ADDITIONAL TYPES OF WORK REQUIRED

Similar documents
Contract No Project No C

On-call Geotechnical Consultant

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

January 19, To Whom It May Concern:

QUALIFICATIONS BASED SELECTION (QBS)

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

2016 Bridge Inspections Border Bridges

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

PIEDMONT TRIAD AIRPORT AUTHORITY

CITY OF WINSTON-SALEM, NORTH CAROLINA REQUEST FOR LETTER OF INTEREST

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

REQUEST FOR PROPOSALS For Design Services for New Fire Station

State of Florida Department of Transportation

2017 Statewide On-Call Design Request for Proposal

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

This RfP is also available on the CEMCO website under the Community Tab:

3-Year On-Call Contract Vibration Studies

REQUEST FOR LETTERS OF INTEREST

BRF-009-9(73) IA 9 Black Hawk Bridge

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

Qualifications due May 30, 2018 by 4:00 PM

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR PROPOSALS

4:00 p.m. on May 6, 2016

REQUEST FOR PROPOSALS

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

CRAWFORD MEMORIAL PARK

3 Year On-Call Contract Vibration Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

NOTICE OF REQUEST FOR LETTER OF INTEREST FOR ON-CALL CONSTRUCTION ENGINEERING AND INSPECTION SERVICES

REQUEST FOR PROPOSALS

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

PENNSYLVANIA TURNPIKE COMMISSION

Town of Apex U 5118 AF, Operational Improvements & Sidewalk on Kelly Road

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR QUALIFICATIONS CAMP HALL RAILROAD BUILD-IN DESIGN-BUILD PROJECT. Camp Hall Commerce Park (Camp Hall) Ridgeville, South Carolina

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

REQUEST FOR PROPOSAL (RFP) BUILDING INFORMATION MODELING (BIM)

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

CITY OF GASTONIA REQUEST FOR LETTER OF INTEREST (LOI)

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

TRANSPORTATION 2050 PROGRAM MANAGEMENT SUPPORT SERVICES

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

3 Year On-Call Contract - Threatened and Endangered Species Services

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

CITY OF JOPLIN, MISSOURI

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

FLORIDA DEPARTMENT OF TRANSPORTATION

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

I-80/I- 380 Systems Interchange Reconstruction Construction Manager/General Engineering Consultant Services

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

STATE of IOWA CRUDE and BIOFUEL RAIL TRANSPORTATION STUDY

REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGES FACILITY CONDITION STUDY Activity ID

REQUEST FOR PROPOSALS STRATEGIC INITIATIVES FINANCIAL ADVISORY SERVICES CITY OF JACKSONVILLE, FLORIDA

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

A. PROJECT INFORMATION

REQUEST FOR QUALIFICATIONS

COUNTY OF LOS ANGELES

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Fort Bend Independent School District. Small Business Enterprise Program Procedures

On-Call Traffic Engineering Services

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

Request for Qualifications (RFQ) Environmental and Permitting Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Transcription:

NOTICE TO PROFESSIONAL ENGINEERING CONSULTANTS REQUEST FOR LETTERS OF INTEREST FOR DESIGN CONSULTANT SERVICES FOR SR 429 WIDENING FROM STONEYBROOK WEST PARKWAY (SOUTH) TO FLORIDA S TURNPIKE CONTRACT NO. 00397, PROJECT NO. 429-54 The Central Florida Expressway Authority (CFX) requires the services of a Professional Engineering Consultant in connection with Contract No. 00397, to prepare construction drawings / specifications providing for six (6) general use lanes on SR 429 from south of Stoneybrook West Parkway (South) to south of Florida's Turnpike connecting to CFX Project 429-52 in Orange County, Florida. Shortlist consideration will be given to only those firms who are qualified pursuant to law, and as determined by CFX, based on information provided by the firms, and who have been prequalified by FDOT to perform, as a minimum, the indicated Major Types of Work. Firms are advised that requests made for project information and files must be made through the CFX Contact Person shown below. Any violation of this requirement will be grounds for rejection of a submittal made in response to this notice. MAJOR TYPES OF WORK: As a minimum, the consultant shall be prequalified by FDOT in the following work types: 3.2 Major Highway Design, and 3.3 Controlled Access Highway Design. ADDITIONAL TYPES OF WORK REQUIRED: The consultant shall also be prequalified on its own or through CFX-approved subconsultants, in the following work types: Group 4., Miscellaneous Structures and Minor Bridge Design; Group 6., Traffic Engineering Studies; Group 6.3., Intelligent Transportation Systems Analysis and Design; Group 6.3.2, Intelligent Transportation Systems Implementation; Group 6.3.3, Intelligent Transportation Traffic Engineering Systems Communication; Group 7., Signing, Pavement Marking, and Channelization; Group 7.2, Lighting; Group 7.3, Signalization; Group 8., Control Surveying; Group 8.2, Design, Right of Way, and Construction Surveying; Group 8.4, Right of Way Mapping; Group 9., Soil Exploration; Group 9.2, Geotechnical Classification Lab Testing and Group 9.4, Foundation Studies. : The services to be provided for the project will include final design and preparation of construction drawings / specifications for the proposed SR 429 widening from Stoneybrook West Parkway (South) to Florida s Turnpike. Specifically, the project consists of widening to the inside for an additional general use lane and closing in the median to accommodate future Part-time shoulder use. All mainline bridges within the limits of the project; Stoneybrook West Parkway (South), CR 535 and Stoneybrook West Parkway (North) shall be widened according to the concept. Additional elements include surveying, drainage evaluation and design, permitting, intelligent transportation systems (ITS), lighting, signing and pavement markings, maintenance of traffic, traffic operations modeling, utility design and coordination, geotechnical analysis, scheduling and project controls, progress reporting and other associated NTC-

tasks and activities. The Consultant shall self-perform no less than 60% of the work contemplated in this Contract. DISADVANTAGED/MINORITY/WOMEN/BUSINESS ENTERPRISE PARTICIPATION: Disadvantaged/Minority/Women/Business Enterprises will not be discriminated against on the basis of race, color, sex, or national origin in consideration for qualification or an award by CFX. CFX has established a 20% participation objective for D/M/WBE firms for each project. INSPECTOR GENERAL: By submission of a Letter of Interest, the Consultant understands and shall comply with subsection 20.055(5) Florida Statutes. NON-SOLICITATION PROVISION: From the first date of publication of this notice, no person may contact any CFX Board Member, Officer or Employee or any evaluation committee member, with respect to this notice or the services to be provided. All such requests for information shall be made to the CFX Contact Person indicated below. Refer to the lobbying guidelines of CFX on the CFX website for further information regarding this Non-Solicitation Provision. LETTERS OF INTEREST SUBMITTAL REQUIREMENTS: Consultants wishing to be considered shall submit six (6) sets of a Letter of Interest package utilizing Times New Roman font, 2 pitch, single spacing and one () compact disk with an electronic version in pdf format with a resolution of 300 dots per inch (dpi). The Letter of Interest shall be a maximum of five (5) pages (8½ x ), excluding resumes and attachments identified below. The responses shall address the following:. Cover Letter Overview of the firm s capabilities and interest in the project including the firm s point of contact name, email address, phone number, and the firm s mailing address. The cover letter does not count against the 5-page limit; 2. Certification of No Conflict of Interest - the firm shall acknowledge and declare that neither the firm and its subconsultant(s), and any of their employees: () have a pending lawsuit against CFX; (2) are currently retained as an expert witness or consultant in any pending lawsuit, administrative proceeding, or other adversarial proceeding against CFX; (3) are currently retained as an expert witness or consultant in anticipation of any foreseeable or imminent civil, criminal, or administrative proceeding against CFX; (4) have a relationship that would reasonably be deemed or construed as a conflict of interest with CFX. If selected, the firm and its subconsultant(s), and all of their employees, during the term of this contract: () shall not enter into any other contract with another person or entity which would create a conflict of interest; (2) shall not act as an expert witness or consultant in any lawsuit, civil, criminal, administrative proceeding, or other adversarial proceeding against CFX. The certification statement does not count against the 5-page limit; NTC-2

3. Certification Regarding Prohibition Against Contracting with Companies Pursuant to Florida Statute Sections 287.35(2) Form Consultant shall execute the attached certification form and include it within their LOI submittal. The certification form does not count against the 5-page limit; 4. Technical Experience Demonstrate that the firm and any proposed subconsultants have the ability to perform the work effort required by CFX. Submit details of specific experience for at least three (3) projects similar to those described above completed by the firm s Project Manager and other key project team members including the name of client contact person, telephone number, and physical address; 5. Proposed Staffing Ability, quality, experience, location and cooperativeness of the proposed individuals of the firm and proposed subconsultants to perform the required services. Detailed resumes of the firm s proposed Project Manager and other key personnel specifically designated and presently employed by the firm who will be assigned to the project, as well as resumes of subconsultants that may be involved in key roles, shall be provided. The firm s Project Manager shall have at least five (5) years of experience on similar projects. Resumes do not count against the 5-page limit; 6. Project Approach - Provide a narrative describing the firm s approach to delivering the required services. In addition to the narrative, provide a proposed project organization chart including subconsultant personnel and a matrix summarizing proposed personnel experience on similar projects including registrations/certifications. The chart and matrix do not count against the 5-page limit; 7. Location of the Firm To receive the maximum number of points, the firm s local office shall also serve as the firm s corporate headquarters. Identify which situation describes the location of the firm s corporate headquarters: ) A local corporate headquarters serving as the local office; 2) A sub-local corporate headquarters with a local office; 3) An out of state corporate headquarters with a local office; 4) An out of state corporate headquarters with a sub-local office; 5) No offices within the state. Local is defined as within a 30-mile radius of the CFX Headquarters Building. Sub-local is defined as within the state of Florida, but outside a 30-mile radius of the CFX Headquarters Building. 8. D/M/WBE Utilization Demonstrate the firm s good faith effort to meet the participation objective for this project which is 20%. Participation equal to or exceeding 20% will receive the highest score. Firms that are submitting as the prime consultant and are certified D/M/WBEs will not be allowed to use that status to satisfy the participation requirement. Such firms are still required to propose a percentage of participation using other certified D/M/WBEs and will be scored based on that percentage. 9. Current and Projected Workload Indicate ability of staff to manage a project similar to this and indicate, as a percentage, the current/projected workload of current staff. Indicate the total number of firm s professional, technical and administrative personnel by discipline, location and office responsible for administering the contract. NTC-3

0. Volume of Work Previously Awarded The firm shall submit with the Letter of Interest a list of all direct contracts of any type, both active and completed, between CFX and the firm during the past five (5) years. The list shall have column headings showing the project name, the firm s project manager, the project fees, the estimated remaining or final budget amount (exclusive of subconsultant fees associated with the project) as of the date of submittal of the Letter of Interest, the percent complete/status, and any comments relative to the project. The object of this criterion is to effect an equitable distribution of contracts among qualified firms provided such distribution does not violate the principle of selection of the most highly qualified firms. This list does not count against the 5-page limit. Failure to submit any of the above required information may be cause for rejection of the package as non-responsive. A firm and its subconsultant(s), and any of their employees, found to have conflicts of interest with CFX during the solicitation process and prior to CFX Board action may have their LOI submission rejected from further participation in the solicitation process and ineligible for consideration for CFX Board award. Each firm will also be evaluated based on past performance on CFX projects only. Items considered will include the quality of work product, whether the project was completed within negotiated fee and the ability of CFX staff to work with the firm s staff. SCORING AND SHORTLISTING: The CFX Evaluation Committee will shortlist a minimum of three (3) firms based on its evaluation and scoring of the Letters of Interest. Past performance on CFX projects will also be considered as indicated above. Scores for each category identified above will be determined using a weighted system. Each category has been assigned a weight factor that will be multiplied by a grade to determine the score. The assigned weights to each category are as follows: Technical Experience (8); Proposed Staffing (0); Project Approach (6); Location of Firm (3); D/M/WBE Utilization (3); Current and Projected Workload (3); Volume of Work Previously Awarded (-2). Grades for each category will be between 0 and 4. Scoring of Past Performance will have a weight of 4 and a grade range between -2 and 2. If the Committee member has no knowledge of the firm or its past performance on CFX projects then the grade shall be zero. Shortlisting of firms will be based on converting each Committee member s Total Score into a ranking with the highest score ranked first, second highest ranked second, etc. Once converted, the Committee members rankings for each firm will be entered into a summary sheet. The Total Score recorded on the summary sheet will determine the ranking and shortlisting. NTC-4

Shortlisted firms will proceed to the next step in the process which includes preparation and submittal of a Technical Proposal and an oral presentation. No changes shall be made in the personnel proposed in the Letter of Interest for the Project Manager and the key personnel specifically designated and presently employed by the firm or subconsultants without the written approval of CFX. The request for approval shall include the reason for the change and a resume of the proposed replacement. CFX will provide the shortlisted firms with a Scope of Services for use in preparing the Technical Proposal. Each firm will be evaluated and ranked by the CFX Technical Review Committee based on the Technical Proposal and oral presentation. The highest ranked firm will be presented to the CFX Board for approval and authorization to negotiate fees and expenses. CONFLICT IN CONTRACTUAL OBLIGATIONS: If selected, the consultant, during the term of its agreement with CFX, will not be eligible to pursue any advertised construction engineering and inspection projects of CFX as either a prime or subconsultant where the consultant participated in the design of the projects. Subconsultants are also ineligible to pursue construction engineering and inspection projects where they participated in the design of the projects. CODE OF ETHICS: All consultants selected to work with CFX are required to comply with the CFX Code of Ethics, a copy of which may be viewed on the CFX web site at www.cfxway.com. EQUAL OPPORTUNITY STATEMENT: The Central Florida Expressway Authority, in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 964, hereby notifies all firms and individuals that it will require affirmative efforts be made to ensure participation by minorities. CFX PROTEST PROCEDURE: Any person who is adversely affected by: (i) the requirements or scope of services contained in this LOI, (ii) a notice of an intent to award or CFX action making the selection at a public meeting of the CFX Board, or (iii) an outcome of Pre-Award meeting and who wants to protest the requirements or scope of services, the intent to award decision, an outcome of a Pre-Award meeting, or selection decision must comply with the proper procedures in the Central Florida Expressway Authority s Policy for Resolution of Protests, Policy: PROC 3., which is available for review upon request at the CFX Office, 4974 ORL Tower Road, Orlando, Florida. Failure to comply with Policy: PROC 3. shall constitute a waiver of any protest proceedings. A protest bond in the amount of $5,000.00 will be required to protest the LOI package and the requirements of the Scope of Services. A protest bond in the amount of $5,000.00, or % of the lowest proposal submitted, whichever is greater, will be required to protest a Notice of Intent to Award, or the CFX Board s selection determination. No protest bond is required to protest an outcome of a Pre-Award meeting. NTC-5

LETTER OF INTEREST RESPONSE DEADLINE: December 7, 208 :30 p.m., Orlando local time CFX CONTACT PERSON: Ms. Aneth Williams Director of Procurement Telephone: (407) 690-5365 LETTER OF INTEREST RESPONSE ADDRESS: Central Florida Expressway Authority 4974 ORL Tower Road Orlando, FL 32807 Re: SR 429 Widening from Stoneybrook West Parkway (South) to Florida's Turnpike, Project No. 429-54, Contract No. 00397 CENTRAL FLORIDA EXPRESSWAY AUTHORITY Aneth Williams Director of Procurement NTC-6

CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH COMPANIES PURSUANT TO FLORIDA STATUTE SECTION 287.35(2) I hereby certify, pursuant to Section 287.35(2), Fla. Stat., that:. The company named below is not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 25.4725, or engaged in a boycott of Israel. 2. The company named below is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 25.473. TRUE mark X FALSE mark X 3. The company named below is not engaged in business operations with Syria. 4. The company named below is not engaged in business operations with Cuba. By: Title: Company Name (Note: Failure to execute and submit this form may be cause for rejection of the LOI as nonresponsive.) Note: Pursuant to Section 287.35(3)(a)4, if the company is found to have submitted a false certification as provided under subsection (5), been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria, the contract may be terminated for cause at the option of CFX. Pursuant to Section 287.35(3)(b), if the company is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel, the contract may be terminated for cause at the option of CFX. ATT-

dfalk /20/208 9::0 AM W:\5008889\Planning\Concept Study Projects\SR 429 Widening CR 535 to SR 44\CADD\roadway\typsrd0.dgn LIMITED ACCESS R/W LINE CONST. SR 429 R/W VARIES (50' MIN.) R/W VARIES (50' MIN.) 24' 64' 24' MEDIAN 8' 8' 8' 4' PAVT. 4' PAVT. TURF 0' PAVED PGL PGL TYPICAL SECTION NO. EXIST. SR 429 LIMITED ACCESS R/W LINE THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 6G5-23.004, F.A.C. REVISIONS SR 429 WIDENING FROM CR 535 TO FLORIDA'S TURNPIKE ROAD NO. PROJECT NO. SR 429 429-54 TYPICAL SECTIONS SHEET NO.

dfalk /20/208 9::02 AM W:\5008889\Planning\Concept Study Projects\SR 429 Widening CR 535 to SR 44\CADD\roadway\typsrd0.dgn NATURAL GROUND LIMITED ACCESS R/W LINE :3 0' :0 :4 8' 5' VARIES 0' DESIRED ****3' MIN. REPLACE GUARDRAIL & MISC. ASPHALT ***BREAK POINT ' MIN. :3 R/W VARIES (50' MIN.) SOD 3' 3.5' ESTIMATED SEASONAL HIGH GROUNDWATER LEVEL 6" 8' MCP** 0.03 36' EXIST. SHLDR GUTTER VARIES; :0 MAX. PTSR* PGL EXIST. 64' MEDIAN 20' 20' 7' 7' CONST. SR 429 PTSR* PGL MEDIAN BARRIER WALL MEDIAN DRAINAGE TYPICAL SECTION NO. 2 SR 429 6 LANES + 2 PTSR* LANES LIMITED ACCESS R/W LINE R/W VARIES (50' MIN.) 36' 0' MCP** 0.03 NATURAL GROUND * PTSR = PART TIME SHOULDER RUNNING ** MCP = MILLING CONTROL POINT *** GRADE BREAK ELEVATION AT OR BELOW EDGE OF TRAVEL LANE **** 3' MIN. PROVIDES FOR W-BEAM GUARDRAIL DEFLECTION OF 5' (SEE FDM TABLES 25.4. & 25.4.2) THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 6G5-23.004, F.A.C. REVISIONS SR 429 WIDENING FROM CR 535 TO FLORIDA'S TURNPIKE ROAD NO. PROJECT NO. SR 429 429-54 TYPICAL SECTIONS SHEET NO. 2

LIMITED ACCESS R/W LINE CONST. SR 429 LIMITED ACCESS R/W LINE R/W VARIES (50' MIN.) R/W VARIES (50' MIN.) 24' 64' 24' dfalk /20/208 9::02 AM W:\5008889\Planning\Concept Study Projects\SR 429 Widening CR 535 to SR 44\CADD\roadway\typsrd0.dgn '-6 2" '-6 2" 0' 0' 6' '-6 2" 48'-" 36' MEDIAN 40' MEDIAN '-6 2" 6' 0' '-6 2 " 6' PTSR* WIDENING PTSR* WIDENING TYPICAL SECTION NO. 3 SR 429 BRIDGES 6 LANE SECTION + 2 PTSR* LANES 36' 0' '-6 2" *PTSR = PART TIME SHOULDER RUNNING THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 6G5-23.004, F.A.C. REVISIONS SR 429 WIDENING FROM CR 535 TO FLORIDA'S TURNPIKE ROAD NO. PROJECT NO. SR 429 429-54 TYPICAL SECTIONS SHEET NO. 3