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