Loading...
HomeMy WebLinkAboutExhibit - AgreementINTERLOCAL AGREEMENT BY AND BETWEEN MIAMI- DADE COUNTY, FLORIDA AND THE CITY OF M IA M I FOR REPLACEMENT OF A FENCE ON METRORAIL PROPERTY THIS INTERLOCAL AGREEMENT, made and entered into this day of , 2016, by and between MIAMI-DADE COUNTY, FLORIDA (the "COUNTY"), a political subdivision of the State of Florida, and the CITY OF MIAMI,ELORIDA (the "CITY"), a municipality organized and existing under the laws of the State of Florida. WHEREAS, Section 163.01, Florida Statutes and the Miami -Dade County Home Rule Charter, as amended, permit the COUNTY and the CITY to enter into Interlocal agreements; and WHEREAS, the CITY desires to have the existing fence removed and replaced with a fence that is lower in height than the existing fence so as to provide greater visibility from US 1 to businesses located adjacent to that portion of Metrorail property: and WHEREAS, the COUNTY and the CITY desire to set forth the terms and conditions for the removal and replacement of the fence on Metrorail property located between SW 24 Avenue and SW 27 Avenue in Miami, Florida, as shown on Exhibit 1. NOW THEREFORE, the parties hereto, for the consideration herein as set forth mutually agree as follows: 1. Design: The CITY and the COUNTY mutually agree upon the design of the replacement fence the specifications of which are attached as Exhibit 2, 2. Construction. The COUNTY shall remove the existing fence and construct and install or cause to be designed, constructed and installed a fence, the design of which has been mutually agreed to. 3. Reimbursement/Cost. The CITY shall reimburse the COUNTY for all costs associated with the removal of the existing fence and the design and construction of the replacement fence within 30 days after replacement of the fence is complete as evidenced by an approved final inspection issued by the COUNTY. The total cost is estimated at approximately $50,000, however, the CITY shall reimburse the COUNTY for the actual bid amount. 4. Ownership, Maintenance, Repair, and Operation. The COUNTY shall retain ownership of the fence and be responsible for maintenance, repair, and operation of the fence. Page 1 of 2 5. Modification. This agreement may not be amended, modified, altered, or changed in any way except by a joint Agreement in writing by both parties. 6. Successors and Assigns. The terms and conditions of this Agreement shall be binding upon and insure to the benefit of and be enforceable by the legal representatives, successors, and assignees of the parties and shall continue in perpetuity, unless otherwise modified in writing by the parties. 7. Regulatory Compliance. The COUNTY shall comply with all statutes, ordinances, rules, orders, and regulations of the Federal, State and County Governments in the removal and replacement of the fence. 8. Entire Agreement. This Agreement constitutes the entire agreement between the parties with respect to the subject matter herein contained, and it supersedes all prior understandings or agreements between the parties. 9. Effective Date. The terms of this Agreement shall commence and become effective upon the date of the last of the parties to execute and deliver this Agreement. IN WITNESS WHEREOF, the parties having caused this Interlocal Agreement to be executed by their respective and duly authorized officers. CITY OF M IAM I MIAMI-DADE COUNTY, FLORIDA FLORIDA CITY MANAGER/DESIGNEE COUNTY MAYOR/DESIGNEE ATTEST: CITY CLERK DEPUTY CLERK APPROVED as to Form APPROVED as to Form and Legal Sufficiency: and Legal Sufficiency. CITY ATTORNEY COUNTY ATTORNEY Page 2 of 2 Google Maps Go glc Maps Google Maps Page 1 of 1 EXHIBIT 1 (:orontit,Crnve icy' 1 Cocon�t;Gr Stet ,!'naIfi Ihhou,t Shell GrO e S`Yiltln=, `Oh l , o- su1r11.14.t STi II Ulm r �I mm �;( l}' ,o1A'Dance h; 8 'tness St ,io Paddle Perform. rice &,' - Pilalea ene Un,it I `;VU.,',PI rk1 i `;I r.•ltd In,i u- Mlanll Otr:1bio®ldSt 'Goggle �4;r IheOngil elUaily,'� Ulrail!Msilkegdiwc� L� sr,coffeetTerrace co "RA e 4f ni���,dy ,1,^.Ihellcs .IiliIt III,.. f � � pool Over hr`ook E t 1S'4 a71.. .111 R ry Measure distance Total distance: 1,119.55 ft (341.24 m) https://www.google.com/maps/@25.7406258,-80.23 55872,402m/data=! 3m 1 ! 1 e3 Imagery 02015 DlgitalGlobe, Sanborn, U.S. Geological Survey, Map data 012015 Google 200 ft 9/9/2015 gx I 2L.-52/114) cd SECTION 01 11 00 SUMMARY OF WORK PART 1— GENERAL 1.01 Scope of Work: CONTRACTOR must obtain and submit all permits prior to performing any work at this location. The CON'TRACTOR shall review all documents, specifications, plans and scope of work provided by Miami -Dade County Transit, and furnish all labor, materials and equipment required to modify the existing fence by reducing the height from 6 feet to 4 'feet for a section along US-1 from SW 27 Avenue to SW 24 Avenue. The proposed section to be modified is approximately 1,320 feet long; refer to Exhibit 1. 2) Prior to submitting bid, the Contractor is to visit the site and become familiar with the area and the existing fence and all requirements as per scope of Request for Price Quotation (RPQ). The As -Built plans of the existing fence is included in Exhibit 2 and the shop drawings of the existing 6-foot picket fence are included in Exhibit 3. 3) The work includes the removal of existing 8' x 6' high steel picket fence panels, fabrication and installation of new 8' x 4' high steel picket panels with new post caps to match existing . The Contractor may consider modifying the existing 6 foot high posts (i.e. by cutting the top 2 feet) and installing new post caps. 4) The work for this project consists of but is not limited to: provide all labor, material, equipment, peiniit, necessary tools, required supervision and services indispensable to modify/furnish, fabricate and install approximately 1320 LF X 4' of picket galvanized steel picket fence. 5) The CONTRACTOR shall remove and dispose of existing fence material, relocate existing sign and pole, and remove existing hedges as required. The CONTRACTOR shall be responsible for the Maintenance of Traffic (MOT) for pedestrians, bicycles and vehicles. Work required may include, but is not limited to the follow trades: Fencing contractor, concrete placing contractor, landscape and lawn maintenance contractor, Etc. Project No.: IRP RPQ No. January 2016 0111 00-1 Summary of Work 7) ALL CONTRACTORS submitting bids for work are responsible to list appropriate subcontractors required to complete all areas of work as required. 8) The CONTRACTOR shall be responsible for the safety and security' of the job site, Any vandalism, theft, accident etc. which occurs during the construction period is the responsibility of the Contractor. No monetary compensation will be granted for any of the events as described above. The Contractor is required to have proper insurance to cover ongoing work on the job site in accordance with the terms and conditions of the Miscellaneous Construction Contract (MCC). 1.02 Contract Duration: The bidder agrees to complete all Work within 30 calendarkdays after the effective date of Notice to Proceed. 1.03 General Conditions The Contractor shall adhere to the general conditions for Construction Adjacent to the Metrorail or Metromover Guideway/Facilities. Clear access is required on a 24 hour basis for ingress and egress for transit patrons, fire and rescue personnel, and maintenance personnel. A. contact person will be named by the Contractor to act as liaison with the MDT Office of Safety and Security for all matters related to safety of the MDT System, A contact person shall also be named (may be the same person) to act as liaison with the MDT Metrorail Operations Division for all matters related to operation of the Transit System. 3) MDT shall have the right to review all plans and any construction with reasonable advance notice, except for any for any matters related to immediate system safety concerns which will require no advance notice. 4) The Metrorail guideway shall not be used to support and/or brace construction scaffolding or equipment. 5) For any activity within the Safety Zone, the following requirements may apply pending MDT review: 6.1 At least forty-eight hours notice describing the nature of the work shall be provide to the MDT prior to commencement of work. Project No.: 'RP RPQ No. Summary ofWork January 2016 01 11 00-2 6.2 The contractor will provide special protection, such as netting, barricades, walks, screens, scaffolds, etc., acceptable to MDT, to help ensure the safety of MDT property, patrons and employees. No work shall be permitted unless such protection is proved as determined necessary by MDT. 6.3 Best efforts will be used to schedule all construction work which may have any impact on the Metrorail/Metromover System during the Non -Peak Operating hours or Non -Revenue Hours. Non -Peak Operating Hours are defined as weekdays prior to 6:30 a.m., after 7:00 p.m., and all Saturdays and. Sundays. Non - Revenue Hours are defined as Monday through Sunday 12:30 a.m. to 5:00 a.m. or such other hours as may be designated by the County as Non -Revenue Hours. Revenue hours will change as required by MDT. 6.4 No crane lifts or other crane operations shall be performed without prior approval (in writing) from MDT. This paragraph shall apply where any part of the load or crane (i.e. counter weight) is above the surface of the guideway running pad/rail. 6.5 For any construction activity, MDT may deem as necessary, at the contractor's expense, a MDT employee (spotter) to coordinate the contractor's activities with Central Control. This employee will be responsible for monitoring construction activities and communicating with MDT Central Control. MDT will deteiuiine, in the reasonable exercise of its discretion, the number of hours the above -mentioned employee is needed. The construction contractor will reimburse MDT for costs arising from the provision of the above -mentioned employee which will be charged at the current rate. 7) MDT may, at its discretion, modify any of the above conditions or impose additional conditions, to help ensure the safety of the public, and its patrons, employees or property. 8) The Contractor shall comply with provisions of the Construction Safety Manual without modification made a part of the contract documents. 9) The Contractor shall coordinate all phases or stages of his work including work performed by his subcontractor, with the MDT Construction Manager, hereinafter referred to as Engineer, and any other adjacent Contractors so that the work can be completed in an efficient and expeditious manner. 1.04 Site Investigation Project No.: IRP RPQ No. Summary of Work January 2016 01 11 00-3 1) The Contractor by virtue of signing the contract acknowledges that he has verified all dimensions at the site, and is aware of existing field conditions. Contractor is responsible for notifying Sunshine State One Call of Florida (SSOCOF) of their proposed excavations so that SSOCOF can notify all members with underground facilities near the excavation site. 3) Before commencement of work at the site the contractor shall coordinate with the necessary utility companies and/or other agencies having jurisdiction. 1.04 Submittals: Before starting fabrication of fence, the contractor shall submit to Miami -Dade Transit for approval: 1) Six (6) complete sets of shop drawings reflecting cutting, welding, fabrication and installation of fence including all plans, typical elevations, sections, details of components, anchor details and samples of manufacturers standard color chart and materials. Manufacturer's specifications and installation detail for all component parts. No work shall comrnence nor will it be accepted without prior approval of the shop drawings. 1.06.1 Product: Galvanized steel picket fence shall be fabricated with the same components as the existing fence; to match existing. As -built plans of the existing fence are included in Exhibit 2. 1) Pickets 2) Rails (top & bottom) 3) Post 4) Post and Picket Caps 5) Spacing 6) Installed Center 7) Height 8) Alloy 1.07 Finishes: Match existing Match existing Match existing Match existing Match existing Match existing 48 inches Match existing Project No.: IRP RPQ No. Summary of work January 2016 01 11 00-4 Pretreatment: A five -stage non -chrome pretreatment shall be applied. The first step shall be a chemical cleaning, followed by a water rinse. The final state shall be a dry in -lace activator, which produces a uniform chemical conversion coating for superior adhesion. 2) Coating: Fence materials shall be coated with a TGIC polyester powder -coat finish system. The finish shall have a cured film thickness of 2-3 minimum. 3) The color of the fence shall match existing. 1.08 Execution — General: 1) The contractor shall be responsible for relocation of sign poles and removal of hedges that may be in line of path of the fence to be installed. The contractor shall be responsible for coordinating with the proper agency for relocation of any aforementioned signs. The contractor shall be responsible for partial removal and disposal of the existing 6 foot galvanized steel fence. The new portions of fence shall be installed in accordance with the previously prepared and approved shop drawings and the manufacturer's detailed instructions for fence installation. Erection of fencing shall be done by skilled workmen. The contractor shall be responsible to insure that the fence line is free of all vegetation and obstacles. The grade shall be such that a clearance of approximately 2" between the pickets and the ground shall be held along the line of fence. The responsibility for installation and maintenance of adequate traffic control devices, warning devices and pedestrian/bicycle barriers for the protection of the traveling public and workers, as well as to safeguard the work area in general shall rest with the Contractor. The traffic control devices, warning devices and pedestrian barriers shall be erected by the Contractor prior to creation of any -hazardous condition and in conjunction with any necessary rerouting of traffic. The Contractor shall immediately remove, turn or convey any devices or barriers which do not apply to existing conditions. 4.1 Traffic control devices, warning devices and pedestrian/bicycle shall be kept in the correct position, properly directed, clearly visible and clean, at all times. Damaged, defaced, or dirty devices or barriers shall immediately be repaired, replaced for cleaned by the Contractor. Project No.: IRP RPQ No. Summary of Work January 2016 01 11 00-5 4.2 The Contractor shall provide trained, Department -certified naggers to direct traffic where one-way operation in a single land is in effect and in other situations where the Department deems applicable. 4.3 The Contractor shall conduct his/her operations in such a manner that no undue hazard shall result due to the requirements of this section, and the language in this section shall in no way act as a waiver of any of the terms of liability of the Contractor, or his/her surety. The Contractor shall maintain proper pedestrian access to the Metrorail facility within the contract limits. The contractor shall coordinate his activities with Miami -Dade Transit to eliminate or minimize any disruption to pedestrian access to the Metrorail facility. 1.0 Post Setting: Footings, if required, shall be 12" diameter x 36" deep. .Soil at excavation shall be thoroughly compacted. Care shall be taken to insure proper alignment and plum installation. Post shall be place at intervals not to exceed 8 foot center to center. Post shall be set 3000 PSI concrete. All post will be set on concrete footings with allowance for a minimum of 6" of concrete between bottom of post and bottom of concrete footing. All footing shall extend 2" above finished grade and shall be crowned to shed water. Spattered concrete will be removed from all fence material. Waste material from excavation shall be spreadas directed on site, or removed as directed by the owner. Project No.: IRP RPQ No. Summary of Work' January 2016 �01 11 00-6 COMPONENTS OF CONTRACT PLANS SET ROADWAY PLANS SIGNING AND PAVEMENT MARKING PLANS SIGNALIZATION PLANS LIGHTING PLANS A DETAILED INDEX APPEARS ON THE KEY SHEET OF EACH COMPONENT INDEX OF ROADWAY PLANS SHEET NO, SHEET DESCRIPTION KEY SHEET 2 • 3 SUNMARY OF PAY ITEMS 4 • 6 TYPICAL scrtcNs 7 TYPICAL SECTION DETAILS 8 - 9 SUMMARY OF QUANTITIES 10 GENERAL NOTES II - 17 ROADWAY PLAN 18 • 20 SPECIAL DETAILS 21 TRAFFIC CONTROL PLAN NOTES 22 TRAFFIC CONTROL PLAN 23 TRAFFIC CONTROL PLAN GUIDE SIGN WORKSHEET CTL.I ,, CTL,2 PROJECT NeTWORK CONTROL GR.I AEPORT OP CORE a:IRMO UTV•I VERIFIED UTILITY LOCATIONS LIST OF REVISED INDEX DRAWINGS INDEX NO, SHEET NO, GOVERNING STANDARDS AND SPECIFICATIONS: Florida Department of tmspartarIon, 201e Design Standards ortil revised index Drawings as appended heroin, and attle Standard Specifkations for Rood and Bridge Construction. as amended be Contract Documents. Po: Design Standard, click on the rtsesIgn Standards° link at the following web site: .httie.ThrivoindoestarailsistrddesignI For the Standard Specifications for Road and Bridge Construction click on the 'Specifications' link at the following web sRat httoW/wwwelastatefLowspecificationsollicel 007131555 Z, (0c- Skimma,r/ CWovie) STATE OF FLORIDA DEPARTMENT OF TRA1VSPORTATION CONTRACT /11ANS FINANCIAL PROJECT ID 429021-1-52-01 (FEDERAL FUNDS) MIAMI-DADE COUNTY (87030) STATE ROAD NO. 5 US 1 / SOUTH DIXIE HWY. AT SR 9/SW 27TH AVENUE INTERSECTION IMPROVEMENT 3. 0101 BEGIN PROJECT STA. 1422+60.00 MP 6.384 ROADWAY LENGTH OF PROJECT a / 03 0Z LINEAR FEET 1091 EXCEPTIONS 0 GROSS LENGTH OF PROJ IR I .207 FOOT PROJECT MANAGER. HONG LOCATION 0 fies END PROJECT STA. 1433+51.00 MP 6.591 EET REVISIONS 'art! 31 AM, reizA1/4)6s CONSTRUCTION CONTRACT NO. T5.3.5S 'T ROADWAY SHOP DRAWINGS TO DE SUBMITTED TO: Raul E Atessorairi, ALVAREZ ENGINEERS, INC 10705 tLLY alat Straet. Sake IN batal. Fiartda 131745 Tel W5)60-1375 PLANS PREPARED BY: ALVAREZ ENGINEURS, INC, Florida CerttOca, of Autharilation 7335 10305 t114, 41.51 Siteet, SUIre 107 0a770 Pala& 33174 ref 005)040-13.15 Far 0051 040-1346 31va7079010a0a7E010,01 Mf",gc;!°&4411""' NOTE; THE SCALE OF THESE PIANS MAY HAVE CHANGED DUE TO REPRODUCTION NOTE: THIS PROJECT TO BE LET TO CONTRACT wrrH FINANCIAL PROJECT ID 429021.1,56.01, WHICH HAS NO PLANS, FOR FINANCIAL PURPOSES ONLY, ROADWAY PLANS EN0IN.6ER OF RECORD RAUL E, ALESSANDRI, PE P.E. NO • 75506 anon PN 7 02707115201aro0doxpacy0r an SUMMARY OF FENCING TYPE SPECIAL 541 50 550-10.929 LOCATION 5 E FENCE PAY ITEM F SPECIAL 55045929 8' MOE DOUBLE SWING GATE SPECIAL PAY ITEN 55560-927 EA PULL & END POST ASSEMBLY EA REMARKS FIELD BOOK REFERENCE STA. TO STA. p F P 445 ft 5 (4om Sta. 1414+00 to Sta. 1426+87 LT 1,940 1431+34 to 1442+35 LT t 1413+06 to 7415-H4 LT 1424*99 to 142 +04 LT 1436+76 to 1426+84 LT TOTAM a . 3 SUMMARY OF LITTER REMOVAL AND MOWING PAY ITEM 107-1 PAY ITEM 107-7 CONST.DURATIO PHASE (DAYSI LITTER REMOVAL MOWING REMARKS FREQUENCY I0440) CYCLES AREA CYC'ES AREA AC/CYCLE TOTAL 1AC ACICYCLF roraL (AC) 60 30 2 1.3145 2,090 2 0,630 1.260 I 30 30 I 1.045 1.043 1 0.630 0.620 II 30 30 4 1, 45 4.048 7 0,528 0,530 IV 40 30 0 1.045 7,045 1 0. 30 0.630 TOTAL 122' TOTAL . 0 NOTE: THE PHASE DURATIONS SHOWN ARE NOT BASED ON PROJECT SCHEDULE AND SHALL NOT BE USE FOR SCHEDULING PURPOSES Or THE CONTRACTOR, PAY ITEM NOTES 110-1-1 INCLUDES TRIMMING OF SHRUBS FOR FENCE INSTALLATION ANO REMOVAL OF ALL SHRUBS wirpan 5 peer OF THE reNcE. ALSO INCLUDES THE. REMOVAL OF ONE TREE (APPROX. 12° CALIPER); ANY) CORRECTIVE PRUNING OF APPROXIMATELY 16 TREES DURING FENCE INSTALLATION TO ELIMINATE CONFLICTS WITH LOWER BRANCHES, TO SE DIRECTED EY A CERTIFIED ARSORIST, FOLLOWING ANSI A300 PM 1 PRUNING STANDARDS. ALSO IN'CLUDES REMOVAL OF CONCRETE TRAFFIC SEPARATOR 285-709 INCLUDES THE COST OF EXCAVATION OR EMBANKMENT REoumo ro REACH PROPOSED GRADE ELEVATION, 334.1-13 INCLUDES 17,64 TN OVERBUILD FOP CA055 SLOPE CORRECTION. 42.5-5 ONLY ONE PAYMENT SHALL Of MADE PER FACILITY TO BE ADJUSTED, PRICE ANO PAYMENT FOR EACH UNIT INCLUDES COST OF ALL ADJUSTMENTS REGARDLESS OF THE NUMBER OF ADJUSTMENTS REQUIRED FDA THE PROPER CONSTRUCTION OF THE PROJECT, VALVE BOXES AND MANHOLES SHALL SE ADJUSTED WHENEVER THEY ARE 1/4OR MORE ABOVE OR BELGYI THE PAVEMENT FINAL GRAPE ELEVATION. THE corrmAcroa IS RESPONSISLE FOR PERFORMING MEASUREMENTS ON ALL M4NHOLE5/VAI.VE BOXES WITHIN PAVING 1.100T5. COST OF THE MEASURING 15 INCLUDED IN FRICTION COURSE PAY ITEMS. INCLUDES COST OF PAVEAIENT AND SITE RESTORATION, THE MEASUREMENTS SHAM. HE MADE PRIOR TO PLACING FRICTION COURSE BETWEEN THE STRUCTURAL COURSE ANO THE TOP OF MANHOLE/ VALVE 8DX, THE QUANTITY TABULATIONS SUMMARIZE THE MANHOLE/VALVES anxEs OWNED 8Y THE UTILITY AGENCY/OWNER THAT HAVE PEEN IDENTIFIED wawa THE PROJECT; HOWEVER, THE ACTUAL NUMBER TO BE ADJUSTED WILL BE AS APPROVED BY THE ENGINEER. 520-70 INCLUDES THE COST OF 4" 0048 PAD USING B-I2,5 52I-1 INCLUDES THE COST OF 4" CONC. CAP AND BARRIER WALL END CAP. 521-73 INCLUDES THE REMOVAL Of THE EXIST. 4° CONC. CAP ANO BARRIER WALL END CAP, 522-1 INCLUDES THE COST OF REMOVAL OF EXISTING SIDEWALK, INCIDENTAL EXCAVATION AND EMBANKMENT AS REQUIRED TO REACH 522-2 PROPOSED ELEVATIONS, 520-1-1 INCLUDES THE COST OF REMOVAL OF EXIST CURE) AND ourrric 520.2-4 550-70.629 SPECIAL FENCE SHALL 5E HOT -DIPPED GALVANIZED STEEL PICKET FENCE FIS SHOWN ON SPECIAL DETAILS, OrFT HIGH, PAINTED FOREST GREEN. CONTRACTOR TO SUBMIT SHOP 054451146.9 FOR APPROVAL PRIOR ro FABRICATION. 37C-1-2 INCLUDES 2 FEET OF MULCH AROUND TREES ANO PALM5 WHERE SHRUBS ARE REMOVED, IIEV1SIONS 2.415 4474 PATE RIP 1011 ALVAREZ ENGINEERS. Florida Certificate of AurNorIxotan 5 761.1 MEN ON Als Street, Suite 103 Ghost, Starlds 73175 7el. (2051E4043E5 Fax 130511011-044 Eq,7 lzer4,,, 1,ilcercs Ravi E. Messer4S, 0,5, 4S a / MANHOLES TO BE ADJUSTED PAY ITEM 425.5 LOCATION EA REMARKS 0, STATION OFFSET SIDE 1425+85.60 19.90 RT 5 1429+58.40 16.50 AT 3 1430+07.73 7858 LT 4 1430343.57, 23.40 87 5 1431+5160 16.60 PT 1431+52.80 35.40 RT 7 1430+71.56 713.76 LT 7 REPLACE MH COVER TOTAL NO. LOCATION ATION 1429+76.70 26.00 1,450+12.75 41.70 17 AY ITEM 423. REMARKS SANITARY MANHOLE TO BE ADJUSTED PAY ITEM 425.51 DCATION 53. 0 STATION 0817507 SIDE 44.07 LT TOTAL REMARKS SUMMARY OF SIDEWALK & DETECTABLE WARNING LOCATION STA. TO 0701. 12+87,22 to 13+62.95 1428+91.37 ta 7429+0132 1428+5302 to 1429+40.62 1430+21.91 to 1430+51.29 AT 1430+32.04 to 1430+60.95 1430+67.72 to 1431+09E6 LT 34524-9.5.56 ro 1433+4609 MEDIAN 1422+23,25 to )429+01.26 SIDE 1429+22,20 to 1429+38.78 LT 1430+38.49 to 1430+43.49 LT 1430+35.55 to 1430+41.24 LT 7430+47.65 to 1430454E2 LT 1430+E7.65 ro 1430+95.60 LT 1430+31.41 to 1430+36A1 87. TOTAL STATE OF FLORIDA DEPAP.TMENT OF TRANSPORTATION ROAD NO COUNTY 194454.129120 MAN IA PROJECT ID 4290214E2-01 3,1111/1014 DETECTABLE 80 THICKNE55 458WARNINGS (sF) PAY ITE51 .5224 FAY ITEm 527-2 27P 10.1 17.2 1E7 25 4 10,0 120 REMARKS Ar sw 22 AVE' S UKILARY OF QUANTITIES 3.11 18 P11 P,13901115201,rearray,111111111,1111 eV, 08100 NO. EXIST. METROAA PIER rir BEGIN 6HIGH FENCE SPECIAL BEGIN CONSTRUCTION AT 445 FEET WEST FROM STA. 1414+00 EXI57. SWK. (7to AEMAI/g) R/W UNE 7- 13 EXIST METRONAIL M-PATH (TO REMA)N) 0 10 Feet (s- 40 INSTALL 6' 4V UNE , " t= HIGH FENCE 'L) EXIST. PAVT (TO REMAIN) 5R 5/US 1/5. DIXIE HWY = A'xdiremPAT;411- -'. 75 0 . 1,41A er4.rzo' EXIST. PAVT ITO REMAIN2)---\\ EXIST. SYLIK. (7'0 REMAIN). LINE AttiMIEZ encrNEERs. INC Matto Certificate of Authoritation 0 adde WO NW. dist Streol, Solid 10.3 Oval. Florida 33176 779, (305)640•1343 7305)6,0-1346 &Vadat of Rdcord: Raul E,Alessandri, F.E. A.E. No. 75506 5 TATE OF FLORIDA DEPARTAfRATT OF TRANSPORTATION nmo ivor— COUNTY FINANCIAL PROJECT ID 461)0.405 42 9021)1.52-01 .1/19,2014 ROADWA r PLAN 971310r96 PA0,02 15.2131VoadonI ao • 5 714 PROVIDE 5" WIDE DOOPLE ,. SWING Are SPECIAL, A 141.5210 MDT! .64 0 - /i 0 0 10 4 Feet , EXIGTL METROLLAIL PIER EXIST, METRORA1L 34-0AT74 rro aziorp,f) INSTALL LE HIGH FENCE SPECIAL RIW LINE L.5 x x ELECTRONIC :1 taggPEIFK PgaV) SEE DETAIL 5-12 1417 14181 1419 1 420 ,, , „ _,..4;77.5" 7,5414-7,777, F4.7,-- -.7,-.5537-47-, ,L7,54,.." .".,./1. .4'454 '7,'.7,-77751:7"7: :"4" 5 ; ' . .5: c 7 7 : : ":7 77.'7 7 7i7, '74 sn /'SF1 5/US I/S. DIXIE HWY otisirizi; EXIST, AR. LTG REMAIN, ALVA042 EN6IN0005. 104 400444 Ceatticate of AuVlarintlan 7534 I0309 00.4141 0/root, Suite t53 00401, F7o7id4 03148 701, M510404345 Fo 43051642-1243 40410444 57 /Word: &rut E 41e37441<7. 50 1.0 07. 71506 ADAD 5 14z- SrATE OF FLORIDA D5PART300NT hP TRANSPORTAMN COUNTY MIAL,11..DADE 7007 FINANCI NINE ID 4290214,52-01 3,10/201) D4IP COVE ROADWAY PLAN L BEGIN PROJECT BEGIN MILLING AND RESURFACING MATCH EXISTING PAVEMENT STA. 1422+60.00 SURVEY SR 5) MP 6.384 1 r DATF PROVIDE E. WIDE DOUBLE SW1NG GA7; P CIA SFA, 1421700 EXIST. PAVT (T0 4EMAIN/ pare RORAIL RM EXISTRORAIL M-PATH (70 REMAIN) BEGIN 4' WIDE TRAFFIC SEPARATOR Y'YPE IV. OPTION 11 SAWCUT AND CONNECT TO EXIST CURB AND GUTTER TYPE F STA 1423+41.74 (3,75' LT) 1422 1423 1424 R .S/U5 1/S.rrDIXIE(-ryyy_._. INC. Authorization 4 7533 0305 N W. 41 s! straet. Suite 103 067 6a0.1345 far 13051 540.1346 Enntneer of R41Ord. RAO E- Atensan4rl, P.E. P. E, Na.. 7551E LIMITS OP MILLING 'NO RESURFACING 75R S1�YK: (iO -R>:NAIN1 STATE OF FLORIDA DEPARTMENT OF TRANSPOR ROM) NO, .143(75 OF M(1 AND"RE5URFA LEGEND COUNTY j5INANCIAL PROAF.CT 41134111(110E { 429021.142.01 INSTALL E' HIGH FENCE SPECIAL RECONSTRUCT 4' WIDE TRAFFIC SEPARATOR TYPE IV 0P71ON (1 ifAFF!C SEPARATOR AND 4' THICK CONCRETE SWX.. ROADWAY .PLAN 3/14/NIt P /t}50711330)Voan,ay\04nt4034pn INSTALL fi' H10H FENCE SPECIAL ECON5TRUCT K WIDE 'i.1M1TS v>:_ Mf.L1N RAF IC SEPARATOR f—:ANl) RESURFACIN YPE 1V..DPT10 0.00.11 O. SWK. (TO LEGEND WAr6R VALVES TO aE iJ ADJUSTED (SEE SUMMARY OP OJAN7')T1E5 SHEET) ACE SPECIAL REMAIN) $PARA70R IX!E HWY TPPP'14"DaT1ON'i!`? CC+86.41 {).75' LT} WIDENING CROSS SLOPE CORRECTION Vvh 1 TRAFFIC SEPARATOR AND CONCRETE SWK, OR CONCRETE SLAB VAREZ ENC 3tda 0751/11 5 N.W. 415t 5tre FlOrld. 33778 849 758 CONCRETE EARR)ER WALL SEE SPECIAL DETAILS SHE Atrtt:wiTolfArt g.7 CONSTRUC CRASH AtYCU7'^ 2+7v.7 ADJUST MANHOLE TOP AND REPLACE MANHOLE COVER PER STANDARD 1NDS% 201-.' )450+599 BEGIN IRAFFIC SEPARATOR SPECIAL '. 1'-4" WIDE £%17 CC+40,351)I53'Rl`) StGNA 2.2 Nb ' 30 SCORE w„ 6 0L oRRECTtax ) OO"00 t7023 RT)-- C L1GHT POLE "Vvti 7 CONSTRUCT - - CONC. 'TRAFFIC SEPARATOR SPECIAL )'-4" WIDE b STA. ]2+24,35 g SURVEY SR 9= —STA. 1429+24,09 $ SURVEY' SR 5 LIMITS C}F MILLING AND RESURFACING MATCH EXISTING PAVEMENT STA, 11+50,50 ($ SURVEY 5R 9) 7.6 0FPLORID.1 .'5PORTATION Nrr FINANC,A PnDJ G ro ROADWAY PLAN 42902 uozn.,y�; 4.00 INSTALL 6' HIGH FENCE SPECIAL •EXIST. METRORAIL M.PATH (TO REMAIN) TRDI VEGETATION LIGHT POLE 4 ir INSTALL 9 HIGH FENCE SPECIAL Vvh _- — REMOVE CONSTRUCT Extsr. LONC TRAFFIC TRAFFIC SEPARATOR LIMITS OF MILLING SEPARATO SPE.C1AL l',.4. WID NO RESURFACING a. 1432 i., LIMITS OF MILLING END CONE TRAFFIC' ND RESURFACING SEPARATOR SPECIAL 1,4" WIDE +95.56 (10P-.6ATI ,EXIST,•SWK, REMAIN)- ESCRIPTIO SEWN Cliftil TYPE D +95.5E (12,09 510 LIMITS OF MILLING AND RESURFACING MATCH EXIST. 42 SIX Rr REVISIONS PCLE 47, REMOVE EXIST, CURS & G ER SSG RT 3 9N ENO CURB TYPE D BEGIN CURB & GLITTER TYPE F +04,38 fl 2.09 77 OAT oESC ;PILO 0EG1V ÷95,25 (9,29 AT) END CROSS SLOPE CORRECTION +27.49 (2.09 LT) EXIST. METRORAIL M;PATH (TO REMAIN Vvh NETRORAli R ENDWILLING AND RESURFACING MATCH EXISTING PAVEMENT STA. 1433+68.00 (IE SURVEY SR-5) EXIST METRORAIL PIER E IST PAVT, fro REniAIN) 14.34 1435 4, SURVEY so s 435 884250' E EiVD PROJECT STA. 1433+51,00 ( SURVEY SR-5 MP 6.59.7 ALVAREZ 010111305.3. Florida tortElmte Ammo:anon A 7.0.30 10363 NW, Alot Strada SM. 103 bor., Florida 33110 00,100315404343 Far (3051640-13dd Enpineer of lierorai Rao( E, AloarandrL P.E. P.E. IA. 75306 REMOVE EXIST TREE SR-5/US I/S, DIXIE HWY LEGEND WIDENING rI]CROSS SLOPE CORRECTION TRAFFIC SEPARATOR AND CONCRETE 51'75. rqr STATE OF FLORIDA DEPARTMENT OP TRANSPORTATION ocAO NO. COUNTY IAMI-DA05 "AU FINANCIAL PROTECT 10 429021;1•52.01 EXIST, PAVT, CYO REMAIN) 6, ID Feet 40 PROVIDE 0' WIDE DOUBLE SWING GATE SPECIAL 6+80 1437 ELECTRONIC SPEED FEEDBACK CONCRETE SLAB SEE DETAIL 5-12 ROADWAY PLAN 0.9170 4 .47 . aa P%42402105347\,'00440704184046400 5105 SHEET 54 0 INSTALL 0' HIGH FENCE SPECIAL Extsr. METROS/11C oleo Isr. mer0000n. Af-PATH ITO REMAIN) oor.t.r3o* RAY LIME 1439 14140 EXIST, PAVT, ITO AEXIA(N)- METROPAIL 0/6 i 1 SR 5/US 11S. DIX1E HWY r/ -I ,rti/ DDIF , , .,"- , — ' ' . ' ''''''' .ra' — , - ' . , '". " ,'''' :''',":"".7':4 7''''. , 7; • 'r -- ' • Mit-tYiLii.:QLrie44)An - — — — — " ' - ' - " ' '5O(5+": 5.14:6,6iii0g) - 1 ,o, ,,,- 4 ;:o:!. ,,r.. •,f.:. ........ — 7 ' — 1'.'''' •;., * 43, END CONSTRUCTION STA. 1442+35,00 ' 0 SPECIAL 10 eet 40 1442 1442 14 110/101OWS ODSCIIIPTIO PATE tiggRIPrION RAW LINE AVADEZ PlalliEEDS, INC Florida tortIfloale of AuThoriaation .0510 1030S 010 Alst SVAct, Stet. 1011 bora!, Florida 33178 (3037 621,134.5 Far 1,90.51 6404316 Engineer el Potortl' Raul L. 0(essands1. PI% 775 ISSOO STATE OF FLOIMA DEPARTAISNT OF THANSPORTITION A040 NO, 5 cOuNrr MIAMI:DADE NANCIAL DAOLECI ID 4290214.52-01 30117211 ROADWAY PLAN AAJT110.15201Vo00loess\olanr101491 75 Google Maps Go glc Maps Google Maps Page 1 of 1 ST II Ulm 'r 3 Q11Jf Ytun y,_ 2. I; i" [A' �I mm �;( l}' ,o1A'Dance h; 8 'tness St rio Paddle (:oronul,Crnvr ;I,tlo� icy' 1 Cocont, i9 Stet ,+ fi Ihhounlf t. • Shell Grove t`it n=, `tt.to o- I1:1IIP.,-F,�i Perform. rice &,' - Pilalea ene Un,it I \4 u h 111, t. 0 -,�.' the Ongil el Uaily,,�. ul I /HI !itch.),s�•Itr1 cifibMaikegdace, t,'I,n < l u• Mlanll Otr:1bio®ldSt 'Gogg �le 4;r Lily A, .IIte11c, .lilt l, III,.. f � � sr,coffeetTel lace pool Over hr`ook E t 1S'4 f'a71.. 'nir R ry 11191 Alnv. Measure distance Total distance: 1,119.55 ft (341.24 m) https://www.google.com/maps/@25.7406258,-80.23 55872,402m/data=! 3m 1 ! 1 e3 Imagery 02015 DlgitalGlobe, Sanborn, U.S. Geological Survey, Map data 012015 Google 20D ft 9/9/2015