THE SIGNATURE MUST BE VERIFIED NOT CONSIDERED SIGNED AND SEALED PRINTED COPIES OF THIS DOCUMENT ARE ON THE DATE ADJACENT TO THE SEAL SIGNED AND SEALED BY THIS ITEM HAS BEEN DIGITALLY N/A 6445 SW 81ST STREET Luis Gil, Commissioner Walter Harris, Vice-Mayor Robert Welsh, Commissioner Josh Liebman, Commissioner ELECTED OFFICIALS SIGNED AND SEALED DOCUMENT. THESE SHEETS ARE CONTAINED IN A SEPARATE DIGITALLY INDICATE THAT IT IS PART OF THE CONTRACT PLANS. * THIS SHEETS ARE INCLUDED IN THE INDEX ONLY TO *S-1 - S-5 RETAINING WALLS 12 11 6 - 10 5 4 3 2 1 SHEET NO. SIGNING AND PAVEMENT MARKINGS LOOKOUT DETAILS TRAIL PLAN GENERAL NOTES PROJECT SHEET LAYOUT TYPICAL SECTION SUMMARY OF PAY ITEMS KEY SHEET SHEET DESCRIPTION 103 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL 2SUMMARY OF PAY ITEMS SUMMARY OF PAY ITEMS NO. ITEM PAY DESCRIPTION UNIT COMPONENT ROADWAY PLAN FINAL PLAN FINAL 0101 1 MOBILIZATION LS 1 0102 1 MAINTENANCE OF TRAFFIC LS 1 0104 10 3 SEDIMENT BARRIER LF 1267 0104 11 FLOATING TURBIDITY BARRIER LF 870 0104 18 INLET PROTECTION SYSTEM EA 3.00 0107 1 LITTER REMOVAL AC 20.53 0107 2 MOWING AC 16.10 0110 1 1 CLEARING & GRUBBING AC 0.57 0120 6 EMBANKMENT CY 997.00 0120 71 REGULAR EXCAVATION LS 459.00 0160 4 TYPE B STABILIZATION SY 1564.00 0162 1 12 PREPARED SOIL LAYER, FINISH SOIL LAYER, 12" AVG.SY 1250.00 0285 701 OPTIONAL BASE, BASE GROUP 01 SY 1205.00 0334 1 11 SUPERPAVE ASPHALTIC CONC, TRAFFIC A TN 92.33 0400 4 11 CONC CLASS IV, RETAINING WALLS CY 13.50 0400-4-5 CONCRETE CLASS IV, SUBSTRUCTURE CY 20.52 0415 1 5 REINFORCING STEEL, SUBSTRUCTURE LB 2770.08 0455133 3 SHEET PILING STEEL, F&I PERMANENT SF 3283.76 0515 2311 PEDESTRIAN/ BICYCLE RAILING, ALUMINUM ONLY,42" TYPE 1 LF 366.00 0522 2 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 22.00 527-2 DETECTABLE WARNING SF 8.00 0570 1 2 PERFORMANCE TURF, SOD SY 1250.00 0580-1-2 LANDSCAPE COMPLETE - LARGE PLANTS LS 1 SHELTER (Poligon SSG 8'X9' or equal)EA 1 0700 1 50 SINGLE POST SIGN, RELOCATE AS 6 104 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL TYPICAL SECTION 3 1:6 0.06 1:4 MAX 1:6 1:4 MAX 0.02 2.0'18.0'2.0'8.0'2.0'3.0' CLEAR AND GRUBBING CLEAR AND GRUBBING 2.0'2.0' MATCH EXIST. MATCH EXIST. 0.02 1:4 MAX 2.0'8.0'2.0'1.0' EXIST. GRADE 0.02 0.02RETAINING WALL SHLDR SHLDR 1:61:6 ¡ 2.5' 5.0' (SOD) CLEAR AND GRUBBING BICYCLE RAILING 42" PEDESTRIAN/ 5.0' (SOD) LBR 40 STABILIZATION 12" TYPE B BASE ELEV. MATCH EXIST. EXIST EOP MATCH EXIST. 1:10 MAX TO SHLDR SHLDR 22.0' (SOD) SHLDR SHLDR VARIES VARIES (SOD) SHARED USED PATH PAVEMENT TYPICAL SECTION TYPICAL SECTION TYPICAL SECTION STA. 7+24.20 TO STA. 10+96.28 X.XX X.XX X.XX SHARED USED PATH BASE LBR 40 STABILIZATION 12" TYPE B BASE LBR 40 STABILIZATION 12" TYPE B SHARED USED PATH PERIMETER TRAIL (SW 65TH AVE) EXIST. ROADWAY (SW 81ST ST) EXIST. ROADWAY TYPE SP-12.5 (1.5") SUPERPAVED ASPHALT CONCRETE, TRAFFIC A, OPTIONAL BASE GROUP 1 (4") WITH X.XX = SEE TRAIL PLAN SHEETS FOR ELEVATION LEVEL 1 :4 MAX 3.0' 5.0' (SOD) BANK TO REMAIN EXIST. TOP OF EXIST. WATER EDGE 8.0' ¡ OF CONSTRUCTION 1:4 MAX. BANK TO REMAIN EXIST. TOP OF EXIST. WATER EDGE STA. 6+9.69 TO STA. 7+24.20 4.0'4.0' ¡ OF CONSTRUCTION (4.0'-4.73') VARIES (3.27'-4.0') VARIES ¡ OF CONSTRUCTION 4.0'4.0' MATCH EXIST. STA. 10+96.28 TO STA. 12+02.42 STA. 1+00.00 TO STA. 6+9.69 105 WATER WATER WATER WATER ELEC WATERWATER WATER WATER WATER WATER WATER WATER WATER WATER SAN WATER TEL GAS TEL SAN WATER WATER WATER WATER SAN WATER ELEC WATER WATER WATER WATER WATER WATER WATER WATER ELEC WATER S.W. 80th STREET S.W. 81st STREET S.W. 64TH AVENUES.W. 65TH AVENUESHELTERCONCRETECOVEREDBUILDING 1 STORY EXISTING BUILD.EXIST. DECK WOOD ASPHALT PARKING ASPHALT PARKING(MULCH)PLAY GROUND COURT (SAND)VOLLEYBAYY ASPHALT PAVEMENTASPHALT PAVEMENTASPHALT PAVE MENT ELEC ASPHALT PAVEMENT ASPHALT PAVEMENT ASPHALT PAVEMENTASPHALT PAVEMENTEXISTING LAKE 5' CONC. WALK 5' CONC. WALK CLCL CLCL 0+001+002+004/24/2020ediaz C:\Users\ediaz.MARLIN\Desktop\MEI Projects\_PCF FILES\20190015201\roadway\PLAN\PLAYRD01.DGN3:00:44 PM DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL POT STA. 0+00.000123POT STA. 3+34.481P R C ST A. 1+24.95PI STA. 1+12.70PT STA. 1+49.97 PI STA. 1+38.19 PC STA. 1+62.852PT STA. 2+11.91PI STA. 1+92.04 PC STA. 2+72.553PRC STA. 3+16.12PI STA. 2+94.36PT STA. 3+34.52PI STA. 3+25.45PC STA. 3+80.204 PRC STA. 4+53.86PI STA. 4+18.655PRC STA. 5+23.82PI STA. 4+90.47PRC STA. 5+73.79PI STA. 5+57.42PRC STA. 5+89.59PI STA. 5+81.856PT STA. 6+34.32PI STA. 6+12.48PC STA. 6+34.33 PRC STA. 6+55.83PI STA. 6+45.28PCC STA. 6+75.45PI STA. 6+65.75 PRC STA. 6+97.55PI STA. 6+86.51 7PT STA. 7+01.49PI STA. 6+99.53 PC STA. 7+24.278PT STA. 8+25.37PI STA. 7+88.84910PC STA. 10+52.19PT STA. 10+93.72 P I STA. 1 0 +7 3. 7 1 11PC STA. 11+24.14PCC STA. 1 1+49. 7 9PI ST A. 11+37.14 12PT STA . 12+02 .42 PI STA. 11+76.26CURVE DATA LOOP-21 PI STA. = 1+12.70 T = 12.70 L = 24.95 R = 54.00 PC STA. = 1+00.00 PT STA. = 1+24.95 CURVE DATA LOOP-22 PI STA. = 1+38.19 T = 13.24 L = 25.03 R = 31.00 PC STA. = 1+24.95 PT STA. = 1+49.97 CURVE DATA LOOP-23 PI STA. = 1+92.04 T = 29.19 L = 49.06 R = 36.00 PC STA. = 1+62.85 PT STA. = 2+11.91 CURVE DATA LOOP-24 PI STA. = 2+94.36 T = 21.82 L = 43.57 R = 346.41 PC STA. = 2+72.55 PT STA. = 3+16.12 CURVE DATA LOOP-25 PI STA. = 3+25.45 T = 9.33 L = 18.40 R = 46.00 PC STA. = 3+16.12 PT STA. = 3+34.52 CURVE DATA LOOP-26 PI STA. = 4+18.65 T = 38.45 L = 73.66 R = 104.00 PC STA. = 3+80.20 PT STA. = 4+53.86 CURVE DATA LOOP-27 PI STA. = 4+90.47 T = 36.62 L = 69.96 R = 96.00 PC STA. = 4+53.86 PT STA. = 5+23.82 CURVE DATA LOOP-28 PI STA. = 5+57.42 T = 33.60 L = 49.97 R = 29.22 PC STA. = 5+23.82 PT STA. = 5+73.79 CURVE DATA LOOP-29 PI STA. = 5+81.85 T = 8.06 L = 15.79 R = 31.95 PC STA. = 5+73.79 PT STA. = 5+89.59 CURVE DATA LOOP-210 PI STA. = 6+12.48 T = 22.89 L = 44.73 R = 85.35 PC STA. = 5+89.59 PT STA. = 6+34.32 CURVE DATA LOOP-211 PI STA. = 6+45.28 T = 10.95 L = 21.50 R = 46.00 PC STA. = 6+34.33 PT STA. = 6+55.83 CURVE DATA LOOP-212 PI STA. = 6+65.75 T = 9.92 L = 19.62 R = 54.00 PC STA. = 6+55.83 PT STA. = 6+75.45 CURVE DATA LOOP-213 PI STA. = 6+86.51 T = 11.05 L = 22.10 R = 304.00 PC STA. = 6+75.45 PT STA. = 6+97.55 CURVE DATA LOOP-214 PI STA. = 6+99.53 T = 1.98 L = 3.94 R = 21.00 PC STA. = 6+97.55 PT STA. = 7+01.49 CURVE DATA LOOP-215 PI STA. = 7+88.84 T = 64.58 L = 101.11 R = 64.00 PC STA. = 7+24.27 PT STA. = 8+25.37 CURVE DATA LOOP-216 PI STA. = 10+73.71 T = 21.52 L = 41.53 R = 64.00 PC STA. = 10+52.19 PT STA. = 10+93.72 CURVE DATA LOOP-217 PI STA. = 11+37.14 T = 13.00 L = 25.65 R = 64.00 PC STA. = 11+24.14 PT STA. = 11+49.79 CURVE DATA LOOP-218 PI STA. = 11+76.26 T = 26.47 L = 52.63 R = 196.00 PC STA. = 11+49.79 PT STA. = 12+02.42 PROJECT SHEET LAYOUT 4 S.W. 80th STREET S.W. 65TH AVENUES.W. 81st STREET S.W. 64TH AVENUEN 50 Feet 0 10 SHEET 9 SHEET 6 SHEET 7SHEET 8 106 4/22/2020ediaz C:\Users\ediaz.MARLIN\Desktop\MEI Projects\2019001.000 Fuchs Park Trail\20190010000\Roadway\PLAN\GNNTRD01.dgn2:45:09 PM DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL GENERAL NOTES GENERAL NOTES 5 SUNSHINE. AWARE THAT NOT ALL UTILITIES SUBSCRIBE TO EXISTING UTILITIES. THE CONTRACTOR SHALL BE EXCAVATION TO COORDINATE THE LOCATION OF 1-800-432-4770 AT LEAST 48 HOURS PRIOR TO ANY 11. THE CONTRACTOR SHALL CONTACT SUNSHINE AT NOT ALLOWED. THE CITY. STOCKPILING OF MATERIAL IN ROADWAY IS SITE IN A LEGAL MANNER AT NO ADDITIONAL COST TO EXCAVATED MATERIAL AND DEBRIS TO AN APPROVED 10. THE CONTRACTOR SHALL DISPOSE OF ALL EXCESS PROPERTY WITH PERSONNEL, MATERIAL OR EQUIPMENT. 9. THE CONTRACTOR SHALL NOT ENCROACH INTO PRIVATE OTHERWISE APPROVED BY THE CITY. ADJACENT PROPERTIES AT ALL TIMES UNLESS 8. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL DEEMED INCIDENTAL TO THE TOTAL PROJECT COST. FOR THE DURATION OF THE PROJECT. COST SHALL BE AND METHODS FOR THE DISPOSAL OF STORM WATER CONTRACTOR SHALL PROVIDE SUITABLE EQUIPMENT 7. PRIOR TO THE COMMENCEMENT OF CONSTRUCTION THE CONSTRUCTION. AND RELATED CONDITIONS PRIOR TO THE START OF PERMITS IN REGARDS TO CONSTRUCTION ACTIVITIES ALL REQUIREMENTS OF ANY REGULATORY AGENCY 6. THE CONTRACTOR SHALL BE RESPONSIBLE TO SATISFY TRANSPORTATION, UNLESS OTHERWISE NOTED. SPECIFICATIONS OF THE FLORIDA DEPARTMENT OF ALL LATEST APPLICABLE STANDARDS AND 5. ALL CONSTRUCTION AND MATERIALS SHALL CONFORM TO HOURS PRIOR TO COMMENCEMENT OF CONSTRUCTION. MIAMI PUBLIC WORKS DEPARTMENT AT LEAST 48 4. THE CONTRACTOR SHALL NOTIFY THE CITY OF SOUTH BASED. ENCOUNTERED, AND UPON WHICH BIDS WILL BE THE ACTUAL CONDITIONS THAT WILL BE TO ARRIVE AT THEIR OWN CONCLUSION REGARDING TO CONDUCT ALL INVESTIGATIONS DEEMED NECESSARY THE CONTRACTORS ARE DIRECTED, PRIOR TO BIDDING, BE ENCOUNTERED DURING THE COURSE OF THE WORK. THE NATURE AND EXTENT OF CONDITIONS WHICH WILL SOLELY TO ASSIST THE CONTRACTOR IN ASSESSING 3. THE INFORMATION PROVIDED IN THESE DRAWINGS IS DEEMED INCIDENTAL TO THE TOTAL PROJECT COST. REFERENCE DRAWING. COST OF THIS WORK SHALL BE SIGNED AND SEALED COPY OF THE LAND SURVEYOR'S MONUMENTS AND SHALL FURNISH THE ENGINEER A COMPLETION OF THE WORK, ALL SUCH CORNERS AND SURVEYOR TO REFERENCE, AND RESTORE UPON SITE. THE CONTRACTOR SHALL RETAIN THE LAND LAND SURVEYORS PRIOR TO BEGINNING WORK AT THAT STANDARDS OF THE FLORIDA BOARD OF PROFESSIONAL ACCORDANCE WITH THE MINIMUM TECHNICAL REFERENCED BY A REGISTERED LAND SURVEYOR IN DESTROYED OR COVERED SHALL BE PROPERLY WORK AND IN DANGER OF BEING DAMAGED, CORNERS AND MONUMENTS IN CONFLICT WITH THE BY THE CONTRACTOR AS FOLLOWS: THE LIMITS OF CONSTRUCTION ARE TO BE PROTECTED 2. ALL PUBLIC LAND CORNERS AND MONUMENTS WITHIN CONTRACT DOCUMENTS. CONSTRUCTION DATED 2017, AS AMENDED BY THE SPECIFICATIONS FOR ROAD AND BRIDGE STANDARDS DATED FY 2017-2018 AND STANDARD FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN MAINTENANCE FOR STREETS AND HIGHWAYS, THE STANDARDS OR DESIGN, CONSTRUCTION AND PART 1, 2 AND 3, THE MANUAL OF MINIMUM WORKS DEPARTMENT STANDARDS AND SPECIFICATIONS MIAMI STANDARDS, MIAMI-DADE COUNTY PUBLIC WITH AND ARE GOVERNED BY THE CITY OF SOUTH 1. THESE PLANS HAVE BEEN PREPARED IN ACCORDANCE MIAMI, CODE OF ORDINANCES (ARTICLE III- NOISE). 4. CONTRACTOR SHOULD COMPLY WITH THE CITY OF SOUTH APPLICABLE. 102-603, 102-605, 102-607 OR 102-613 WHERE ACCORDANCE TO FDOT STANDARD PLANS. INDEXES 3. TRAFFIC LANE CLOSURES SHALL BE DONE IN FOR THE CONSTRUCTION IN THAT AREA. ZONE UNTIL ALL LABOR AND MATERIAL ARE AVAILABLE ALTERED BY THE CONTRACTOR TO CREATE A WORK 2. THE TRAFFIC AND TRAVEL WAYS SHALL NOT BE CRITERIA. CONTROL DEVICES (2009 EDITION) AS MINIMUM CONSTRUCTION, AND THE MANUAL ON UNIFORM TRAFFIC STANDARD SPECIFICATION FOR ROAD AND BRIDGE FLORIDA DOT STANDARD PLANS (102-600 SERIES), THE THE PROJECT PLANS, THE CURRENT EDITION OF THE 1. TRAFFIC CONTROLS SHALL BE IN ACCORDANCE WITH MAINTENANCE OF TRAFFIC (MOT) NOTES: CROSS OVER. REPLACED TO ADA COMPLIANCE FOR BIKES FOR SAFE 26. EXISTING DRAINAGE GRATES TO BE ADJUSTED OR 527. SELECTED FROM MDC TESTED PRODUCTS LIST ARTICLE 25. DETECTABLE WARNING SURFACES (DWS) MUST BE FREE, MIN 48” CLEAR PATH WITH FLUSH UTILITIES. 24. “EXISTING TO REMAIN” SIDEWALKS MUST BE BARRIER NON-SLIPPERY". SUBMIT SAMPLES FOR EVALUATION. 23. PAINTED CROSSWALKS MUST BE "FIRM STABLE AND CITY CONSTRUCTION MANAGER. SHALL BE EXECUTED WITH COPIES PROVIDED TO THE BETWEEN THE PROPERTY OWNER AND THE CONTRACTOR WORK, A RIGHT-OF-ENTRY AGREEMENT OF LEASE APPROVAL FROM THE OWNER. PRIOR TO BEGINNING CONDUCTED ON ABUTTING PRIVATE PROPERY WITHOUT 22. STAGING AND MATERIAL STORAGE SHALL NOT BE MOBILIZATION. CONSTRUCTION. COST TO BE INCLUDED IN ITEM 101-1, LEAST SEVEN (7) DAYS BEFORE BEGINNING THE AFFECTED RESIDENTS, AND BUSINESSES AT SPANISH LANGUAGE PUBLIC INFORMATION FLYERS TO PROJECT MANAGER, SHALL DISTRIBUTE ENGLISH AND 21. THE CONTRACTOR, IN CONJUNCTION WITH THE CITY OF TRAFFIC BID ITEM. THIS WORK SHALL BE INCLUDED IN THE MAINTENANCE EACH SIGNIFICANT PHASE OF CONSTRUCTION. COST OF PROJECT CONSTRUCTION SIGNS PRIOR TO THE START OF INCLUDING CITIZEN NOTIFICATION LETTERS AND HANDLING OF PUBLIC INFORMATION MATERIALS, 20. THE CONTRACTOR SHALL ASSIST THE CITY WITH THE PROVIDING A PROPER STAGING AREA. 19. THE CONTRACTOR SHALL BE RESPONSIBLE FOR GIVEN. FENCING, ETC. NO ADDITIONAL COMPENSATION WILL BE NOT LIMITED TO SIDEWALK, PAVEMENT, LANDSCAPING, RESULT OF CONSTRUCTION ACTIVITIES SUCH AS BUT 18. CONTRACTOR TO REPAIR ALL DAMAGES INCURRED AS A PUBLIC HEALTH AND WELFARE. 17. CONTRACTOR WILL SECURE WORK SITE TO PROTECT THE WORK. DISCREPANCIES TO THE ENGINEER PRIOR TO STARTING CURRENT SITE CONDITIONS, AND SHALL REPORT RESPONSIBLE FOR FAMILIARIZING HIMSELF WITH CONSIDERED APPROXIMATE. CONTRACTOR SHALL BE ON THE BEST AVAILABLE INFORMATION, AND SHOULD BE 16. THE INFORMATION PROVIDED ON THE PLANS IS BASED PUBLIC WORKS DEPARTMENT, SECTION 40. 15. PAVEMENT RESTORATION: AS PER MIAMI-DADE COUNTY WERE PRESENT PRIOR TO CONSTRUCTION. AFOREMENTIONED DETAILS, IF EXISTING MARKINGS CONSTRUCTION SHALL BE PROPERLY MARKED PER THE INTERSECTION PAVEMENT DISTURBED BY WORKS DEPARTMENT DETAIL R18.1 AND R18.2. ALL CONDITION, PER THE MIAMI-DADE COUNTY PUBLIC SHALL BE IMMEDIATELY RESTORED TO ORIGINAL 14. EXISTING PAVEMENT MARKINGS AND STREET SIGNS THE AS- BUILT RECORDS OF ALL IMPROVEMENTS. REGISTERED LAND SURVEYOR TO PREPARE AND CERTIFY 13. THE CONTRACTOR SHALL ENGAGE A FLORIDA ADDITIONAL COST TO THE CITY. SHALL BE INCIDENTAL TO THE CONTRACT AT NO BACKFILL AND COMPACTING AROUND THESE SERVICES ADDITIONAL COST OF EXCAVATING, INSTALLING, SERVICES FROM THE UTILITY COMPANIES. THE CONTRACTOR SHALL REQUEST THE LOCATION OF THESE WHICH MAY NOT BE SHOWN ON THE PLANS. THE TELEPHONE, GAS, WATER, AND/OR SEWER LATERALS ADJACENT TO THE PROJECT MAY HAVE ELECTRIC, 12. THE CONTRACTOR IS ADVISED THAT PROPERTIES ITEM 102-1, MAINTENANCE OF TRAFFIC. MAINTAINING OF EXISTING SIGNS TO BE INCLUDED IN REPLACED AT NO ADDITIONAL COST. COST OF DAMAGED SIGNS DURING CONSTRUCTION SHALL BE THE PRE-CONSTRUCTION CONFERENCE. ANY LOST OF EXISTING MESSAGES TO THE PROJECT ENGINEER AT 4. THE CONTRACTOR SHALL SUBMIT A LIST OF THE ASPHALT. PAVEMENT MESSAGE WITHOUT DAMAGING THE DEMONSTRATED TO COMPLETELY REMOVE THE ALTERNATIVE METHOD OF REMOVAL, IF IT CAN BE PAVEMENT MESSAGE. THE ENGINEER MAY APPROVE AN CONDITION THAN PRIOR TO INSTALLATION OF SURFACE WILL BE LEFT IN EQUAL OR BETTER REMOVED BY THE CONTRACTOR AND THE ASPHALT 3. INCORRECTLY PLACED PAVEMENT MESSAGES WILL BE THE CITY. EXTREME LOCATION CHANGES MUST BE APPROVED BY ADJUSTED SLIGHTLY AS DIRECTED BY THE ENGINEER. DRIVEWAYS, WHEELCHAIR RAMPS, ETC., MAY BE ARE IN CONFLICT WITH LIGHTING, UTILITIES, 2. SIGN ASSEMBLY LOCATIONS SHOWN ON PLANS WHICH HIGHWAY SIGNS. FEDERAL HIGHWAY AND ADMINISTRATION STANDARD COMPLY WITH THE MOST RECENT EDITION OF THE NOTED. ALL SIGN PANELS SHALL BE FABRICATED TO DESIGN STANDARDS (2019-2020) UNLESS OTHERWISE (MUTCD), FLORIDA DEPARTMENT OF TRANSPORTATION CONTROL DEVICES FOR STREET AND HIGHWAYS ADMINISTRATION (FHWA) MANUAL OF UNIFORM TRAFFIC CURRENT EDITION OF THE FEDERAL HIGHWAY PART OF THESE PLANS SHALL CONFORM TO THE 1. ALL SIGNING AND PAVEMENT MARKINGS INSTALLED AS SIGNING & PAVEMENT MARKING NOTES: PROJECT COST. COST SHALL BE DEEMED INCIDENTAL TO THE TOTAL PRIOR TO FINAL ACCEPTANCE AND FINAL PAYMENT. CONSTRUCTION DEBRIS, AND OTHER FOREIGN MATERIAL STRUCTURES SHALL BE FREE OF ALL SILT, COMPLETED. ALL EXISTING AND COMPLETED DRAINAGE INLET GRATE UNTIL CONSTRUCTION OPERATIONS ARE SHALL PLACE FILTER FABRIC BETWEEN FRAME AND SILT AND CONSTRUCTION DEBRIS. THE CONTRACTOR CONSTRUCTION ACTIVITIES AND CONTAMINATION BY DRAINAGE STRUCTURES SHALL BE PROTECTED FROM CONSTRUCTION AT NO ADDITIONAL COST. ALL EXISTING EXISTING INLETS CLEAN OF DEBRIS, ETC. DURING 1. THE CONTRACTOR IS RESPONSIBLE FOR KEEPING DRAINAGE NOTES: 107 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL EXISTING LAKE WATER EDGE COURT (SAND)VOLLEYBAYY SHELTERCONCRETECOVEREDSIDEWALK ASPHALT CONST. 6' BE LEVEL SHLDR. TO 8 ¡ OF CONSTRUCTION CONST. PERIMETER TRAIL ¡ OF CONSTRUCTION OF PAVEMENT EXIST. EDGE OF PAVEMENT EXIST. EDGE 30 10 LOOKOUT SPACE BICYCLE RAILING & PEDESTRIAN/ RETAINING WALL WATER EDGE R/W LINE 10.4210 CONST. PERIMETER TRAIL TYPICAL 2' PAVED SHLDR S.W. 81st STREET CURVE 21 CURVE 218 CURVE 217 CURVE 216 TYPICAL 2' SHLDR TYPICAL 2' SHLDR EL. 9.00 4.00 LT +24.95, EL. 8.90 4.00 LT +00.00, EL. 8.96 4.05 LT +52.87, EL. 8.96 4.00 LT +59.05, EL. 8.24 6.00 LT +15.78, EL. 8.01 16.00 LT +25.78, EL. 7.96 16.00 LT +35.78, EL. 8.11 6.00 LT +45.78, EL. 8.06 6.00 LT +52.19, 6.00 LT +93.72, EL. AT CAP 8.70 6.00 LT +96.28, BICYCLE RAILING & PEDESTRIAN END RETAINING WALL EL. 8.76 4.00 LT +00.28, EL. 8.85 4.00 LT +24.14,8STA. 12+02.42 BK STA. 1+00.00 AH. =121S 87° 50' 36.51" W 230.81' 90°1+00SURVEY £ NW 64 AV.S.W. 64TH AV. SURVEY £ 1+03.29 STA. 12+02.42 BK STA. 1+00.00 AH. =N 2° 9' 23.49" WLEGEND TREE TO BE REMOVED OR RELOCATED PALM TO BE REMOVED OR RELOCATED EL. X.XX STA./OFF LT/RT AND ELEVATION PROPOSED STATION/OFFSET ALL ELEVATIONS AND DIMENSIONS ARE IN FEET1- NOTED AND/OR APPROVED BY ARBORIST AND CITY ALL OTHER TREES/PALMS TO REMAIN UNLESS 2- SHEETS 16 THRU 19. TREES TO REMAIN, RELOCATE AND REMOVE, SEE FOR ADDITIONAL INFORMATION ON TREE TYPE, 3- NOTE: SIGN RELOCATE SIGN RELOCATE WATER WATER CL 1P R C ST A. 1+24.95PI STA. 1+12.7010PC STA. 10+52.19PT STA. 10+93.72 PI STA. 1 0 +7 3. 7 1 11PC STA. 11+24.14PCC STA. 11+49.79PI ST A. 11+37.14 12PT STA . 1 2+ 0 2 .4 2 PI STA. 11+76.26CURVE DATA LOOP-21 PI STA. = 1+12.70 T = 12.70 L = 24.95 R = 54.00 PC STA. = 1+00.00 PT STA. = 1+24.95 CURVE DATA LOOP-216 PI STA. = 10+73.71 T = 21.52 L = 41.53 R = 64.00 PC STA. = 10+52.19 PT STA. = 10+93.72 CURVE DATA LOOP-217 PI STA. = 11+37.14 T = 13.00 L = 25.65 R = 64.00 PC STA. = 11+24.14 PT STA. = 11+49.79 CURVE DATA LOOP-218 PI STA. = 11+76.26 T = 26.47 L = 52.63 R = 196.00 PC STA. = 11+49.79 PT STA. = 12+02.42 N 20 Feet 0 5 6TRAIL PLAN MATCH LINE A (SEE SHEET 7)MATCH LINE D (SEE SHEET 9)108 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL WATER ELEC WATER ELEC PT STA. 1+49.97 PI STA. 1+38.19 PC STA. 1+62.852PT STA. 2+11.91PI STA. 1+92.04 PC STA. 2+72.553PRC STA. 3+16.12PI STA. 2+94.36PT STA. 3+34.52PI STA. 3+25.45CURVE DATA LOOP-22 PI STA. = 1+38.19 T = 13.24 L = 25.03 R = 31.00 PC STA. = 1+24.95 PT STA. = 1+49.97 CURVE DATA LOOP-23 PI STA. = 1+92.04 T = 29.19 L = 49.06 R = 36.00 PC STA. = 1+62.85 PT STA. = 2+11.91 CURVE DATA LOOP-24 PI STA. = 2+94.36 T = 21.82 L = 43.57 R = 346.41 PC STA. = 2+72.55 PT STA. = 3+16.12 CURVE DATA LOOP-25 PI STA. = 3+25.45 T = 9.33 L = 18.40 R = 46.00 PC STA. = 3+16.12 PT STA. = 3+34.52 WATER EDGE ¡ OF CONSTRUCTION TRAIL PERIMETER CONST. BUILD. EXIST. 5' CONC. WALK ASPHALT PAVE MENT BUILDING 1 STORY EXISTING BUILDING1 STORYEXISTINGDECKWOODCURVE 25 CURVE 24 CURVE 23 CURVE 22 TYPICAL 2' SHLDR EL. 7.94 4.00 LT +11.91, EL. 4.71 4.00 LT +34.52, EL. 5.53 4.00 LT +16.12, EL. 5.75 4.00 LT +72.55, EL. 9.26 4.00 LT +62.85, EL. 9.00 4.00 LT +49.97,88 ALL ELEVATIONS AND DIMENSIONS ARE IN FEET1- NOTED AND/OR APPROVED BY ARBORIST AND CITY ALL OTHER TREES/PALMS TO REMAIN UNLESS 2- SHEETS 16 THRU 19. TREES TO REMAIN, RELOCATE AND REMOVE, SEE FOR ADDITIONAL INFORMATION ON TREE TYPE, 3- NOTE: LEGEND TREE TO BE REMOVED OR RELOCATED PALM TO BE REMOVED OR RELOCATED EL. X.XX STA./OFF LT/RT AND ELEVATION PROPOSED STATION/OFFSET 4.00 RT +76.88 4.00 RT +71.31 EL. MATCH EXIST.) 15.27 RT +77.06 EL. MATCH EXIST.) 14.60 RT +74.40 EL. MATCH EXIST.) 15.01 RT +70.01 EL. MATCH EXIST.) 22.23 RT +60.85 SIGN RELOCATE CONST. ASPHALT SIDEWALK N 20 Feet 0 5 7TRAIL PLAN MATCH LINE A (SEE SHEET 6)MATCH LINE B (SEE SHEET 8)109 4/23/2020ediaz C:\Users\ediaz.MARLIN\Desktop\MEI Projects\2019001.000 Fuchs Park Trail\20190010000\Roadway\PLAN\PLANRD04.dgn1:15:45 PM DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL PC STA. 3+80.204 PRC STA. 4+53.86PI STA. 4+18.655PRC STA. 5+23.82PI STA. 4+90.47PRC STA. 5+73.79PI STA. 5+57.42PRC STA. 5+89.59PI STA. 5+81.856PT STA. 6+34.32PI STA. 6+12.48PC STA. 6+34.33 PI STA. 6+45.28CURVE DATA LOOP-26 PI STA. = 4+18.65 T = 38.45 L = 73.66 R = 104.00 PC STA. = 3+80.20 PT STA. = 4+53.86 CURVE DATA LOOP-27 PI STA. = 4+90.47 T = 36.62 L = 69.96 R = 96.00 PC STA. = 4+53.86 PT STA. = 5+23.82 CURVE DATA LOOP-28 PI STA. = 5+57.42 T = 33.60 L = 49.97 R = 29.22 PC STA. = 5+23.82 PT STA. = 5+73.79 CURVE DATA LOOP-29 PI STA. = 5+81.85 T = 8.06 L = 15.79 R = 31.95 PC STA. = 5+73.79 PT STA. = 5+89.59 CURVE DATA LOOP-210 PI STA. = 6+12.48 T = 22.89 L = 44.73 R = 85.35 PC STA. = 5+89.59 PT STA. = 6+34.32 EXISTING LAKE WATER EDGE 6 8¡ OF SW 65 AVE.S.W. 65TH AVENUE¡ OF CONSTRUCTION OF PAVEMENT EXIST. EDGE 8INFORMATION SHEET FOR ADDITIONAL SEE LOOKOUT DETAILS (LOOKOUT SPACE) 6" CONCRETE SLAB WATER EDGE OF PAVEMENT EXIST. EDGE 5' CONC. WALK S.W. 80th STREET CURVE 211 CURVE 210 CURVE 29 CURVE 28 CURVE 27 CURVE 26 TYPICAL 2' SHLDR CONST. PERIMETER TRAIL EL. 6.93 4.00 LT +34.33, EL. 7.22 4.00 LT +89.59, EL. 6.82 4.00 LT +73.79, EL. 5.45 4.00 LT +23.82, EL. 5.26 4.00 LT +53.86, EL. 5.23 4.00 LT +11.26,EL. 5.19 4.00 LT +04.98, EL. 4.76 4.00 LT +80.20,88LEGEND TREE TO BE REMOVED OR RELOCATED PALM TO BE REMOVED OR RELOCATED EL. X.XX STA./OFF LT/RT AND ELEVATION PROPOSED STATION/OFFSET ALL ELEVATIONS AND DIMENSIONS ARE IN FEET1- NOTED AND/OR APPROVED BY ARBORIST AND CITY ALL OTHER TREES/PALMS TO REMAIN UNLESS 2- SHEETS 16 THRU 19. TREES TO REMAIN, RELOCATE AND REMOVE, SEE FOR ADDITIONAL INFORMATION ON TREE TYPE, 3- NOTE: TO REMAIN EXIST. SIGN N 20 Feet 0 5 8TRAIL PLAN MATCH LINE B (SEE SHEET 7)MATCH LINE C (SEE SHEET 9) 110 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL WATER ELEC WATER WATER GAS SAN WATER WATER CLPRC STA. 6+55.83PCC STA. 6+75.45PI STA. 6+65.75 PRC STA. 6+97.55PI STA. 6+86.51 7PT STA. 7+01.49PI STA. 6+99.53 PC STA. 7+24.278PT STA. 8+25.37PI STA. 7+88.849CURVE DATA LOOP-211 PI STA. = 6+45.28 T = 10.95 L = 21.50 R = 46.00 PC STA. = 6+34.33 PT STA. = 6+55.83 CURVE DATA LOOP-212 PI STA. = 6+65.75 T = 9.92 L = 19.62 R = 54.00 PC STA. = 6+55.83 PT STA. = 6+75.45 CURVE DATA LOOP-213 PI STA. = 6+86.51 T = 11.05 L = 22.10 R = 304.00 PC STA. = 6+75.45 PT STA. = 6+97.55 CURVE DATA LOOP-214 PI STA. = 6+99.53 T = 1.98 L = 3.94 R = 21.00 PC STA. = 6+97.55 PT STA. = 7+01.49 CURVE DATA LOOP-215 PI STA. = 7+88.84 T = 64.58 L = 101.11 R = 64.00 PC STA. = 7+24.27 PT STA. = 8+25.37 EXISTING LAKE WATER EDGE R/W LINE WATER EDGE ¡ OF CONSTRUCTION 10TYPICAL 2' PAVED SHLDR TYPICAL 2' PAVED SHLDR TYPICAL 2' SHLDR OF PAVEMENT EXIST. EDGE S.W. 81st STREET10OF PAVEMENT EXIST. EDGE 15'¡ OF SW 65 AVE.S.W. 65TH AVENUEWATER EDGE FROM 1:6 TO 2% TRANSITION SHDR CONST. PERIMETER TRAIL ¡ OF CONSTRUCTION BICYCLE RAILING & PEDESTRIAN/ RETAINING WALL LEGEND TREE TO BE REMOVED OR RELOCATED PALM TO BE REMOVED OR RELOCATED NOTE: EL. X.XX STA./OFF LT/RT AND ELEVATION PROPOSED STATION/OFFSET ALL ELEVATIONS AND DIMENSIONS ARE IN FEET1- NOTED AND/OR APPROVED BY ARBORIST AND CITY ALL OTHER TREES/PALMS TO REMAIN UNLESS 2-& PEDESTRIAN/BICYCLE RAILING BEGIN RETAINING WALL 6.79 AT TOP OF CAP AT SHDR 6.0 LT, +24.2 TYPICAL 2' SHLDR CURVE 214 CURVE 213 CURVE 212 CURVE 215 CONST. PERIMETER TRAIL EL. 6.6 4.00 LT +55.80, EL. 6.90 4.00 LT +97.55, EL. 6.71 6.00 RT +75.45, EL. 6.90 4.00 LT +01.49, 4.00 LT +20.27 EL. 8.90 6.00 LT +25.37, 8 10 EL. 6.55 4.00 LT +75.45, SHEETS 16 THRU 19. TREES TO REMAIN, RELOCATE AND REMOVE, SEE FOR ADDITIONAL INFORMATION ON TREE TYPE, 3- 6.81, RT +52.34, BEGIN GRAVITY WALL EL. 6.76 6.00 RT +55.83, EL. 6.77 +79.53, 6.00 RT END GRAVITY WALL SIGN RELOCATE SIGN RELOCATE SIGN RELOCATE N 20 Feet 0 5 9TRAIL PLAN SHEET SEE GRAVITY WALL DETAIL FOR ADDITIONAL INFORMATION MATCH LINE C (SEE SHEET 8)MATCH LINE D (SEE SHEET 6)111 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL 10 0 10 Feet 2 N MARK SIZE REINFORCING F-1 OR APPROVED EQUAL SEE POLIGON DESIGN OR APPROVED EQUAL SEE POLIGON DESIGN ROOF FRAMING PLAN STEEL FRAMING PLAN FRONT VIEW ELEVATION SIDE VIEW ELEVATION N.T.S. N.T.S.N.T.S. N.T.S. 4 12 3.77'14.0'14.0' ASPHALTIC PATH SLAB 6" CONCRETE 1" MAX. (TYP)1" MAX. (TYP)POLIGON PRE-FAB SHELTER SCHEMATIC DRAWINGS2.51.57.5 CLEAR9.59.08.0BLDG TYPE: SSG 8X9 ROOF TYPE: MULTI-RIB SLAB FOOTING SCHEDULE N.T.S. LOOKOUT CONCRETE PAD DETAIL LOOKOUT DETAILS TOP OF BANK WATER EDGE ¡ OF CONSTRUCTION 3.77'6.46'7.0'6.0' 90°4" MIN. (TYP.)1-1/2" DEEP (WITHIN 12 HOURS) 3/16" SAW CUT JOINT, (*) TYPICAL CONCRETE PAD LIMITS CONCRETE PAD LIMITSCONCRETE PAD LIMITS CONCRETE PAD LIMITS(*): SAW CUT JOINT DETAIL N.T.S. COLUMN FOOTER TYP. (**) SEE DETAIL THIS SHEET (**) SAW CUT JOINT (TYP.) F-1 F-1 EL. 5.23 +09.12, 4.00 LT EL. 5.19 +02.83, 4.00 LT EL. 5.39 +09.12, 4.00 RT EL. 5.33 +02.83, 4.00 RT EL. 5.39 +02.83, 6.00 RT EL. 5.39 +09.12, 6.00 RT EL. 4.90 +15.30, 6.00 LT EL. 4.76 +96.03, 6.00 LT EL. 5.11 13.62 LT +12.72, EL. 5.07 13.30 LT +08.14, EL. 5.01 12.51 LT +01.35, EL. 4.97 11.77 LT +96.90, EL. 4.41 26.83 LT +89.80, EL. 4.90 27.59 LT +11.65, EL. 4.55 29.70 LT +14.26, MATCH EXISTING MATCH EXISTING MATCH EXISTING MATCH EXISTING 23 236 14149.358SHLDR. TYP. CONCRETE PAD OUTLOOK 6" CONST. PERIMETER TRAIL EL. 4.76 25.41 LT +93.07, (TYP.) 1:6 SLOPE 2.0' FOOTING DESIGN SHALL BE PROVIDED BY POLIGON NOTE: ALL REQ'D FL NOA'S, ENGINEERING DRAWINGS, CALCULATIONS AND 4 112 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL 0.02 N.T.S. EL. 6.71 4.00 RT +75.45, EL. 6.76 4.00 RT +55.83, EL. 6.6 4.00 LT +55.80, EL. 6.55 4.00 LT +75.45, EL. 6.77 (SHLDR) +79.53, END GRAVITY WALL EL. 6.81 (SHLDR) +52.34, 6.00, RT BEGIN GRAVITY WALL CONST. PERIMETER TRAIL ¡ OF CONSTRUCTION 82 2' SHLDR (SOD) 2' SHLDR (SOD) 2' SHLDR (SOD) 2' SHLDR (PAVED) PROTECTED TREE TO BE LEGEND TREE TO BE REMOVED OR RELOCATED NOTE: ALL ELEVATIONS AND DIMENSIONS ARE IN FEET1- NOTED AND/OR APPROVED BY ARBORIST AND CITY ALL OTHER TREES/PALMS TO REMAIN UNLESS 2- SHEETS 16 THRU 19. TREES TO REMAIN, RELOCATE AND REMOVE, SEE FOR ADDITIONAL INFORMATION ON TREE TYPE, 3- TOP OF WALL EL. 9.0 VARIES (6.71 TO 6.81) BACK OF SHLDR. 4.0 2.0' MAX .1 :4 EL. 9.0 (T.O.W.) EL. 6.71 (SHLDR) 6.00 RT +75.45, EL. 9.0 (T.O.W.) EL. 6.76 (SHLDR) 6.00 RT +55.83, CROSS SECTION AT WALL DETAIL STA. 6+52.34 TO 6+79.53 LEVEL 10 9 8 7 6 5 4 6+80 +60 +40 BOTTOM OF WALL 6.766.719.09.0WALL ELEVATION GRAVITY WALL DETAIL BACK OF PAVED SHLDR. MATCH EXISTNG EL. 6.81 4.00 RT +52.34, EL. 6.77 4.00 RT +79.53, 6.816.7711 113 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL LANDSCAPING DETAILS 12 114 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL J. FILTER FABRIC SHOULD BE USED FOR STORM DRAIN INLET PROTECTION BEFORE FINAL STABILIZATION. A TEMPORARY SEDIMENT SUMP SHALL BE CONSTRUCTED. SWALE, I. WHERE REQUIRED TO PREVENT EROSION FROM SHEET FLOW ACROSS BARE GROUND FROM ENTERING A LAKE OR PLACED BEFORE SILT BARRIERS ARE REMOVED. BE H. SOD SHALL BE PLACED FOR A 2-FOOT WIDE STRIP ADJOINING ALL CURBING AND AROUND ALL INLETS. SOD SHALL OF BANK TO TWO FEET BELOW NORMAL WATER LEVEL, AS APPLICABLE. TOP G. SLOPES OF BANKS OF RETENTION/DETENTION PONDS SHALL BE CONSTRUCTED NOT STEEPER THAN 3H:1V FROM BARRIERS. BARRIERS SHALL BE REMOVED PROMPTLY AFTER THE END OF THE MAINTENANCE PERIOD SPECIFIED FOR THE F. SILT BARRIERS, ANY SILT WHICH ACCUMULATES BEHIND THE BARRIERS, AND ANY FILL USED TO ANCHOR THE FROM DISTURBED AREAS. WHEN NEEDED A TEMPORARY SEDIMENT TRAP SHOLD BE CONSTRUCTED TO DETAIN SEDIMENT-LADEN RUNOFF 3. PLACE UNTIL SODDING AROUND INLETS IS COMPLETE. REMAIN IN AS SOON AS PRACTICAL DURING THE VARIOUS STAGES OF INLET CONSTRUCTION. SILT BARRIERS SHALL STORMWATER INLETS SHALL BE PROTECTED DURING CONSTRUCTION. PROTECTION MEASURES SHALL BE EMPLOYED 2. IN GENERAL, EROSION SHALL BE CONTROLLED AT THE FURTHEST PRACTICAL UPSTREAM LOCATION. 1. THEY SHALL BE EMPLOYED AS NEEDED IN ACCORDANCE WITH THE FOLLOWING: DOWNSTREAM OF ANY CONSTRUCTION ACTIVITY. WHILE THE VARIOUS MEASURES REQUIRED WILL BE SITE SPECIFIC, E. EROSION CONTROL MEASURES SHALL BE EMPLOYED TO MINIMIZE TURBIDITY OF SURFACE WATERS LOCATED D. WHERE PRACTICAL, STORMWATER SHALL BE CONVEYED BY SWALES. EROSION. RESPONSIBLE FOR ADJUSTING THE EROSION CONTROL MEASURES (COMPOST SOCK DEVICES, ETC.) TO PREVENT C. DUE TO THE GRADE CHANGES DURING THE DEVELOPMENT OF THE PROJECT, THE CONTRACTOR SHALL BE AND EROSION. B. SLOPES SHALL BE LEFT IN A ROUGHENED CONDITION DURING THE GRADING PHASE TO REDUCE RUNOFF VELOCITIES STABILIZATION OF THE SITE. ANY SEDIMENT THAT MAY HAVE COLLECTED IN THE STORM SEWER DRAINAGE SYSTEMS IN CONJUNCTION WITH THE A. CONTRACTORS OR SUBCONTRACTORS WILL BE RESPONSIBLE FOR REMOVING SEDIMENT FROM DETENTION PONDS AND STORM WATER EROSION CONTROL PRACTICES: LIQUIDS FOR DUST SUPPRESSION OPERATIONS IS PROHIBITED. ALL DUST ON THE SITE SHALL BE CONTROLLED. THE USE OF MOTOR OILS AND OTHER PETROLEUM BASED OR TOXIC B. FENCE AND GATE. CONTROL FENCES. A 6-FT GEOTEXTILE FILTER FIBER SHOULD BE HANGING AGAINST THE EXISTING CHAIN LINK NECESSARY FOR SUCH CONTROL SHALL BE EMPLOYED. THESE METHODS SHOULD INCLUDE ERECTION OF DUST EFFECTIVE IN CONTROLLING WIND EROSION AND/OR TRANSPORT OF FUGITIVE DUST, OTHER METHODS AS ARE AT ANY TIME BOTH DURING AND AFTER SITE CONSTRUCTION THAT WATERING AND/OR VEGETATION ARE NOT 3. FOR DETAILS).PRACTICES WATERED SUFFICIENTLY TO STABILIZE THE TEMPORARY GROUNDCOVER (SEE TEMPORARY STABALIZATION SCHEDULED FOR CONSTRUCTION ACTIVITIES SHALL BE COVERED WITH HAY OR OVERSEEDED AND PERIODICALLY TO THE GRADING PLAN AND/OR LANDSCAPE PLAN. CLEARED SITE DEVELOPMENT AREAS NOT CONTINUALLY SEEDED NO LATER THAN 14 DAYS AFTER THE LAST CONSTRUCTION ACTIVITY OCCURRING IN THESE AREAS. REFER PERMANENTLY SEEDED (SEE PERMANENT STABALIZATION PRACTICES FOR DETAILS). THESE AREAS SHALL BE DISTURBED PORTIONS OF THE SITE WHERE CONSTRUCTION ACTIVITY HAS PERMANENTLY STOPPED SHALL BE 2. CONSTRUCTION. EFFECTIVELY WATERED. IN NO CASE SHALL FUGITIVE DUST BE ALLOWED TO LEAVE THE SITE UNDER FUGITIVE DUST. IT MAY BE NECESSARY TO LIMIT CONSTRUCTION VEHICLE SPEED IF BARE EARTH HAS NOT BEEN BARE EARTH AREAS SHALL BE WATERED DURING CONSTRUCTION AS NECESSARY TO MINIMIZE THE TRANSPORT OF 1. WIND EROSION SHALL BE CONTROLLED BY EMPLOYING THE FOLLOWING METHODS AS NECESSARY AND APPROPRIATE:A. WIND EROSION CONTROL PRACTICES: PLANNING AND CONSTRUCTION OF ALL IMPROVEMENTS. SURFACE WATER QUALITY SHALL BE MAINTAINED BY EMPLOYING THE FOLLOWING BMP'S IN THE CONSTRUCTION J. LOCATIONS SHALL BE NOTED ON THE SITE MAP AND PERMITTED IN ACCORDANCE WITH GENERAL PERMIT REQUIREMENTS. SEDIMENTATION THROUGH IMPLEMENTATION OF BEST MANAGEMENT PRACTICES. STOCKPILE AND BORROW AREA ON-SITE & OFF-SITE SOIL STOCKPILE AND BORROW AREAS SHALL BE PROTECTED FROM EROSION AND I. EMPLOYED AS SOON AS POSSIBLE DURING CONSTRUCTION. CAVE-INS. WHILE THE VARIOUS TECHNIQUES REQUIRED WILL BE SITE AND PLAN SPECIFIC, THEY SHOULD BE GENERAL EROSION CONTROL BMPS SHALL BE EMPLOYED TO MINIMIZE SOIL EROSION AND POTENTIAL LAKE SLOPE H. UNTIL SAID AREAS HAVE BEEN STABILIZED AND SHALL BE REMOVED ONCE FINAL STABILIZATION IS COMPLETE. SHALL COMMENCE ONCE PERIMETER CONTROLS ARE IN PLACE. PERIMETER CONTROLS SHALL BE ACTIVELY MAINTAINED PERIMETER CONTROL MEASURES. CLEARING AND GRUBBING FOR THE REMAINING PORTIONS OF THE PROPOSED SITE CONTRACTOR SHALL BEGIN CLEARING AND GRUBBING THOSE PORTIONS OF THE SITE NECESSARY TO IMPLEMENT G. PERMIT. CONTRACTOR SHALL MINIMIZE CLEARING TO THE MAXIMUM EXTENT PRACTICAL OR AS REQUIRED BY THE GENERAL F. CONSTRUCTION ACTIVITY IMPACTING STATE WATERS OR REGULATED WETLANDS ON SITE AT ALL TIMES. SITE MAP MUST CLEARLY DELINEATE ALL STATE WATERS. CONTRACTOR MUST MAINTAIN ALL PERMITS FOR ANY E. DIRECTED BY PERMITTING AGENCY OR OWNER. REQUIREMENTS OR MANUAL OF PRACTICE, AS APPLICABLE. CONTRACTOR SHALL IMPLEMENT ADDITIONAL CONTROLS AS BEST MANAGEMENT PRACTICES (BMPS) AND CONTROLS SHALL CONFORM TO FEDERAL, STATE, OR LOCAL D. COST TO THE OWNER THROUGHOUT ALL PHASES OF CONSTRUCTION. ADDITIONAL BEST MANAGEMENT PRACTICES SHALL BE IMPLEMENTED AS DICTATED BY CONDITIONS AT NO ADDITIONAL STORM WATER TURBIDITY MANAGEMENT15. SOIL EROSION CONTROL14. SANITARY/SEPTIC WASTE MANAGEMENT13. CONTAMINATED SOIL MANAGEMENT12. SPILL PREVENTION AND CONTROL11. STRUCTURE CONSTRUCTION AND PAINTING10. SANDBLASTING WASTE MANAGEMENT9. CONCRETE WASTE MANAGEMENT8. HAZARDOUS WASTE MANAGEMENT7. SOLID WASTE MANAGEMENT6. PREVENT/REDUCE OUTDOOR STORAGE OF RAW MATERIALS, PRODUCTS, AND BY-PRODUCTS5. PROPER OUTDOOR LOADING/UNLOADING OF MATERIALS4. VEHICLE AND EQUIPMENT MAINTENANCE AND REPAIR3. PREVENT/REDUCE VEHICLE AND EQUIPMENT WASHING AND STEAM CLEANING2. FUEL SPILLS AND LEAKS PREVENTION1. INCLUDING BUT NOT LIMITED TO THE FOLLOWING: CONTRACTOR SHALL IMPLEMENT BEST MANAGEMENT PRACTICES (BMP) IN ALL CONSTRUCTION ACTIVITIES C. PERMIT (NPDES PERMIT) AND BECOME FAMILIAR WITH THEIR CONTENTS. COPY OF THIS DRAWING AND THE STATE OF FLORIDA NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM GENERAL ALL CONTRACTORS AND SUBCONTRACTORS INVOLVED WITH STORM WATER POLLUTION PREVENTION SHALL OBTAIN A B. RELATED DOCUMENTS. THE STANDARD DETAILS, THE NPDES PERMIT (TO BE OBTAINED BY CONTRACTOR) AND ALL SUBSEQUENT REPORTS AND THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) IS COMPRISED OF THESE EROSION CONTROL DRAWINGS, A. GENERAL EROSION CONTROL NOTES: INCIDENTAL TO THE PROJECT LUMP SUM COST. NPDES DOCUMENT AND OBTAIN THE NPDES PERMIT. ALL COST ASSOCIATED WITH SUCH WORK SHALL BE DEEMED COMMENCEMENT OF CONSTRUCTION. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO PREPARE THE REQUIRED (NPDES) REQUIREMENTS. CONTRACTOR SHALL PREPARE REQUIRED NPDES DOCUMENTATION AND OBTAIN PERMIT PRIOR TO CURRENT FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION NATIONAL POLLUTION DISCHARGE ELIMINATION SYSTEM SHALL PROVIDE POLLUTION PREVENTION AND EROSION CONTROL MEASURES AS SPECIFIED IN ACCORDANCE WITH THE SHOULD BE NOTED THAT THE MEASURES IDENTIFIED ON THIS PLAN ARE ONLY SUGGESTED BMP(S). THE CONTRACTOR EMPLOYED. ALSO IDENTIFIED IS A CROSS -REFERENCE TO A DIAGRAM OR FIGURE REPRESENTING THE TECHNIQUE. IT IDENTIFIED UNDER EACH SECTION INDICATE THE APPROPRIATE SITUATION WHEN THE TECHNIQUES SHOULD BE PREVENT POLLUTING THE AIR WITH DUST AND PARTICULATE MATTER. THE VARIOUS TECHNIQUES OR ACTIONS C. SEDIMENT PROTECTION OF STORM SEWER OR RECEIVING STREAM. B. PROTECTING TOPSOIL BY STOCKPILING FOR REUSE. PREVENT LOSS OF SOIL DURING CONSTRUCTION BY STORMWATER RUNOFF AND/OR WIND EROSION, INCLUDING A. PLAN ADDRESSES THE FOLLOWING: UNITED STATES ENVIRONMENTAL PROTECTION AGENCY (EPA) DOCUMENT NO. EPA 832/R-92-005 (SEPTEMBER 1992). THE CHAPTER 17-25, F.A.C., THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD), CHAPTER 40D-4, F.A.C. AND THE LAND DEVELOPMENT REGULATIONS, THE RULES OF THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP), THIS PLAN HAS BEEN PREPARED TO ENSURE COMPLIANCE WITH APPROPRIATE CONDITIONS OF THE MIAMI-DADE COUNTY BEST MANAGEMENT PRACTICES (BMPS): Storm Water Pollutions Prevention Plan 13 115 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL DISCHARGE INTO DRAINAGE DITCHES OR WATERS OF THE STATE. MATERIALS SHALL BE PREVENTED FROM LEAVING THE PREMISES THROUGH THE ACTION OF WIND OR STORM WATER RUBBISH, TRASH, GARBAGE, LITTER, OR OTHER SUCH MATERIALS SHALL BE DEPOSITED INTO SEALED CONTAINERS. D. WASTE AT LEAST THREE TIMES A WEEK TO PREVENT SPILLAGE ONTO THE SITE. SANITARY STATE LAWS. THE SUPERINTENDENT SHALL COORDINATE WITH THE LOCAL UTILITY FOR COLLECTION OF THE SANITARY WASTE - SANITARY WASTE SHALL BE COLLECTED AND DISPOSED OF IN ACCORDANCE WITH ALL LOCAL AND C. PROCEDURES. ENFORCING THE SHALL BE POSTED ON THE SITE. THE PERSON WHO MANAGES THE SITE SHALL BE RESPONSIBLE FOR FOR EMPLOYEES IN THE PROPER PRACTICES WHEN DEALING WITH HAZARDOUS WASTE MATERIALS. THESE PROCEDURES STATE LAWS OR AS DIRECTED BY THE MANUFACTURER. THE SUPERINTENDENT SHALL ORGANIZE THE PROPER TRAINING HAZARDOUS WASTE - HAZARDOUS WASTE MATERIALS SHALL BE DISPOSED OF IN ACCORDANCE WITH ALL LOCAL AND B. RESPONSIBLE FOR POSTING AND ENFORCING WASTE MATERIAL PROCEDURES. THE EMPLOYEES IN THE PROPER PRACTICES WHEN DEALING WITH WASTE MATERIALS. THE SUPERINTENDENT SHALL BE CONSTRUCTION WASTE MATERIALS SHALL BE BURIED ON SITE. THE SUPERINTENDENT SHALL ORGANIZE TRAINING FOR HAVE THE DUMPSTER EMPTIED AT LEAST TWICE A WEEK AND THE WASTE TAKEN TO AN APPROPRIATE LANDFILL. NO SHALL BE DEPOSITED IN THE DUMPSTER. THE SUPERINTENDENT SHALL COORDINATE WITH THE LOCAL UTILITIES TO SECURE LID IN ACCORDANCE WITH ALL LOCAL AND STATE LAWS. ALL TRASH AND CONSTRUCTION DEBRIS FROM THE SITE WASTE MATERIALS - ALL WASTE MATERIALS SHALL BE COLLECTED AND STORED IN A METAL DUMPSTER WITH A A. WASTE DISPOSAL: DRAINS MUST BE REMOVED IMMEDIATELY. ALL MATERIALS SPILLED, DROPPED, WASHED, OR TRACKED FROM VEHICLES ONTO ROADWAYS OR INTO STORM E. BEFORE IT IS CARRIED OFF THE SITE. SEDIMENT ROAD. IF WASHING IS USED, PROVISIONS MUST BE MADE TO INTERCEPT THE WASH WATER AND TRAP THE REMOVE THE MAJORITY OF DIRT OR MUD, THEN THE TIRES MUST BE WASHED BEFORE THE VEHICLES ENTER A PUBLIC IF THE ACTION OF VEHICLES TRAVELING OVER THE GRAVEL CONSTRUCTION ENTRANCES IS NOT SUFFICIENT TO D. ON SITE AND SHALL BE PROPERLY TREATED OR DISPOSED. ALL WASH WATER FROM CONCRETE TRUCKS, VEHICLE CLEANING, EQUIPMENT CLEANING, ETC. SHALL BE DETAINED C. FILTER PADS TO CLEAN UP SPILLS AS SOON AS POSSIBLE AFTER OCCURRENCE. SHALL USE, ABSORBENT CONTAIN SPILLS OF OIL, GREASE OR LUBRICANTS. CONTRACTORS SHALL HAVE AVAILABLE, AND BROAD DIKES, HAY BALES OR SILT SCREENS AROUND, AND SEDIMENT SUMPS WITHIN, SUCH AREAS AS REQUIRED TO DRAINAGE FEATURES INCLUDING STORMWATER COLLECTION AND TREATMENT SYSTEMS. CONTRACTORS SHALL PROVIDE MAINTENANCE AREAS SHALL BE DESIGNED TO PREVENT OIL, GREASE, AND LUBRICANTS FROM ENTERING SITE PORTABLE FACILITIES, OFFICE TRAILERS, AND TOILET FACILITIES. HEAVY CONSTRUCTION EQUIPMENT PARKING AND BE USED AS THE EQUIPMENT MAINTENANCE AND CLEANING AREA, EMPLOYEE PARKING AREA, AND AREA FOR LOCATION GENERAL CONTRACTOR SHALL DENOTE ON PLAN THE TEMPORARY PARKING AND STORAGE AREA WHICH SHALL ALSO B. TARPAULIN. ROCK RESULTING FROM CONSTRUCTION TRAFFIC. ALL TRUCKS HAULING MATERIALS OFFSITE SHALL BE COVERED WITH A MAJOR ROAD CONNECTED TO THE PROJECT SHALL BE CLEANED ONCE A DAY TO REMOVE ANY EXCESS MUD, DIRT OR STABILIZED CONSTRUCTION ENTRANCE SHALL BE PROVIDED TO REDUCE SEDIMENT TRACKING OFFSITE. THE A. OFFSITE TRACKING: CONTROL METHODS FOR EMPLOYEES THAT COMPLETE INSPECTIONS AND REPORTS. THE SUPERINTENDENT SHALL ORGANIZE THE TRAINING FOR INSPECTION PROCEDURES AND PROPER EROSION K. ALL REPAIRS MUST BE MADE WITHIN 24 HOURS OF REPORT. J. THE REPORTS SHALL BE AVAILABLE FOR ANY AGENCY THAT HAS JURISDICTION OVER EROSION CONTROL. CONSTRUCTION. AFTER CONSTRUCTION IS COMPLETED, THE REPORTS SHALL BE SAVED FOR AT LEAST THREE YEARS. CONTROL METHODS. THE REPORTS SHALL BE FILED IN AN ORGANIZED MANNER AND RETAINED ON-SITE DURING EROSION A MAINTENANCE REPORT SHALL BE COMPLETED DAILY AFTER EACH INSPECTION OF THE SEDIMENT AND I. DIVERSION DIKES SHALL BE INSPECTED MONTHLY. ANY BREACHES SHALL BE PROMPTLY REPAIRED.H. CALENDAR DAYS FOLLOWING THE INSPECTION. ALL MAINTENANCE OPERATIONS SHALL BE DONE IN A TIMELY MANNER BUT IN NO CASE LATER THAN SEVEN G. AND AFTER CONSTRUCTION IS COMPLETE. SHALL BE REMOVED FROM SEDIMENT BASINS OR TRAPS WHEN THE DESIGN CAPACITY HAS BEEN REDUCED BY 10% ALL TIMES. THE SEDIMENT BASINS/DITCHES SHALL BE CHECKED MONTHLY FOR DEPTH OF SEDIMENT. SEDIMENT OUTLET STRUCTURES IN THE SEDIMENTATION BASINS SHALL BE MAINTAINED IN OPERATIONAL CONDITIONS AT F. STORAGE). THIS MAY REQUIRE PERIODIC TOP DRESSING OF THE TEMPORARY PARKING AS CONDITIONS DEMAND. AND THE TEMPORARY PARKING AND STORAGE AREA SHALL BE KEPT IN GOOD CONDITION (SUITABLE FOR PARKING E. ENTRANCES AS CONDITIONS DEMAND. FLOW OF MUD ONTO PUBLIC RIGHTS-OF-WAY. THIS MAY REQUIRE PERIODIC TOP DRESSING OF THE CONSTRUCTION THE CONSTRUCTION ENTRANCES SHALL BE MAINTAINED IN A CONDITION WHICH WILL PREVENT TRACKING OR D. SHALL BE REMOVED FROM THE COMPOST SOCK WHEN IT REACHES ONE-THIRD THE HEIGHT OF THE COMPOST SOCK. CONDITION OF DEVICE. COMPOST SOCK SHALL BE REPAIRED TO ITS ORIGINAL CONDITIONS IF DAMAGED. SEDIMENT THE COMPOST SOCK FILTRATION DEVICE SHALL BE INSPECTED PERIODICALLY FOR HEIGHT OF SEDIMENT AND C. BE FERTILIZED, WATERED, AND RESEEDED AS NEEDED. SHOULD ALL SEEDED AREAS SHALL BE CHECKED REGULARLY TO SEE THAT A GOOD STAND IS MAINTAINED. AREAS B. UNDERMINING, OR DETERIORATION. INLET PROTECTION DEVICES AND BARRIERS SHALL BE REPAIRED OR REPLACED IF THEY SHOW SIGNS OF A. FOLLOWING: 24 HOURS OF THE END OF A 0.5" RAINFALL EVENT, AND CLEANED AND REPAIRED IN ACCORDANCE WITH THE MEASURES SHALL BE CHECKED BY A QUALIFIED PERSON AT LEAST ONCE EVERY SEVEN CALENDAR DAYS AND WITHIN COMPLETED PHASE OF WORK OR FINAL STABILIZATION OF THE SITE. ALL EROSION AND SEDIMENTATION CONTROL PREVENTION PLAN, SHALL BE MAINTAINED IN FULLY FUNCTIONAL CONDITION UNTIL NO LONGER REQUIRED FOR A ALL MEASURES STATED ON THIS EROSION AND SEDIMENT CONTROL PLAN, AND IN THE STORM WATER POLLUTION MAINTENANCE: SHALL BE IN ACCORDANCE WITH DEP DOCUMENT NO. 62-621.300(4)(a) STABILIZATION PRACTICES: SHALL BE IN ACCORDANCE WITH DEP DOCUMENT NO. 62-621.300(4)(a) STRUCTURAL PRACTICES: RESPONSIBLE FOR EDUCATING THE EMPLOYEES ABOUT SPILL PREVENTION AND CLEANUP PROCEDURES. THE DAY TO DAY SITE OPERATIONS. THE SUPERINTENDENT ALSO OVERSEES THE SPILL PREVENTION PLAN AND SHALL BE THE SUPERINTENDENT SHALL BE THE SPILL PREVENTION AND CLEANUP COORDINATOR AND IS RESPONSIBLE FOR H. RECORDED. FROM OCCURRING. THE CAUSE OF THE SPILL, MEASURES TO PREVENT IT, AND HOW TO CLEAN THE SPILL UP SHALL BE AFTER A SPILL, THE PREVENTION PLAN SHALL BE REVIEWED AND CHANGED TO PREVENT FURTHER SIMILAR SPILLS G. TOXIC SPILLS MUST BE REPORTED TO THE PROPER AUTHORITY REGARDLESS OF THE SIZE OF THE SPILL.F. PROTECTIVE COVERING TO PREVENT INJURY. WHEN CLEANING A SPILL, THE AREA SHOULD BE WELL VENTILATED AND THE EMPLOYEE SHALL WEAR PROPER E. ALL SPILLS SHALL BE CLEANED UP AS SOON AS POSSIBLE.D. READILY AVAILABLE TO CONTAIN AND CLEAN-UP FUEL OR CHEMICAL SPILLS AND LEAKS. SUFFICIENT OIL AND GREASE ABSORBING MATERIALS AND FLOTATION BOOMS SHALL BE MAINTAINED ONSITE AND C. RAGS, BROOMS, DUST PANS, SAND, SAWDUST, LIQUID ABSORBER, GOGGLES, AND TRASH CONTAINERS. THE FOLLOWING CLEAN-UP EQUIPMENT MUST BE KEPT ON-SITE NEAR THE MATERIAL STORAGE AREA: GLOVES, MOPS, B. RESOURCES. SPILL CLEANUP INFORMATION SHALL BE POSTED ON SITE TO INFORM EMPLOYEES ABOUT CLEANUP PROCEDURES AND A. PRACTICES SHALL BE FOLLOWED FOR SPILL PREVENTION AND CLEANUP: IN ADDITION TO THE GOOD HOUSEKEEPING AND MATERIAL MANAGEMENT PRACTICES DISCUSSED ABOVE, THE FOLLOWING SPILL CLEAN UP: ALL SUBSTANCES SHOULD BE USED BEFORE DISPOSAL OF CONTAINER.3. STORE ONLY ENOUGH MATERIAL ON SITE FOR PROJECT COMPLETION.2. CONSTRUCTION MATERIALS. SUPERINTENDENT SHALL INSPECT PROJECT AREA DAILY FOR PROPER STORAGE, USE, AND DISPOSAL OF 1. A. GOOD HOUSEKEEPING OR OTHER ACCIDENTAL EXPOSURE OF MATERIALS AND SUBSTANCES TO STORM WATER RUNOFF. THE FOLLOWING ARE THE MATERIAL MANAGEMENT PRACTICES THAT WILL BE USED TO REDUCE THE RISK OF SPILLS SPILL PREVENTION AND CONTROL: Storm Water Pollutions Prevention Plan 14 116 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL WATER ON THE SITE. CONCRETE TRUCKS SHALL NOT BE ALLOWED TO WASH OUT OR DISCHARGE SURPLUS CONCRETE OR DRUM WASH 4. IN AN APPROVED MANNER. PAINT CONTAINERS SHALL BE SEALED AND STORED WHEN NOT IN USE. EXCESS PAINT MUST BE DISPOSED OF 3. PARTIALLY USED BAGS OF FERTILIZER SHALL BE TRANSFERRED TO A SEALABLE PLASTIC BIN TO AVOID SPILLS. EXPOSURE TO STORM WATER. FERTILIZERS SHALL BE STORED IN A COVERED SHED. THE CONTENTS OF ANY THE MINIMUM AMOUNT OF FERTILIZER SHALL BE USED AND MIXED INTO THE SOIL IN ORDER TO LIMIT 2. TO AVOID LEAKAGE OF PETROLEUM PRODUCTS ON SITE. CONTAINING PETROLEUM PRODUCTS SHALL BE PERIODICALLY INSPECTED FOR LEAKS. PRECAUTIONS SHALL BE TAKEN PETROLEUM PRODUCTS MUST BE STORED IN PROPER CONTAINERS AND CLEARLY LABELED. VEHICLES 1. C. PRODUCT SPECIFIC PRACTICES LOCAL/STATE REGULATIONS. PROPER DISPOSAL PRACTICES SHALL ALWAYS BE FOLLOWED IN ACCORDANCE WITH MANUFACTURER AND 2. BE RESEALED. IF ORIGINAL CONTAINERS CANNOT BE USED, LABELS AND PRODUCT INFORMATION SHALL BE SAVED. MATERIALS SHOULD BE KEPT IN ORIGINAL CONTAINER WITH LABELS UNLESS THE ORIGINAL CONTAINERS CANNOT 1. B. HAZARDOUS PRODUCTS ALL PRODUCTS SHALL BE USED AND DISPOSED OF ACCORDING TO THE MANUFACTURER'S RECOMMENDATIONS.6. PRODUCTS SHALL NOT BE MIXED UNLESS DIRECTED BY THE MANUFACTURER.5. POSSIBLE, STORED UNDER A ROOF OR PROTECTIVE COVER. ALL CONSTRUCTION MATERIALS STORED SHALL BE ORGANIZED AND IN THE PROPER CONTAINER AND IF 4. NTS APPROACH LENGTH 5'12" MIN.SYNTHETIC BALES EDGE OF PAVEMENT EXISTING ROADWAY SLOPE TO DRAIN BERM SYNTHETIC BALES 50' STD. SWALE PIT SEDIMENT AS REQUIRED APPROACH LENGTH TRANSITION DETAIL 12" MIN.30' 15' OR AGGREGATE 1:4 MIN.) (0.1 FT/FT TO DRAIN FILTER FABRIC SECTION A-A BASED ON FLOW AND GRADE TO BE STABILIZED AS REQUIRED COMPACTED BACKFILL RURAL CONNECTION DETAIL SIDE DRAIN PIPE EXISTING OR TEMPORARY FILTER FABRIC 5' INDEX NO. 205 COVER PER AGGREGATE SECTION B-B 1:2 A B B A SOIL TRACKING PREVENTION DEVICE TYPE A MUST BE APPROVED BY THE PROJECT ENGINEER. NOTE: THESE DIMENSIONS ARE APPROXIMATE AND NO. 199 D-1, INDEX FABRIC TYPE FILTER PAVED TURNOUT 4" MIN. Storm Water Pollutions Prevention Plan REQUIRED TO LIMIT MUD TRACKED. THROUGH THE STONE. ADDITIONAL STABILIZATION OF THE VEHICULAR ROUTE LEADING TO THE STPD MAY BE OFFSET TRACKING, THE STPD SHALL BE RINSED (DAILY WHEN IN USE) TO MOVE ACCUMULATED MUD DOWNWARD 4. THE STPD SHALL BE MAINTAINED IN A CONDITION THAT WILL ALLOW IT TO PERFORM ITS FUNCTION. TO PREVENT CONSTRUCTION MUD) SHALL BE REMOVED DAILY, OR MORE FREQUENTLY IF SO DIRECTED BY THE ENGINEER. 3. ALL MATERIALS SPILLED, DROPPED, OR TRACKED ONTO PUBLIC ROADS (INCLUDING THE STPD AGGREGATE AND ALTERNATIVE MUST BE REVIEWED AND APPROVED BY THE ENGINEER PRIOR TO ITS USE. 2. THE CONTRACTOR MAY PROPOSE AN ALTERNATIVE TECHNIQUE TO MINIMIZE OFF SITE TRACKING OF SEDIMENT. THE AND DIRECT VEHICULAR EGRESS ACROSS THE STPD. DIRECTED THROUGH STPD BARRIERS. FLAGGING, OR OTHER POSITIVE MEANS SHALL BE USED AS REQUIRED TO LIMIT TRACKING OF MUD COULD OCCUR. TRAFFIC FROM UNSTABILIZED AREAS OF THE CONSTRUCTION PROJECT SHALL BE ENGINEER FOR POINTS OF EGRESS FROM UNSTABILIZED AREAS OF THE PROJECT TO PUBLIC ROADS WHERE OFF SITE 1. A SOIL TRACKING PREVENTION DEVICE (STPD) SHALL BE CONSTRUCTED AT LOCATIONS DESIGNATED BY THE SOIL TRACKING PREVENTION DEVICE NOTES: 15 117 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. (305) 477-7575 C.A. No. 6104 1700 NW 66 Ave., Ste. 106 Plantation, FL 33313 E N G I N E E R I N G ROXANA MATAMOROS P.E. No.: 77979 FUCHS PARK TRAIL 2" X 4" POST, TYPICAL 2" X 4" HORIZONTAL RAIL, TYPICAL @ 4' LONG, MAX. MULTIPLE RAILS, AS REQUIRED NTS TREE PROTECTION BARRIERS DETAIL LARGE TREES AND BUSHESPALMS AND SMALL TREES ELEVATION BALE TIES 4" (MIN.) EXISTING GRADEFLOW SECTION ANCHORING BALES WIRE TIE ROUGH GRADING FLOW SHEET SYNTHETIC BALES STAKED DOWN STAKES PARTIALLY COMPLETED INLET PARTIALLY COMPLETED INLET (TYPE II) COMPLETED INLET (TYPE I) (TYPE I) 4" RECESS INLET PROTECTION DEVICE SYNTHETIC BALES INLET PROTECTION DEVICE SYNTHETIC BALES INLET PROTECTION DEVICE DRIP LINE TO DRIP LINE TO DRIP LINE TO DRIP LINE TO PALM TREES DECIDUOUS TREES CONIFEROUS TREES COMPLETED INLET (TYPE II) NTS DEVICE INLET PROTECTION GUTTER CURB & DITCH BOTTOM INLET 2 PER BALE 2"X2" WOOD STAKES BOUND BALES WIRE OR NYLON ROUGH GRADING BE PLACED PRIOR TO THE START OF SINGLE ROW OF SYNTHETIC BALES TO GUTTER CURB & GUTTER CURB & GUTTER CURB & AND HEAVY EQUIPMENT IS REMOVED FROM THE AREA. 4. BARRIERS ARE TO STAY IN PLACE UNTIL ALL PAVING, CONSTRUCTION, ACTIVITIES WITHIN TREE AREA. 3. BARRIERS ARE TO BE IN PLACE PRIOR TO ANY CONSTRUCTION SHALL BE ALLOWED WITHIN BARRIERS. 2. NO CONSTRUCTION MATERIALS, SOIL DEPOSITS, OR SOLVENTS ONLY HAND LABOR ALLOWED. 1. NO TRUCKS OR HEAVY EQUIPMENT ALLOWED WITHIN BARRIERS, NOTES: DURABILITY BALES REQUIRED FOR SECURELY BOUND TIGHTLY TOGETHER LAID BALE & PLACE TOWARD PREVIOUSLY ANGLE FIRST STAKE SYNTHETIC BALES OR APPROVED BARRIERS (MIN.)'2 FEET RUNOFF WATERS DIRECTION OF (MIN.)'10" SILT FENCE INSTALLATION DETAIL NTS APART 6-10 FEET TO BE SPACING OF POSTS MATERIAL FILTER FABRIC BACKFILL TRENCH POSTS TO THE HAS BEEN FASTENED MESH WIRE SCREEN WHICH ATTACHED TO A 6-INCH (MAX) FILTER FABRIC CAN BE FOR ADDITIONAL STRENGTH, MESH USED WIRE POSTS OR TO THE SECURELY FASTENED TO THE FILTER FABRIC MATERIAL STEEL POST WOOD OR MATERIAL COMPACTED BACKFILL AND BE ANCHORED WITH MUST EXTEND INTO A TRENCH FILTER FABRIC MATERIAL APPROXIMATELY 8 INCHES OF RUNOFF X 4" TRENCH APPROXIMATELY 4" ATTACHING TWO SILT FENCES MATERIAL FABRIC SEAL WITH THE CREATE A TIGHT DIRECTION TO A CLOCKWISE 180 DEGREES IN POSTS AT LEAST ROTATE BOTH AND BURY FLAP THE GROUND INCHES INTO POSTS 18 DRIVE BOTH FENCE THE FIRST END POST OF INSIDE THE SECOND FENCE POST OF THE POST THE END Storm Water Pollutions Prevention Plan 16 118 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET FUCHS PARK TRAIL 17SPECIAL DETAILS SHEETS 119 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET FUCHS PARK TRAIL 18SPECIAL DETAILS SHEETS 120 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET FUCHS PARK TRAIL 19SPECIAL DETAILS SHEETS 121 $DATE$$USER$$FILE$$TIME$ DATE DESCRIPTION REVISIONS DATE DESCRIPTION NO. SHEET FUCHS PARK TRAIL 20SPECIAL DETAILS SHEETS 122 123 124 125 126 127 Tabulation Sheet Agency Name City of South Miami Bid Number RFP-RFP #PR2020-16-0-2020/SK Bid Name CONSTRUCTION OF NEW PEDESTRIAN PATHWAY AT FUCHS PARK Bid Due Date 8/18/2020 10:00:00 AM Bid Opening Closed 10 responses found.online,  offline,  not submitting,  not received  Company Responded Address Bid Amount Alt Bid Amount Documents Sent Complete 1 .AF USA CONSTRUCTION CORP 08/18/2020 3020 E Signature Dr, APT 1003, Davie, FL, 33314 $741213.87 Bidding Document  2 .BC&E 08/18/2020 4226 SW 70th Ct, , Miami, FL, 33155 $669234.62 Bidding Document  3 .C&I Construction and Design Inc.08/18/2020 14031 SW 143 Court Unit 6, , Miami, FL, 33186 $698108.25 69610.00 Bidding Document  4 .Florida Engineering & Development Corp 08/18/2020 12076 NW 98 AVE, , Hialeah Gardens, FL, 33018 $572617.11 Bidding Document  5 .Magnum Construction Management, LLC 08/18/2020 6201 SW 70th St, 1st Floor, , Miami, FL, 33143 $601941.81 Bidding Document  6 .Pabon Engineering, Inc 08/18/2020 13028 SW 128 ST, , Miami, FL, 33186 $882192.02 Bidding Document  7 .UAG Construction 08/18/2020 490 NW S River Drive, , Miami, FL, 33128 $512656.21 Bidding Document  8 .Unitec 08/18/2020 14250 NE 18 AVE, , NORTH MIAMI, FL, 33181 $469228.72 Bidding Document  9 .Vercetti Enterprises 08/18/2020 7296 SW 48th Street, , Miami, FL, 33155 $646578.00 Bidding Document  10 .Waypoint Contracting Inc.08/18/2020 1324 nw 29 st, , Miami, FL, 33142 $739440.82 Bidding Document 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