Loading...
Resolution 2000-102 RESOLUTION NO. 2000---lil2 168 6 A RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT FOR IMPROVEMENTS TO THE S.R. 84 AND COLLIER BOULEVARD INTERSECTION WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Collier County desires to improve traffic circulation on roadways within Collier County; and WHEREAS, the Collier County Board of County Commissioners, after negotiation with the State of Florida Department of Transportation (FDOT, believes that it can assist in providing said traffic circulation improvements at the S.R. 84 and Collier Boulevard; and WHEREAS, the FDOT has agreed to provide funds in the amount of $92,358.38 to pay for said ramps improvement, and; WHEREAS, the Collier County Board of County Commissioners believes such an Agreement is in the best interest of the citizens of Collier County; NOW, THEREFORE, BE IT RESOLVED BY THE Board of County Commissioners OF COLLIER COUNTY, FLORIDA, that: SECTION I: The Board of County Commissioners hereby authorizes its Chairman to execute an Agreement entitled, "Agreement between the State of Florida Department of Transportation and Collier County for Southbound Right Turn Lane Construction (SR951) from 1-75 Southeast Bound Off Ramp to Davis Blvd. (SR84)," between Collier County and the FDOT, agreeing to construct the said turn lane improvement in exchange for a reimbursement from the FDOT in the amount of $92,358.38. This Resolution adopted this \. t ~ day of April 2000, after motion, second, and majority vote in favoring same. '~I / ATTEST: / DWIGHT E. BROCK, Clerk BOARD OF COUNTY COM ISSIONERS .. ' . OFCOLLIE~ COlJfn7?';r5? ~. \ ~_rL I,. 'J By: . I'.... UII\. l}{.. by: I I . .eputy Cle k . TIM THY 1. C</) Attest as to the Chairman's signature only. v i J . ApprQved as to form and - -le'gat' sufficiency: ToVv\. ~~. Thoh1as C. Palmer Assistant County Attorney 6 ITEM/SEGMENT NO.: FAP NO.: COUNTY: AGREFAVIENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION COLLIER COUNTY FOR SOUTHBOUND RIGHT TURN LANE CONSTRUCTION (SR951) FROM 1-75 SOUTHEAST BOUND OFF RAMP TO DAVIS BLVD. (SR84) This is an Agreement by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "DEPARTMENT", and COLLIER COUNTY, FLORIDA, hereinafter referred to as the "COUNTY". WITNESSETH WI-IF~REAS, the COUNTY has the authority to enter into said Agreement and to undertake the Project hereinafter described; and WI-I~.REAS, said Project is on the State Highway System and the DEPARTMENT has the authority, under Section 334.044, Florida Statutes, to enter into this Agreement; and WI-IF~RF_~S, the COUNTY will provide the design and construction engineering inspection services (CEI); and WI-11~S, the DEPARTlVlFNT will compensate the COUNTY for costs directly related to the construction of the Project; and WHEREAS, the COUNTY by Resolution No. oO.2XSD- t O~,. dated the L ~ 'l~day of it~e' 2000, a copy of which is attached hereto and made a part hereof, has authorized nter into this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, promises and representations contained herein, the parties agree as follows: 1. a) The COUNTY agrees to undertake construction and the DEPARTMENT agrees to pay for said services, as stated in paragraph 4 herein, provided they are performed in accordance with the terms and conditions of this Agreement. b) The services to be rendered by the COUNTY shall commence, subsequent to the execution of this Agreement, upon written notice from the District Traffic Operations Engineer or his/her designee ("Notice to Proceed") and shah be completed within 180 calendar days from the date of said Notice. 2. The Project consists of adding 1000' +/- of right turn lane to SR951 from SE bound off ramp to Davis Blvd. (SR84) as described in the Intersection Improvements Report prepared by Pitman-Hartenstein & Associates, Inc., attached hereto as Exhibit "B" and by this reference made a part hereof. 6 3. The DEPARTMENT must approve scope of services (prior to advertising by the COUNTY) and the contractor selected for the Project. All work to be performed under this Agreement to be in accordance with the requirements listed in Exhibit "A" and the plans included as Exhibit "B", both attached hereto and by this reference made a part hereof. 4. The DEPARTMF2qT, after its f'mal acceptance of the Project, agrees to pay the COUNTY a maximum lump sum amount of NINETY-TWO THOUSAND THREE HUNDRED FIFTY- EIGHT AND 38/100 DOLLARS ($92,358.38). The COUNTY will submit a f'mal invoice for actual direct costs (this excludes general and administrative overhead) of the Project. 5. The COUNTY agrees to provide project schedule progress reports to the DEPARTMENT in the standard format used by the DEPARTMENT and at intervals established by the DEPARTMENT. The DEPARTMENT will be entitled at all times to be advised, at its request, as to the status of work being done by the COUNTY and of the details thereof. Either party to the Agreement may request and be granted a conference. 6. All tracings, plans, specifications, maps and/or reports prepared or obtained under this Agreement shall be considered work made for hire and shall become the property of the DEPARTMENT without restriction or limitation on their use. The DEPARTMENT will have the right to visit the site for inspection of the work and the drawings of the COUNTY at any tune. 7. All notices under this Agreement shall be directed to the following addresses: TO DEPARTMENT: Chuck Lovell Traffic Operations Engineer Florida Department of Transportation Post Office Box 1249 Bartow, Florida 33831 TO COUNTY: Micah K. Massaquoi Project Manager Collier County Government 3301 E. Tamiami Trail, Bldg. D Naples, Florida 34112 8. (a) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. (b) Bills for travel expenses spec'ffically authorized in this Agreement shall be submitted and paid in accordance with Section 112.061, Florida Statutes. (c) The COUNTY shall allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the COUNTY in conjunction with this Agreement. Failure by the COUNTY to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the DEPARTMENT. (d) If this Agreement involves units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payment. 2 6 (e) The DEPARTMENT agrees to pay the COUNTY for the herein described services at a compensation as detailed in this Agreement. (f) Vendors (in this document identified as COUNTY) providing goods and services to the DEPARTMENT should be aware of the following time frames. Upon receipt, the DEPARTMENT has five (5) working days to inspect and approve the goods and services, unless the Agreement specifies otherwise. The DEPARTMENT has 20 days to deliver a request for payment (voucher) to the Department of Banking and Finance. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. (g) If a payment is not available within 40 days, a separate interest penalty at the rate established pursuant to Section 55.03(1), Florida Statutes, per day will be due and payable, in addition to the invoice amount, to the Vendor. Interest penalties of less than one (1) dollar will not be enforced unless the Vendor requests payment. Invoices which have to be returned to a Vendor because of Vendor preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. (h) A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual include acting as an advocate for contractors/vendors who maybe experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptroller's Hotline, 1-800-848-3792. (i) Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement and for three years after f'mal payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the contractor(s)/consultant(s) general accounting records and the project records, together with supporting documents and records, of the contractor(s)/consultant(s) and all subcontractor(s)/subconsultant(s) performing work on the project, and all other records of the contractor(s)/consultant(s) and subcontractor(s)/subconsultant(s) considered necessary by the DEPARTMENT for a proper audit of costs. (j) The DEPARTMENT, during any fiscal year, shah not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shah require a statement from the Comptroller of the DEPARTMENT that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Accordingly, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 3 (k) No funds received pursuant to this Agreement may be expended for lobbying the Legislature or a state agency. (1) The COUNTY shall not sublet, assign or transfer any work under this Agreement without the prior written consent of the DEPARTMENT. (m) The DEPARTMF~NT shall not be obligated or liable hereunder to any party other than the COUNTY. (n) In no event shall the making by the DEPARTMENT of any payment to the COUNTY constitute or be construed as a waiver by the DEPARTMENT of any breach of covenant or any default which may then exist, on the part of the COUNTY, and the making of such payment by the DEPARTMENT while any such breach or default shall exist shall in no way impair or prejudice any right or remedy available to the DEPARTMENT with respect to such breach or default. (o) A person or aft'fflate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (p) Unless otherwise specifically stated herein, this Agreement shah be governed by and construed in accordance with the laws of the State of Florida. Venue of any judicial proceedings arising out of the Agreement shall be in Leon County, Florida. (q) The COUNTY shall carry and keep in force, insurance policy(ies) to protect the DEPARTMENT as Standard Specifications for Road and Bridge Construction during the period of this Agreement, required by Section 7-12 and 7-13, 1999, as amended. (r) The COUNTY shall comply with all federal, state and local laws and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, national origin, or physical disability in the performance of work under this Agreement. 9. a) This Agreement may be canceled in whole or in part any tune the interest of the DEPARTMENT requires such termination. The DEPARTMENT reserves the right to seek termination or cancellation of this Agreement in the event the COUNTY shall be placed in either voluntary or involuntary bankruptcy. The DEPARTIV~NT further reserves the right to terminate or cancel this Agreement in the event an assignment be made for the benefit of creditors. b) If the DEPARTMENT determines that the performance of the COUNTY is not satisfactory, the DEPARTMENT shall have the option of (i) immediately terminating the 168 6 Agreement, or (ii) notifying the COUNTY of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, or (iii) take whatever action is deemed appropriate by the DEPARTMENT. c) If the DEPARTMFNT requires termination of the Agreement for reasons other than unsatisfactory performance of the COUNTY, the DEPARTMENT shall notify the COUNTY of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. d) If the Agreement is terminated before performance is completed, the COUNTY shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the contract price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress will become the property of the DEPARTMENT and will be turned over promptly by the COUNTY. 10. If any part of this Agreement shall be determined to be invalid or unenforceable by a court of competent jurisdiction or by any other legally constituted body having the jurisdiction to make such determination, the remainder of this Agreement shall remain in full force and effect provided that the part of this Agreement thus invalidated or declared unenforceable is not material to the intended operation of this Agreement. 11. a) To the extent allowed by Section 768.28, Florida Statutes, the COUNTY hereby agrees to indemnify, defend, save and hold harmless the DEPARTMENT and all of its officers, agents or employees from all suits, actions, claims, demands, liabilities of any nature whatsoever arising out of, because of, or due to breach of this Agreement by the COUNTY, its officers, agents, employees or subcontractors or due to any negligent act or occurrence of omission or commission of the COUNTY, its officers, agents, employees or subcontractors. Neither COUNTY nor any of its officers, agents, employees or subcontractors will be liable under this section for the negligence of the DEPARTMENT or any of its officers, agents or employees. b) The COUNTY agrees to include the following indenufification in all contracts with contractors/subcontractors, consultants/subconsultants who perform work in connection with this Agreement: "The contractor shall indemnify, defend, save and hold harmless the DEPARTMENT and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the contractor, its officers, agents or employees. Neither the contractor, nor any of its officers, agents or employees will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the DEPARTMENT or any of its officers, agents or employees." 12. This Agreement shah cont'mue in effect and be binding on the parties until the Project is completed, final costs are known, the DEPARTMENT has given the COUNTY written notice of 5 168 6 final acceptance and all legislatively appropriated payments, if approved, are made by the DEPARTMENT. 13. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. IN WITNESS W~F the COUNTY has caused this Agreement to be executed in its behalf this I !~ day of ,2000, by the Chairperson of the Board of Commissioners, authorized to enter into and execute same by Resolution Numbero~_/~{~_z_L~L. of the Board on the I F~day of ~ 2000, and the DEPARTMENT has executed this Agreement through its District Secretary for District One, Florida Department of Transportation, this /,-~'~ day of "~ , 2000. Bo OF COM . SSZO S COLLIER C?UNTY, FLORIDA By: / i'I~,~.l~k i ~! { ~ STATE OF FLORIDA DE 'ARTMFNT OF S 'ORT^TZOS ATTEST: x c r,w / By: ~ ~ / TRAFFIC OPERATIONS ENGINEER H:\USERS\LG ! 50RL\WHC\LEGAL\TRAFFIC.COL 6 EXI-I IT "A" 6 a) b) c) d) e) applicable. f) Rule applicable. All proposals, plans, specifications, environmental permits, construction, reconstruction or improvement of facilities or equipment within or connecting to State Owned Right of Way shall comply with the following: Section 287.055, F. S. "Consultants' Competitive Negotiations Act". FDOT "Project Development and Environment Manual". Section 404 of the Clean Water Act, Wetlands Permitt'rag Program (U. S.A.C.O.E.). Rule Chapter 62-312 FAC, Dredge and Fill Activities (DEP). Rule Chapter 40D-4 and 40D-40, Surface Water Management (S.W.F.W.M.D.), as Chapter 40E-4 and 40E-40, Surface Water Management (S.F.W.M.D.), as g) A policy on Geometric Design of Highways and Streets (AASHTO) 1990, as amended. h) Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways, State of Florida, 1994 Edition, "Green Book". i) Roadway and Traffic Design Standards for Design, Construction, Maintenance and Utility Operations for Streets and Highways on State Maintained Systems, 1994, as amended. j) Florida Department of Transportation Roadway Plans Preparation Manual (2 Volumes), 1989, as amended. k) Manual on Uniform Traffic Control Devices, 1988 Edition. I) Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1999, as amended. m) Structures Standard Drawings, FDOT, 1998 Edition. n) Florida Department of Transportation Structures Design Guidelines, 1998, as amended. o) Rule Chapter 14-96, Florida Administrative Code (FAC), State Highway System Connection Permits, Administrative Process and Rule Chapter 14-97 FAC, State Highway System Access Management Classification System and Standards. p) Rule Chapter 14-86 FAC, Drainage Connections. q) s) 6 State of Florida Department of Transportation Drainage Manual, 1996, as amended. Minimum Specifications for Traffic Control Signals and Devices, 1994. Florida Statutes regulating acquisition of right-of-way for transportation including, but not limited to Chapters 73, 74, 287, 336, 337, 339 F. S. facilities, t) Title 23, Code of Federal Regulations, Chapter. 1, Subchapter A, Part 1, Section 1.23 and Subchapter H, Part 710, Subparts B, C. & D. H:\USERS\LG 150RL\WHC-~CONSTREX.(A) 8 Intersection Improvements Report Davis Boulevard (S.R. 84) and C.R. 951 Table of Contents 6 ! I ! I ! 1 I 1.0 2.0 3.0 4.0 5.0 Introduction ..................................................................................1 1.1 Purpose ...................................................................................1 Existing Conditions ......................................................................3 2.1 Intersection Description .....................................................3 2.2 Roadway Description .........................................................3 2.2.1 C.R. 951 .................................................................3 2.2.2 Davis Boulevard (S.R. 84 .......................................3 2.3 Traffic Volumes ..................................................................3 Intersection Evaluation .................................................................4 Design Criteria ..............................................................................4 4.1 Roadway Design Standards ................................................4 4.2 Design Elements ..................................................................5 4.2.1 C.R. 951 .................................................................5 4.3 Turn Lane Requirements ....................................................5 4.3.1 Southbound C.R. 951 Left Turn .............................5 4.3.2 Southbound C.R. 951 Right Turn ...........................5 Recommendations ..........................................................................6 Appendix A Appendix B Appendix C APPENDICES Sketch and Cost Opinion - Left Turn Lane Sketch and Cost Opinion - Right Turn Lane Aerial Photographs .1 ));_-_¢ adm951tocv, pd Pitman-Hartenstein & Associates, Inc. p ,' ~"" ' 1.0 INTRODUCTION 6 1.1 PURPOSE The purpose of this report is to review the C.R. 951 southbound right hand turn and left hand turn lanes onto S.R. 84. Upon evaluation of the intersection, provide recommendations with regards to geometrics with a sketch and cost opinion for the proposed improvements to the Davis Boulevard (S.1L 84) and C.1L 951 intersection in Collier County. Signal operation and its optimismion are not reviewed in the analysis. This report is made with limited data and without the benefit of a survey or construction plans. It should be used for planning purposes only. &ke W~rth 41ami PROJECT LOCATION Pitman-Hartenstein & Assodates, Inc. P\9902-2~adm~95 I-P i-2 Page I ! C.R. 951 & Davis Boulevard Intersection Southbound Left Turn Lane C.R. 951 & Davis Boulevard Intersection Southbound Right Turn Lane Pitman-H3rter~stoin & A.~';o(:i3tes, h~,': I' ~;';I,2-Z' adm 95 6 I i i I I 1 I I I t ! 1 2.0 EXISTING CONDITIONS 2.1 Intersection Description The existing signalized intersection is located approximately one quarter mile south of 1-75 on C.R. 951. Southbound C.R. 951 has a 46m (150e feet) exclusive fight turn lane with taper, a 46m (150-a: feet) exclusive left turn lane with taper, and two through lanes. Northbound C.R. 951 has a 60m (200~: feet) left exclusive left turn lane and two through lanes. Eastbound Davis Boulevard (S.R. 84) has a 105m (350-a: feet) exclusive left turn lane and a shared left turn / through / fight turn lane. Westbound S.R. 84 has a 75m (250~ feet) exclusive left turn lane and a shared through / fight turn lane. 2.2 Roadway Descriptions 2.2.1 C.R. 951 C.R. 951 is a 4-lane divided rural arterial roadway with an approximately 12m (40 feet) grassed median. It consists of four 3.6m (12 feet) travel lanes with 1.5m paved shoulder of approximately 3.0-~=m (10 feet) on the outside. It is maintained by Collier County south of S.R. 84 and by F.D.O.T. north of S.R. 84. The posted speed limit is 70 km/h (45 mph) north of S.R. 84 and 90 km/h (55 mph) south of S,R. 84. 2.2.2 Davis Boulevard (S.R. 84) Davis Boulevard (S.R. 84) in the project area is a 2-lane undivided rural arterial roadway. It consists of two 3.6m (12 feet) travel lanes with five-foot shoulders. The posted speed limit is 90 km/h (55 mph) west of Radio Road and 70 km/h (45 mph) between Radio Road and C.R. 951. 2.3 Traffic Volumes Traffic volume information was collected by Collier County and F.D.O.T. and supplemented by DKS Associates, Wilson Miller, and Florida Transportation Engineering (FTE) in their report dated October 12, 1998 for F.D.O.T., District I Planning. Key traffic volumes from the report Pitman-Hartenstein & Associates, Inc. p' 9902-2C' adm' 951 Page 3 168 6 are as follows: Average Daily Traffic (ADT); C,R. 951 south of 1-75, 34,600; C.R. 951 north of 1-75, 19,200; C.R. 951 south of Davis Boulevard (S.R. 84), 25,800; and Davis Boulevard (S.R. 84), 16,000. The peak hour turning movement counts are shown in Table 2.3. lablo 2.3 Existing Turning Movement Counts at S.R 84 / C.R. 951 ROAD NAME / DIRECTION MOVEMENT C.R. 951 / C.R. 951 / S.R. 84 / S.R. 84 / North Bound South Bound East Bound West Bound Left Tum 267 161 695 51 Thru 965 711 95 51 Right Turn 44 614 201 92 I I I i! 1 11 ! I 1 3.0 INTERSECTION EVALUATION The volume of traffic that is southbound offof 1-75 onto C.R. 951 significantly affects the signalized intersection of C.R. 951 and Davis Boulevard (S.R. 84) and excessive queuing is frequent. At times the traffic at C.R. 951/S.R. 84 even significantly affects the 1-75 exit ramp signal 0.32 kilometers (0.20 miles) north of the intersection. Per the peak hour volumes, 614 vehicles traveling southbound on C.R. 951 turn at the intersection to travel westbound on Davis Boulevard (S.R. 84). The existing right turn lane is not of sufficient length per F.D.O.T. standards to accommodate the existing peak hour turning volume. As a result vehicles queued in the through lane obstruct access to the turning lane. When the right turn has a green arrow at the signal only those cars stored in the turn lane can execute the turn because the through lane blocks any others from getting into the turn lane. Also contributing to the excessive traffic queuing at the intersection is the short storage length for the left turn lane. The traffic encounters the same problems as those mentioned for the right turn lane. Additional evidence of the past shoulder problems is the presence of post delineators installed by maintenance which prohibit the early entrances to the turn lanes. The level of service (LOS) as indicated in DKS Associates, .IFilson Miller, and Florida Tra~tsportation En,gi~teering Report dated October 12, 1998 for F.D.O.T., District 1 Planning, Pitman-Hartenstein & Associates, Inc. p 9')~2-2C',adm 951 Page 4 16B 6 i ! utilizing Highway Capacity Software (HCS) for southbound C.R. 951 between the 1-75 south ramps and S.R. 84 is LOS "E". In general the turning volumes significantly exceed the geometric capacity of the existing left hand and right hand turn lanes. 4.0 DESIGN CRITERIA II 4.1 Roadway Design Standards The latest F. D. O. T. Plans Preparation Manual, Volume 1, Design Criteria and Process, January 1998; F.D.O.T. Roadway and Trqfftc Design Standards, January 1998; and Transportation and Land Development by Institute of Transportation Engineers, 1988 were utilized as design references. 4.2 Design Elements The following are pertinent design features or criteria of the roadways. 4.2.1 C.R. 951 a. 4 - lane Arterial Rural Roadway b. 1998 ADT of approximately 34,000 c. Design Speed of 70 krn/h (45 mph) d. Lane Width of 3.6m (12 feet) e. Median Width of 6.6m (22 feet) f. Shoulder Width of 3.0m (10feet), 1.5m (5 feet) Paved g. Cross slope of 3% h. Clear Zone of 7.2m (24 feet) from travel lane and 4.2m (14 feet) from turn lane I. Border Width of 10m (33 feet) 4.3 Turn Lane Requirements 4.3.1 Southbound C.R. 951 Left Turn Per the Transportation and Land Development, Institute of Transportation Engineers, 1988 edition homograph for a single left hand turn storage at signalized intersections, Page 5 Pitman-Hartenstein & Associates, Inc. p 9902-2C adm",951 16B 6 I I I 1 11 assuming 120 cycle length, the desirable queue length is 100m (300 feet). Per the F.D.O.T. Plans Preparation Manual, Volume I, Chapter 7, the required queue length is 80.5m (265 feet). An additional 96m (315 feet) is required for deceleration and taper per the F.D.O.T. Standard Index No. 301 using the minimum rural distance. 4.3.2 Southbound C.R. 951 Right Turn The existing right turning movement counts are 614 during the peak hour or approximately 11 vehicles per minute. This volume warrants consideration of a double right turn, however due to restrictions on S.R. 84 and fight of way only a single turn lane can be utilized at this time. Ira cycle length of 120 seconds is assumed at the intersection and being conservative, assume all right hand turn vehicles must be stored. This requires a storage of 22 vehicles or 180m (550 feet). Per the F.D.O.T. Standard Index No. 301, the deceleration and taper length is 96m (315 feet) using the minimum rural distances. The total length ofthe turn lane is 246m (865 feet). 5.0 RECOMMENDATION ! I ! i We recommend that the left hand and right hand southbound turn lanes on C.R. 951 be significantly increased. Utilizing the greater of the two queue lengths provided in Section 4.3.1 the left turn lane should be lengthened to 188m (615 feet) including the taper. An existing storm drain inlet and swale located in the middle of the median should be relocated and regraded to accommodate the lengthened left turn lane. In addition to the relocation of median inlet fifteen (15) post-delineators should be removed and one signal ahead sign relocated. See Appendix A for sketch and cost opinion. Due to the high volume of traffic and future growth, we recommend the right turn lane should be lengthened to the end of the acceleration taper for the 1-75 exit ramp. This exceeds the length noted in Section 4.3.2 by 42m (135 feet), however geometrically it is a practical end point of the turn lane. This gives a total turn length of approximately 300m (1000 feet). There are several existing roadway signs that will need to be relocated and are as follows: five (5) single post informational signs, one (1) single post guide sign, one (1) panel guide sign, and one (1) destination sign. There are also 17 delineators that should be removed. See Appendix for sketch and cost opinion. Pitman-Hartenstein & Associates, Inc. p 9902.2C adm 951 Page 6 168 6' The right-of-way varies through this area of C.R. 951 and 1-75. From the aerial photograph the right-of-way width it appears to be 75m (250 feet) near the intersection. Right-of-way information will need to be verified for design purposes. It appears that the turn lane improvements can be constructed in accordance with the F.D.O.T. Standards. Thus design variances and exceptions are not anticipated at this time. Pitman-Hartenstein & Associates, Inc. p'9902-2C adm' 951 Page 7 Appendix A 168 6 Pitman-Hartenstein & Associates, Inc. p'9902-2(? adm appndx ! ! P~ ~em No. Pitman-Hartenstein & Assoc., Inc. 4755 Summerlin Road, Suite 8 Fort Myers, Florida 33901 PRELIMINARY COST OPINION for SOUTHBOUND C.R. 951 LEFT TURN LANE IMPROVEMENTS Description Unit I Quanti~ Unit Cost I Total Cost 101-1 Mobilization LS I $5,000.00 $5,000.00 102-1 Maintenance of Traffic LS 1 104-10-I Baled Hay or Straw Staked Silt Fence (Type III) 104-13-1 Clearing and Grubbing 110-1-1 110-4 Removal of Existing Pavement $ 10,000.00 $ 10,000.00 EA 16 ' $4.00 $64.00 LF 80 ! $l.50 ..... ~-15~10-6' LS/AC 0.4 $5,500.00 .....§2~-2bb766' CY ; 255 i $3.50 $227.50 $6.00 120-6 Embankment $1,530.00 120-71 Regular Excavation LS 1 ~ $3,500.00 $3,500.00 160-4 'Type B Stabilization (12") SY 1640 $2.00 $3,280.00 285-709-990 Optional Base Group 9 (10") SY 969 $7.50 $7,267.50 285-716-984 Optional Base Group 16 (4") SY 103 I $4.50 $463.50 300-1-3 33 l-2a Bituminous Material (Tack) :Type S, Structural Course, Asphaltic Concrete (250#/SY) GA 72 $1.00 $72.00 TN 102.5 $40.00 $4,100.00 33 l-2b I Type S, Surface Course, Asphaltic Concrete (100#/SY) TN 46.1 $40.00 $1,844.00 400-1-15 ; Class I Concrete - Misc. CY 5 $400.00 $2,000.00 425-1-521 Ditch Bottom Inlet, Type C EA I $1,500.00 $1,500.00 425-2-91 Manhole J-8 <10' EA 1 $2,800.00 $2,800.00 430-I 1-329 24" RCP Class III LF 312 $35.00 $10,920.00 5.2_0_- 1 Z7- .......T_yp~e_'_E'_C~onc~r_e? Curb & Gutter 575-1-4 Sodding - St. Augustine LF 430 $8.00 53,440.00 SY 764 $2.20 ' S 1,680.80 700-46-11 'Sign Existing, Remove, Single post 700-46-12 : Sign Existing, Relocate, Single post 706-3 Reflective Pavement Marker (F 8,: I) AS 15 $25.00 $375.00 AS 1 : $100.00 $100.00 EA 25 $4.00 $100.00 711-35-61 · Solid Traffic Stripe, Thermoplastic (6" white) 711-35-241 Solid Traffic Stripe, Thermoplastic (24" white) 711-36-61 i Solid Traffic Stripe, Thermoplastic (6" yellow) 711-36-181 ' Solid Traffic Stripe, Thermoplastic (18" yellow) 711-4 i Directional Arrows LF 530 $0.75 $397.50 LF 617 I $0.85 $524.45 . LF .......2J ....! .......~2.~0 .... $_5~._5.~ EA 5 , $65.00 $325.00 Note: This cost opinion was made without benefit of preliminary or final construction plans and is for planning purposes only. Sub-Total $63,916.75 25% Contingency $15,979.19 GRAND TOTAL S79,895.94 951-cost.123 Page 1 of 1 10/01/99 i I dYIVU 3~)NVUJ. N3 g/.-I S~VO 1 ! 1 ! i i 1 lOB 6 Pitman-Hartenstein & Assoc., Inc. 4755 Summerlin Road, Suite 8 Fort Myers, Florida 33901 PRELIMINARY COST OPINION for SOUTHBOUND C.R. 951 RIGHT TURN LANE IMPROVEMENTS Item No. Description Un ~uantlt~ I i 01-1 } Mobilization : LS I O2-1 }blaintenance of Traffic ,LS 1 .04-10-1} Baled Hay or Straw EA 16 Unit Cost Total Cost $5,500.00 $5,500.00 $10,000.00 $10,000.00 $4.00 $64.00 .04-13-1 Sta.ked Silt Fence (Type IIl) t LF 1025 ; $1.50 $1,537.50 1 I0-1-1 { Clearing and Grabbing ! LS/AC 1.06 ' $5,500.00 $5,830.00 120-6 ] Embankment CY 775 t $6.00 $4,650.00 120-71 t Regular Excavation LS I i $3,500.00 $3,500.00 160-4 }'~ype B Stabilization (12") SY 2668 ; $2.00 $5,336.00 285-709-990 Optional Base Group 9 (10") ' SY 285-716-984. Optional Base Group 16 (4") SY t00-I-3 ] Bituminous Material (Tack) GA 33 l-2a i Type S, Structural Course, Asphahic Concrete (250#/SY)TN 33 l-2b i Type S, Surface Course, Asphaltic Concrete (100#/SY);TN 400-1-15 i Class I Concrete - Misc. 1333 $7.50 $9,997.50 556 $4.50 $2,502.00 53 $1.00 $53.00 166.6 $40.00 $6,664.00 66.7 $40.00 S2,668.00 CY 5 $400.00 $2,000.00 400-I-2 ~ Class I Concrete - Endwall CY 2.2 $450.00 $990.00 430-I 1-329 124" RCP Class III 16 LF 575-1-4 , Sodding - St. Augustine SY Sign Existing, Remove, Singl.e post 3760 $35.00 $560.00 $2.20 ...... 700-46-11 AS 17 $25.00 $425.00 AS 2 $100.00 8200.00 AS I $1,000.00 $I,000.00 EA 23 $4.00 $92.00 700-46-12 700-46-22 706-3 Sign Existing, Relo. cate, Single.post 'Sign Exist.'mg, Relocate, Multi-.post Reflective Pavement Marker {F & I) 711-35-61 711-35-181 1711-35-214 Solid Traffic Stripe, Thermoplastic (6" white) Solid Traffic Stripe, Thermoplastic ( 18" white) Solid Traffic Stripe, Thermoplastic (24" white) LF 1920 $0.75 $1,440.00 LF 21 $0.50 $10.50 LF 12 $0.85 510.20 .... EA'' 9 $65.00 .......S585.00 711-4 !Directional Arrows INote: This cost opinion was made without benefit of preliminary or final construction plans and is for planning purposes only. Sub-Total $73,856.70 25% Contingency 518,471.68 GRAND TOTAL $92,358.38 d~VB 33NVBIN3 gL-I o H T 6 Appendix C Pitman-Hartenstein & Associates, Inc. p\9902-~©.',dm appnd,~