Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit A
FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 1 of 11 OFF -SYSTEM CONSTRUCTION AND MAINTENANCE AGREEMENT Between STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION ("DEPARTMENT") and CITY OF MIAMI THIS AGREEMENT is made and entered into as of , 2022, by and through the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida (the "Department"), and THE CITY OF MIAMI, FLORIDA, a political subdivision of the State of Florida (the "City") collectively referred to as the "Parties." RECITALS A. Upon approval of the Department's Work Program by the State of Florida Legislature, and adoption by the Department Secretary, the Department shall complete the various projects included in the Depaitiuent Work Program; and B. Included in the Department Work Program is Project Number FPID# FM# 443896-1-52- 01 on SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road, (the "Project"); a portion of which includes work on the following roads not on the State Highway System: SW 25th Road; and C. The City is the holder of ownership rights to the following roads which are not on the State Highway System: SW 25th Road; and D. The Parties agree that it is in the best interest of each party for the Department to undertake and to complete all aspects of the Project, including but not limited to, the design, construction, construction inspection, utilities, permits, easements and other associated tasks; and E. The Parties further agree that it is in the best interest of each party to enter into this Agreement in order to allow the Department to construct and complete the Project. 1 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 2of11 TERMS NOW THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. The recitals in this Agreement are true and correct, and incorporated into and made a part hereof. 2. The Parties agree that the Department intends to undertake and complete project number FPID# 443896-1-52-01 on SR 9A/ I-95 ramps from a rigid pavement rehabilitation project which includes widening and reconstruction of the existing roadway with flexible and concrete pavement, replacement of signals, pull boxes, light pole relocation, curb ramps reconstruction, and new drainage. The Project includes improvements on SW 25th Road, a road not on the State Highway System, extending from east of NB On -Ramp to I-95 (87270500) to west of SB Off - Ramp from I-95 (87270166) (hereinafter referred to as the "Project Limits"). The improvements include milling and resurfacing of the existing pavement, new drainage structures, driveway reconstruction, curb ramp reconstruction, pavement markings, signage, and adjustment of existing manholes and valves, new signal mast arms, controller cabinet, conduits and pull boxes referred to as the "Local Roadway Improvements", within areas of construction as set forth in Exhibit A, attached hereto. The Project shall further include all activities associated with, or arising out of, the construction of the Local Roadway Improvements. In the event that the Project requires the acquisition of additional right-of-way within the Project Limits, the Department shall acquire such right-of- way. The Department will secure any necessary approvals or permits from the City, if applicable. The City shall cooperate with and shall support the Department's work efforts in these regards, provided that the permits comply with applicable Federal and State requirements. The Department will design and construct the Project in accordance with all applicable federal and state laws and regulations and in accordance with Department design and construction standards as set forth in the Department's guidelines, standards, and procedures. The Department shall have final decision authority with respect to the design, the design review process, and 2 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 3of11 construction of the Local Roadway Improvements, and the relocation of any utilities that the Department may determine to be required. 3. The Parties acknowledge and agree that the City will review the Project Design Plans ("PDP") and shall submit its comments, if any, via Electronic Reviewer Comments ("ERC"_) The Depaituient shall provide the City access to the ERC, and the Depaituient shall use the ERC to submit the Project Design Plans for the City to review. When the Department places the Project Design Plans in the ERC, the City shall have fourteen (14) days to submit its comments with regards to the Project Design Plans.. The City shall submit its comments with regards to the Project Design Plans on or before the Comment Due Date, and the Department shall respond to the City's comments, if any, on or before the Response Due Date. If the City does not submit its comments by the Comment Due Date, the City will be deemed to have approved the Project Design Plans submitted by the Department. The review process for the Project Design Plans will be deemed concluded when the Department has submitted the Final Project Design Plans to the ERC, and the Comment Due Date and Response Due Date for the Final Project Design Plans have passed, and the Department has addressed all of the City's comments that were submitted through the ERC. Once the review process is concluded, the City shall authorize its Public Works to issue a permit ("the Permit") to the Department's construction Contractor, authorizing the Department to construct the Project in accordance with the Final Project Design Plans submitted through the ERC. The City acknowledges and agrees that, during construction of the Local Roadway Improvements, the Department will only utilize the services of law enforcement officers when required by the Department's Standard Specifications for Road and Bridge Construction, and no additional requirements will be imposed. The City agrees that the Permit will not impose any conditions other than those included in this Agreement, and the terms of this Agreement supersede any conflicting terms in the Permit. Additionally, the City waives any permit fees that may apply to issuance of the Permit. Major Modifications of the permitted plans must be submitted to the City for review. A Major Modification is any modification that materially alters the kind or nature of the work depicted in the permitted plans, or that alters the integrity or maintainability of the Local Roadway Improvements, or related components. The City's review shall be within the reasonable time schedule proposed by the Department in order to avoid delay to the Department's construction 3 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 4 of 11 contract. In the event that any Major Modifications are required during construction, the Department shall be entitled to proceed with the modifications that are necessary to complete the construction of the Project, and shall, upon identifying the need for a Major Modification, immediately notify the City of the required changes, prior to proceeding with the implementation of the same. It is specifically understood and agreed that any such changes during construction shall not delay nor affect the timely construction schedule of the Project. The City shall modify the permit in accordance with any plan modifications agreed upon that are required by the Depaitinent to duly complete the Project. 4. The City agrees to fully cooperate with the Department in the construction, reconstruction and relocation of utilities that are located within the City's municipal right-of-way, within the Project Limits. The utility relocations, if any, which may be required by the Department for purposes of the Project, shall be done in accordance with the Depaituient's guidelines, standards and procedures. The Department shall submit the proposed Utility Relocation Schedule to the City. Utility relocations, if any, shall be done in accordance with the provisions of Chapter 337, F. S. Additionally, the City agrees to fully cooperate with the Department in the removal of any encroachments or permitted improvements located within the City's right of way, within the Project Limits, that are in conflict with the Project. The Department shall coordinate with the City for the removal of any such encroachments or permitted improvements, at no cost to the City, which may be required as a result of the Project. 5. The Department may utilize federal funds to design and construct the Project, and as a result thereof, the City agrees to perpetually maintain the Local Roadway Improvements. To maintain means to perform normal maintenance operations for the preservation of the Local Roadway Improvements, which shall include but is not limited to, roadway surfaces, shoulders, roadside structures, drainage, signing and pavement markings, lighting, and such traffic control devices as are necessary for the safe and efficient use of the Local Roadway Improvements. Additionally, the Parties understand and agree that the Department shall transfer the permit(s) pertaining to the construction of the Local Roadway improvements, if any, to the City as the operational maintenance entity, and the City agrees to accept said transfer and to be fully responsible to comply with all operational and maintenance conditions of the Permit(s), at its sole cost and expense. 4 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 5of11 Notwithstanding the requirements hereof, maintenance during construction shall be the responsibility of the Department and its Contractor, as set forth in paragraph 9 of this Agreement. 6. The Parties acknowledge and agree that the City's right-of-way and the improvements and structures located within the City's right-of-way, are and will remain under the ownership of the City, and that the Department will not have any ownership interest in the right-of-way, improvements, or structures located thereon or installed therein pursuant to this Project. 7. The Depaitinent shall always require its construction Contractor to maintain Commercial General Liability insurance providing continuous coverage for all work or operations performed under the construction contract during the construction. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy, or such other minimum insurance coverage that may be required by the Depaitinent for the construction of the Project, in accordance with the Department's Standards and Specifications for Road and Bridge Construction. The Department shall further cause its Contractor to name the City and the Department as additional insured Parties on the afore -stated policies, and to provide evidence of Workers' Compensation Insurance in accordance with the laws of the State of Florida and in amounts sufficient to secure the benefit of the Florida Workers' Compensation law for all employees. 8. The Department shall notify the City at least 48 hours before beginning construction within the City's right-of-way. Such notification may be provided via email to the Director of Public Works, and the notice requirements set forth in paragraph 20 shall not apply to this paragraph. The Department agrees that the City may, at reasonable times during the construction of the Local Roadway Improvements, inspect the Contractor's construction site and perform such tests as are reasonably necessary to determine whether the goods or services required to be provided by the Contractor, pursuant to the Contractor's Construction Agreement with the Department, conform to the terms of said Construction Agreement. Upon request by the City, the Department shall coordinate with its Contractor to provide access to the City for performance of said inspections. During the construction work related to the Project, the City shall fully cooperate with any such work being performed by the Department and the Department's contractors. The City shall not 5 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 6 of 11 commit nor permit any act which may delay or interfere with the performance of any such work by the Department or the Department's contractors, unless the Department agrees in writing that the City may commit or permit said act. 9. Maintenance within the Project Limits during construction, commencing as of the first date of construction, shall be the responsibility of the Department's Contractor, except that litter removal and all necessary mowing shall be the responsibility of the City. After completion of construction, the City shall assume all maintenance responsibilities of the local roadways. Upon completion of construction, the Department is required to invite the City on the Final Inspection of the work within the Project Limits and will incorporate legitimate City concerns that are within the scope of the contract into the final Project punch list to be corrected by the Contractor. Notice of Final Inspection shall be delivered via email to the City's Director of Public Works and the notice provision of paragraph 20 shall not be applicable. However, if the City does not attend the Final Inspection, the Depailtuent shall proceed to conduct the Final Inspection, finalize the punch list, and issue a Notice of Final Acceptance to its contractor. The Final Inspection shall be performed, and the Notice of Final Acceptance shall be issued in accordance with the Department's Standard Specifications for Road and Bridge and the Construction Project Administration Manual (CPAM). Upon issuance of the Notice of Final Acceptance to the Contractor, the Department shall provide a copy of said notice to the City. As of the date of the Notice of Final Acceptance, the City shall be immediately responsible for the maintenance of the Local Roadway Improvements and shall further accept the Local Roadway Improvements. The Department, however, shall have the right to assure completion of any punch list by the Contractor. Notwithstanding the issuance of the Notice of Final Acceptance, the City may notify the Depailuient Project Manager of deficiencies in the Local Roadway Improvements that may be covered by the warranty provisions in the contract between the Department and its Contractor. The Depailiuent shall enforce the warranty if the remedial action is required by the warranty provisions, as determined by the Depaihnent. Upon completion of all work related to construction of the Project, the Department will be required to submit to the City final as -built plans for the Local Roadway Improvements and an engineering certification that construction was completed in accordance with the plans. Additionally, the Department shall vacate those portions of the City's right-of-way used to construct the Local Roadway Improvements, and shall remove the Department's property, 6 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 7 of 11 machinery, and equipment from said portions of the City's right-of-way. Furthermore, the Department shall restore those portions of the City right-of-way disturbed by Project construction activities to the same or better condition than that which existed immediately prior to commencement of the construction of the Project. Upon submission by the Depaitinent of a deed, with accompanying sketch and legal description, for the transfer to the City of any additional right-of-way acquired by the Department within the Project Limits, the City shall forthwith submit the same to the Board of City Commissioners ("BCC") for approval and acceptance of such additional right-of-way. 10. This Agreement shall become effective as of the date both parties hereto have executed the agreement and shall continue in full force and effect until the Project is completed, as evidenced by the Department's issuance of the Notice of Final Acceptance. Prior to commencement of construction, the Department may in its sole discretion terminate this Agreement if it determines that it is in the best interest of the public to terminate this Agreement. If the Depaiintent elects to terminate this Agreement, the Department shall deliver formal notice of termination to the City, as set forth in paragraph 20 of this Agreement. 11. In the event that any election, referendum, approval, ratification, or permit, notice or other proceeding, or authorization is required to carry out the Project, the City agrees to expeditiously initiate and consummate, as provided by law, all actions reasonably necessary with respect to any such matters, with time being of the essence. 12. The Parties acknowledge and agree that the Project shall be constructed using federal funds and that all costs incurred must be in conformity with applicable federal and state laws, regulations, and policies and procedures, as may be required. 13. The Depaitinent's performance and obligations under this Agreement are contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. Project costs utilizing fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. Once construction of Local Roadway Improvements has commenced, if the Project is not funded by an annual appropriation or other means, the Department shall submit to the City final as -built plans for the Local Roadway Improvements which have been constructed, and an engineering certification that such construction was completed in accordance with the plans. 7 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 8 of 11 14. In the event that this agreement is in excess of $25,000, and the agreement has a term for a period of more than one year, the provisions of Section §339.135(6)(a), Florida Statutes, are hereby incorporated into this agreement and are as follows: "The department, during any fiscal year, shall 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 any 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 shall 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 1 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; and this paragraph shall be incorporated verbatim in all contracts of the department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." 15. The Department is a state agency, self -insured and subject to the provisions of Section 768.28, Florida Statutes. Nothing in this Agreement shall be deemed or otherwise interpreted as waiving the Depaitruent's or the City's sovereign immunity protections, or as increasing the limits of liability as set forth in Section 768.28, Florida Statutes. 16. A modification or waiver of any of the provisions of this Agreement shall be effective only if made in writing and executed with the same formality as this Agreement. 17. This agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. Venue for any and all actions arising out of or in any way related to the interpretation, validity, performance or breach of this Agreement shall lie exclusively in a state court of appropriate jurisdiction in Leon County, Florida. 18. No term or provision of this Agreement shall be interpreted for or against any party because that party's legal counsel drafted the provision. 19. In accordance with Executive Order No. 11-02 the Department's Vendor/Contractor(s) shall 8 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 9 of 11 utilize the U.S. Depaitinent of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; i. all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and ii. all persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the contract with the Department. 20. All notices required pursuant to the terms hereof, shall be in writing and shall be sent by first class United States Mail, facsimile transmission, hand delivery or express mail. Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. Unless otherwise notified in writing, notices shall be sent to the following: To the City: Director, Public Works 444 SW 2 Ave, 8th Floor Miami, FL 33130 To the Department: Director of Transportation Operations State of Florida, Department of Transportation 1000 N.W. 111th Avenue Miami, Florida 33172 21. The City, by and through Resolution No. , attached hereto as Exhibit G has duly authorized the execution and delivery is this Agreement and agrees to be bound by the terms hereunder, and has further authorized the City Manager or his designee to take all necessary steps to effectuate the terms of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this agreement on the dates exhibited, by the signatures below. STATE OF FLORIDA CITY OF NHANH DEPARTMENT OF TRANSPORTATION By: By: 9 FM# 443896-1-52-01 SR-9A/ I-95 ramps Southbound off ramp to SW 25th Road Page 10of11 Name: Name: Title: Public Works Director Title: Director of Transportation Operations Date: Date: Attest: Name: Title: City Clerk Approved as to form and legality: By: Name: City of Miami Department Legal Review: 10 LINE A -A - _ _ _ - _ • _ - - _ - ---- T - U E5 o __MATCH __ w = i- - - _- tict>iu x(3-t)s,RrY!(A1r- _ - • C o _ � BEGIN CONCRETE GRINDING END ECT TO EXIST. ---END ETT TYPE F - iL STA. 41+49.73, 41.93' LT. --F1D-6"TO - +, F'-. .. = CI CC L .� � E/15' jEW JVE EXI Pfp/ARD.441L - CONNECTTH�RIE BFAM TER EIS:L 7ICIE CT Oft TO E,(!ST CONNECTOR - BARRIER /VALE �r > .,a- - -J+z W O N • z '�czQ r \ 59rK-- G T. r III GI - R- - , 'LIE STA 47144.32, 57.70' LT.-52 - W V � ~ \\ T O ]®0 ~ t'L El - Q 9 LO:V{: 57. K. STA fll Fl9.15, 57.0 ]'LT (V •LLl QQz p \ ''BEGIN Feet eEGIII &&�ry PE F ,P is.. ,rrz5 ;3j7 ��� N LA R/V/ LINE EST TO EXIST. CC�llN o �1' - X _ - �� n 3° (n / \ _ _ _ - c� G / „ABTA 414-18.20, 7268' LT. I ®s / END G CON'. CONNECT T EA IST STA.41+2270, 28 0T. / _ �,� 9_ SVV I�l1AMI CTco \\ h / �� / / /-- EIVU CG-TYPEF CONNECT TO EXIST. STA. 41+ 4.23, 12.03' �4T. �zJ N52�'2373 R� CRE ilia GIN 6' T0mc. -J3 C) y, ��\�G.. LO UN ELT TOE SL - w O x4✓IatikT�r�� zO� �� J O ��--t---�/^ o - fib^ x( ,,0 z CONNECT TO EXIST. l \111 , / / �� ST 4. 40+89.89, 73.42' LT. _ �J� Io, / / o / / _ / STA. 40+77.93 EGLN 6" CONC. SVVK. 6264' LT. 'IJECr ����I �� �P' -4 �._. v�. p o / / /:, O GO 0 EX lST. 6TA. 40 7.94, 65.56 LT. % WAt El j/ I 6 09 END C&G TYPE F I 12 IA / / I / / / / / N / CONNECT. / STf{. / E 6" CON 40 U I,G TYPE .SVVK. 0 EXIST. 95, 45.45' LT. FCONCONST. 4 �.AI ?. OF / II/ '1! 7I 12TAO ■ T ;8.;7 -CONNECT TO EXIST STA. 25+54.41 21.14' RT. RT 5+52.59 I 1 j ( ' O O / / / fb9p0 / IB / /8 BEGIN / /BEGIN I II / I I I I I II I I I I I i /A! 141 'INS & III .GNS8R COINSR 10 P CONCI3E 844P nI 12 RE 0STA. 0+5773,T TO RESURFACING ILIA /'T REH4B11 �87 24" RCP ( IST O EXIST X43 4' LT BE -IN (& TYPE F CONVECT TO EXIST. NB ON RAI'/IP STA. 25+52. 94, 0. 11' RT. FETID!) CONST. 17 L.F. OF 0�00 PnP 0.1. 2 15" RCP BEGIN WILLING SeRESURFACING MATCH EXISTING 40+17.45 S 2 Ki RAMP 87270500 04I�1ECT IPE)' \\\\ BEGIN EEG TYPE CONVECT TO EXIST. 5 1. 39+96.6Q \\\\C - IiVN. F 18.30' �4T. III • I� i o . PC 18.26' 010 END 6" CONIC. SVVK. STAN 40+6337 X3708' �4T. BEGIN 6" CONC. SPX. CONNECT TO EXIST. STA 40+36.03, 37 95' RT. REMOVE EX/5T. P6 INLET AND PIPE STA. RT 0+31.E9 _G{D)I - : p I - _ OT4 p FD I I s Q I I K I O m I dl E OTV OE TV UiD) G(D) �6(DJ I - N G 5( G!D) - ) OE STP. 25+22.20. 13.30" RT 151ET. P-7 14ANHOLE INDEX NO'S: 425-001 & 425-010 RANI EL=11.75' FL. EL.=6.00' (AH) FEEL=4.00'(BK) 806.ELZ4,00 11 5(D) Y';� -5(D) - - - S(D) OE RAMP 8'14D500 -- GE G(D) STA"PA,P45.45- 24.50 Ri -G(D) G(D) LEGEND FULL SLAB REPLACEMENT EXISTING CONCRETE PAVEMENr DIAlIOND GRINDING RECONSTRUCT RSIII 0Ig .JP P.OACh SLAB G!D) m O P I I 1 G` i\\j i `^ 12 42Y , � 5 INLET 001, 425-010 & 425-a21 GRATE EL.=11.59 FL. EL.=7.00' IOKo eOT.FL.=5.00' w CONSTRUCT CONCRETEV PAVEMENT T ASPHALT WILLING SeRESURFACING I e I I I REVISIONS ENGINEER OF RECORD STATE OF FLORIDA DEP. ART.-11E 2T OF TRA.N SPORT dTBU_"V �p I OAD WA Y PLAN SHEET NO. DATE DESCRIPTION DATE DESCRIPTION JORGE A. LOPEZ, P.E. LICENSE CUMBER 73797 EXP U.S. SERVICES 1NC. 201 ALHAMLRA CIR. - SUITE 800 CORAL GABLES, FLORIDA - 33134 ROAD N0. COUNTY FrNANCIAI PROJECT r6 9A MIAMI-DARE 443896-1-52-01 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15 23.004, F.A.C. O O 00 2" STEEL ---G(D)- -5(D) -BE(D) 01 BEGIN .60D 4s STA 7+15.77, 1.36' LT. BEGIN MILLING & RESURFACING MATCH EXISTING CDNST_ 51; OFF-RAMFESTA. 6+95.40 Ni LEGED c72 YY i5E ilu ueER TR, FROTFCTM, TREE RE,uCaTILN 0 TRmTR FROTEMEN BEGIN, C&G TYPE F BEGIE. WIDENING CONI1CT TO EXIST. STA. 7+18.59, 0.60' RT. C w 00 0 LL 0c 0 el U O T LEGEND FULL SLAB REPLACEMENT PARTIAL SLAB FULL DEPTH REPLACEMENT ASPHALT MILLING & RESURFACING EXISTING CONCRETE PAVEMENT DIAMOND GRINDING ASPHALT PAVEMENT WIDENING CONCRETE PAVEMENT WIDENING SOD LINE STA. +15.25 11.26' LT. � 2" STEEL G(D) END MILLING & RESURFAC MATCH EXISTING STA. 44+02.69 END MILLING A RESURFACING 3L COAST. 58 OFF -RAMP STA. 10+36.89 BEGIN CONSTRUCT SB OFF -RAMP BEGIN RIGID PAV'T. REHABILITATION ELGIN CONCRETE DIAMOND GRINDING BEGIN RAMP N0. 87270166 MP 0.000 MATCH EXISTING END WIDENING CONNECT TO EXIST. STA. 43+69. 72, 46.26' LT. END SOD 1V STA. 44+18.00 59.66' LT E557132L)ONt: SWK.# - - -G(0. MATCH EXIST, STA. 441 12.08, 58.10' LT. END C&G TYPE F 0. STA. 43+75.53, 48.61' LT. STA. +91.47 STA. +94.17 59.54' LT. 58.51' LT. STA. 43+92.44 65.59' LT. STA. +56.96 31.35' LT. BEGIN 6" CONC. SNK.3. STA. 43+39.51. 63.01' LT. NG STA. +36.34 20.90' LT. ] '1152"31'26'E 20 ) C 5 ,REPLACE P-6 INLET TOP STA. 6+35.25, 1 50 LT SB OFF -RAMP (SKEW TOP, BOTTOM RE1'14INS TO BE PAID FOR IN FPID: 443896-1-52-02) END C&G.T(Pc-F CONNECT TO 651 .T4. 7 37.25, 36 END CONC. 5Wk".0 CONNECT TO EXIST. STA. 7+17. 44, 39.64' RT. PC SI A.-0+03.28 0.00' 4T '1'-BE(D). - - Q - - -BE(D)-END E&G%TY PE'F' - CURVE DATA �BE 120V tONNEtT TO EIXST. STA PI STA. = 6+65 12 , .8+4 �32ti628' RT _= 0 RT) = 59'40'59' = 67.42 = 117.55 BEGIN 6" CONC. 51/VK. co lN STA. = 5+97.70 _COIINEST_TD_EXIST- - - m- _ + _SEE_ _=_7+15.25 51 A. i+1770777650" -6€€e1N C&G Tv,E F -95 SIB CONNECT TO EXIST. SEA. 51+75.89,-49.67` RT.- - - - - - 40.28' RT. STA. 9+59.80 51.24' RT. aT cmvc7Sov7 - CONINUICT TO EXIST. sa 9r� ea3rzr�-- BEGIN SMORETF FPVCME NT �P 5Tj1- 4+1794, 4132 LT. BEGIN C&G TYPE F -60N4E5T T Ems STA. 42+17.95, 36.98' LT 0 10 40 Feet qG .70 PT $TA.42+86. 18 ]8.9 ]' P,T. PI SIA-0+03.28 0.00' RT 55 MATCH LINE A -A BEGIN WIDENING C7NI75275 50-EXI35. STA. 10+37.02, 53.36' LT. BEGIN 6 CONC. SUNK.* STA. 10+44.13 32.51' LT. STA. 10+51.38 38.02 LT END 6" CONC. S2VK. STA. 10+60.77 17.21' LT_ STA. 10+6852 31 91' LT. REMOVE EXIST.37 DBI AND PORTION OF 15" PIPE COAST. 10 L.F. OF 19' RCP* BEGIN MDR SHOULDER +96. 35 37.22' RT C,1 YVP COI NECT TO EXIST. ST,. 10+63.40, 36.62' RT. EIID 6" CONC. SWK. STA. 2 7 4,_3H.42 5L oN(vecr ro Exl>�T RT y4r42+�sz 1y0 STA. 42+79.64 7.75' RT. - RP IN C&G TYPE F 10! NFCTIO_LXISL- - - ST . 42+71. 12, 1206' RT_ 50 BE PAID FOR IN FPID: 443896-1-52-02 REVISIONS ENGINEER OF RECORD DATE DESCRIPTION DATE DESCRIPTION JORGE A. LOPEZ, P.E. LICENSE NUMBER 73797 EVE U.5. SERVICES INC. 201 ALHAMBRA CIO.- SUITE 800 CORAL GABLES, FLORIDA - 33134 STATE OF FLORIDA DEP dRTJIENT OF TOC'L\ aPORT ATIKK,7 ROAD N0 COUNTY FINANCIAL PROJECT ID 9A MIAMI-DADE 443896-1-52-01 OAD W A)F' PLAN SHEET NO. THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15 23.004, F.A.C. LEGEND 6" DOUBLE YELLOW IVITHIYELLOIV/YELLMI, RPI�I'S AT 40' C/C SPACI IG (TYP.) 6'VVHITE MATCH LINE STA. 42+04.00 (SEE SHEET S-12) _ = BE1 R AVENFE,N BEGINRAIPP 87270167 /-95 NB SIGNING 4ND PAVEMENT 1'4ARKINGS I14 TCH EXISTING L \ STA. 20+2319 1E RAMP 87270167 EXIST. SIGN -- _— LO RE IAINL r -1 ., . rid ?-) E -1-1 ` (TO REMAIN) p r'. I_ - � �-� v l -,7 EXIST. SIGN v l / (TO REI=1PIN] lit, III / SW IIUAI(II CT VV HTWTH W/I M'S AT / / ��G" o• c/cIE sPaIanrc (rrHITE P.lRD RP / / 0 8\WHITE MICR VIHITE/RID RPM'S AT / / I / // / © Id" V(HIrE AT 10' C/C 5P�4CING (Tv RI/) O 19C " YELLOW AT 10' C/ SRACIN7 (TAP.) , 1 Q'C/C IFIYELLOIV SPAC N(' (TIPOVV/IYtED RPA1' AT / 1l"WHI E I dI I " WHITE PREFORMED TIHERI'AOP .VSTIC (rr P.I _ 2µ" WHITE PREFORMED IHERI'40PLI STIC (1IYP.1 12 6' YELLOW I II 1G'�' C/C SPACING (TYP.) O5 24'1WHITE (TIP.) 73 6 WHITE 274' DOTTED 6' Y ELLO VV 274' DOTTED II III 6' VIHITE 10730' SKIP WITH VV/II RPI'N'S AT dp' c/c SPACING (TVP) I I I II II II I 0 I 0L LT, r'EPLACE E 1ST SIGN 10 00 1 901 10'00 1 111 S-A. 40+85 ( R5 1) 30"x 30" 70.45/ 4 (P,6 1L) 36"X 12" (R6-1 4 ) 16"512" REPLAN EXIST. ,7I N 10700 1 "1 10700 8 11 STA. 40 BEGIN CONCRETE PAVEIN -N,T a Q' CL CON ST. NB ON-RAIi1P STA.-0+04.2� INA1CH Ex1ST. PAVT. INARKI NGS 3 12 2' ONL'L +83.96- 12' 12 ®' +14 0 60 60 N • a4.�. 9' 60 9 •WIA 0 10 40 .4,AINP W72 0167 +>71 1�1i'1 II 7 /96\ EX1 SRrg*1 4 7 V (TO RE*AIN)'� �lvisa3 -� �12i0N�,�� � RAMP N0. 87270500 1, 1-95 70IV-RAI'TP .08 �W(`2 I i45 NORTH 9S II II LJ EXIST. SIGN (TO REMAIN/ EXIST. SIGN (TO REMAIN) TURNING VEHICLES VTU 10700 1 111 STA. 40+30 (910-15R) 30"x30" J + UN REVISIONS ENGINEER OF RECORD DATE DESCRIPTION DATE DESCRIPTION DACHA DUINTANA, P.E. LICENSE NUMBER 67293 BCC ENGINEERING, LLC 6401 SVl 87TH .41 E. SUITE 200 MIPMI, FL 33,73 „s T.ATP OF FP ORILA U.Fi Y. RTIAWN'T OF TRA IIS PORT' TTUN ROAD NO. COUNTY FINANCIAL PROJECT lD 9A MIAMI-DADE 443896-1-52-01 SIG5 ][ G AND R4l VEMEN7l MARKING PLANS SHEET NO. S-8 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. LEGEND 6" DOUBLE YELLOW WITH YELLOV/YELLOW RPM'S AT 10 C/C SPACING (TYP. O2 18" YELLOW AT 10' C/C SPACING (TYP.1 • 18" WHITE AT 10' C/C SPACING TYP.) O8" WHITE WITH WHITE/RED RPM, AT 10' C/C SPACING (TYP.) SO 24" INDITE O6" WHITE WITH WHITE/RED RPM'S AT 20' C/C SPACING (TYP JO 24" WHITE PREFORMED THERMOPLASTIC (TYR.) • G" WHITE • 12" WHITE PREFORMED THERMOPLASTIC (TYP.) 6" YELLOIV '„ TO BE PAID UNDER FPID 444389G-1-52-02 EXIST. SIGN (TO REI'VAIN) w / MAP.TCH E PAVTTINARKI ¢ RAMP 87270156 12" WHITE +01.19 EXISTING SIGN (RELOCATED FR01') STA. 8+77±) 10700 2 501 STA. 8+00 rN I Ip _LL, J 6" WHITE 6 IV�I Tjpp� VVHITE/ ' RfiM'S AT 20' C/C SPACING STA. 9+68 (R6-19) (R6-1L) 36"r 12" EXISTING SIGN (TO BE REMOVED) 10700 1 601 EXIST. SIGN Iz (RELOCATED)IF 10700 1 501 LE 5 STA. 9+45 Iz.ti L_ - SIGN# 1 10700 2 141 STA 8+80 6" WHITE 10730' SKIP WITHIN/9 RPM'S AT P.) 6" YELLOW WITH YELOW/RED 1P14'N 20' C/C SPACING '('Ty. 18" YELLo14, AT °20 C/C SPAC{ (TYP.) t- �} IEB.IcLL�-LK— M /� >I i EXIST. SIGN _mjma_ G' VIHITE — m J • / I (TO REIMAIN) 6" pgygLE VELLOW in�rTH / �_ I f—.�J SB (TO RE SIGN • � (TO REMAIN) 1 YELLOW/YELLOW RPI'V'S AT 40' C/C SPACING BEGIN CONCRETE PAVEMENT BEGIN RAMP 87270166 SIGNING AND PAVEMENT MARKINGS MATCH EXISTING 58 OFF -RAMP r 47.74 +03.74 6" DOUBLE YELLOW WITH YY RPIM'S AT 40' C/C-, SPACING (TYP.) 6" WHITE WITH WHITE/RED RPM'S AT 20' C/C SPACING 12" WHITE +63.28 24" WHITE 6" YELLOW 6'VVHITE 2'/4' DOTTED 6" YEL W 204' DOTTED g n;9 11N0 4 —MATCH EXIS+I/VG PAVT. MARKINGS +07. 04 9.04 LT +39.21 MATCH LINE STA. 42+04.00 (SEE SHEET 5-8) +98.89 509 RD HITE EXIST. SIGN (r0 REMAIN) ( °PI I REPLACE EXIST. SIGN -r 10700 1 601 x+ 10700 1 111 STA. 10+66 ( i0 x3�RS-/) (R6-/0 >6rl"'L) (R6-1R) 36"x 12" SIGN# 2 10700 2 1312 AS STA. 10+72 - - 57.A! 70+6 REVISIONS ENGINEER OF RECORD DATE DESCRIPTION DATE DESCRIPTION DACHA OUINTANA, P.E. LICENSE NUMBER 67393 BCC ENGINEERING, LLC 6401 SV1 S7TH AI/E. SUITE 200 MIAMI, FL 33173 STATE OF FPO2ILA SOEY. 515.11i 2T OF TR4110PO2T..ITI JX* ROAD NO. COUNTY FINANCIAL PROJECT ID SR 9A MIAMI-DADE 443896-1-52-01 SIGNING AND P 4l VEMENT MARKING PLANS SHEET NO. S-12 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE 61G15-23.004, F.A.C. PROP. PED. SIGNAL HEAD p EXISTING I'AAST AR1'A TO RE Re'4OVED AND DETECTOR OVERHEAD SIGN DETAILS - ---III "/ _ i _ 1R NS-,, 20il& � 649-26-3 / EA PROP. SIGNAL ST4. 43+47.62, 64.72 LT EXIST. SIGNAL HEAD DETAILS HEAD DETAILS rL SVV 25 RD A Q `` m m (2 1 IGNP�1 5 ARE �J EG, PROP. PED. SIGNAL HEAD � AND DETECTOR 1 PULLROX * 1 RUN 46 5 L` u51 - \ STA. 43+50.39, 35.7.',' RT 77 LE SW 25 OD (1 SIGNAL) �� ,RD 1 PULLBOX �R7 1• F : LV: V v W lRb y I-95 SOUTH 1 EA 646 1 11 Ijl'� jv, ®'� �' 1 RUN [1 5 LF L,J 72' X 24" 72' 2 24' 1 EA 665 1 ] 1 d N. (] SIGNAL) ��. 1 T21T41�A1 0l� l�Al ISO 3-SECT., I WAI I Ea 1 EA tI v , X � S 646-/-11 1 EA IL J EXISTING MAST ARIA TO NE REMOVED ,` , ���1Tr U � ���.TT7�I n A5 7uo 22 '"� 7JU-5-22 I __ �1 Ate' .-�'i,-,71 -5-},•,11 1-E74 li� 6JL J1LJLI I�-A LRJLL__I L�J 1 ,,SO , ,4 1 EA I 649-26 3 I /A••• r rd /G. a. I • 'ki ] RIIN 15 LF SINGLE -SIDED d !&M �� �� i_a` �� � "] CL RAINP 8727D766 D SIGNING 5-SECT-- I i�vnv 3-SECT 1 VUAI SECT., 1-1uay I1u IIw INArc6 SIGNING � - "® ��h tyl �RiAg �IW®p:�1 Oi } ® ® q q� IGNAL' _ EXISTING EIISTIIIG EX ISTIIIE SIfIAL PEDESTRIAN DETECTOR SIGN ' , ;.I ., 1 5 RD ro REluarm T RE�n�ry r; RE�n<ry a [ m►1 , `_ 171/ Vie 1�, I. N529411NWEB A G 7- EXIST. OVERHEAD SIGN DETAILS P Leoxes 11MA N5 �� I�, N52 ts'E n n ® ®""' .� 1-95 SE ON;AMP, 3 R n LF ' RUNS @ 81 �/ LX1 LYE t SIGNAL, 1 VIDE 7SPaRF �I (] •SIGNAL, 1 V 'E ms�z t EA(6oi 64• 1-/0 AR55U15 I i; 195 SB OFF RAMPFI-95 NORTH SW Q§ RD ❑ ❑ -„ 1 EA 6�,-4-12 �, sr�v4L, 1 VLEo, LF C I EXITING EX DCT IIJ6 — — — —1 - ro RElearrl rc REMAIN � A A V PROP.PED 51GN4L HEAD ® AM"' -LA - ��� �J. —Ci- QI(EL TBD LA1 LZ1 R10 3E (61GD RI 3C ON, AND DETECTOR `; r--,I 1 9 Y 15" 3 X 15^ STA. 42+7495, 58.54 LT i - -�• ��' - _ IIII / ��' �� POLE LOCATION IL SVV 25 RD ROP- PED Sll 'UAL HEAD STA. 4 +47.60, 4454 RT I-95 SOUTH .: EA 5 Ea SVV 25 RD 1- 2 °OL�BOXES 1®1 EIISTING 1 RUN �� 5 LF SIGNAL TIMING (I VIDEO) L \ . CC o p I .. 1 AND DETECTOR ARM BEARING N52°2313E STA. 42+77. 4 ZOB3' 4T 3 PU LBOX ES 3 5W 25 RE R•RUNS94 10 LF �U _J TO HEINAIN � LLeO YE — tseASE) ErI5TIO- -- -- �?= — -mot d- _ - — _ =4' a TO ❑FNIN CONTROLLER TUNINGS I 665-7-11 1 E ul Ly (1 SIGNAL) * �EA` 660-4-72 1 EA PEDESTRIAN OVERHEAD ------------ Ti I �, i� 646-7 71 665-1-11 1 EA DETECTOR SIGN SIGN DETAILS CONTROLLER PHASE 4/4A 8/8A E1 CAMERA TO BE ndsr4ueo ON - — EXISTING TO REMAIN MAST PRI'4— q .A r' P4®®® A FACE NUI0BER 1 RUN 10 LF (1 SIGNAL) 1-95 J _ L/A R/VV LINE .58 660-4-]2 I ] EA p N' 4 RUNS 187 LF la DIRECTIU/N —"— -- _ I� �3 SCGNAL. 7 VCDEO/ ® vELLOV CLEARANCE 4 4 - ~ - —' _— PEo SIGNAL ,_ _ w RPA &�FI 71gFRfR �26 E57 TYPE 2070 (Iw660X) L UIIT DOWIJ R 1 ALL RED CLEARANCE 2 2 INII- LD FR75TTNU I SECT, I INAN b PED PHASE P4/P44 PB/P8A I-95 NB L/A �4/IA' LINE RUN. 41 crla! A.1 IY`I OIILI 55 00 R019 REMOVED D LLBOXES EA I 453-I-11 I PED DISTANCE (FT) 62 61 �I Ntl; 1 FIBER PULL Box ,t-1 7uo 3 zu1 1 WALK 7 7 - 1 v G 1 - 7GFE VS (,a Fi LF SIGNAL OPERATING PLAN (SOP) _WWWI 76 0 5' 14 �' 40 - S AINP 8727111116 JA PdA PED- CLEARANCE 18 18 — ■ �� — _ 0 4� 2 — PROP. PED. SIGNAL HEAD ADETECTION W'CAMERAS�� . J �� 8A P4 —�_ AND DETECTOR ■ m - t�� '••''' •3E {r 6 sA a PaA ° STA. 41+38.2b, 5645�L7 1i I' VIDEOII !'RASE i PHLSE 2 PHASE 2 ASSIGNMENTS (�51"r25 RD h , /` 1� To INSTALLED ON 1 ULLBOX m /EXISTING TO REIAA/N IAAST ARRAS VIDEO DETECTOR ASSIGN TO _-' 1 RUIN 5 LF I ® 5 /� / 66G a Ilz) CEA LI TF 1 I TF 2 I TF 3 UNIT # INOVEMENT ZONE / (1 SIGNAL) -_Ae —��� __ A —� P,,,,?au,,r-,FL.rs me-, , .-e- V-1 4 V4 _ / �� ®IW Sl p. AND DETECTOR + 4. 4 z E © ®� O O O _ _ / �� �q1 A \��®K� y STA. 40+14.32, 29 90 RT 4.�a Z R S W. 'T] LF � CL 5W 25 RD _ V-4 VVO,4 -- L.� 5 AP }- �1^^�iAi...... __ 1 RUN N s IF— — CONTROLLER OPERATIONS: A �'A vaA //— _ - v 1�/ `--�t'`-v-4 2 V2 I-95 NB OFF RAMP ®a -.I .,f,= :------=-:-485-6257: MAJOR STREET. 5V/ 2515 ROADV-5/V-E P L S#�N#t-ki A� 665 1 11 1 EP MINOR STREET I-95 ON/OFF V 7 4A V4A • / fl€T€GTIlR e RUNS CD 6G LF �N RAMP �4AMPS _ANLt _ 161/. • / STA. 40+ IRb4 (_95 —(1 SIGNAL, 1 VIDEO, 2. S.n A5 SH p / SI;I 25 PD\ 3. PHASES 3, 4 4A. 8 & SA ACTUATED AND 2 & 6 RECALL CONDUIT 1 J25 FTD i- ® 1 ,RUNS iG 25 (19 UNS ,) LF m_— Pa 1 SPARE — a — a — _ - - — 4. IN0VEINENT F IS PROTECTED/PERMISSIVE 111 PHASE 1 I 630-2-12 1767 LF RUN 1� 5 LF •Sl n A I�1V3 �rl 5 PROP QED. SIGNAL HEAD 5. FLASHING OPERATIONS' YELLDIV - 1'AOVEMENTS 2 & 6 I SIGNAL) LX_ y� p, /, I AND D.TEC OR EE(D)" RED - INOVEMENTS 3, 4, 4A, 8, 8, SIGNAL CABLE 646 1 11 1 EA `IDS` -_ -TT®, ® ® .0 M�/ STA.41+5'61, 3951' RT / / / NOTES:665-i-11 •• .®�i11'; CL SVV 25 RD 632-7-2 767 LF 1. EXISTING SERVICE POINT LOCATED SOUTH OF INTERSECTION PULL BOXES 1 EA 0 p H 3 �4UIU5 (r�9 2 PULLEOXES I RUN Cy 5 LF TO REMAIN I 635-2-11 127 EA +(4 CAMERA TO BE INSTALLED ON 4) EXISTING TO REMAIN INAST ARM (1 SIGNAL-41 1 SPAREy, /k IIr• (1 SIGNAL) 646-1 11 1 EA 2. 630-2-I2. INCLUDES COST OF CONDUIT PLACED UNDER 660-4-12 1 FA II I 665-1-11 INTERSECTION NO. 1 EA 786 FIBER PULL BOX EXISTING PAVEMENT (ROADWAY, DRIVEWAYS OR SIDEWALKS) m Y '"� INTERSECTION NO. 963 963 IIVHETHER BY DIREECTIOINAL BORE DR OPEN TRENCH- 635-2-12 I 1 EA , �SIN `\ II Y ? .,, X TO BE PAID UNDER EPIC). 4430JE-1-82-62 REVISIONS DACHA OUINT4NA, P.E. P.E. LICENSE NUMBER 67393 BCC ENGINEERING, LLC 64G1 SW 87th AVE, SUITE 200 M/AMI, FLORIDA 33173 'c'T4TE, OF FT URP0,1 OOP, R7111-626T OF TRAIISPUNTATEUX �/ �y ��// ��/T qq ✓p� ](� S][G1 ALl[.ZIAg ION PLAN SHEET NO. DATE DESCRIPTION DATE DESCRIPTION ROAD NO. COUNTY FINANCIAL PROJECT ID T-4 SR 9A MIAMI-DADE 443896-1-52-01 SI GNEE ANU SEALED UNDER RULE SHEET IS THE ELECTRONIC FILE THE OFFICIAL RECORE OF STA. 10+36.90 0.00' RT. h \ 52`21'4 IV53` 33'33"E ELECTRICAL PULL BOX. 635-2-11 1E4 116OFF-AMP STA. 019cT. CON BTRUCTION SU OFF- RAMPJO REMOVE 1 715-4-711 1E4 ELECTRICAL PULL BOX 635-2-]] 1E4 TA. 10+7 6 19 60' LT POLE N0. 01 CKT. TBD MIAMI-DADE TRANSI N52'36'43' E I-95 SB — - — REGTPFC6NSTP.ULTTDIT ITS -I 1!T-ITAIN_ COUNT. NB ON -RAMP STA 20+23.17 1 95 N B ---- BEGIN C0115TRUCTLGN I B ON RAMP — — a C�CONSTRU C7C1 fON STf+ 25+1491 - —= 5. 0.RAM '- --I15.224T'E TO REMAM - TO REMAIN 0 10 40 Feet TO REMAIN 459'1'0"E / / —� 1 P -___ ___ -- 1152-31'52"E _ _ _ _ _ _ TO_ REM,�I1V TO REMAIN -------- ------_ --- - ice_ -TO- REITAIN 0 R FAIN � - --- --- �—_="—_—_=-- __ ---- -- - - - --TO REMAIN TO REMAIN --�� REVS IONS DESCRIPTION DESCRIPTION ENGINEER OF RECORD ARTURO ESPIN05P, P.E. LICENSE NUMBER 02336 BCC ENGINEERING, LLC 6401 SV/ 37TH AVE. SVITE 200 14IAMI, FL 33173 0.E77 0 ROAD NO. SR 9A „s TATO OF FP O21ZA ENVT OF TRAASYU2TATI+V COUNT MIAMI-DADE FINANCIAL PROJECT lD 443396-1-52-01 PLAN SHEET NO. L-04 E 61G15-23.004, F.A.C. ELECTRONIC FILE DIGITALLY SIGNED AND SEALED THE OFFICIAL RECORD OF T