Loading...
HomeMy WebLinkAboutExhibit AEXHIBIT "A" FM# 447214-1-52-01 Page 1 of 11 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") THIS AGREEMENT is made and entered into as of October 28, 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 various projects included in the Department Work Program; and B. Included in the Department Work Program is Project Number FM# 447214-1-52-01, SR 5 / US-1 / Biscayne Boulevard [At Various Locations] (the "Project"). A portion of the Project includes work on NE 18d' Street, Federal Highway, NE 72nd Terrace, NE 73rd Street, NE 74th Street, NE 83rd Street, and NE 85th Street, in Miami, Florida, a road not on the State Highway System; and C. The City is the holder of ownership rights to NE 18d' Street, Federal Highway, NE 72nd Terrace, NE 73rd Street, NE 74th Street, NE 83rd Street, and NE 85th Street, a road 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 and after construction, utilities, easements, and other associated tasks; and Rev. 03/24 1 FM# 447214-1-52-01 Page 2 of 11 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. TERMS NOW THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. The recitals in this Agreement are true and correct, and incorporated into and made a part hereof. 2. The Parties agree that the Department intends to undertake and complete Project Number FM# 447214-1-52-01, which Project generally includes the following: • Installation of new FPL Service point and pull boxes within the project area; • Removal of existing FPL Service point and pull boxes within the project area; • Milling and Resurfacing within the project area; and • Installation of sidewalk within the project area; The Project shall include improvements along the south side of NE 18t1i Street from SR 5 to 184 feet west of SR 5, along Federal Highway NB outside lane from NE 54th Street to 58 feet south of NE 54th Street, along the south side of NE 72nd Terrace from SR 5 to 135 feet east of SR 5, along the north side of NE 73rd Street from SR 5 to 70 feet east of SR 5, along the north side of NE 74th Street from SR 5 to 105 feet east of SR 5, along the south side of NE 83rd Street from SR 5 to 136 feet west of SR 5, and along the north side of NE 85th Street from SR 5 to 72 feet east of SR 5. (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"): a) Installation of new FPL Service point and pull boxes within the project area; b) Removal of existing FPL Service point and pull boxes within the project area; c) Milling and Resurfacing within the project area; and d) Installation of sidewalk within the project area; Rev. 03/24 2 FM# 447214-1-52-01 Page 3 of 11 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 Department's guidelines, standards, and procedures. The Depailtnent 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 Depai intent shall provide the City access to the ERC, and the Depai intent 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 Depailuient will designate a Comment 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 Depailruent'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. Rev. 03/24 3 FM# 447214-1-52-01 Page 4 of 11 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 the Local Roadway Improvements, or related components. The City's review shall be within the reasonable time schedule proposed by the Department, in order to avoid delay to the Depai intent' s construction contract. In the event that any Major Modifications are required during construction, the Depaitinent 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 Depail.uient 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 Depaitcnent for purposes of the Project, shall be done in accordance with the Department's guidelines, standards and procedures. The Depai intent 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, shoulders, roadside structures, drainage, signing and pavement markers, lighting, and such traffic control devices as are necessary for the safe and efficient use of the Local Roadway Improvements. Rev. 03/24 4 FM# 447214-1-52-01 Page 5of11 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 Depaitiuent and its Contractor, as set forth in paragraph 9 of this Agreement. 6. The Parties acknowledge and agree that the City's right-of-way and the improvements and structures located within the City's right-of-way, are and will remain under the ownership of the City, and that the Depait,uient 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 less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy, or such other minimum insurance coverage that may be required by the Depait,cuent 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 Department Head, Resilience and Public Works, and the notice requirements set forth in paragraph 20 shall not apply to this paragraph. The Department agrees that the City may, at reasonable times during the construction of the Local Roadway Improvements, inspect the Contractor's construction site and perform such tests as are Rev. 03/24 5 FM# 447214-1-52-01 Page 6 of 11 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 nor permit any act which may delay or interfere with the performance of any such work by the Depailinent 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 Depail,iuent shall proceed to 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 Depait,uient, 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 Depailinent Project Manager of deficiencies in the Local Roadway Improvements that may be covered by the warranty provisions in the Rev. 03/24 6 FM# 447214-1-52-01 Page 7 of 11 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, the Department shall vacate those portions of the City's right-of-way used to construct the Local Roadway Improvements, and shall remove the Department's property, 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 Depaitinent 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 Depaitiuent may in its sole discretion terminate this Agreement if it determines that it is in the best interest of the public to do so. If the 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 other proceeding, or authorization is required to carry out the Project, the City agrees to expeditiously initiate and consummate, as provided by law, all actions necessary with respect to any such matters, with time being of the essence. 13. The Depait,iuent may utilize federal funds to design and construct the Project. In the event that the Project shall be constructed using federal funds, 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. If the Department's funding for this Project is in multiple fiscal years, funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. Rev. 03/24 7 Rev. 03/24 FM# 447214-1-52-01 Page 8 of 11 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 are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." 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 768.28, Florida Statutes. 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 party's legal counsel drafted the provision. 20. In accordance with Executive Order No. 11-02 the Depailinent's Vendor/Contractor(s) shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of; i. all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and 8 FM# 447214-1-52-01 Page 9 of 11 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 shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. Unless otherwise notified in writing, notices shall be sent to the following: To the City: CITY OF MIAMI Department Head, Resilience and Public Works Miami Riverside Center 444 S.W. 2"d Avenue, 8th Floor Miami, Florida 33130 To the Depailiuent: Director of Transportation Operations State of Florida, Depailinent of Transportation 1000 N.W. 111th Avenue Miami, Florida 33172 22. The City, by and through Resolution No. , attached hereto as Exhibit" 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 9 FM# 447214-1-52-01 Page 10 of 11 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates exhibited, by the signatures below. STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION By: Name: Title: Director of Transportation Operations Date: Attest: Name: Title: Rev. 03/24 10 FM# 447214-1-52-01 Page 11 of 11 Department Legal Review: By: Name: By: Name: Title: Date: Attest: Name: Title: Approved as to form and legality: By: Name: Rev. 03/24 11 SIGNAL HEAD DETAILS EIZEZ non 3 SECT, I !NAY 4 AS 5—SECT, 1-11VPY 2 AS 4-SECT., 2 AS 650 114 5 I-18 %50-2-IL P2 P PS EH PED. SIGNAL COUNT-DOVVII 1-SECT., I-I'VAY 6 PS 653-1-1 PHASE 2 P2 PHASE 5 PHASE 3 PED. SIGNAL COUNT -DOWN I -SECT, 2-WAY 1 AS I 6s3a-Iz I S.O.P. PHASE 4 PHASE 5 CONTROLLER OPERATION 1. MAJOR STREET: 5R 5/BISCAYNE BLVD MINOR STREET: NE 18TH ST 2. ALL PHASES ARE ACTUATED PHASE 3 ON RECALL 3. FLASHING OPERATION: 5R 5/BISCAYNE BLVD INOVEMEUTS 2 & 6 IOOLLOW) IOVEMENTS 3, 4, 7, & 8 (RED) 4. PHASE 3 I5 THE COORDINATED PHASE 0 SIGN DETAILS 0 111Pr- EMI 0 ®_ EA 0 miEM R10-3, R10-3e R10-3, R10-36 9"6(15" 9"X15" 9'/15" 9"X15" 1 EA 1 EA 1 EA 5 EA 0 US 1 Biscayne Blvd Il5Iu5 X-1 (72524') 2 EA I 700-5-21 I y 1 yy 1 1 IIF 1 I 0 0 I TF 5 I TF2 I0© ©+0I TFyyb I y 1 I TF3 IO+O+PB I TP A I0+0+P4 5. MOVEMENTS 1 & 5 ARE PROTECTED/ PERMISSIVE LEFT TURNS MOVEMENTS 3 & 7 ARE PROTECTED ONLY LEFT TURNS 6. DEINAND VVATTAGE FOR THIS INTERSECTION IS 688 6VATTS. VIDEO DETECTION ZONES VIDEO CAMERA MOVEMENTS ONE V-1 2 & 5 V2A, V28, V5,1 V-2 4 & 7 I4A & V7A V-3 2 6 2 V 1A, V 6A, I68 V-4 3 & 8 V3A, VRA CONTROLLER TIMING REFERENCE TAB'E VEHICLE I30VEMENT 1 2 3 4 5 1, 7 8 z zALL LL APPROACH DIRECTION IV-LS-T E-L D-TS-LN-T D-LE-T APPROACH POSTED SPEED (I'4PH) 30 30 30 30 30 30 30 30 RED DISTANCE (FEET) 90 90 85 80 90 90 80 85 YELLOW CLEARANCE 4-0 4-0 4-0 4-0 4-0 4-0 4.0 4-0 ALL RED 2.5 2.5 2.5 2.5 2.52.5 2.52.5 PEDESTRIAN I30VEMENT P2 P4 P6 P8 z __ ti PED. CROSSING DISTANCE (FEET) 80 65 85 64 PEDESTR IPN/VALK 7 7 7 7 PEDESTRIAN CLEARANCE 23 19 25 19 0 City of Miami ROW NE 18 St IISNS Y-1 (72"X24") 2 EA I 700-5-21 I SE CORNER (1) SE CORNER (2) 2 EA 100 LF (1 SIGNAL RUN) 102 LF (1 VIDEO RUN) PROPOSED FPL SERVICE POINT 635-2-11 630-2-12 184 LF (1 POWER RUN) 1E4 LF SW CORNER (1) SW CORNER (2) PROP. PED050441N PEDESTAL ik2 (SHALLOW FOUNDATION) STA. 35+56.29 (47.90' LT) 22 LF (1 SIGNAL RUN) 630-2-12 1 EA 1 E4 635-2-11 1 EA 7 LF (1 SIGNAL RUN, 1 VIDEO RUN, 2 SPARES) 2 EA 1 EA PROPOSED MAST ARIN 646-1-11 665-1-21 STA. 35436.78 (33.02' LT) S 88° 29' 34" E 630-2-12 VIDEO RUN 87 LF (1) 630-2-12 87 LF (2 I SIGNAL RUNS) 106 LF (1 POI6EP RUN) 106 LF 13 LF (1 POWER RUN) 13 LF 630-2-12 639-2-1 PROP. FPL SERVICE DISCONNECT AID CONE. POLE STA. 35+29.55 (53.94' RT) 3 EA 1 AS 1 EA NE CORNER 635-2-11 639-1- 122 641-2-12 635-2-11 649-21-3 1 EA 1 EA IIu Ca STLEBFOC(D) 660-4-12 665-1-11 R/W LINE —2‘ PROP. CONTROLLER MODEL 2070 L STA. 35+36.07 (5.; 25' RT) 36 LF (SIGNAL RUN) 1 PI 6 EA 1 EA 1 EA 630-2-12 632-7-1 635-2-12 660-4-11 20 LF (1 SIGNAL PUN, 1 VIDEO RUN, 2 SPARES. 4 EA 1 E4 1 EA 14 LF (1 S/GUAL RUN) 2 E4 1 EA 7 E4 630-2-12 635-2-11 646-1-11 665-1-11 1670-5-140 1 AS 1684-90-102 1 E4 F-J PROPOSED INAST ARIN STA. 35+42.08 (45. 48' RT) N 1" 30' 26" W 630-2-12 635-2-11 649-21-6 660-4-12 665-1-11 I 1 EA PROP. PEDESTRIAN REDESTAL STA. 35+50. 73 (47.74' RT) ntrjwll S L. NW CORNER (1) NW CORNER (2) (a AI o � Iwc�W 84 L5 ON !(SIGNAL RUN) 316 BE(D) - - - 0 ,40POSED INAST ARM F-3 TA. 36+39.30 (53 58 LT) 7 3026 1' LF (1 SIGNAL RUN, 1 VIDEO RUN, 2 SPARES) 635-2-11 2 EA 649-21-3 1 EA 630-2-12 I 660-4-12 I 0 10 40 Feet 1 EA PROP. PEDESTRIAN PEDESTAL #5 STA. 36+38.61 (45.70' LT) 630-2-12 635-2-11 646-1-11 665-1-11 15 LF (1 SIGNAL RUN) 1 EA 1 EA 1 E.a PROP. PEDESTRIAN PEDESTAL #3 STA. 36+52. 24 (35.15' LT) 630-2-12 14 LFi1 SIGNAL RUN) 635-2-11 1 EA SR 5/BIuSCAYNE BLVD 'R/Vl LINE PROPOSED INAST 4RIN F-4 STA. 36+52.47 (52.71' RT) S 88 29 34 6V LF (1 SIGNAL RUN, 1 VIDEO RUN, 2 SPARES) 630-2-12 635-2-11 649-21-6 2 EA I 660-4-12 I 1 EA 1 EA PROP. PEDESTRIAN PEDESTAL #4 STA- 36+48.17 (47.76' RT) 630-2-12 635-2-11 646-1-11 665-1-11 4 LF (1 SIGNAL RUIN) 1 EA 1 EA 2 E4 630-2-12 1103 LF (1 SIGNAL RUN) 630-2-12 1 117 LF (1 VIDEO RUN) SR 5/US-1/BISCAYNE BLVD & NE 18TH ST ID: 8278 REVISIONS tavar TRACE CONSULTANTS, INC. 8900 SW 117 AVENUE. SUITE 1058 MIAMI, FLORIDA 33186 TEL. (786) 808-0090 ENGINEER OF RECORD: DIEGO ESPITW, P.E. NO.78525 6 36/2023 7:24:07 AM Default ,'TATE OF FLORIDA OFP411 ✓"/42/ 5, 09 7'FZ,4.\0 POg'77.40'.TON ROAD NO COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE 447214-1-52-01 SIGNALIZATJTON PLAN SHEET NO. T-5 Z:\1062 - DW Traffic Op: PB (Contract No. C9V871\TW0-40\25062953201-40\Ewnals\PLANS007.dpn !GNEO ANO SEALED UNOEN RULE 61G15-23. 004 F.A.0 THE OFFICIAL RECORD OF THIS SHEET I5 THE ELECTRONIC FILE DIG! 635-2-11 SIGNAL HEAD DETAILS FR1�,17,—FT ,I L-JJ�J1��I EXIST. TO REMAIN TT/F 56711 n TE�1� l LJLJILJLJ EXIST. TO REMAIN T M 1g71vT11 l El ul LJL JIL JLJLJ EXIST. TO REMAIN �RI 117'T3P''III 'II17T3 ej'l EXIST. TO REMAIN V21 ir,A,T l J EXIST. TO REMAIN (F (F41 (u81 TT T7 ir j MA I R4 D IGNPL r IUNT-DOWil 2 SET I-WAI' 1 AS El P4 RED. SIGNAL COUNT-DONN 1-SECT, 2-WAY 1 /S 653-I-12 R10-36 2 EA �Y) SIGN DETAILS w - TI r---I EXIST. SIGN TO REIu1AGU EXIST. SIGN TO REMAIN ClZ) NE54ST II f NE54ST )I 4- Jefferson Reaves Sr Blvd II II Jefferson Reaves Sr Blvd y IlJ.,4- Jean -Bertrand Aristide Way II Jean -Bertrand Aristide Way it,. b EXIST. 1ISNS TO REMAIN VIDEO DETECTION ZONES IIDEO CAMERA I'40VEM ENTS ZONE EXIST. 2 V2A, V2e, V26 V-1 EXIST. V-2 7 & 6 VIA, V6A, V6B CONTROLLER OPERATION 7. MAJOR STREET: 5R 5/BISCAYNE BLVD MINOR STREET: NE 54TH ST 2 PHASES 1 & 3 ARE ON RECALL 3 FLASHING OPERATION: SR 5/BISC4YNE BLVD MOVEMENTS 2 6 6 (YELLOW) MOVEMENTS 3 & 8 (RED) 4 PHASE 1 IS THE COORDINATED PHASE 5 PROVIDE A DPI FOR PHASE 3, M01'EMENT P8 6, PHASE 1 SIGNAL COORDINATION WITH INTERSECTION 2105 7 PED. SIGNAL P4 & P8 UPON ACTUATION 6. LEFT TURN MOVEMENT 1 IS PROTECTED/ PERI115517E 9. DEMAND (WATTAGE FOR THIS INTERSECTION IS 1717 (WATTS. CONTROLLER TIMINNREFERENCE TABLE VEHICLE MOVEMENT 1 2 4 5 6 7 S `L APPROACH DIRECTION N-L 5-T N-T E-T APPROACH POSTED SPEED (MPH) 35 35 35 40 ALL RED DISTANCE (FEET) 00 75 30 90 YELLOW CLEARANCE 4.0 4.0 4.0 4.4 ALL RED 2.0 2.0 2.0 2.0 PEDESTRIAN MOVEMENT P2 P4 PB 5 1' PED. CROSSING DISTANCE (FEET) 73 82 61 PEDESTRIAN LP/ NA NA 7 PEDESTRIAN WALK 7 i 7 PEDESTRIAN CLEARANCE 21 24 24 EXIST. 1ISN5 TO REMAIN S.O.P. PARSE 2 S(pf - _ N8„ S SIV ,ou/T ... E� o A6„ I MGHWAi/ . . u7r� (2)- n, CO US-1/Biscayne Blvd Til t Athalie Range Blvd II EXIST FPL- EXIST. ESNS TO REMAIN POINT TOp. 635 2-11 3 E EXIST. SERVICE DISCONNECT FOR ASSET ID 2103 TO RE REMOVED. EXIST. POLE TO REMAIN. 1 EA EXIST. CONTROLLER TO REMAIN 9 EA 635-2-11 I 639-3-60 I PROP. FPL SERVICE DISCONNECT AND CONC. POLE STA. 152+07.55 (43.49' LT 3 EA 1 A5 1 EA 10 LF (1 POWER RUN) 10 LF I I I TF2 10+P2 ©I TF6 r 110 -CW 4 FROM N'O RIJAL OPERATION TF I0+0+3 xxxxxlt 635-2-11 639-1-122 641-2-12 630-2-12 639-2 TO NORMAL OPERATION TRACK DV/ELL CLEARANCE PREEMPTION S.O.P. EXIST. CONTROLLER TO REMAIN R/W LINE 32 LF (1 POW ER RUN) 630--3--1- DETECTORS FOR LOOPS N0. NO. OF DELAY LOOP OF EXIST. CHANNEL TUNE LOOPS DETS. NO. ISEC) L-IA 1 SW CORNER 630-2-12 639-2-1 W1 11111 EXIST. MAST ^ 100 ARM TO REMAIN�- 1 EAI 635-2-11 A-11a_ 32 LF 639-2-1 152 V \1)vIlL-11 93-0E C-0 d ;6) D7TA / / /T �6) DV65 I/ / /T SS w5; v-I BFOC C(D) - C TCA 7 BT D CT (16 X 1.5' HOPE -ONDUI SE CORNER a 62'F (1 POWER RUN) 62 LF City of Miali s7.)J- 630 2 u— f�fOYll f�flY�� uL� III 'Ili II C\ � IC\ I `� �IIN�A\N,,A -I_ 3 p FV Olr/ER `RUN) - o� 1 EX-4PEDESTRIAN '.RR2i7NP)5 TO REMAIN o< SFOIBFOC R/W' LINE EXIST. MAST ARM TO REMAIN CONNECT PROPOSED PED. SIGNAL TO EXIST. CONTROLLER USING EXIST. CONDUIT I 635-2-11 I 1 EA LEGEND EXIST. CCTV CAMERA TO REMAIN 153 B%vim tiD~ a' "1 70 LF (] POT RU 1 70 .F I a h Q ,0 10 40 Feet EXIST. PEDESTRIAN PEDESTAL TO REMAIN. EXIST. RED. SIGNAL P2 TO BF REMOVED. INSTALL PED. SIGNAL P2 AND P4 AND PED DETECTOR 630-2-12 635-2-11 653-1-60 665-1-11 3 LF(1 SIGNAL RUN) 1 E4 1 AS 1 E4 6 __ R bob) 5 LS2- C2) 9�_14�2) 1 SURVEY 630-2-12 193 LF (1 IGNAL RUN) SR 5/BISCAYNE BLVD '- -. _ Cf BFOC(D) --- TCA 7" BT DUCT 16 x 1.5" HOPE CONDUITS PROP. PEDESTRIAN PEDESTAL (SHALLOW FOUL DATION) STA. 153+31.57 (49.69' RT) 630-2-12 632-7-2 646-1-11 665-1-11 01 EXIST. MAST ARM TO REMAIN 0 4 LF (1 SIGNAL RUN) 252 LF 1 EA 1 EA NE CORNER SR 5/US-1/BISCAYNE BLVD & NE 54TH ST ID: 2103 REVI'IONS DATE DESCRIPTION DATE DESCRIPTION TRACE CONSULTANTS, INC. 8900 SW 117 AVENUE. SUITE 105B MIAMI, FLORIDA 33186 TEL. (786) 808-0090 ENGINEER OF RECORD: DIEGO I.2, ESPITLA, P.E. N0,78525 3'TATE OF FLORIDA DdT.'4 0 ✓ '1413V " Of, 2'1-Z,4.i'; 00BTP. O'TON ROAD N0. COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE 447214-1-52-01 SIIGNALIIZATIIOJV PLAN SHEET NO. T-7 to var 6/ 3a/ 2023 7:24:09 AM Default 062 fhc O (C 9V 87)\TW 0-40\25062953201-40 GNEO ANO SEALED INOEN RULE THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIG! Z:\I - OW Tra FIE PE oft fait No. C \Elyna s\ PLAN0G02_54.,lyn SIGNAL HEAD DETAILS SIGN DETAILS 3-SECT.. 1-1I'AI 4 A5 650-1-14 PED. SIGNAL COUNT -DOWN 1-SECT., 1-(PAY 2 AS 654-1-11 CONTROLLER OPERATION 1. MAJOR STREET: 5R 5/BISCAYNE BLVD MINOR STREET: MID -BLOCK CROSSING 2. PHASE 2 IS ACTUATED PHASE 1 IS RECALL 3. PHASE 1 IS THE COORDINATED PHASE 4. DEINAND WATTAGE FOR THIS INTERSECTION IS 1717 WATTS. CONTROLLER TIMING REFERENCE TABLE VEHICLE MOVEMENT 1 2 .. 4 5 5 7 8 1' U z `- APPROACH DIRECTION 56 NH APPROACH POSTED SPEED iINPH) 35 35 ALL RED DISTANCE (FEET) 5 YELLOW CLEARANCE 4.0 4.0 ALL RED 2.0 2.0 PEDESTRIAN M01%EMENT P4 z 1_ PED. CROSSING DISTANCE (FEET) 49 PEDESTRIAN WALK 7 PEDESTRIAN CLEARANCE 14 R10-3e 2 EA R3-2 36" X 36" 1 EA I700-141-160I ELECTRONIC DISPLAY SIGN (EDS) WILL ONLY ACTUATE AS A "NO LEFT TURN ALLOWED" SIGN. BUT ONLY WHEN P4 IS ACTIVATED AND DURING 3AS 1" STEEL THE RED INTERVAL OF THE NB AND SB MOVEMENTS N S.O.P. IP4 PHASE 1 ^HASP 2 SIGN 6 12' City of Miami ROW R/W LINE IJ ECO GAS 2' � —,' sE(B0 BErR/ ELECTRONIC DISPLAY SIGN ~ U) 55 LF (1 SIGNAL RUN) Cr) II4 2EA , N w z STA. 212+52.35 (38.52' P,T) 630-2-12 635-2-11 PROPOSED INAST ARM STP. 212294.85 (39.01' RT) 5 87" 37' 48" Ll 23 LF (3 RUNS; 1 SIGNAL, AND 2 SPARES) O 3 EA 14 LF (3 SIGNAL RUNS) I 630-2-12 —(Il GAO GAO 11 I K II i� N II I EXIST. RRFB II ASSEMBLIES III �p .°Lll I TO BE REMOVED II N O p ' NN LJV_ 1 45 I 654-2-60 I PROPOSED SIDEWALK (FUR PROPOSED FOUNDATION AND VVIR/NG REFER TO FOOT STANDARD PLANS 700-120) BLANK OUT SIGN MOUNTING HEIGHT DETAIL 1 EA 630-2-12 635-2-11 649-21-10 PROP. PEDESTRIAN PEDESTAL #1 STA. 213+18.53 (40.28' RT) 7 LF (1 SIGNAL PUN) / EA 7 EA 1 EA 630-2-12 635-2-11 646-1-11 665-1-11 PROP- PEDESTRIAN PEDESTAL #2 ST4. 2134-05.78 (27 55' LT) 630-2-12 635-2-11 646-1-11 665-1-11 3 LF (1 SIGNAL RUN) 1 `A 1 EA 1 EA NW CORNER p/ a71111111m"--- 0 10 40 Feet EXIST. RRFB ASSEMBLIES TO BE REINOVED I 654-2-60 II oo No OOOSNN III 1 II�IL X•II/ e N —IIJ N O / LJU— 1 / R/IlV LINE HOPE aL -1- P,/W LIN PROP. FPL SERVICE DISCONNECT AND CONC. POLE STA. 213+26.56 (48.55' RT) 635-2-11 639-1-122 641-2-12 630-2-12 639-2-1 3 EA 1 .AS 1 EA 11 LF (1 POWER RUN) 11 LF PROP. CONTROLLER (MODEL 2070 LX/I STA. 213217 82 (47.33' RT) 36 LF (SIGNAL RUN) 1 PI 6 EA 1 EA 7 A5 7 EA 630-2-12 632-7-1 635-2-11 635-2-12 670-5-140 684-90-102 135 LF (1 POWER RUN) 630-2-12 I% 135 LF 639-2-1 PROPOSED FPL SERVICE - NE CORNER POINT 635-2-11 3 EA 43 LF (l POWET RUN) 43 LF SF? 5/US-1/BISCAYNE BLVD, NE 72ND ST & NE 72ND TER. 2 AS 8" r0AN 04 z ID: 8279 REVISIONS DATE DESCRIPTION DATE DESCRIPTION TRACE CONSULTANTS, INC. 8900 SW 117 AVENUE. SUITE 1058 MIAMI, FLORIDA 33186 TEL. (786) 808-0090 ENGINEER OF RECORD: DIEGO 6, ESPITIA, P.E. N0. 78525 2''TATE OF FLORIDA D550,41174.E..VT OF 556,4.V:PORTA 7 TON ROAD N0. COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE 447214-1-52-01 SIGNALIZATJTON PLAN SHEET NO. T-8 ayulntela 1/9/2024 9:07:21 AM Default 062W((C9V87)WO40Ph5ubmlPS6 2420 GNEO ANO SEALED INOEN RULE THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIG! Z\1 - Otps PB \T-\ase ltta\E\447115 1\slyna s\PLAN5G03_72.4 go SIGNAL HEAD DETAILS 3-SECT , 1-1,111 4 AS 6S0 1 ]J rit 4-SECT-, 1-7747 2 AS PED. SIGNAL is OUNT-DOINN 1-SECT., 1-10 AV 2 AS 6S3 i it CONTROLLER OPERATION 1. MAJOR STREET: SR 5/BISCAYNE BLVD IN/NOR STREET. NE 74TH ST 2. PHASE 1 IS ON RECALL PHASE 2 I5 ACTUATED 3. PHASE 1 IS THE COORDINATED PHASE 4. FLASHING YELLOW ARROW WILL OPERATE THE PERINISSIVE 110VEMENTS 5. DEI✓IAND V/ATTAGE FOR THIS INTERSECTION I5 185 WATTS. SIGN DETAILS 1110-3e P,10-36 9"X 15" 9"X 15" 1 EA 1 EA S.O.P. 2 6 Pa� _Li] y PN.ISF 1 ^HAEF 2 I TFIy 2 I o+O ITF 4 I O*O+O CONTROLLER TIMING REFERENCE TABLE VEHICLE I40VEMENT 1 2 ., 4 5 6 ,- 8 - F LL APPROACH DIRECTION N-L 5-T N-T APPROACH POSTED SPEED (1'4PH) 35 35 35 ALL RED DISTANCE (FEET) 40 85 40 YELLOW CLEARANCE 4.0 4.0 4.0 ALL .RED 2.0 2.0 2.0 PEDESTRIAN I40VEMENT P4 /, z - 1-- PED. CROSSING DISTANCE (FEET) S9 PEDESTRIAN WALK 7 PEDESTRIAN CLEARANCE ]7 EXIST. RRFB ASSEMBLIES TO BE REII hOVEO 654-2-60 3 AS r Tr l O � A � r 11 O e A e lIIIL ������i��711 -O O 771- R/VV LINE 5AN i (rj 1 1.25' HDDEE rGN (�5(5}eF01C(Q)- — - - t(4} —Lu d - - - 5(D} G(D N 2_ G(D)- C(DJ G(D 30111 O City of Miami ROW CROWN CASTLE (2)-1.5" HOPE CONDUITS PROPOSED FPL SERVICE POINT I 635-2-11 I R/W LINE -a - I.)8OJLF {} ST00)L RUN} J1C1 •ROP. FPL SERVICE DISCONNECT AND CONC. POLE STA. 219+34.61 (48.25' RT) 194 LF (1 POWER RUN) 94 LF 70 LF (1 POWER RUN) 70 LF 2 EA 3 EA 1 A5 1 EA 635-2-11 639-1-122 641-2-12 14 LF (1 POWER .RUN) 630-2-12 14 LF 639-2-1 PROP. CONTROLLER (110DEL 2070 LX) STA. 219+45.28 (47.74' RT) 36 LF (SIGNAL RUN) 1 PI fi EA 1 `A 1 AS 1 EA 630-2-12 632-7-1 635-2-11 635-2-12 670-5-140 684-90-102 SE CORNER 11 LF (3 SIGNAL RUNS) 630 2-12 P�ROP05ED INAST ARM C-2 STA. 219+66.01 (45.39 5 87° 36' 54" 19 4 LF (3 RUNS, 7 51GNAL, AND 2 SPARES) 1 EA 1 EA 1 EA RT) 630-2-12 635-2-11 649-21-15 665-1-11 0 10 40 Feet NW CORNER PROP. PEDESTRIAN PEDESTAL STA. 219+69.44 (35.76' LT) 05(D)- 630-2-12 635-2-11 646-1-11 665-1-11 220 4 LF (1 SIGNAL .RUN) 1 EA 1 EA 1 EA P,/VV LINE 5(D,L 0 5(, SURVEY. SR 5/BISCA gg BLVD STLE (2)-7 5. NUPE CONDUITS R/CII LINE EXIST. DISCONNECT POLES TO BE REMOVED 641-2-60 2 EA cc(D) G(D) OE SR 5/US-1/BISCAYNE BLVD @ NE 7400 BLK ID: 8180 REVISIONS DATE DESCRIPTION DATE DESCRIPTION TRACE CONSULTANTS, INC. 8900 SW 117 AVENUE. SUITE 1058 MIAMI, FLORIDA 33186 TEL. (786) 808-0090 ENGINEER OF RECORD: DIEGO ESPITW, P.E. N0,165ZS STATE OF FLORIDA D6T.N41777467 NOT OP O'FZ,4.Ao P0467;41'TON ROAD NO. COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE 447214-1-52-01 SIGNALIZATJTON PLAN SHEET NO. T-9 tovar 6/3a/2023 7:24:11 AM Default 062 If ii 0 (C C 9V 87) \TW 0-40 \ 250 6295320]-40 GNEO ANO SEALED INOEN RULE THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIG! Z:\1 - OW Tra p5 Pe onfract No. \siyna s\PLAN5G04.dyn SIGNAL HEAD DETAILS EE 3-SECT., 1-1/ ar 4 AS G50-1-14 PEG. 4ICNAL COUNT-DOI/VN 1-SECT., 1-/4 2 AS G53-1-11 CONTROLLER OPERATION 1. MAJOR STREET: SR 5/BISCAYNE 61,1'D MINOR STREET: V IIDRLOCK CROSSING 2. PHASE 1 I5 ON RECALL PHASE 2 IS ACTUATED 3. PHASE 1 IS THE COORDINATED PHASE 4. DEMAND WATTAGE FOR THIS INTERSECTION IS 160 WATTS. SIGN DETAILS =11 R10-3e 9"X 15" 2 EA S.O.P. PROPOSED FPL SERVICE POINT 2 EA' 635-2-11 136 LF (POWER RUN) 136 LF PHASE 1 PHASE 2 630-2-12 639-2-1 City of Miami ROW CONTROLLER TIMING REFERENCE TABLE VEHICLE INOVEMEIVT 1 2 3 4 5 6 7 8 , '- APPROACH DIRECTION 5-T N-T APPROACH POSTED SPEED (MPH)ALL 35 35 RED DISTANCE (FEET) 45 35 YELLOW CLEARANCE 4.0 4.0 ALL RED 2.0 2.0 PEDESTRIAN INOVEINEIVT P4 z c 0- PED. CROSSING DISTANCE (FEET) 50 PEDESTRIAN VVALK 7 PEDESTRIAN CLEARANCE ]5 0 AT&T OT p ' R/WV LOVE N, 18 LF (1 POWER RUN) 18 LF PROP. FPL SERVICE DISCONNECT AND CONC. POLE STA. 251+31.33 (38.43' LT) 635-2-11 639-1-122 641-2-12 142 LF (/ POWER RUN) LUMEN (1124 LF 1.25" HOPE CONDUITS 3 EA 1 AS 1 EA O 5' �) 251 SR 5/BISCAYNE BLVD TEA (16) 1.5" BFOC UR�VVN , TLE (4)-1.5" HDP _(0) o, y 1- BF r (0)7 --44- D"m1_-tst(r______BE(B)- _____ \ i R/VU LINE IITN 'C(D) 0 CC 508 CO W y - R *I-;T (1)-4' PVC .ELNDUIT WITH_ FIBER, BT-1 COPPER, 0 BF(5)- 6E(9) PROP. PEDESTRIAN PEDESTAL STA. 251+42.49 (38.03' RT) 18 LF (1 SIGNAL RUN) // 1 EA 1 EA 7 EA 630-2-12 635-2-11 646-1-11 665-1-11 PROP MAST ARM T, 257+3qq n 54 (51 4LT) N .o 0 4" 7 ' F (1 SIGNAL R / E4 / E4 1 EA 630-2-12 635-2-11 649-21-3 665-1-11 d5 JO -)III 1 e vW e Ir r\•<r II EXIST. RRFB R/W LINE ASSEMBLIES TO BE REMOVED 654-2-60 1 AS —44111111100"--- 0 10 40 UN) Feet CO�00 00"\00 III �IL \)/ • o II � I�o o�o o`I I u NW CORNER O O L1Q— Q EXIST. R RFB ASSEMBLIES TO BE REMOVED I 654-2-60 I 2 .4S PROP. CONTROLLER (MODEL 2070 LX) /// STA. 251+41.72 (38.25' LT) / / 1 PI / / 36 LF (SIGNL RUP)//j 6 EA / / 1 EA 1 AS // 1 EA,--' // R/W LINE �� / 632-7-1 630-2-12 635-2-11 635-2-12 670-5-140 684-90-102 ti 70)50 (2 SIGNAL RUNS) 0 5805 16 i PROP. I'4AST ARI✓I STA. 251+49.75 (35.54' RT) 5 86'50' 24"W 630-2-12 635-2-11 649-21-1 NE CORNER 4 LF (/ SIGNAL RUN, 1 EA 1 E4 177 N 4 SR 5/US-1/BISCAYNE BLVD @ NE 8300 BLK ID: 8179 REVISIONS DATE DESCRIPTION DATE DESCRIPTION TRACE CONSULTANTS, INC. 8900 SW 117 AVENUE. SUITE 105B MIAMI, FLORIDA 33186 TEL. (786) 808-0090 ENGINEER OF RECORD: DIEGO ESPITW, P.E. NO,185ZS STATE OF FLORIDA 1,dT.p.40 ✓"l158V "OF7'FZ,4.AO e1044'77.4 TTON ROAD NO COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE SIGNALIZATJTON PLAN SHEET NO. 447214-1-52-01 T- 1 0 toyer 6/ 30/2023 7:24:11 AM Default Z:\1062 - DW Traffic Ops PE (Contract No. C9V87)\TWO-40\25062953201-40\signals\PLAIVSG05.dyn SIGNAL HEAD DETAILS o© 3 SECT, 1 IN-IY 3 AS 650 1 14 ElEl"66 RED. SIGNAL COUNT -DOWN I -SECT., 1-WAY 4 AS 653-1-I! 5-SECT., 1+NFY 1 A5 ,5J-I-1° S.O.P. El P6 fAt PEP. SIGNAL COUNT-001TN I -SECT., 2-VIAY I AS 653-1 -12 PHASE I CONTROLLER OPERATION 7. INAJOR STREET SR 5/BISCAYNE BLVD 1171NOR STREET. NE 85Th' ST 2. ALL VEHICLE PHASES ARE ACTUATED PHASE 2 ON RECALL 3-SECT, I-I'VAY 65,-1 14 0 U S 1 Biscayne Blvd IISNS X-7 (72"X24") 1 EA 700-5-21 I 3. FLASHING OPERATION: SR 5/BISCAYNE BLVD MOVEMENTS 2 & 6 (YELLOW) I'4OVEIIIENTS 4 (RED) 4. PHASE 2 IS THE COORDINATED PH45E 5. MOVEMENT 5 15 A PROTECTED/PERMISSIVE LEFT TURN 6. DEMAND WATTAGE FOR THIS INTERSECTION IS 469.5 V'ATTS. MICROWALE DETECTOR CONNECTOR CHART RADAR CONNECTED TO DETECTION DFTECTLR PRE.s ERf,_ n-VEMENTSN ZONE RDS-I sr0PRAR 2 'R2A' R2R RSA RD5-2 STOPR9R RFA- RES RDS 3 510PRAR d R4A FINIAL RADAR LOCATION IS BASED ON FIELD ADJUSTMENT TO OBTAIN PROPER DETECTION. THE DETECTION ZONE SHALL BE 6 FEET WIDE, BY 50 FEET BEHIND THE STOP BAR AND, 3 FEET AHEAD OF THE STOPBA4 700-3-201 1 E4 SIGN DETAILS CD 0 0 R1(1-36 R70-31 R70-31 9"4115" 9"0(15" 9"X 15" 4 EA 1 EA 1 EA NE 85 St ' 4 IISNS Y p2"x24") 2 EA 4536' I 700-5-21 I SW CORNER ., LF (1 SIGNAL ,RUN) 3 LF (1 SIGNAL RUN) 1 EA 1 EA N (12) 1.25" HYPE CONDUITS - 8FOC(D) L A >4� �� C�FlN �y 73 LF(MICROWAVERUIV) II I C O C O I\ \ 9 1 EA OAST ARM — CONNECTION MAST ARM E-3 — SIDEWALK IISNS SIGN INSTALLATION DETAIL 60 LF (1 I'41CR0WAVE RUN) I 630 2-12 62 LF (1 SIGNAL RUN)I 630-2-12 PROP. SIGNAL PEDESTAL #4 STA. 257+63.86 (32.89' LT) 630-2-12 635-2-11 1 EA I 646-1-11 I PROP. PEDESTRIAN PEDESTAL #5 STA. 257+20. 10 (34.62' LT) BY U(, EXIST. 5RFB A55EI'4BLIES TO BE REMOVED I 654-2-60 I City of Miami ROW 3 A5 CONTROLLER TIMING REFEREIICE TABLE VEHICLE IIIOVEME4T 1 2 3 4 5 6 _ 8 o '. APPROACH DIRECTION 5-T I-T S -LN-T APPROACH POSTED SPEED (14PH) 35 25 35 35 ALL RED DISTANCE (FEET) 40 70 40 45 YELLOW CLEARANCE 4.0 4.0 4.0 4.0 ALL ,RED 2 0 3. 0 2. 0 2 0 PEDESTRIAN ITOVEMENT P4 P6 P8 _ ti PED. CROSSING DISTANCE (FEET) 65 40 65 PEDESTRIAN WALK 7 7 7 PEDESTRIAN CLEARANCE ]9 ]2 ]9 SE CORNER-(1)-BT(D)- 044, SE CORNER (2) c 21'i34" W 5(Ulma m � IU61' LF (S[GNAL,RUN) RAY LINE - R-F0C14Pk(0),1-----p-- -u 8) 1 EA 646-1-1d 665-1 630-2-12 PROP. PEDESTRIAN PEDESTAL a, STA. 257+07.02 (31 65' RT)i 6 LF (51GIVIL RUNI 1 EA 1 EA 1 EA 630-1k, 635 -11 64651-11 665-1-11 C 257 PROP. CONTROLLER (MODEL 2070 LX) D w O z '5 O 10 1q3 TTJ 257+70.19 (4065' RT)VERI Zit 367LF (S U/V4L RUN) ,630-2- 1(2) 1 PI 6 EA 1 EA 3 EA 1 AS 1 EA 632-7g5D} 635-2-11 635-2-12 660-3-11 670-5 -140 684-90-102 VERTZ PROP- FPL SERVICE DISCON ECT AND CONC. POLE STA. 257+17.51 (41. 47' RT) 635-2-11 639-1-122 641-2-12 9 LF (1 SIGNAL RUN) 9 LF 20 L` (1 POWER RUN) 20 LF 3 EA I AS 1 EA 630-2-12 639-2 630-2-12 639-2-1 C'STBT( r,,y a °'A PROP. SIGNAL PEDESTAL #3 STA. 257+7 086 (3281' LT) 3 LF (1 SLGN/L 141; RUNJ uv 1 EA I EA ROP05ED 11174Si ARM E_, STA. 257+89. '?r4121' LT) 3 N 87' 38' 26"T1E, LF (4 ,RUNS; 1 SIGNAL, 24(F7114 2 SPIRES) � o �� < R/W LINE -2 :AVE,��'tuO LI) 1EI 41111111101"-- 0 10 40 Feet - --BT(D)- - - -BT(17) NW 'CORNER 630-2-12 635-2-11 646-1-11 0 0 1n ,, PROPOSED FPL m� � 8 i�5, BFO 6 F371 !! l s '58 \\ I SR 0 5/BISCAYNE BLVD RD5-3 - RFOCTD!FO RD5-2 I 0 R/W LAVE 8= -r PROFEB . 9111`6 E10'E8PNLENQUTA5 STA. 257+85.77 (39 24' RT) 13 LF (1 SIGNAL RUN) 1 EA 630-2-12 635-2-11 646-1-11 630-2-12 80 LF (] SICNAL RUN) 665-1-11 0630-2-12 68 LF (7 POUVER RUN) 639-2-1 68 LF TINT} PI{t,OP FEOEST• 7A�j��PEDE A# L ] 5TI11257+34. 68 BT(6)5= R ) 22 (LF (1 51GIJD7 ,4UPI) 2 EA EMMEN 44 630-2-12 639-2-1 BT(i ET(. 646-1-11 665-1-11 72 LF (1 POI,VER RUN) LF PROPOSED IOAST 4RI4 STA. 257+24.32 (39.10' RT) 5 87" 38' 26" 17 77 LF (4 RUNS; 1 SIGNAL, 1 MICROWAVE, 2 SPARES) 2 EA 1 EA 7 EA i SERVICE POINT 630-2-12 635-2-11 649-21-15 660-3-12 SR 5/US-1/BISCAYNE 635-2-11 I BLVD 3 EA 1 E4 2 EA 1 EA 1 E & NE 85TH ST ID: 8178 REVISIONS DATE DESCRIPTION DATE DESCRIPTION TRACE CONSULTANTS INC. 8900 SW 117 AVENUE. SUITE 10513 MIAMI, FLORIDA 33186 TEL. (786) 808-0090 EIIVINEER OF RECORD: DIEGO 14, ESPITW, P.E. NO, 78525 STATE OF FLORIDA OF.N4 IIT'148 44T 08 7'4 ,5SP0187ATTON ROAD NO. COUNTY FINANCIAL PROJECT ID SR 5 MIAMI-DADE 447214-1-52-01 SIGNALIZATJTON PLAN SHEET NO. T-11 toyer 6/36/2023 7:24:12 AM Default 062 9V8W040\250629532040 1- GNEO ANO SEALED INOEN RULE THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIG! :\I - DW Tra Ps PE (Co,,ontract No. 7\T- \signa s\PLAIVSG06.dyn