HomeMy Public PortalAboutPJ Adams Adkins 11.18CONSULTING SERVICE AUTIIORIZATION (CSA)
Service Authorization Number. 2019-2
Project (Location): PJ Adams Utility Relocation Segment 4 (Crestview, Florida)
This Service Authorization, when executed, shall be incorporated in and shall become an integral part of
the original Agreement for Consulting Services dated 2/26/18 between the City of Crestview (CITY) and
Atkins (CONSULTANT).
I. Project Description:
Relocate the City of Crestview's Water & sanitary sewer utilities as a result of the proposed roadway
improvements to PJ Adams Parkway being proposed by Okaloosa County in Crestview, Florida.
II. Scope of Services:
The Consultant shall design and prepare City utility relocation construction plans to accommodate the
proposed widening of PJ Adams Parkway Segment 4 (Station 2063+14 to Station 2091+00). The
Consultant will supplement the previously prepared Segments 1, 2 and 3 utility plans to include relocation
and upgrading of water and sewer facilities for the final segment of the Okaloosa County project to tie
into the anticipated FDOT project associated with the new I-10 Interchange. The Consultant assumes that
traffic control plans will be handled under the County roadway plans, all wetland locations identified, and
any wetland impacts will be permitted with the roadway plans being prepared by Okaloosa County and its
design consultant. Additionally, the Consultant assumes that the stormwater pollution prevention
(SWPPP) plans prepared by Okaloosa County's consultant will encompass the water/sewer line relocation
work. The Consultant will be responsible for preparing the FDEP permit associated with the water line
upsizing and addressing any questions regarding the permit. Any permitting fees associated with the
water line upgrade will be paid for by the City of Crestview. It is not anticipated that FDOT utility work
schedules will be required for this project. It is anticipated that the Consultant shall help the City execute
a joint participation agreement (JPA) so that the utility relocations will be included for bid and
constricted by the roadway contractor for the County. The full scope of services is contained in
Attachment A.
III. Items to be furnished by CITY at no expense to the CONSULTANT:
A. Designate in writing a person to act as the City representative with respect to the work to be
performed under this agreement. Such person shall have complete authority to transmit
instructions, receive information, interpret and define policies and make decisions.
B. The City shall provide the Consultant with all available site data. This may include survey data,
CADD files, GIS data, original as -built plans for existing City facilities, utility markups,
geotechnical information and/or field notes.
C. The City shall coordinate with the different owners of the properties and obtain written approval
for Consultant work efforts on the properties associated with this scope.
D. Any information the City has available concerning the roadway, storm drainage, and other utility
services to the project site, including electric and telephone utilities.
Page 1 of 2
E. All information the City has available including existing drawings, notes, details and
appurtenances necessary for the design and permitting of the projects.
IV. Time of Performance
The Scope of Services will be completed within 280 days after receipt of Notice to Proceed,
except for delays beyond the reasonable control of the CONSULTANT. The above noted items
of performance are not, however, a warranty or guarantee that the noted services will be
completed within such period.
V. Fees to be paid
For the Scope of Services as described, the CONSULTANT shall be paid a lump -sum fee of
Sfor professional services, according to the Fee Proposal contained in the attached proposal letter
first referenced above.
Project Total:
S36,872.72
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in duplicate and
sealed the day and year first above written.
ATKINS NORTH AME')CA, INC.
By:
Gregory '! Allen, PE
Title: Senior Project Director
Date:
CITY OF CRESTVIEW, FLORIDA
By.
JB Whitten. Mayor
Date: /1/4 l l9
Approved as to Substance:
By: �\
Wayne Stee e, Public Services Director
Date: 11 " ZO — 19
Page 2 of 2
ATTACHMENT A
Member of the SNC-Lavalin Group
Scope of Work
PJ Adams Utility Relocation Segment 4
City of Crestview
September 2019
SCOPE OF SERVICES
The following is a scope of services which defines those tasks necessary to relocate the City of Crestview's Water
& sanitary sewer utilities as a result of the proposed roadway improvements to PJ Adams Parkway being proposed
by Okaloosa County in Crestview, Florida. Herein after all references to the City will mean City of Crestview and
all references to the Consultant will mean Atkins.
The Consultant shall design and prepare City utility relocation construction plans to accommodate the proposed
widening of PJ Adams Parkway Segment 4 (Station 2063+14 to Station 2091+00). The Consultant will
supplement the previously prepared Segments 1, 2 and 3 utility plans to include relocation and upgrading of water
and sewer facilities for the final segment of the Okaloosa County project to tie into the anticipated FDOT project
associated with the new 1-10 Interchange. The Consultant assumes that traffic control plans will be handled under
the County roadway plans, all wetland locations identified, and any wetland impacts will be permitted with the
roadway plans being prepared by Okaloosa County and its design consultant. Additionally, the Consultant assumes
that the stormwater pollution prevention (SWPPP) plans prepared by Okaloosa County's consultant will encompass
the water/sewer line relocation work. The Consultant will be responsible for preparing the FDEP permit
associated with the water line upsizing and addressing any questions regarding the permit. Any permitting fees
associated with the water line upgrade will be paid for by the City of Crestview. It is not anticipated that FDOT
utility work schedules will be required for this project. It is anticipated that the Consultant shall help the City
execute a joint participation agreement (JPA) so that the utility relocations will be included for bid and constructed
by the roadway contractor for the County.
To accomplish the objectives outlined above in a manner that meets the City's requirements, the following scope
items have been identified.
1.0 SUBSURFACE UTILITY ENGINEERING & SURVEYING
If required, Cardno will conduct subsurface utility locates. Southeastern Surveying will provide any survey
necessary associated with the subsurface utility locates.
2.0 UTILITY DESIGN
The Consultant shall coordinate with other utility agencies regarding impacts, concerns, and potential construction
conflicts with the City's facilities. The Consultant shall design and prepare water & sewer line relocation plans for
impacts associated with roadway improvements to PJ Adams Parkway being prepared by Okaloosa County's
consultant.
The Consultant shall review other existing utilities within the project limits and determine if there are any potential
impacts with the City utilities. The Consultant will coordinate with the roadway engineer regarding impacts,
concerns, and potential construction conflicts. The Consultant will work with the roadway engineer and other
utility companies to determine the best location for the City of Crestview's proposed water & sewer lines within the
proposed cross section. The Consultant shall attend all utility coordination meetings with the roadway engineer
and utility owners.
The Consultant's design will upsize the existing variable size water line to a I2-inch water line which will be
relocated outside the proposed roadway travel lanes to the extent possible.
The Consultant will establish the proposed locations of the water/sewer lines. The Consultant will design the
facilities to be relocated based on City and State standards. The Consultant shall identify conflicts and provide
utility relocation plans for identified conflicts. The 60% submittal and Final submittal shall include specifications
required for the project.
3.0 UTILITY RELOCATION PLANS
The Consultant shall sign and seal 11" x 17" plans which will include final plan and profile sheets, cross sections,
and miscellaneous detail sheets. Three plan review meetings shall be held with the City and Okaloosa County.
Two meetings are anticipated to be after 60% plans and the final meeting shall be prior to the final submittal to
ensure all City comments are included in the plans.
At each phase submittal, the Consultant will prepare probable construction cost estimates for the work effort.
4.0 ADDITIONAL SERVICES
Services authorized by the City other than those specifically listed above shall be considered additional services
and the Consultant shall be compensated as described in the Fee Summary. Additional services may include, but
are not limited to the following:
1. Construction Administration will be provided under separate task order.
2. Making revisions to drawings, specifications, or other documents when such revisions are inconsistent
with written approvals or instructions previously given and are due to circumstances beyond the control of
the Consultant.
3. Providing services of professional consultants other than as is specifically provided for under this scope of
services.
4. Preparing supporting data and other services in connection with agency approvals if extensive studies
and/or analysis are required beyond that which is incidental to this scope of services.
5. Any changes or modifications required due to changes in the project directed by the City.
6. Preparing to serve or serving as an expert witness in connection with any public hearing, arbitration, or
legal proceeding.
7. Providing assistance or preparation of additional documentation required for legal transactions, including
sale of property or preparation of lease agreements.
8. Any environmental, natural resource, jurisdictional wetland surveys, listed species, or cultural resource
surveys, studies, or monitoring not specifically described above.
9. Planning, analysis or design of additional or alternative facilities.
10. Additional effort required to design and/or permit the water line relocation not included in the current
scope. Items not included include separate maintenance of traffic plans, SWPPP preparation and wetland
delineations/wetland permitting which is assumed to be handled by Okaloosa County's consultant.
11. Additional topographic survey services in addition to the subsurface utility engineering test holes.
2
5.0 CLIENT RESPONSIBILITIES
1. Designate in writing a person to act as the City representative with respect to the work to be performed
under this agreement. Such person shall have complete authority to transmit instructions, receive
information, interpret and define policies and make decisions.
2. The City shall provide the Consultant with all available site data. This may include survey data, CADD
files, GIS data, original as -built plans for existing City facilities, utility markups, geotechnical information
and/or field notes.
3. The City shall coordinate with the different owners of the properties and obtain written approval for
Consultant work efforts on the properties associated with this scope.
4. Any information the City has available concerning the roadway, storm drainage, and other utility services
to the project site, including electric and telephone utilities.
5. All information the City has available including existing drawings, notes, details and appurtenances
necessary for the design and permitting of the projects.
3
PJ Adams Parkway Utility Relocation Project Segment 4
Engineering Scope Estimation
Prepared for the City of Crestview
ATKINS
Activity
Fee
Estimate
1.0
Subsurface Utility-Cardno
$8,878.72
Surveying - Southeastern Surveying
$2,484.00
$11,362 72
2.0
Utility Coordination
$8,210.00
3.0
Construction Plans
$17,30000
Total
$36,872.72
Steven L. Anclerson, Jr., PSM, PLS
Charles M. Arnett, PSM
Michael D. Brown, PSM
Eric E. Cain, PSM
John K. Carr, PSM
Michael L. Dougherty, PSM
James M. Dunn, II, PSM
Thomas F. Ferguson, PSM
Ronnie A. Figueroa, PSM, GISP
Tate B. Flowers, PSM, PLS
Robert W. Gardner, PSM
Brian R. Garvey, PE, GISP
Daniel J. Henry, PSM, PLS
Ryan E. Johnson, PSM
Gary B. Krick, PSM
Brad J. Lashley, PSM, PLS
Myron F. Lucas, PSM
James E. Mazurak, PSM
zSoigneastenv
Southeastern Surveying and Mapping Corporation
Serving the Southeast Since 1972
www. southoasternsurveying, com
Lrfoesoutheasternsrurveyhrry, com
Thomas K. Mead, PSM, PLS
Timothy O. Mosby, PSM
James L. Petersen, PSM
William C. Rowe, PSM
Tony G. Syfrett, PSM, PLS
Thomas P. Young, Jr„ PSM, GISP
Kirk R. Hall, El, GISP
Brad A. Stroppel, El, GISP
Cheryl A. Isenberg, GISP
Brian E. Latchaw, GISP
Patrick J. Phillips, GISP
Donna L. Hendrix, CST IV
Mark W. Klaers, CST IV
Joseph 5. Locklin, CST IV
David M. Rentfrow, CST IV
Steve D. Smith, CST IV
Celeste B. van Gelder, CST IV
Land Surveying & Mapping Services • Sub -Surface Utility Designation & Location Services • Geographic Information Systems • GPS Asset Inventories
Date:July 18,2019
Mr.John MacDonald P.E,
Senior Engineer\Project Manager
Atkins Global
2114 Airport Blvd. Suite 1450
Pensacola,Florida 32504
RE:
VIA EMAIL:john.macdonald3@atkinglobal.com
Project Name:Survey SUE Location for P.J.Adams Phase 1-3 Construction Project
Address:Crestview , Florida
Section 36 , Township 3 North, Range 24 West, Okaloosa County, Florida
Dear , Mr. MacDonald
We are pleased to submit our proposal for Surveying Services on the above referenced project.
SCOPE OF WORK:
Provide Surveying Services in accordance with Chapter 5J-17 F.A.C. to include the following:
1. Recover or Establish Horizontal Control in State Plane Coordinates(Florida North) and Vertical in
NAVD88 Datum.
2. Coordinate Efforts of Project with John MacDonald of Atkins and Daryl Thie of Cardno to prepare Field
Location Effort and any Additional Requirements or work effort needed.
3. Provide a Safe work Zone based on SSMC Standards according to all Applicable safety Handbook
Requirements along with the MUTCD Manual.
4. Provide Location of 5 to 10 SUE Testhole as performed by Cardno along with Associated Markings if
existing.
The final product will be a Spreadsheet show Northing Fasting along with Elevation and an electronic file on
for your use.
Our fee for the above referenced Project will be:
SUE Testhole Location Survey $2484.00
We anticipate completion of the above described work within ( 2 ) weeks after receipt of a written notice to
proceed.
6500 All American Blvd 1130 Highway 90
Orlando, FL 32810 Chipley, FL 32428
407.292.8580 050.638.0790
407,292.0141 Fax 050.638.8069 Fax
Lakeside Executive Center
8641 Baypine Road
Suite 5
Jacksonville, FL 32256
904.737.5900
904.737.5995 Fax 813.898.2712 Fax
119 West Main Street
Tavares, FL 32770
352.343,4880
352.343.4914 Fax
10 East Lake Street
Kissimmee, FL 34744
407.844.4880
407.944.0424 Fax
University Corporate Park
10770 North 46th Street
Suite C-300
Tampa, FL 33617
813.096.2711
410 Honeysuckle Road
Dothan, AL 36305
334.646.0268
Page 2
SSIVIC will submit monthly invoices electronically via email as an attachment. SSMC requires each client to
provide its Accounts Payable contact information along with any invoicing deadlines and requirements per
project. Please complete the attached Contact Information Sheet and return to SSMC Project Manager
listed below with your signed proposal letter or executed agreement.
Payment is expected within thirty (30) days from date of invoice.
Notice to Owner
• For all construction related projects a Notice to Owner will be filed.
• For all projects over $5,000.00 a Notice to Owner will be filed.
We look forward to the opportunity to work with you on this project.
Sincerely, / l
Thomas K. Mead PSM\PLS
President Project Manager
If the above scope, period of service and method of compensation meets with your approval, please execute below
and email/fax to Southeastern Surveying and Mapping Corporation (SSMC) as notice to proceed along with the
notice of commencement.
If your firm prefers using you own standard PROFESSIONAL SERVICES AGREEMENT in lieu of this proposal
letter, this document MUST BE furnished to SSMC, negotiated, and executed prior to the commencement of any
service.
Send all Agreements to:
Orlando Corporate Office
6500 All American Boulevard
Orlando, EL 32810.
Fax:407-292-0141
Email: info asoutheasternsurveyjng.com
C:\Users Tmead\DcsktophAtkins P.I ADAMS SUE LOCATION-SI'ANDARD.Doex
survelliag
Sw ;t(heast ra
July 26, 2019
Mr. John MacDonald, P.E.
Senior Engineer — Engineering, Design and Project Management
ATKINS
2114 Airport Blvd., Suite 1450
Pensacola, FL, 32504
RE: Proposal for Subsurface Utility Engineering Services for
City of Crestview - PJ Adams Parkway - Phase 1 - 3
Between Lustan Drive and Crab Apple Avenue
Crestview, Okaloosa County, Florida
Dear Mr. MacDonald,
a clno'
Shaping the Future
Cardno
159 SW Spencer Court
Suite 106
Lake City, FL 32024
USA
Phone 386.755.2626
Fax 386-755-2507
www.cardno.com
We are pleased to provide you this proposal for professional Subsurface Utility Engineering (SUE) services for PJ Adams
Parkway — Phase 1 - 3 in Crestview, Okaloosa County, Florida. The limits for the Quality Level "B" Designating (Horizontal
Marking) and Quality Level "A" Locating (VVH Test Holes) to be performed for this project are within Phase 1 - 3 of the
PJ Adams Parkway project; between Lustan Drive and Crab Apple Avenue and the effort based on the attached scope
of services.
For this project we will provide the following services:
• Quality Level "B" Designating of existing subsurface utilities; along PJ Adams Pkwy.at location identified by
Atkins/ City of Crestview (Not to exceed one (1) day of effort)
• Quality Level "A" VVH Test Holes of subsurface utilities; at locations identified by Atkins/ City of Crestview
(Not to exceed 10 Test Holes and/or not to exceed one (1) day of effort)
The total Lump Sum fee for the Quality Level "B" Designating, Quality Level "A" Locating of the subsurface utilities
including associated office support, mobilization, and maintenance of traffic will be: $8,878.72
Cardno is committed to diligently working to complete this project within your schedule which will require close
coordination between ATKINS and Cardno, as well as our receiving a timely written notice to proceed with terms and
conditions acceptable to Cardno Inc.
We look forward to working with you on this very important project. After reviewing this proposal, should you have any
further questions or need additional information, please feel free to contact us.
Kind Regards,
Steven L. Abbott
Cardno
Assistant Project Manager
SUBSURFACE UTILITY ENGINEERING
FOR
ATKINS
City of Crestview
PJ Adams Parkway— Phase 1 — 3
Between Lustan Drive and Crab Apple Avenue
Crestview, Okaloosa County, Florida
PROJECT LIMITS:
The limits for the Quality Level "B" Designating (Horizontal Marking) and Quality Level "A" Locating (VVH Test Holes) to be performed for
this project are within Phase 1 - 3 (between Lustan Drive and Crab Apple Avenue) of the PJ Adams Parkway project.
SCOPE OF SERVICES:
Quality Level "B" Designating - Horizontal Marking of Subsurface Utility Mains:
• Cardno will provide Quality Level "B" Designating, marking on the surface the approximate horizontal location of the existing
subsurface utility mains, within the project limits as described above (Not to exceed one (1) day of effort).
➢ By selecting the appropriate electromagnetic and/or geophysical prospecting equipment to include transmitter/receiver
combinations along with Ground Penetrating Radar (GPR), Cardno will Designate (detect and mark) the subsurface utility mains
approximate horizontal position on the surface using paint or flags as appropriate based on the field conditions and safety
consideration.
NOTE:
Some existing subsurface utility mains may not be detectable at the surface using current state of the art geophysical detecting
equipment, due to their depth, size, material composition or soil conditions. In these cases Cardno will show these utilities based
on any visible surface features and any existing record drawings that have been provided to Cardno. These utility mains shown
from surface features and record drawings will be shown as Quality Level "D". Quality Level "A" Locating (VVH Test Holes) may
be required on these type of utilities for further verification.
This scope/fee proposal does not include designating of any minor underground utilities such as landscape irrigation systems,
service connections, hose bibs, and lighting for signs, and it does not include gravity sanitary, storm drains, or abandoned utilities
within project limits.
Survey of Quality Level "B" Designating:
➢ Survey of the Quality Level "B" Designating will be provided by others, who will provide Cardno with a digital Auto Cad or Micro
Station file of the Quality Level "B" Designating to include surface utility and topographic features so that the Cardno can QA/QC
the survey results before final submittal.
Quality Level "B" Deliverables:
➢ Cardno's field crew will provide field sketches and utility point forms for the Quality Level "B" Designating performed. The
designating field sketches will be color coded and the point forms processed into a digital Excel spreadsheet and provided to
Atkins. The sketches and points forms will be the Cardno Quality Level "B" Designating deliverable.
Atkins' surveyor will provide the digital Auto Cad or Micro Station File of the Quality Level "B" Designating upon completion of
the QA/QC review by Cardno.
Hint
Quality Level "A" Locating using Non -Destructive Vacuum Excavation:
• Cardno will provide Quality Level "A" Locating (VVH Test Holes) using Non -Destructive Vacuum Excavation to visually verify the
size, color, material composition, configuration, orientation and depth of subsurface utility mains (Not to Exceed 10 Test Holes
and/or not to exceed one (1) day of effort), locations identified by Atkins/ City of Crestview in order to determine the elevation
of select utilities. The VVH test hole will be performed as close to the identified location as possible based on site conditions and
safety considerations.
➢ In performing the Quality Level "A" Locating (VVH Test Holes), Cardno will neatly cut and remove existing pavement or other
surface material (not to exceed two hundred twenty-five (225) square inches per cut). We will then excavate the material through
the cut down to the utility in a way that prevents any damage to wrappings, coatings, tracer wires or other protective coverings
of the utility (i.e., vacuum/pressure excavations, hand digging, etc.).
➢ Upon obtaining necessary measurements on the subsurface utility, Cardno will then backfill and compact with select material
around the utility and provide a restoration of the surface pavement, within the limits of the cut at the time of the back -fill. In the
event the excavation is in an area other than roadway pavements, the disturbed area will be restored to its original condition
prior to the excavation.
➢ Cardno will place a suitable semi -permanent above ground markers (i.e., PK nails, steel rods, etc.), on the surface directly above
the centerline of the subsurface utility being located. Wooden hubs or stakes are not sufficient for this activity. Upon completion
of the test hole, clean-up will be done on the work site to equal or better condition than before the excavation began.
Survey of Quality Level "A" Locating:
➢ Survey of the Quality Level "A" Locating (VVH Test Holes) will be provided by others who will provide Cardno a digital Auto Cad
or Micro Station file of the Quality Level "A" Locating to include surface utility and topographic features, previous Quality Level
"B" Designating and a report to include the northing, easting, elevation utility point name, depth to the utility and elevation of the
utility at the point the utility was located, so that the Cardno can QA/QC the survey results of the Quality Level "A" Locating
before final.
Quality Level "A" Locating Deliverables:
➢ Cardno field crew will complete "Locating" form (s) utilizing field stationing and/or swing ties from existing features to show the
locations of all Quality Level "A" VVH Locating (VVH Test Holes) performed. The Locating form will be put into a digital format
and provided as the Cardno Quality Level "A" Locating deliverable.
Atkins' surveyor will provide the digital Auto Cad or Micro Station File of the Quality Level "A" Locating upon completion of the
QA/QC review by Cardno.
NOTE:
As indicated above, the survey of all Subsurface Utility Quality Level "A" Locating and Quality Level "B" Designating will be
provided by others.
Yfif no "yam
IG AND RESURFACING
NG
IG
ASPHALT
EPTH (1.5")
TING
C C) (1.5') (PG 7-22) (PMA)
0
WARNING: GAS MAIN IN AREAS OF CONSTRUCTION
00 STA. 2068+21.51 CONST. PJ ADAMS=
STA. 11+25.00 C CONST. LUSTAN
NOTE: ALL STATION/OFFSETS ARE
BASED OFF THE CE CONST. FOR P.J. ADAMS
CONST. LUSTAN DR.
+91.51
75.00LT
2066+80.17 \`
74.00' LT,_ \ -`--. -- --
EXISTING R/W\•
\ _
0
- -.
37
39700'" L
ti
2068+53.04
2.60' LT
+33.5
75-00' LT
+33.51
69.00' LT
2068+52.89
.62.19' LT ,-- - 72 kV
+63.51
39 00 LT
OF 18" PIPE
5-405
BEGIN PROJECT
L CONST.
STA. 2065+50.00 C CONST. =
cot ,
2069+00.00
56.33' RT
2070+00.00
56.33' RT
CONST. 6' CONC.
SIDEWALK
PROPOSED R/W
EXISTING R/W
WARNING: GAS MAIN IN AREAS OF CONSTRUCTION
EXISTING
ONST 216 LF
IF 18" PIPE
6' CONC.
ALK
B SURVEY
-CONST. 77 LF OF 18" PIPE
- CONST. 6' CONC.
SIDEWALK
2074+03.94
76.00' LT
2074+02.69
51.52' LT
2073+38.32.
;T. 56.33 RT
2073+58.17
65.49' RT
2073+58.78
65.49' RT,.
-. 297 LF OF 18" PIPE
2073+58.83
87.05' RT.
STABILIZATION
EXISTING R/W
2073+82.48 C CONST.
..87.20' RT POND`4
-Q POND 3 STA. 70+00.00 =
CONST. STA. 2073+99.67
-CONST. 77 LF
OF 18" PIPE
CONST. 82 LF
OF 18" PIPE
P-52 OU
EXISTING R/W
1.87
65.26' LT
+9187 `.+ +50.07
59.59' LT 58.70_LT
PROPOSED R/W
CONST. 4' TRAFFIC SEPARATOR
PER FDOT INDEX 302
OPTION 1, TYPE 1
+95.00
64.37' LT
4.00' RT
+99.91
67.51' LT
-,w,.. -'-� • + i:i. -. 2075+59:37
76' RT- . 60.37' RT .,
2074+00.40 2074+99:85
57.92' RT 63.99' RT
2073+83.1 0 2074+49.82
65.49' RT 60.22 RT
2073+82.51
65.49' RT
CONST. 79
LFOF24" PI''
S408 Out I(S-P4
2075P'49-9_
65.43' RT
P84-2
075+47.35
72.31' RT
S-P410ut
+00.09
61.85' LT
+00.03
68.53' LT
+49.97
67.75 LT
+50.03
62.08' LT
N 89' 2738"E
2075+88.12.
59.37'RT--
F1
2075+59:40
65.37' RT
2075+72.40
91.02' RT
99:97
62.86',,;LT
CONST. 6' CONC.-
SIDEWALK
CONST. RIPRAP PAD
IRREGULAR SHAPE
1.5` THICK
CONST. 106 LF OF. 24" PIPE
WARNING: GAS MAIN IN AREAS OF CONSTRUCTION
CONST. PJ ADAMS=
CONST. CADLE
NOTE: ALL STATION/OFFSETS ARE
BASED OFF THE fL CONST. FOR P.J. ADAMS
CONST. 4' TRAFFIC SEPARATOR
PER FOOT INDEX 302
OPTION I, TYPE 1
+50.00
67.43' LT
CONST. 45 LF EXISTING R/W
OF 36" PIPE
+83.37 (5501-0
59.82' LT
+97.54
46
+21.01
70.67' LT
'+00.00
77,09' LT
93.95 \
77.09, LT
CONST. 50 LF OF
(2)-8' X 5' CRC
PROPOSED R/W -
5503-out
CONST. 75 LF OF 18" PIPE
+32.05
70.67LT
2083+62.02
79.00' LT
+93-95 / ":o >
.- ..__lc q;
- -•T
4.--:> -
Lair
CONS/. 6' LUNt_.
SIDEWALK
4:02,4
, 6-02.46 70.67 LT
50 00
��
LT +00.00 ®�S+32.36
2083+61.96
co
co
.1�'
69.60' LT +2] 01 -" 8098
60 67' LT ant 64.27' LT
58.15 LT 66.00' LT
64.16' L
,�
2D
CONST 19 LF
-'DFK38" P7P'E
.
CL CONST.
k� ."�
`
--,,
15982'7 LT
S 503
n - 000-, .:1
Cp 4 SD
, �L4P OF 24 _�2(PE"` _
CONST
ti ._
_�
Mk
'IPE
AIN \
T '
`
ll00'•RT
-\\ _
EXST. CBC
EXST PIPE _
_ -r0 RE _r ;. .r
_r -
'
1
S-50.) ...;.
VW
®t_�—
S'-50,4
- -
D-4 3U
EXISTING R/W
CONST. 77 LF OF 18"
PIPE,-
CONST. 18 LF OF
(2)-8' X 5' CBC
SURVEY
CONST. 6' CONC.
SIDEWALK
CONST. 15 LF OF 24" PIPE
CONST. 77 LF OF 18" PIPE
CONSTRUCTION
New Pond
NOTE: ALL STATION/OFFSETS ARE
BASED OFF THE fL CONST. FOR P.J. ADAMS
PROPOSED
R/W
CONST. 6' CONC.
-SIDEWALK-
SURVEY
EXISTING R/
End Full Typical
Section with Okaloosa
STP4-2090+85.02 C CONST. PJ ADAMS=
10+00.00 fL CONST. CRAB APPLE
EXISTING R/W
C CONST.
CONST, 78 LF OF 18" PIPE
+20.72
11.00' LT
f
CONST. 243 LF OF 18" PIPE
+85.10 +90.29
11.00L 8.73' LT
+59.72
...... _ _6..._
+5.72 +87.44
11.00' LT 2.59' LT
S-SO'6 2090
i< '7488: R7:4-67 ^�
..--1�
\1 7,.48' RT
.__CONST 24 LF -0FL: . PIPE
' r +85 85
63.50' RT
EXIST. PIPE AND ST? 1 -5066
Ati TO'! REMAIN -
+52.38
103.68' LT.