HomeMy WebLinkAboutExhibit AFM#
Page 1 of 13
OFF -SYSTEM CONSTRUCTION AND MAINTENANCE AGREEMENT
Between
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
("DEPARTMENT")
and
City of Miami, a municipal corporation of the
THIS AGREEMENT is made and entered into as of March 18th , 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 municipal corporation of the State of Florida, 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# 451034-1-52-01, SR
25/ NW 36 street at NW 18 Avenue from MP 17.383 to MP 17.408. Some of the specific improvements
under the project are as follows: bringing the ramps at the intersection of SR 25/NW 36 street at NW
18th Avenue up to ADA compliance, as well as updating signing and pavement markings. Additional
pedestrian poles are being installed to provide safer crossings in all legs of the intersection of SR 25/NW
36 street at NW 18th Avenue. The project will be funded and built by the Department. The anticipated
construction start date is 08/2027. A portion of the Project includes work on NW 18th Avenue, in Miami,
Florida, a road not on the State Highway System; and
C. The City of Miami is the holder of ownership rights to NW 18th Avenue, 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 Depailuient to
undertake and to complete all aspects of the Project, including but not limited to, the design, construction,
Rev. 10/24 1
FM#
Page 2 of 13
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.
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#
451034-1-52-01, which Project generally includes the following:
• Update of curb ramps at intersection to meet ADA standards.
• Construction of emphasis crosswalk at west leg of intersection of SR 25/NW 36 street at
NW 18th Avenue.
• Addition of pedestrian push buttons on all corners to ensure safe pedestrian crossings.
• Addition of R10-15 sign to emphasize yield to pedestrian when turning left on new
crosswalk.
• Upgrade the intersection with video detection
The Project shall include improvements onSR 25/NW 36 street at NW 18a' Avenue, from Sta
217+10.04 to Sta 218+43.03 (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) Addition of FPL Service Point at NW 18th Avenue at 115' approximately from intersection
of SR 25/NW 36 street at NW 18a' Avenue.
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
Rev. 10/24 2
FM#
Page 3 of 13
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 of Miami 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 of Miami 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 of Miami access to the ERC, and
the Depai intent shall use the ERC to submit the Project Design Plans for the City of Miami 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 of Miami 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 of Miami's comments, if any, on or before the Response
Due Date. If the City of Miami does not submit its comments by the Comment Due Date, the
City of Miami 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 Depai intent
has addressed all of the City of Miami'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 of Miami 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 of
Rev. 10/24 3
FM#
Page 4 of 13
Miami 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 of
Miami'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 Miami 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 of Miami agrees to fully cooperate with the Department in the construction,
reconstruction and relocation of utilities that are located within the City of Miami '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 Depai intent' s
guidelines, standards and procedures. The Department shall submit the proposed utility
relocation schedule to the City of Miami. Utility relocations, if any, shall be done in accordance
with the provisions of Chapter 337, F. S.
Additionally, the City of Miami 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 of Miami 's right-of-way, within the Off -System Project
Limits, that are in conflict with the Project, and the City of Miami 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 of Miami for said removals or modifications, at
no cost to the City of Miami .
5. The City of Miami 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,
Rev. 10/24 4
FM#
Page 5 of 13
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, if any, to the City of Miami
as the operational maintenance entity, and the City of Miami 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 Depai intent and its Contractor, as set forth in paragraph 9 of this Agreement.
6. The Parties acknowledge and agree that the City of Miami 's right-of-way and the improvements
and structures located within the City of Miami 's right-of-way, are and will remain under the
ownership of the City of Miami , 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 Depaitruent 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 Depailnient 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 of Miami 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 of Miami at least 48 hours before beginning construction
within the City of Miami 's right-of-way. Such notification may be provided via email, to the
City of Miami (calfaro@miamigov.com ), and the notice requirements set forth in paragraph 20
Rev. 10/24 5
FM#
Page 6 of 13
shall not apply to this paragraph.
The Depailtuent agrees that the City of Miami 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
Depailinent, conform to the terms of said Construction Agreement. Upon request by the City of
Miami , the Department shall coordinate with its Contractor to provide access to the City of
Miami for performance of said inspections.
During the construction work related to the Project, the City of Miami shall fully cooperate with
any such work being performed by the Department and the Department's contractors. The City
of Miami 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 of Miami 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 Depaitinent nor its Contractor shall be responsible for
mowing or removing litter during construction of the Project. After completion of construction,
the City of Miami shall assume all maintenance responsibilities for the Local Roadway
Improvements.
Upon completion of construction, the Depail rent is required to invite the City of Miami on the
Final Inspection of the work within the Off -System Project Limits, and will incorporate
legitimate City of Miami 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 of Miami and the notice provision of paragraph 20 shall not be
applicable. However, if the City of Miami does not attend the Final Inspection, the Depaitinent
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
Rev. 10/24 6
FM#
Page 7 of 13
a copy of said notice to the City of Miami . As of the date of the Notice of Final Acceptance, the
City of Miami 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 of Miami 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 Depai liuent 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 Depaituient will be
required to submit to the City of Miami final as -built plans for the Local Roadway Improvements
and an engineering certification that construction was completed in accordance with the plans.
Additionally, the Depailiuent shall vacate those portions of the City of Miami'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 of Miami's right-of-way.
Furthermore, the Department shall restore those portions of the City of Miami 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 Miami of any additional right-of-way acquired by the Department
within the Off -System Project Limits, the City of Miami 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 of Miami , 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 of Miami 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.
Rev. 10/24 7
FM#
Page 8 of 13
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 Depail.iuent'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 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.
Rev. 10/24 8
FM#
Page 9 of 13
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. 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 of Miami: CITY OF MIAMI
Juvenal Santana Jr., P.E., C.F.M
Director of Resilience and Public Works
Miami Riverside Center (MRC)
444 SW 2nd Ave
Miami, FL, 33130
To the Depailiuent:
Director of Transportation Operations
State of Florida, Department of Transportation
1000 N.W. 111th Avenue
Miami, Florida 33172
21. The City of Miami by and through Resolution No. , 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.
[REMAINDER INTENTIONALLY LEFT BLANK. SIGNATURE PAGE FOLLOWS.]
Rev. 10/24 9
FM#
Page 10 of 13
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:
Department Legal Review:
By:
Name:
Rev. 10/24 10
FM#
Page 11 of 13
CITY OF MIAMI, a municipal
ATTEST: corporation of the State of Florida
By:
Todd B. Hannon, City Clerk 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. 10/24
11
CONTRACT PLANS COMPONENTS
ROADWAY
SIGNING 4ND PAVEMENT MARKING
SIGNALIZATION
INDEX OF SIGNALIZATION PLANS
SHEET NO.
T-1
T-2
T-3
T-4
SHEET DESCRIPTION
KEY SHEET
GENERAL NOTES
SIGNALIZATION PLAN
P.AVSAIENT ARROW AND
SIGNAL LODE DETAIL
GOVERNING STANDARD PLANS:
Florida Department of Transportation, FY2026-27 Standard Plans for Road and
Bridge Construction and applicable Interim Revisions (!Rs).
Standard Plans for Road Construction and associated IRs are available at the
following website: http://www.fdot.gov/design/standardplans
Standard Plans for Bridge Construction are included in the Structures Plans
Component
GOVERNING STANDARD SPECIFICATIONS:
Florida Department of Transportation, FY 2026-27 Standard Specifications
for Road and Bridge Construction at the following website:
http://www.fdot.gov/progianmianagement/Implemented/SpecBooks
DEPA
8 TAl TE OF FL #RIIDA
=ENT OF TRANSPORTATION
SIIGN4lLIZA71ION PLANS
FINANCIAL PROJECT ID 451034-1-52-01
(FEDERAL FUNDS)
MIAMI-DADE COUNTY (87090000)
STATE ROAD NO. 25( NW 36 STREET)
PEDESTRIAN SAFETY IMPROVEMENT
AT NW 18 AVENUE
PROJECT LOCATION ORL: httns//tinyerl.roro/57j6ahw
PROJECT LIMITS:
EXCEPTIONS:
BRIDGE LIMITS:
RAILROAD CROSSING:
BEGIN NIP 17.360 - END PIP 17.381
NONE
NONE
NONE
gromrsainit
Cf
ET PCTEREEURG
LOCATION OF PROJECT
••°"0 A N
J ...•�YCENSF,• i
No 80460
•'• STATE OF .ram
���Oc'•�CORIOP'��lt:
SSI ON l i oN%
THIS ITEM HAS BEEN DIGITALLY
SIGNED AND SEALED BY
ON THE DATE ADJACENT TO THE SEAL
PRINTED COPIES OF THIS DOCUMENT ARE
NOT CONSIDERED SIGNED AND SEALED
AND THE SIGNATURE MUST BE VERIFIED
ON ANY ELECTRONIC COPIES.
SIGNALIZATION PLANS
ENGINEER OF RECORD:
1INYAN LU, PE., RE.
P.E. LICENSE NUMBER 80460
FOOT DISTRICT SIX
1000 NW 111 AVE
PRAM! , FL 33172
(305) 470-5156
FDOT PROJECT MANAGER:
RYAN RAGHUNANDAN, PE.
CONSTRUCTION
CONTRACT NO.
FISCAL
YEAR
SHEET
NO.
TBD
27
T-1
ca�.r�a.r��so .• � u� ��insi�v
THE ELECTRONIC
EA
12 6�J��)��y�J
13
55-4
3-SELI_ l-WAY
FLE:,IBLE
RPCOL,TES
(PROPOSED)
I 650-2-109 I
LpJ/
EXIST.
TO REMOVE
I2 EAI
NW 18 AV I NW 36 ST11
TI
EXISTING IISNS sNsGITO REMAIN/ ITO REMAIN/
TT
R10-3I .410-3I
9"x15"
[3 EA] (1 EA]
TON TPIFP OPFP4TIO41.
R10-31
[2 EA]
1 INAJOR STREET: SR/25 NW 36 TH ST
MINOR STREET: NW 18 AVE
2 PHASES 2, I5 ACTUATED
PHASE 1 IS RECALL.
FLASHING OPERATION:
2 AND 6 YELL01/V
4 AND 8: RED
Iz r4 I❑" 0
l
FED. SIGNAL
COUNT -DOWN
I -SECT. 2-WAY
(PROP.)
FA;
653-1-12
4 PEDESTRIAN SIGNALS TO CROSS NW 36 ST
UPON ACTUATION ONLY.
SIR I41 OPFRATIOG PIAN
P2 P4
P6
PHASE 1
4 A5
l os, Il
EXISTING SIGN
TO REMOVE
4" TURNING
VEHICLES
•
FOR
1 EA
PHOPOSLD SIGI4
RIO-15a
30" x30'
I 700-3-201 I
CONTROLLER TIMING REFERENCE TABLE
VEHICLE MOVEMENT
1
4
5
6
7
3
APPROACH DIRECTION
VVOT
NOT
COT
SBT
5- AI'PHOACH I'O5I EJ SPEED (INI'H)
30
25
30
25
u ALL RED DISTANCE (FEET)
61.5
78-5
92.0
80.5
YELLOIT CLEARANCE
4.0
4.0
4.0
4.0
ALL RED
2-0
2-0
2-0
2.0
PEDESI HI AN I90'VEIA ENI
2
P4
P6
P8
PED. CROSSING DISTANCE (FEET,
98
12
74
87
PEDESTRIAN WALK
7.0
7.0
7.0
7.0
O PEDESTRIAN CLEARANCE INTERVAL
28
26
22
25
DETECTORS
FOR LOOPS
NO. OF
NO. OF
NO. OF
LOOP
EXIST
EXIST.
NEW
LOOPS
DETS.
LOOPS
L-4
1
L-8
REMOVAL ITEMS:
I 653-1-60 I
2 A5
FPL SERVICE POINT
NOTE: UNDER COORDINATION
NW CORNER
PROP.
PUSH BUTTON
PROP. °ED
SIGNAL
PROP. PED
SIGNAL
INAST ARM
( TO REMAIN)
PROP. PED SIGNAL
217+27.16
38.78' LT.
2 EA
1 EA
3 LF
I 665-1-11 I
I 646-1-11 I
1 RUN .@12'
1 PED SIGNAL
I 630-2-12 I
12 LF
1 RUN �N
1 PED 5L0NAL
I 630-2-12 I
EXIST. R/Y' LINE
EXIST. PULL BOX
(REPLACE) 216
EXIST. °ULL BOX—
( REPLACE)
1 RUIV [1 3
1 PED SIGNAL
3 LFI 630-2-11
SW CORNER
EXIST.
MAST ARM
(TO REI IAIN),---A4
PROP.
PED SIGNAL
PROP.
--
PUSH BUTTON
PROP.
PED POLE
PROP
PUSH
BUTTON
REVISIONS
DATE
DESCRIPTION DATE
DESCRIPTION
DETAIL
FPL SERVICE POINT
TO REMOVE
NTS
NEW FPL
SERVICE POINT
LOCATION
ALLAPATTAH
BRANCH
LIBRARY
PROP
R/W LINE
1
PROP.
PED SIGMA'
EXIST. LOOPS—
( TO BE REPLACED)
1 AS
I 660-2-106 I
10 LF
1 RUN 10'
LOOP ASSEMBLY
I 630-2-12 I
LOOP PULL BOX
EXIST.
I'IAST ARIN
TO REMAIN)
1 FA
I 646-1-11 I
EXIST. R/V' LINE
EXIST. MAST ARM
( TO REMAIN)
PROP.
R/VV LINE
EXIS
R/W
LINE
FPL PICKUP POINT
90 REMOVE
( SEE DETAIL)
EXIST.
PUSH
BUTTON
(REMOVE)
NE CORNER
EXIST.
SIGNAL HEAD
( TO REMOVE)
PROP.
FED POLE
PROP.
PUSH
BUTTON
PROP.
PUSH
BUTTON
PROP.
SIGNAL
HEAD
PROP. PED SIGNAL
STA. 218+00.99
39 52 LT
EA
I EA
I 665-1-11 I
I 646-1-11 I
1 RUN a 11'
1 PED SIGNAL
I 630-2-12 I
RUN a,15'GN 1 PED 51AL
I 63(1-2-12 I
IO
11 LF
15 LF
EXIST. R/V/ LINE
�T EXIST. PULL BOX
18 (TO BE REPLACED)
�I�1�n6L �a_--
�. 1 /Y
2 E4
PROP. PED SIGNAL
STA. 217+91.60
39.88' RT
I 665-1-11 I
1 EA I 646-1-1
EXIST. PULL B
( TO BE REPLA
1 RUN CJ6
1 PED SIGN,
6 LEI 6-
0-2-12
EXIST R/VI' LINE
EXIST. LOOPS
( TO 8EP/P]E1X/
0 10 40
Feet
PULL BOXES
I 635-2-11
13 EA
SERVICE DISCONNECT:
639-1-121
639-1-610
641-2-12
1 RUN P. 15
1 SERVICE POINT
I 635-2-30 I
1 AS
1 AS
I EA
1 EA
CONTROLLER
CABINET
( TO REMAIN)
1 .RUN 7 8'
1 PED SIGNAL
I 630-2-12 I
EXIST R/W LINE
—EXIST INAST ARIN
(TO REI'AAIN)
SE CORNER
E
PUSH BUTTOIVXIST.
--
LAT/LONG:
25.80904307401062,
-80.22584181121015
PROPOSED FPL 120V
SERVICE POINT. RISER
AND FPL HH
INSTALLATION
REQUIRED. SERVICE
MUST BE METERED.
SERVICE IS SUBJECT
TO CHANGE.
— EXIST.
SIGNAL HEAD
( TO REMOVE)
20P.
15H BUTTON
OP.
D POLE
SR 25/ NW 36 STREET AND NW 18 AVENUE
I.D. NO: 2054
ENGINEER OF RECORD
JINYAN LU, PE.
LICENSE NUMBER: 80460
FOOT DISTRICT SIX
1000 NVV 111 TH AVENUE
MIAMl, FLORID4 33172
„'T,ATR OF FP040909
0Fi ".l 2TRt3?a'T OF TRA 9,6PORT ITTUAr
ROAD NO.
COUNTY
F 541 014L PROJECT ID
SR 25 1 MIAM1-DADS
451034-1-52-01
SIGNALI[ZATION PLAN
SHEET
NO.
T-3