Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E RON DESANTIS GOVERNOR FDOT Florida Department of Transportation 1000 N.W. 111 Avenue Miami, Florida 33172 October 11, 2024 Mr. Arthur Noriega City Manager City of Miami 3500 Pan American Dr Miami, FL 33133 JARED W. PERDUE, P.E. SECRETARY SUBJECT: Request of City Resolution State Road (SR) 90/US-41/SW 7th Street from east of SW 27th Avenue to west of SW 2nd Avenue Resurfacing, Restoration and Rehabilitation Project Financial Management Number: 447808-1-52-01 Miami -Dade County, Florida Dear Mr. Noriega: The Florida Department of Transportation (Department) is currently designing a project along SR 90/ SW 7th Street (Financial Management number 447808-1) that will incorporate several safety improvements along roads under the jurisdictional authority of the City of Miami (City), including: • Closure and removal of the connection of SW 4th Avenue at the intersection with SW 7th Street (See Exhibit `A'). This closure is necessary due to safety concerns and high volumes of crashes at this intersection. Access to the existing properties and for emergency vehicles along SW 4th Avenue will be maintained by dead - ending the roadway. A new signal will be installed at SW 6th Street to improve operations for traffic exiting SW 4th Avenue. • Conversion of SW 3rd Avenue from a one-way roadway to a two-way roadway between SW 6th Street and SW 7th Street to better circulate traffic through this portion of the downtown roadway network and mitigate safety concerns along SW 7th Street (See Exhibit `B'). This change will require widening the road to add a right -turn lane, which can be accomplished within the existing right of way by removing four on -street parking spaces and an existing bicycle rental station along the west side of SW 3rd Avenue. www.fdot.gov www.southflroads.com Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E The project is currently scheduled to complete design in March 2026 and begin construction in October 2026. Because both of these improvements involve facilities that are under the jurisdictional authority of the City, the Department respectfully requests a resolution supporting the modifications listed. It should be noted that these improvements were previously coordinated with the City as part of a Project Development and Environment (PD&E) study for improvements associated with the interchange between SW 7th Street/SW 8th Street and 1-95 (Financial Management number: 432639-6). During coordination of that study, the City's Public Works Department supported both improvements (see attached Off -System Agreement dated August 26, 2024). The Department looks forward to our continued partnership with the City on this and other important transportation projects in this community. Please feel free to contact me at 305- 470-5464 or via email at Daniel.Iglesias@dot.state.fl.us to further discuss as needed. Sincerely, —DocuSigned by: NnAa (,,t,SiaS —6A23331 EC56748A... Daniel Iglesias, P.E. District Six Director of Transportation Development cc: Stacy L. Miller, P.E., FDOT, District Six Judy Solaun-Gonzalez P.E., FDOT, District Six Juvenal Santana, P.E., City of Miami Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E RON DESANTIS GOVERNOR FDDT Florida Department of Transportation 1000 N.W. 111 Avenue Miami, Florida 33172 Exhibit `A' JARED W. PERDUE, P.E. SECRETARY Improvements at SW 4tn Ave. from SW kith to SW 7th St. New mast arm for signal cnntrnlling traffic Axh1ng SW 4th Ave - �''.�3.�ci'... �•� Additional right-turr lane at the 1-95 SB off -ramp CIo ure of SW 4th Ave. at SW 7th 5:ree: New replaLury exis.rng cre www.fdot.gov www.southflroads.com Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E ltnr. ;K. tl in rusk arm rqt$13tirg afr. Exhibit CB' Improvements at SW 3rd Ave. from SW 6th St. to SW 7th St. SW 3rd Ave Eoislirg PutAte3 drtvcwoy #:(1 ration i7. t . _ 1411tiaTrigt WOW Ira Widen from a -.via-lane to a tire-lar e road Blue renlai Wigton vo I oe relocated to SV: blh St. .,r,rtwehm SW 3nd Ava ant: SA" 4111,4vo r) TIut 1,141 paltrg Kiirtottsi will brt 4, N ded3le rrua, arm Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E RON DESANTIS GOVERNOR FDDT • Florida Department of Transportation 1000 N.W. 111 Avenue Miami, Florida 33172 Docusign Envelope ID: 3123FAFB-BFC7-4F54-BA9F-990833A713E42 FM4 447808-1-52.01 Page 1 of 13 OFF -SYSTEM CONSTRUCTION AND MAINTENANCE AGREEMENT Between STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION ("DEPARTMENT") and City of Miami, a political subdivision of the State of Florida ("CITY") JARED W. PERDUE, P.E. SECRETARY THIS AGREEMENT is made and entered into as of April 1, 2024, by and through the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida (the "Department"), and City of Miami, 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 carious projects included in the Department Work Program; and B. Included m the Department Work Program is Project Number FM# 447808-1-52-01. SR 90 I US-41 1 SW 7`h St. [from E of SW 27 Ave. to W of SW 2"4 Are.] (the `Project"). A portion of the Project incltuies work on SW 4th Ave. and SW 3`° Ave._ in Miami, Florida, roads not on the State Highway System; and C. The City is the holder of ownership rights to SW 31d Ave. and SW 4`h Ave., roads not on the State Highway System; 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, maintenance during construction, utilities, 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. Rev. 0324 www.fdot.gov www.southflroads.com Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3t23FAF6-6FC7-4F54-8A9F-680633A76842 FM# 447808-1-52-01 Page2of13 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 The Parties agree that the Department intends to undertake and complete Project Number FM# 447808-1-52-01, which Project generally includes the following: • pavement restoration through milling and resurfacing. • ADA improvements such as upgrading substandard pedestrian ramps and detectable warnings: • upgrading pavement markings and replacing substandard signs_ • upgrading pedestrian signalization features; • replacing signal and lighting pull boxes within sidewalk reconstruction; • widening the I-95 Southbound ("SB-) off -ramp at SW 7th St. to four lanes;1 • closing SW 4th Ave. at SW 7th St. and converting the traffic pattern from one way southbound to two lanes two-way traffic; • widening the SW 3* Ave. from two lanes two-way traffic to three lanes two-way traffic with left turn at SW 3'a Ave. and SW 6* St., right turn lane at SW 3* Ave. and SW 7* St.; • lighting improvements. including meeting required illumination level at signalized intersections and replacement of lighting pull boxes impacted by sidewalk restoration; • landscaping/tree disposition; • signalization improvements for 12 signalized intersection and 1 midblock crossing; and • utility relocation. The Project shall include improvements on SW 3r'aAve_, from STA_ 80+00 to STA_ 83+78 LT/RT including SW 66 St. intersection, and on SW 4's Ave., from STA. 10+00 to STA. 13+98 LT/RT including SW 6a` St. intersection (for purposes of this agreement, the "Off - System Project Limits"). The work within the Off -System Project Limits shall include, but may not be limited to the following (hereinafter referred to as the "Local Roadway Improvements"): The widening of the I-95 SB off -ramp will be conducted partially on Parcel 100. which is a City of Miami Owned propeitr the time of execution of this Agreetnent. and which will be acquired by the Department :n fee .simple at a later date. Rev_ 03,24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusipn Envelope ID: 3123FAFEI-6FC7-4F54-8A9F-680633A76842 FM# 447803-1-52-01 Page 3 of 13 a) pavement restoration through milling and resurfacing: b) upgrading pavement markings and replacing substandard signs; c) driveway reconstruction; d) incidental sidewalk reconstruction and paver re -set due to proposed signalization improvements: e) upgrading pedestrian signahzation features: t) replacing signal boxes within sidewalk reconstruction; g) replacing lighting pull boxes within sidewalk reconstruction; h) Installation of new light poles_ i) widening the SW 3' Ave. from two lanes two-way traffic to three lanes two-way traffic with left turn at SW 3a" Ave. and SW 6th St., right tum lane at SW 3id Ave. and SW 7th St.; j) utility relocation due to widening of SW 3" Ave.; k) widening the I-95 SB off -ramp at SW 7th St. to four lanes. 1) closing SW 4th Ave. at SW 7th St. and converting the traffic pattern from one way southbound to two lanes two-way traffic; and m) converting the traffic pattern of SW 4th Ave. from one way northbound to two lanes two-way traffic. 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 Off System Project Limits, the Department shall acquire such right-of-way in order to complete the Project. The City shall cooperate with and shall support the Department's work efforts in these regards_ 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 Departments guidelines, standards. and procedures_ The Department shall have final decision authority with respect to the design. the design review process, and 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 ("Project Design Plans) and shall submit its comments, if any, via Electronic Reviewer Comments ("ERC'). '-The widening of the I-95 SB off -ramp will be conducted partially on Parcel 100_ which is within the City of Miami's right- of-way at the time of execution of this Agreement. and which will be acquired by the Department in fee simple at a later date. REV_ 0304 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3123FAF6-6FC7-4F54-8A0E-600633A76842 FM# 447808-1-52-01 Page 4 of 13 The Department shall provide the City access to the ERC, and the Department 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 Department will designate a Conunent Due Date and a Response Due Date. 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 Department will 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. No further agreements or permits shall be required for production or construction of this Project. Major modifications of the approved Project Design 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 approved Project Design Plans, or that alters the integrity or maintainability of die 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 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 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. 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 right-of-way, within the Off -System 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 Departments guidelines, standards and procedures. Rev_ 03,24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3$23FAF6-6FC7-4F54-8AEF-680633A76842 FM# 44780S-1-52-01 Page 5 of 13 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, and in the modification of any driveway connections, located within the City's right-of-way, within the Off -System Project Limits, that are in conflict with the Project, and the City hereby authorizes the Department to take any legal action necessary to effectuate the removal of any such conflicting encroachments or permitted improvements. and to effectuate the modification of any such driveway connections. The Department shall coordinate with the City for said removals or modifications, at no cost to the City. 5. 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, roadside structures, drainage, signing and pavement markers. and lighting. This excludes improvements E, F, and K. per item number 2. additionally, the Parties understand and agree that the Department shall transfer any permit(s) required for 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_ 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. b_ 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 Department shall require its construction Contractor to maintain. at all times during construction. Commercial General Liability insurance providing continuous coverage for all work or operations performed under the construction contract. 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 Iess than a S5,000,000 annual general aggregate_ inclusive of amounts provided by an umbrella or excess Rev_ 03(24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3123FAF6-6FC7-4F54-8A0E-680633A76842 FM# 4.47a08-1-52-01 Page 6 of 13 policy, or such other minimum insurance coverage that may be required by the Department 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 City, 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 commit nar 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 during construction within the Off -System Project Limits. commencing as of the first date of construction, shall be the responsibility of the Department's Contractor. Notwithstanding, neither the Department nor its Contractor shall be responsible for mowing or removing litter during construction of the Project. After completion of construction, the City shall assume all maintenance responsibilities for the Local Roadway Improvements. Upon completion of construction. the Department is required to invite the City on the Final Inspection of the work within the Off -System 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 for Final Inspection shall be delivered via email to the City and the notice provision of paragraph 20 shall not be applicable. However. if the City does not attend the Final Inspection. the Department shall proceed to Stec_ 03,24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3123FAF6-6FC7-4F54-8A0E-600633A76842 FM# 447a08-1-52-01 Page 7 of 13 conduct the Final Inspection_ finalize the Project 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 Construction 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 Department 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 Department shall enforce the warranty if remedial action is required by the warranty provisions, as determined by the Department. 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, die 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, 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. 10. Upon submission by the Department 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 Off -System Project Limits, the City shall forthwith submit the same to its governing board or commission for approval and acceptance of such additional right-of-way_ 11. This Agreement shall become effective as of the date both parties hereto have executed the Agreement. Prior to commencement of construction, the Department may in its sole discretion temiinate this Agreement if it determines that it is in the best interest of the public to do so. If the Rev_ 03t24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Dacuzion Envelope ID: 3123FAF6-6FC7-4F54-8A0E-6001333A76842 FM# 44730S-1-52-01 Page S of 13 Department 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. 12. In the event that any election, referendum, approval_ ratification, notice or ether proceeding, or authorization is required to carry out the Project, the City agrees to expeditiously initiate and consummate, as provided by law. all actions necessary with respect to any such matters, with time being of the essence. 13. The Department may utilize federal funds to design and construct the Project_ In the event that the Project shall be constructed using federal fiends. all costs incurred must be in conformity with applicable federal and state laws. regulations, and policies and procedures. 14. The Department's performance and obligations under this Agreement are contingent upon an annual appropriation by the Legislature_ Ifthe 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. 15. 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 ars 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." 16. Nothing in this Agreement shall be deemed or otherwise interpreted as waiving the Department's sovereign immunity protections, or as increasing the limits of liability as set forth in Section 76828. Florida Statutes. Rev_ 03r24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Dowspn Envelope ID: 3123FAF8-EFC7-4F54-8A8F-6e0e33A7B842 FM# 447808-1-52-01 Page 9 of 13 17. 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. 18, 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. 19. No term or provision of this Agreement shall be interpreted for or against any party because that parry's legal counsel drafted the provision. 20. In accordance with Executive Order No. 11-02 the Departments Vendor/Contractor(s) shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the teens 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. 21. 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 s all 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: Juvenal Santana, PE, CFM Director, Public Works Department of Resilience and Public Works City of Miami 444 SW 2 Avenue Miami, FL 33130 To the Department: Director of Transportation Operations State of Florida, Department of Transportation 1000 N.W. 111 d< Avenue Miami, Florida 33172 Rev. 03/24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Doanpn Envelope ID: 3123FAF8-EFC7-4F54-8A8F-6e0e33A7B842 FM 447808-1-52-01 Page 10 of 13 22. The City, by and through Resolution No. R-24-0290 , attached hereto as Exhibit " A " has duly authorized the execution and delivery of this Agreement and agrees to be bound by the terms hereunder, and has further authorized the Mayor or his designee to take all necessary steps to effectuate the terms of this Agreement. Rev. 03/24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Doanpn Envelope ID: 3123FAF8-EFC7-4F54-8A8F-6e0e33A7B842 447808-1-52-01 Page 11 of 13 Remainder of page is left intentionally blank. Rev. 03124 Docusign Envelope ID: 62C54FE F-0057-41 3A-9E30-3D0A431 3C68E Doanpn Envelope ID: 3123FAF8-EFC7-4F54-8A8F-6e0e33A7B842 FRfid 447808-1-52-01 Page 12 of 13 IN FITNESS WHEREOF, the parties hereto have executed this Agreement on the dates exhibited, by the signatures below. STATE OF FLORIDA DE 'MINT OF TRANSPORTATION By. pia Rudy Garcia Name_ Title: Director of Transportation Operations Date: Attest: 08/26/2024 I 3 : 59 PM EDT Name: Title: Department Legal Review: , D .J rrn[d tr Bye etiCia ' 165 Name: REV. 0124 08f ;/•024 1 4:21 PM EDT Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3123FAF6-6FC74F5M-6A8F-fi98633A7B842 FM 447808-1-52-01. Page 13 of 13 CITY OF -il AMI, a municipal corporation of the State of Florida G- tfsust_22, 2024 I 19:04:53 EQTBYI �Y1GtW No., ,igust 22, 2024 I 15:05:46 EDT Todd B. .Hannan, City Clerk Date: Arthur Nonega V, City Manager Date: APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: aerit,_ %., IJ i:119, 2024 I 10:05:48 EDT r't-gl,•e[,,'.,,[ gust 12, 2024 I 07:12:10 EDT George T . Wysaaig III Date: Ann -Marie Sharpe, Director Date: City Attorney Risk Management (740os R-24-0290 Revs. 03+24 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusgo Envelope ID: 3123FAF8-dFC7-4F54-8A4F-880833A76842 -(H I B I T A City of Miami Resolution R-24-0290 Legislation City Hall 3500 Pan American Drive Meami, FL 33133 www.miamigov.com File Number: 16298 Final Action Date: 7125/2024 A RESOLUTION OF THE MIAMI CITY COMMISSION. WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE AN OFF -SYSTEM CONSTRUCTION AND MAINTENANCE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT"), FOR IMPROVEMENTS ON STATE ROAD 90 / UNITED STATES HIGHWAY 41 ("US-41" / SOUTHWEST 7 STREET FROM EAST OF SOUTHWEST 27 AVENUE TO WEST OF SOUTHWEST 2 AVENUE, MIAMI, FLORIDA, FOR GENERAL ROADWAY IMPROVEMENTS IN THIS CORRIDOR, INCLUDING IMPROVEMENTS ON ROADS NOT ON THE STATE HIGHWAY SYSTEM. WHEREAS, the Florida Department of Transportation (`FOOT') has developed design plans Financial Management ("FM") Project No. FM 447808-1-52-01 for State Road ("SR") 90 f United States Highway 41 ("US-4V) / Southwest 7 Street from east of Southwest 27 Avenue to west of Southwest 2 Avenue, for the milling and resurfacing of the existing asphalt pavement, Americans with Disabilities Act ("ADA") improvements, installation of new roadway signage and pavement markings, upgrading pedestrian and street signalization system, replacing signal and lighting pullboxes, widening Interstate 95 ("1-95") southbound off -ramp to Southwest 7 Street, closing Southwest 4 Avenue at Southwest 7 Street and converting Southwest 4 Avenue to two- way traffic, widening Southwest 3 Avenue from two-way, two -lanes traffic to two-way, three - lanes traffic, street lighting improvements, landscape improvements and utility relocations ("Project"), and WHEREAS, FOOT intends to undertake and complete the Project, a portion of which includes work on roads not on the State Highway System but City of Miami ("City") right-of-way. specifically on SW 3 Avenue from south of SW 7 Street to north of SW 6 Street, including the SW 6 Street intersection, and on SW 4 Avenue, from SW 7 Street to north of SW 6 Street, including the SW 6 Street Intersection (for purposes of this agreement, the "Off -System Project Limits"), and WHEREAS, the Project includes milling and resurfacing of the existing asphalt pavement, ADA improvements, installation of new roadway signage and pavement markings, upgrading pedestrian and street signalization system, driveway reconstruction, incidental sidewalk reconstruction, replacing signal and lighting pullboxes, widening 1-95 southbound off - ramp to Southwest 7 Street , closing Southwest 4 Avenue at Southwest 7 Street and converting Southwest 4 Avenue to two-way traffic. widening Southwest 3 Avenue from two-way, two -lanes traffic to two-way, three -lanes traffic, street lighting improvements, landscape improvements and utility relocations ("Local Roadway Improvements") and all activities associated with, or arising out of the construction of the Local Roadway Improvements; and WHEREAS, the Off -System Construction and Maintenance Agreement {"Agreement'), attached and incorporated as Exhibit "A," establishes the terms, conditions, and responsibilities of FDOT and the City to accomplish the Project and Local Roadway Improvements on the City's City of Miami Paget of 2 Foie ID: 16298 1Rerision: j Printed On: &'t 1/2024 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Docusign Envelope ID: 3123FAF8-®FC74F54-8A0E-560633A7B842 File ID: 16298 Enactment Number: R-21-0290 Streets; and WHEREAS, the City agrees with the terms and conditions in the Agreement, in substantially the attached form; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2, Section 2 The City Manager is authorized to execute the Agreement, in substantially the attached form, with FOOT, for the Project on SR 901 US-41 / Southwest 7 Street from east of Southwest 27 Avenue to west of Southwest 2 Avenue, Miami, Florida, which includes improvements on roads not on the state highway system, and the Local Roadway Improvements. Section 3. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: George K. Wysang III, City Attorney 7116t2024 City of Miami Page 2 of 2 Fife ID 18298 (Revis)on:) Printed on: 8/11l2024 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E RON DESANTIS GOVERNOR ibllayN Ee9,1.9119e b 312-F-667633A731542 FDDT • Florida Department of Transportation 1000 N.W. 111 Avenue Miami, Florida 33172 JARED W. PERDUE, P.E. SECRETARY CONTRACT PLANS COMPONENTS ROADWAY FLANS SIGNr1G MP /AM AIN, NUNCIOS PAWL SIONALA1Ar1OR FLANS 116PITING MANS STA61C7URI PLANS a 6.4FTA14 FO YN1)Fa 4.19,495 74 THE KFF' s0Att a. cock coNVOININT INDEX OF ROADWAY PLANS SNt9I tla NNlr 90901101.irltl' 1 Per Sankt sioouv E TAFF, 3 - t t171€M SEC, INNS 5 rT/1CAl srcr r0N arrtrlN Ill OP710NAL AXE ALS 7AMllAI MN r! - IF lab lit, ca/7RMM I6 GENERAL NOTES 19 - tl ROKMA- PIAR 17 IA 59Er CAL OF7A1t5 NJ - ss GAAJIAAIE TLAN Si ORA15AGt 5T911911)4F9 SA - 04 TEN/DRAW TRAFFIC CONTIOL PLANS a5 • 117 UT l{1'PP AOILSTAINTI rl3 10* r4E O15P05177999 FLAN II r - 147 tAAt DI EPOS II 199, CRAW 994 ANIMA, SOIL WHILES 494 AIWA* SOIL SURVEY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ROADWAY PLANS FINANCIAL PROJECT ID 447808-1-52-01 & 447808-1-52-02 (FEDERAL FUNDS) MIAMI-DADE COUNTY (87120001) STATE RPAO NO. 90 (US-41ISW TTN sr) FROM EAST OF SN 27TN AVE TO REST OF SW 2ND AVE GOVERNING STANDARD PLANS, fle00. OA/wAw.mK NI rrr..or1Anlely 5r20.13-1i 51AWWYtl Noels Ter 9e.9 art/ &kip. CeelrroKlIM Rlyd ANpA4ANN INN UN AAo'.wn f1Rar. PROJECT LOCATION URL: Wel.?R.M rePRspave PROJECT LIMITS: 5E6111 RP 2.IN - END Rl O,a57 EXCEPTIONS: MORE BRIDGE LOUTS. ■9AE RAILROAD CROSSING: .NANA r.FWS PROFECT 1O M 1Fr TO C0NrAACT ry07N FINANCIAL MOIECY RM. 99119O3=1.57•9k *Ma*: sa.41 407161431.7 ROADWAY PLANS ENGINEER OF RECORD: 1r0N0/a r1RAN1NT.. Ft Pt. LKEASE RO1y0A 03111 IIIY- u1GAAFa. 110C a1MO IAN- JP PMr7, 9917f 3aa Ar1AR1. rump.' ma f3a31 531-4891 COrrr0Cr NO. CANS2 0ER0.`•A 110. 84434r4 R ONYWe PmROMPy ear R/C>•.unetig. 4NP *E19911M4' IRA Are *mitt*.tr Me FOOT PROJECT MANAGER: lanoa"4..cr.Y'e' 0eplr..ww r0elp..19.ay..I.faNINAPra.K. GOVERNING STANDARD SPECIFICATIONS: FIPn44 are#r+a.e.K d Trempart,rnn F,2010 AN S1r.Arl swrl'K I,PIX Per lle.K ar,P Irak. r••rtr.ct..,. - 1Ha ++9ge1.., ..wr.- A.IP'Amu r ldMear/Ir.p.errn.^W.nwId faniplaaign. Of SP•FAp.N. 44500 wntArN. I.E. OFF -SYSTEM AGREEMENT CONSTIN CYTON FISCAL. SNEET CONTAA[T NO plait NC - taxis 7a Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E nc_pn Err.emt m: S123FAFGiR3.15544611F655433r17551E2 OFF -SYSTEM ROADWAY IMPROVEMENTS RAMP WIDENING AREA DETAIL eVT r� FL -Ara VOTE CONSTRUCT IDVETT413TMA1 MP TRAN5NER5E MINIS As At, row srARRAING 3f0.6tl1 5111.1355 AFSLMKPK Li0111, MAKM otr STA r3.3r s tMB EGG rrri 'r' HATCH CTrST PY ST,f. r3141 ?E 9i G11 i56 TrPt30 `1• nAre7T ETIST. PE 57A J,T.fl3f Milt 616 6 MESv16•KlNL JrLS M,V M 30•d5TtlsT �r .3S _ soarM Cu TrPr NErs1 AEI%.ii STA 3U.15 A5 B SUMMIT SR Rfl 57. $rA. I3Wi.73 f SURVEY SR HA AV .Y „ EMP C{ao Tr+r -r MAI CM ! A19r. rr rA II+O➢.1J- ENO C 6 TIP( •F.. SEE A5.5165i PI M PErAH SNteJ rattan GJ FOR AOVITIONA 1MFOAMAx1QN FRO CLG row gr- in AECX EXIST iE47r INFER TAAILI NO AN ?DETAIL /// Rp C6 6 S!ME ^Fr TP rr. MILLING i MMISORFAsC�I�NTG HILTS i' Pi R re, ST. 312 �E RUAVEr j 1 1:-MPIr. lr (FPJM IL TFIIADD AIWr1Uw 1 r CcwsrnLL T '4'AP;IAAIL 1 ! APP1IACH IANSrriOM RE7AGEIT i I IMCPR 450403 SCltt.it 5 �_. �, iRGIMteR Qr RtcUNP IPFMMPrO FRYiYrltlr. P r LICENSE PPMBEA 93971 HS nought, JMC BFSP f.R ATM muff. SUITE Mg WAN,. El 331F0 X r'A 7M roe Pr HAMA DEPARi7 1 7 01 1761. r31kWTA TA R0.tc rc6 n. P.w#ECT rb Ai fB INAMJ-0ARF 147l00.1.0 -Er ,;r5 A7 HJ3 d 1• WWI Mr CONCArrF IEIGEr111E LTErFEFA LI BRATEM suv TJAM.Ra7RP ROADWAY PLAN a !JIFFY rre�. Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E c1 oa+ar emetoQ o- n2iFAFa•6F1 " s.141ARF• .63633AT9ea2 OFF -SYSTEM ROADWAY IMPROVEMENTS rr NILLJMS t RP,}IARFICJUi [ IPIrr6 l'a �c4trar_ _ o m[actai: _ _ =fir r - N i; 3 PA RAP AAUP 3[1 Mr v A . VWme.i RFSl+arKllrF EMITS Apia113 SPA = +'112, S l.F.[.14 C'n a�E rA ,a1 IF AL'ar'FE $R, tun a✓F 1 SWV7r ti SW 6th ST. YN Y�f 1[i1 c,w r ^ 111TS RAF LIRE 1144 6Fii - r.aF -F- FT SPA 1E00 E4 5100 7 ,X09 1040, L7 MATCH LINE 81 +20 RA ras IRS fY 2 Cdi f*VP r lk G1 [Le rf Pt •l• MArUR EXilr. aE sPI 07+07P LIME kr go. R1 �r a1MC11f?F lt0P1141 Lit C [®MCIIEEE 510ERALP ME - MICR P.PPSr1NL a lure SERRIPE 71 DOE AMGAMEr[ GP rKfNIP iCiSu0 LICENSE r 0 *i0 HYr IOCHNER INC OEM IN AYR 57IFEr. SP0Ir0 314 INANE ft 311P0 E TAM ENE OP_GRA]A EREPART4IDd7 OP TRANEERARTArhW Yvan no raw+r rxwAcrai rwalrrr re, SR 510 1511111 PIPE ROADWAY PLAN EIPPEET Mn. as Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E am.lign r m° O: 1/22FAFa-6FC:-MSAA M-660611AT6BdT IOFF -SYSTEM ROADWAY IMPROVEMENTS 3# •I IA risec°1, M1yL1ir5 AC 3LMVAf111G 1TOMS -a 64 33 ..S ��uS---- Si 6U ST t =r-ouNtivr:: IC/ **or. A e7NS./S +7PAf 7+Y11" i rC IJ.A! 7r Ee' CT may, tLYE *Ea Esd��{{ssT•ff reV i L7 ii xlrr rw s r. M' f C • E I Js —' I INTT !1 MATCH LINE 81.70 co 1e.S le T� ?! iT STA i SWAM r-F11 den AY rA l.1{9.° W StaffY SR iie Nf RZ(LSrrf ad*OrArrEG VrIfTS VAcTigri NOP t6C rrNE MUM [SW PC STI R2 t1 rT Rf. SW Eth ST. Mail* i AES(RIfAC1l6 rrDflrwc ▪ CAMrArrr, aiC •Al. f` CCdI( ETE SW EPAIX ILE - ■Arai taatto o& cnµrr srwra Alma srura u.:nrR Avir rct+ AIRE iYILY•T1 Rrl'1P10119 ear. omalardlif IIEff&GIO rdouNlIel /.€. (ICEMSF •OMER 1'1)1r (CCMrtfil Ilrr. sm r■ Teri. "MET. SWTF fee Wpr(. fL T3ITp 0-7:4 rT:.+r wr.r.Rraa GSF..4TMLVT QP rM,A1i PartATT(uv Pam .o. CAr«.. ...m.c,.l ,m.rcr rb SA 4e omocl.GAOE Mr°.1 $7-01 ROADWAY PLAN SKEET rMD. 1e Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E 7m�n Err eve ICE 3-173EAFB-EFdE5a-HMIN.33AnI42 E S.r rtla?-1 139 rs i IrSTI6r 1 MATCH LINE 810.20 00 ico Er +MEN 5.SIr �* NMROIriiAr Cr,. `+."7rn-rr fy 77" MCA E4C 1YTE"f NATO EWE EC $14 I?.Fd R: 'VET IL •el 37A 6 +CP.60! 57IAEET AN HE r7E M[:l/rF RE S3FF ACNE CATCK Errs /APE Al, SW 3rd AV Ell? ELI IEEE -E. 5IVC5 RC cro AP.D1rI aS{y� 149 OFF -SYSTEM ROADWAY IMPROVEMENTS 14 J A--1 HAND' CM TEMF Y' Mmor erred PC NA 7r 17 - 147 143 f, Rrr tll5Y RN [INE LECIEV. Lil MAIMS [ NESUAFACIM d// J�frl£kRlrC c`E5R C SEPEMKr 6' CONCRETE SN*WALr ri. - WOO 07131I81 EAtNIt47 cl AFCMv MSNRM .° E.AAk1MC R E LICENSE MAMA 93921 rrr rIcmtEl NC ■7SP on 3E714 STWEET. WEE 3W LAMI. FE 3317E RYA7'7e (W RfMelI4 1 ?ARTINAT OF 1Tt.1NSPCJTA YTIW Ii6EE A0. ciraNF. .,y...cril Fbme, al, He fP mom OWE 417E411-57-9f `, # st U 1 ROADWAY PLAN SHEET #l7. .5 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Doom Fide n: 312AFINGH:7 ?4A9FGEIG,3A.76642 } OFF -SYSTEM SIGNING AND PAVEMENT MARKING IMPROVEMENTyS.-. s r'pil ,,V`x ______ lora r e4.1 f5r57r1.17 SIGR at. AT +KMagFD... Iv ran 1661 °.. rt vri 41 t Q3I ta oiP'li /V 0 • li , .nrn SW 6ttr 57 [env totll sr 4 tlrs3 3F-. 00166 S161. Fre 6L RENNEas 'ram POOL E11r1wr • 8 FT'f 1110,, PIO 11ME W 70.63 R/4 U#f 3 J 32 -•-f SLMYIT N Ma ST sty 6th ST-. PIN lh6' 33 PAFFtRWED Ml.araHASTIC W11N 6rAdt EOITRAST 4!M:eaa F111.41 t' wear elrie WalfEIRFP PfaS AT la LA 5#.rr14 FTTP3 RArr66,40 r1ER6IPLASFl[ awes COWi Ca1TrRAST 6AADEA IrrR,r jams 111T1 74 5641 (Ar 4M91f [aim r 401 New15!9r] PAM zarmrRrialfr kALtMkeM at Of :£°V MFWAPAC+ FRION.r, R F LrLEMSE tualefR 1392.l N* Coward. - !FRO ■# 3ITW 5TAFET. Surd 147 3Ant. f1 3.117.6 ,r Ta rR or maxim ECPARTMEW OF J 4 4F 1R7'ATION SR Ra coArrr Y1AWI PWF r 1MMcr4 0,44ri<T ra MTMM,)STAI SIGNING AND PAVint( ENT MARLING PLAN worr •D. Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E 9msp. En.Enr 1123F.4F%FCM0.50flABF-fi63fi3 YA761342 OFF -SYSTEM SIGNING AND PAVEMENT MARKING IMPROVEMENTS r- paw 11LII dtM A/I t 7— MATCH ffNE 81+20,00 j 4. whiliont t.IGfatrIt GY AL4LVLU BOOMOTNIO AAA MEORLOAW *FORM! FORA'rrr, F ll[FMSE OEINSER 01,:/ Mt want. /WC. J73O M]! MTN STpFET. SWOT 3i6 *MAL FL 33179 t rATt f1P PLAJfld 1 3t?ARTIRAT OF TRANIPORTA TAW' .a+o Sd AP 447•44.1.37.01 SIGNING ANT) PAVEMENT MARKING PLAN Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Damp &Menne la3ez3cuI-sAc74F54-BAST--6s1€3a,7ee,z L OFF -SYSTEM SIGNING AND PAVEMENT MARKING IMPROVEMENTS E 1 4 Ara IMF Ntir Ulf t ]ergo Intl A IFIAn i p L�J EM r , Mt Liar —w t it AROAO IMiall✓� WrE ONSCRVIIFI arN9Gi0 remiast. A.r 6ICEASE •4.49ER 939)1 Hui rGCMrr. al II J7511 OW 3M7! S7Nrr. r. 5141T .160 WAAL FL 31171 'TAM FLOR11.4 r3QAgt7tiERAT OF TRAIKfrtlf7L 7110.^R Rua MP rmik11C,Y VM1 rr Yll sllP4 NN#IPOADE 4E7EE04.17A1 SIGNING AND PAVEMENT MARRING PLAN FMrrr Ma. Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E Creopron E1neimm r¢ 3123EAF&6FG-FS44 0E-663633A7ORA2 nn-31 POOfi, 1 ALAI s 111Arr1s tit INNANN Atriargfisori 7�li7 I.CR/ +11(4 [ 450•1•141 I d El 0 •*rri. I�•w 6EA PEDESTRIAN SIGNAL HEAD DETAII- 12E112151091521 :n7 me PM•14 » 141 11 rr! FIT 71-1 Q1'0 0-® 0+0 f}•9 SW 4 AV, 5I$N4L HEAD AND 5IGN DETAILS 7 sin st Ara-r1 y r Jr 2 EA E•7ST Slr-V RP RERAN) Per HMI it 1114M1RATE0 574E6T PARE 51571 Tr A AP { 1104•5.21. I PEDESTRIAN IOFTECTGR SIGNS a or [I� I EA 414-11 410-11 A10-11 rrir rim rill" 1 EA 1 EA 2 EA Rw CORNER rill! 11ci/ 170 PE AEROY1O) 1 1A ArV L1 PROP EPL 5E4010E POW/ I us 1-E1 I EMT f/4 1RA11C? P)3Corarif 2 IT1 0E RE1404E0A 40 1f 11 ma $1 AOW1R111 Ell 2-12 * U 11 655 1 1 IA PROP PEDESTRIAN PEOES7 `•d SEA 56.17 15, 3r6O 717* 5 lr 11 mu* 17 PRP 11 1 EA rA 1 EA OFF -SYSTEM SIGNALIIATION IMPROVEMENTS $1 CORNER CONTROLLER TIM)SG REFERENCE TWICE YENICSE twevoE1p 1 2 3 • 5 6 7 P 40PRr16C4I DIRECTION RR OM re Sa APPROACH P06rto 1717O 11P111 15 23 15 15 ALL REP O15TAl1EE MEAT) 42 50 41 54 T131Pr 13U111 RCO 1. • 1. i1 - 9. • ] 9 • 2 ALL RED2 PE0E57iM41 R1r01EPf P7 P• P• Pl I PE11. C,K611111 MUM REM 75 16 •N •7 ti PEDESTRIAN 1PPL4 7 7 7 7 Pr6Psr4,AA Prr41A1CP 10 Al 1• 1F 1. rn17l Rtsr 1 FR 1A17TI4 mist AWE/ 511 4 57 Nilson 510412- 54, 4 Aft 2 FLASHI116 OPEIA7JON1., NORRIA757 2 A 6 NTllmr 724ENENT • A 6 4E0 1 A11 writ I. Pf0 PMAS7s Ar7JATP0, 03497 1 rS 1111 11€{411 • 4/A7TA{E 2E14417 A7• Y' rtitT1 uMR 11ritl tf F3fJ7� WEEIEIEEM t3,'II3IfF7 WITEFIET1 �::•IIIII1 EMMEN EUMEILE Or 14 1 EA f EA ! EA 1 41 22 IF 1 EA 1 RA EA 1 AS r!A E315r- V1000 r{pCo EPf 0to DETECEJOII 4VEPENr5 ZONES tom E• I 6 Y64 it-;r PIA b.-92 'RA VfA VA Af1gU1 R/03 631.1-6 630.2420 046.1.04 6•S•1.60 170-1.600 I EA 1 A5 1 EA 3 FA 1 A5 AREA 412301 101740 (TYA1 P 676.1.11 431-1-11 4•4-/-11 MI5.1.11 277.047LA A1RM 11 PEP 7 EA 1 EA 2 EA EMIST. 1A1T ARM MO PERRI/ 11A I cal-1-11 I RIP LIME SW6ST tlra 50ArETwr �� • 161•srA,E 01777 I AN' 114E RTIi W.l17i1611 MEDEIEEM WITSIXEM V EMT NAST ARV ?TO R1RA1N7 7 6A I 621-7- Il I Al if 17 RIMS 15 SIGNAL 1 VIDEO, 1 MDT 4.44 114r 5E CORNER NE -CORNER PROP. PEP POLE R7TP1 Per ISW15 01 tit 57 mt.' AOSEPti R CALOE1101 704445 II. P E LICENSE 1r1ANER 00673 NEE 10C111ER 1Nt OM Rif 16 SJREEr TZrro 76a 11A11, FL 23971 •TA TR 0I ALOI[NIA 0RPART9ID1.7 OP TRAIREPOR7AT34W AO.n An SR 50 WINN PAPE 417E03.11... P1164. PE 6r6MAL R1P.A 630.7-17 •31.1.1I 4r4.1 1 •7 al 15 Ar1RS 12 1701AL5 1 VIDEO 1 POIJER• 1075111 A EA 17 7r 2NA2 NAST Afro 6IA 2642254 +{/� 16.10 111 t 6 1f 74 11M15 LI 516RAL, 1 V10ra, 11PAR1lf1 2 EA l EA 611-2-17 635.1.11 640-11.1 AR1 1E14TP1 - Me ARM 1EAR716 - 5 aT 57 I7 WO PROP- PEDESTRIAN PEDESrA7 STA. 31e1.34 3.51 71-171-7 5 11 11 0(10 1/ PEP 11 7 EA 1 EA 7 EA APE.2.17 436.7.11 6N-1-71 6E9-1-11 E1115T. PEO.. Pl1T17A1 75 zit RlN6VEP 55 if IS 07.015 12 mom/ 5. 1 YIPE0 7 P01MER PED. f1 3 17 VAR Ifv1.1 /AO 3 SUANEr SW65...,awt 51A 1)M ----T7 R RP I rro IR7RAlar � 1 I 635 7 11 I 2 EA PROP P77Irn0la Prat S221 in 571 11<11.51. 1A.76' IRE) 141E LIRE 7 1E rl AV71 AM.?, re 11 REP.JI I TA 7 EA 2 EA t51I NRV05 17 5144415 1 VIPEO. 1 022011R. •10.7.17 I 1 Pt 12. i137 /1 6.6 1 /1 641.1.11 If IK� CC4424r CA0r011 3Mi15 1L c77004.1411 077 Tr •S 14 111T1 AWN Flt Se5rr4r IHSCORR£Cr APO 1ETER CAE 117A 11421457. MAP AM EMT. TAIAEFIC CANAIIET Ara Rf itE10r407 5W6 ST & 5W 4 AVE T•, 0 SIGNALIT.ATION PLAN �+I r JC"711all7C "-Oar blFThul. wail) AYD .4/JJ% 4 Docusign Envelope ID: 62C54FEF-0057-413A-9E30-3D0A4313C68E 0.363A413nErr.633a6 47: 3r SIGNAL HEAD AND SIGN DETAILS ['3nI 1•Sirr• 3•yy ol AS 3N713NIAUP 3UON*M4rr0 STATER NAME 316N 7r47r I 1pn.1.77 1 con NW CORNER rNr#ANAr4.r 713LRr1N47#W snail. 3AARA sass 7r 71A 1 74p-J-71 1 IRA 2EA PEDESTRIAN SIGNAL HEAD DETAIL I I BEIIBEE +Lb. Sodom taMr 116o1A 1.17.61.. r•rw A AS I:NM _i is LA1[14, 464 0 APASP 1 -71 +r34450 11 r7 11 rE 7 I rr i 0-0 er,09,413 OFF -SYSTEM SIGNALIZATION IMPROVEMENTS PEDESTRIAN DETECTOR SIGNS 41 41 £ £ 410 33 P16-JI 4r6-J1 1110-31 g 4 rs g 1 IT P 7 IY Tx or 2 A 2 EA 2 EA 2 EA CONTROLLER TIMING REFERENCE TMLB Ftr11ti7 007741E93 '1 .1 J a 5 1 i E APPIi7ACo 171RETIO0 M9 49 F7 Si 3 40000033 005TTO 1PEE4100131 16 60 75 id 73 6i 70 02 ALL AEO D1471 1 ITEM 4E4E!M'CLE4NP.11LE _ 4 4 1 4 139E AEG 7.2 2.7 2.2 P-3 PEOESTN149 MOVEMENT 02 PI P9 P9 h 000.. 1001Eld6 I115-44NC4 rat 11 3 PEpESTAMN wards.. _ 1f - 7 1J -y. J6 .. 7 1J 0 PC4ESTNAA CLEARANCE Jr 9 I 1 9 own' J Ea_mor E 1. mama STAEF7, SIN if Si NPN9N irreer• 11f 1 NO 2. 71.LSN166 OPERIZION: NONENIIT 1 A 4 TP3Liw AXWEMEN! 163 t NCO 7 P11IHE ! S ON A11.411 ACTWrfA. 4 4A17A3E 0E1r6190' 472 W 1f"tt73Wlu4 lr 610.2-12 632.2.1 4J5-2-13 eJl-3 31 034•1 -172 639-2-1 6I1.2 1 640.4.2 660 4 12 610.5 -140 E44-9d-1D f1V6S1Md 60 rr 1 E4 9 EA 1 t4 1 AS 20 Li 1 LA 1 EA 4 E4 1AS 1h4 woo, DOTECTION ZONES WOES FWENE117S 1043 V1 394 V 1 I VIA 1•1 I VIA VW 4-6 4 fwll - .1 EA RI O 3 M O- 67 !r I1 dud /r PED.1J I di9.7.1 E011211114 Pk VA Mal, MI 1,r 1. 6 31 r1 MIN 71 PEO 11 1 EA 114 7 EA 53L 2 12' (19•/•11 i SE• 565.3. r1 SW6ST.16 44N 6 31 1-� I }} G Vf Vll✓✓f Efic,4 rot 533094rct P61M P60P NAST SAN SIA 31+17.A3 17 97 (NEP 7 1r d5 N17NT 12 516NA1. 1 412190.2 5044951/ 4 PA 1 E4 410.2.11 415-2-11 449-11 •5 AMR tt 447N 1 . 391 ARM 371177117 147 ANN MAXIM 1 - Pr EP 49 59 E AILR 0EA436£ I •. N 5? !t errN P PC pr yr1LL1 5,4 .M+70 Op 7r P.r (611 14 if 31 RA 11 PEW11 1 CA $W CORNER 1 EA 7 to 810.7.12 435-7 11 Alf •1 1P P60P. P6511 H 17 6117 1aN l7.rP1 15 AAS f 1 %34414 7 SIGNALS, I VIM I wO I1 lc V WNr i N 04 4 33090 ANTE BEILINPEION OMENDENNI 10#PN N CA46C909 TWINES 13. PE LICENSE 09440ER S0525 NY. t6C33Nrll INC. MOPE f 3is ! 335011T. storm' 360 N74 Ole *17111.41)554 DEPARTMENT OP EA,ut=Pl1R1-4 T1gY MAO 310. ELVINr +!A�Aac r41 70MTh AO 391 PO 4NAMICI4WE ASTMS 1•57-01 R N 1.1121 NE CORNER *PM 6J4 •!•rl 417-7-11 649 21 9 Q 5 37 15 ALAS 12 515941. 1 91090.2 S ARE511 I EA 1 EA MM (E325T3 1 - 43,E MN MAW,. 7 - 37T MN MAMAS 1 - S t _17 77 I AN* 014A1A6 ? • $ 47 47 ■ Mar 6-L34T/116AI Pip;51 ST7 11.7,170, .AY 3111 I (7 (1 6414 a 2 32 111 050.11 475.7-r1 r4A 46•I.11 1 Ea t I EA 42 if dI 63r0i 17 SIDNAI S r 1*047, 1 PED11 6 ST UNE •'1117. 0E01520201 Oe615 AL p, STA 4i17179. 22 St (R17 61a.1.11 c35 2.13 046.1.11 3101•4•.ii 1 if 61 4p1.11' II ►EO11 3 EA 1 EA 7 to 41 IP PAINT 11 S16N+LLS. r 31LE0, 1 11E0.Cr 144404 712AI15C CAINE? Pro 2070 1J 1•0Nr3p1.10 S9A 16W011 M773R11 730 * 7Pr Si 007 6:6Cuaster Ado AL rrn CAN 5rw 30409.9). 5.317 5E CORNER PA09 no Po1f 71P-) SW 6 STATSW3AVE 7HTERSECTION ID 834 SIGNiLIZATIO.M1 PLAN Miff NR 341 7. t 0 2 E a f