HomeMy WebLinkAboutExhibitFM# 447830-1-52-01
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 January 30, 2025, 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 447830-1-52-01, SR 5
/ US-1 / Biscayne Blvd. [from South of NE 38 St. to NE 61 St.] (the "Project"). A portion of the Project
includes work on Federal Hwy. at NE 54 St., and on NE 38th Street and NE 5th Ct., in Miami, Florida,
roads not on the State Highway System; and
C. The City is the holder of ownership rights to Federal Hwy. at NE 54 St., NE 38th Street
and NE 5th Court; 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
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. 03/24 1
FM# 447830-1-52-01
Page 2 of 11
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#
447830-1-52-01, which the 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; and
• replacing signal and lighting pull boxes within sidewalk reconstruction.
The Project shall include improvements on Federal Hwy. at NE 54 St. (sidewalk and
signalization improvements) and on NE 38th Street and NE 5th Ct. (sidewalk and signalization
improvements) (hereinafter referred to as "Off -System Project Limits") as shown in the plan
sheets attached as Exhibit "A" and made a part hereof. The work within the Off -System Project
Limits shall include, but may not be limited to the following (hereinafter referred to as "Local
Roadway Improvements"):
a) signalization conduits installation, pull boxes installation, and service points; and
b) incidental sidewalk reconstruction to proposed signalization improvements (to be
maintained by the City in perpetuity).
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
Rev. 03/24 2
FM# 447830-1-52-01
Page 3 of 11
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 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 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 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
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
Rev. 03/24 3
FM# 447830-1-52-01
Page 4 of 11
maintainability of the Local Roadway Improvements, or related components. The City's review
shall be within the reasonable time schedule proposed by the Department, in order to avoid delay
to the Department's construction 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 Department's guidelines, standards
and procedures. The Department shall submit the proposed utility relocation schedule to the City.
Utility relocations, if any, shall be done in accordance with the provisions of Chapter 337, F. S.
Additionally, the City agrees to fully cooperate with the Department in the removal of any
encroachments or permitted improvements, 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 specified in paragraph
2.b. of this Agreement. 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.
Additionally, the Parties understand and agree that the Department shall transfer any permit(s)
required for the construction of the Local Roadway Improvements to be maintained by the City
specified in paragraph 2.b. of this Agreement, if any, to the City as the operational maintenance
Rev. 03/24 4
FM# 447830-1-52-01
Page 5 of 11
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.
6. The Parties acknowledge and agree that the City' s right-of-way and the improvements and
structures located within the City's right-of-way, are and will remain under the ownership of the
City, and that the Department will not have any ownership interest in the right-of-way,
improvements, or structures located thereon or installed therein pursuant to the 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 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.
Rev. 03/24 5
FM# 447830-1-52-01
Page 6 of 11
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 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 its respective maintenance responsibilities for the Local Roadway
Improvements as specified in paragraph 2.b. of this Agreement.
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 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 specified
in paragraph 2.b. of this Agreement, 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.
Rev. 03/24 6
FM# 447830-1-52-01
Page 7 of 11
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's 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
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 Department 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
FM# 447830-1-52-01
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 Department'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
Rev. 03/24 8
FM# 447830-1-52-01
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:
To the Department:
Director of Transportation Operations
State of Florida, Department of Transportation
1000 N.W. 111th Avenue
Miami, Florida 33172
22. The City, by and through Resolution No. , attached hereto as Exhibit "B", 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.
[SIGNATURE PAGE FOLLOWS.]
Rev. 03/24 9
FM# 447830-1-52-01
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: By:
Name:
Title:
Name:
Title: Director of Transportation Operations
Date: Date:
Attest:
Name:
Title:
Approved as to form and legality:
By:
Name:
Department Legal Review:
Rev. 03/24 10
FM# 447830-1-52-01
Page 11 of 11
CITY OF MIAMI, a municipal
ATTEST: corporation of the State of Florida
Todd B. Hannon, City Clerk
By:
Date: Arthur Noriega V, City Manager Date:
APPROVED AS TO FORM AND APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
George K. Wysong III Date: Ann -Marie Sharpe, Director Date:
City Attorney Risk Management
Rev. 03/24 11
LR IL �WLGJ� WL%II
5-SECT_ ITNAY
TO REMAIN
P4 re
PED. SIGNAL
COUNT DOWN
1-SECT., 1-WAY
653-1-11 6AS
Ped.
Pole
Ped.
signal
Push
Button
SW CORNER
(T0 NORTH)
EXIST- CONTROLLER CABINET TO REI=1AIN
1 RUN IN 15 LF
1 ELECTRICAL
PROP. FPL-D SERA/ICE DISCONNECT
STA. 104+22. 62 56.23' LT.
DETECTORS FOR LDDPS
NO CF
PROF
AO. OF
SIGNAL HEAD & SIGN DETAILS
Ls1J1 LZJ L"5 L)4
�R��Y7TfY}��6� �RYyT�G� �R��FyTTI�;�
LJIL`✓W�-IL'JIL`-JI IL-�� T1 II DILL✓W�' L-JI
5-SECT., 1-iNAY 3-SECT_ I-IVA, a -SECT-, 1-IVAY
650-2-109 IEA 650-2-109 4E4 TO REPIAIN
PROP. FLEXIBLE PROP. FLEXIBLE
HACK PLATE (EBR) BACK PLATE (FOR)
r us 1 r NI
O
Biscayne Blvd J II TURN
E.YISTL!E INTERNALLY LED ON I
ILLU14INA1-00 SIGNS
(TO RE.II,, L RED_J
RIo-11A
(TO REMAIN)
Lv\ L7\ R10-3E R10-3E
T NE 38TH ST LI NE 38TH ST 71 4EA 2EA
t TRAIN Sv J Mule S+. y J
IENISTING INTERNPLLI LED EXISTING INTERNALLY LED
ILLUMINATED SIGNS II IVI'NI'VAIFJ SIGH$
- RFINAIN) (TOREAAIAII
/-\
CNN'TRiLLER TIN., REFERENCE TABLE
NPPRLacH DIRECTI,N
PPRO,I, POSTED SPEED (MPH)
Bisca e
1 RUN i11, 25 LF
1 ELECTRICAL
EXIST. MAST ARI�q TO REMAIN
EXIST. R/Vl LII`IE�
- - - BFOC(0)-
1 RUN (E18LF
I PED SIGNAL
PROP. PEDESTRIAN PEDESTAL
STA. 104+29.24 40 45' LT.
Ped.
Pole
Push
Button
NW CORNER
(T0 SOUTH)
ai6r
IK\L\\\ C
104 gI (0r - 5F 105
J2V%Th D} G/
so'- - - - ivrvl LODf144/ IL!
Ped.
Pole
Push`
Button
Ped,
signal
\NW CORNFR
(T0 EAST)
EXIST. CCTV CAMERA
TO REINAIN
0 10 40
Feet
EXIST. INAST ARIN WITH LUMINAIRE TO REMAIN
1 RUN CD 9 LF
1 PED SIGNAL
PROP. PEDESTRIAN PEDESTAL
STA. 104+79.74 39.48' LT.
1 RUN (v 27 LF
1 PED SLGNAL
PROP PEDESTRIAN PEDESTAL
STA. 105+01.01 38.75' LT.
EXIST. PEDESTRIAN PEDESTAL
(T0 BE REMOVED)
B
\\\/4A\\\/
Part F nth
`Servi-e
355" RUN
RUN
HUN o 255LF
ELECTRICAL
1 RUN (y 318 LF
1 ELECTRICAL
Push
Button Ped.
signal
ra
A. Ped
I�► Pole
SF CORNER
(TO NORTH)\
I A\\\/ \\\ (29
BL SR-5/US-1
E/15 .—
E ECTRiC _'
SERVICE IVIR
TO BE REMOVEDa
106
I
MID/ -NB
7 PUN�7LF;,�
I LOOP
SR 5/U5 1/BISCAYNE BLVD
PROP. PEDESTRIAN PEDESTAL \ PK
' STA. 105+08.64 50.45' PT. P4 y
EXIST.
R/W LINE
0
1 RUN @ 15 LF
1 PED SIGNAL
EXIST. MAST ARM TO REMAIN
EXIST. PED SIGNALS AND
DETECTORS TO BE REMOVED
1 RUN6p 6 LF
1 PER SIGNAL
P,4OP. PEDESTRIAN PEDESTAL
STA. 104+98.58 63.01' P.T.
P sh
Bu on
EXIST. FP&L SERVICE POINT
TO BE ABANDONED
Ped.
Pole
I� Ped.
signal
NE CORNER
(TO SOUTH)
Push
Button
Ped.
signal
(T0 WEST)
5R 5/U5 1/815CAYNE BLVD AT NE 38TH ST
Ped.
Pole
ID NO. 2099
FABRICIO IN. SAV10 . P.E.
LICENSE NUMBER 77354
GANNETT FLEI'IIING, INC.
600 NVV 62ND AVE, SUITE 490
M1AM1. FL 33126
ST.-ATE, OF Fr(ER(CIA
/U1Y412T.1515 'T OF TRA 50'' 6OR5A TPON
ROAD NO
SR 5
611AI71-DARE
FINANCIAL PROJECT lD
447830-1-52-01
SIGNALI[ZATION PLAN
SHEET
NO.
T-3
_ ,- PL. 1 1\ REETI
THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RILE G1G15 23.0
SIGNAL HEAD & SIGN DETAILS
LI /�
rR��Y,TfY}EM
LJL\�ILIJILJI
5-SECT., 1-1Iv4Y
650-2-109 ILEA
PROP. FLEXIBLE
BACKPLATE (FM
Lx
(HUS 1/131scayne 13147N
`t Atha Le Range Blvb
EXISTING INTERNALLY LED
ILLIPIN'P TED SIGNS
(TO REMAIN,
LY
M M
3-5FCT., I-INAY
I 650-2-109 13E4
PROP. FLEXIBLE
BACK PLATE (FB ft)
L7�
r NE 54 ST (r NE 54 ST T(
IIt Jefferson Reaves Sr Blvd Jeff arson Reaves Sr Blvd
gt lean -Bertrand Rnsude wILao� Bertrand AnsNde W�-_„I
IS 1\IG T, ALLY LL N_- EXISTIINTERNALLYI LED
ILLUMINATED SIGNSILLUMINATED SIGNS
pu IW 5 0 R 1121 REMAIN/
PHASE 2
®* ® TF 6
0+ SR + P)
LONTROII FR OPFRATIONS'
1 I'4AJOR STREET. SR 5/U5
I'4INOR STREET. NE 54th
mom LRJoTT m
4-5FCT_ 1-MAY g-5FC4_ I -NAY
TO REMAIN
TO REMAIN
R10-3E RIO-31 R10-31 R10-3I
1EA lEA 2EA lEA
PED. SIGNAL
COUNT -DOWN
1-SECT., 1-WAY
653-1-11 1A5
CONTROLLER TIMING REFERENCE TABLE
VEHICLE I/OVEI ENT
2
s
4
6
7
8
,
APPR A H DIRE':TION
M5L
55T
BBL
NST
EST
APPROACH 0 SPFFD f/PH)
25
35
i5
35
40
PFD CI FARANCF DISTANCE(FEET,
87
86
1]3
89
59
YF110 -, RN ,VAI5FC0IT5
4.0
44
GO
40
4.4
PLU CLLAR.ANCE 11111,V.,
3.0
2.I
EDESTRT M MOVEMENT
P2
P4
P6
t
LL
PED CROSSINC DISTANCE (FEET)
69
78
77
PEDESTRI N WALK NTERV/L (SEOMDS,
7
7
7
PEDESTRIAN CHANGE INTERVAL (SECONDS)
20
23
22
PROPOSED PEDESTRIAN SIGNALS
ID
PI
ST/
152,2.34
OFFSET
4,43 LT
STD.
PEUEgiAL
2
P2
(53+3335
4Z.3 LT
STD.
P4
151+5(.SO
SHALLOW
FROM NORMAL
OPERATION
646-1-11
665-1-11
3EA
SEA
PREEMPTION S.O.P.
-1-11lmum
P8
RECOVERY
µ
TO NORMAL
OPERATION
DWELL
1/BISCAYNE BLVD (35 MPH) fnNTR 04II FR ITFMS
STREET (40 I MPH) 1EA
LEA
2 FLASHING OPERAT ION:
I'40VEI'4ENTS 2 & 6 Y EL LON
POVEMENTS 1, 3, AND 8 RED
PHASES 1, 2 AND 3 ON RECALL
4 ALL PED MOVEMENTS ARE ACTUATED. PED MOVEMENT P8
HAS A 3 SECOND LP!.
671-2-40
685-1-13
LOND111T CARI F ITFMS
602LF
IPI
IPI
630-2-12
632-7-1
632-7-6
LEFT TURN MOVEMENTS: 1 & 3 ARE PROTECTED/PERMISSIVE
P2P6I
P2 H.4
r
PED. SIGNAL
COUNT -DOWN
1-SECT., 2-WAY
653- 1- 12
2.45
1 EAI635-2-
PROPOSED FP&L
SERVICE POINT
c
1 RUN a 13 LF
1 PED IGNAL
EXIST. MAST ARM TO REMAIN
EXIST. PED SIGNALS AND
DETECTORS TO t-,E REMOVED
PROP PEDESTRIAN PEDESTAL
STA. 152+52.34 46.43' LT.
EXIST. CONT901000R
CABINET TO REI'4AIN
PROPOSED UPS
STA. 152+11.18 42.77' LT.
PROPOSED FPL-D
SERVICE D SCONN ECT
STA. 152+00.60
43 12' LT
EXIST R/V' LI
EXIST. VIDEO DETECTOR CHART
OR
M0,14FnR5
VIDEO ZONE
/ -1
v2A, V2E. I/2C
▪ 2
Vee, Yee
DETECTORS FOR LOOPS
LOOPS
IST
1Df1P ASSFMRIY ITFMS
660-2-106 I EA
P1111 ROX ITFMS
25EA
1EA
635-2-11
635-2-12
SERVICE POINT ITFMS
1A5
2A5
563LF
147LF
1EA
2EA
639-1-121
639-1-620
639-2-1
639-2-6
641-2-12
641-2-60
PFD SIGNAI RFMOVAI ITEM
1EA
3EA
25A
646-1-60
653-1-60
665-1-60
RF f:1U
1 RUN (% 13 LF
1 ELECTRICAL
SR 5/US 1/BISCAYNE BLVD
152
MEIN LOOP VVIN OD6V
1 RUN 46 LF
1 ELECTRICAL
IyII/� ///
NVI�W(D} - - - - - /,V��-ILA4572 /./I
Y
RUNCTR ICTR36PLLF
E LE
SEE T
Ped.
signal
Ped.
Pole
Pushl
Button
SE CORNER
(To WEST)
II 1 RU1 147` F
1 ELE rRrcAL
XIST. WANT ARM TO REMAIN
EXIST. PED SIGNALS AND
DETECTORS TO BE REPROVED
W 1 4UIV /) 12 LF
w+ 1 PED SIGNAL
PROP. PEDESTRIAN PEDESTAL
STA. 152+51.50 48.41' RT.
EXIST. ELECTRICAL SERVICE
IVI8E TO BE REMOVED
RUN a, 149 LF
ELECTRICAL
F
Vt
P �4
8R 3/
1 RUN I. 23 LF
1 ELECTRICAL
'1 RUNCTRIC(. 45ALLF
1 ELE
NOTFS
1. ESTIMATED TOTAL ELECTICAL LOAD: 694 VV
2. CONTROLLER MODEL 2070-4A
CABINET (MODEL I'4D660A
4711111111m----
0 10 40
Feet
EXISTING SERVICE DISCONNECT
TO BE REMOVED
PROPOSED FPL SERVICE POINT
FOR US-1 AT NE 50TH TERRACE
15EE T-4 FOR DETAILS)
EA
EXIST -R/W LINE o
PROP. PEDESTRIAN PEDESTAL P2
STA. 153+33 35 42.33' LT. M
E kIST. PEDESTRIAN PEDESTAL
(TO BE REMOVED)
{ I RUN ;rD 4 4) rEXIST. Rill LINE
SIGw
7 PED NAL _,{
N416' -
TBFpC-ID/ BEOC(D)-`� iO4
L`J
154
E LELTRIL � - IV DUIT RUN
BL SR-5/US-1
US-1 AT NE 50 NDU „FL4fFFOR
(SEE T-4 ,FOR DETAILS)
-------- 1/554
//(D}
iBi
,(D}
EXIST. PED. PEDESTAL
TO RETRAIN
EXIST. R/IIV LINE
EXIST. CCTV CAP4ERA TO REMAIN
ELECTRICAL CONDUIT .RUN FOR
U5-1 AT NE 50TH TERRACE
SEE T-4 FOR DETAILS)
Push
Button
P4 d.
'Ped.
signal
J Ped.
3,T) P01e
NE CORNER
(TO WEST)
w
w
NI 5
O
SR 5/US 1/R15CAY NE BLVD AT NE 54TH ST
ID NO 210
REVISIONS
ENGINEER OF
RECORD
DATE
DESCRIPTION
DATE
DESCRIPTION
FARM -CIO IM. SAV10 . P.E.
LICENSE NUMBERS 77354
GANNETT FLEI'4INC, INC.
800 NVV 62ND AVE, SUITE 490
1,LIAM1. FL 33126
„s T4TR OF Fr(2WILL4
1RP.l 2TRf.R?a'T OF TRA Ad5 PO RTA ITC/A'
ROAD NO.
COUNTY
FINANCIAL PROTECT /5
SR 5
MIAMI-DADE
447830-1-52-01
SIGNALI[ZATION PLAN
SHEET
NO.
T-5 w
ti
- ru4I 3ISHFFTI