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