Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit A
FM# 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 State of Florida ("CITY") THIS AGREEMENT is made and entered into as of , 20 , by and through the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida (the "Department"), and CITY OF MIAMI, FLORIDA, a municipal corporation 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# 446947-4-52-01 to implement Wrong -Way Driving ("WWD") Countermeasures at various locations throughout Miami - Dade County (the "Project"). A portion of the Project includes work on SW 3rd Street, SW N River Drive, SE 4th Street, NW 2nd Street, and NW 37th Street, within the City of Miami, Florida, roads not on the State Highway System; and C. The City is the holder of ownership rights to SW 3rd Street, SW N River Drive, SE 4th Street, NW 2nd Street, and NW 37th Street, 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. 10/24 1 FM# Page 2 of 13 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# 446947-4-52-01, which Project generally includes the following: • Implementation of WWD Countermeasures at various locations throughout Miami -Dade County. The Project shall include improvements on SW 3rd Street from South Miami Avenue to SW N River Drive, SW N River Drive north of SW 3rd Street, SE 4th Street west of SE 2nd Avenue, NW 2nd Street west of I-95, and NW 37th Street west of North Miami Avenue within the City of Miami's right-of-way as shown highlighted in yellow in Exhibit "A" (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 directional bore conduits b. Installation of bridge mounted conduits; c. Installation of fiber pull boxes d. Installation of power pull boxes e. Installation of composite pull boxes; and f. Installation of FPL Service Points 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 Proj ect 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. Rev. 10/24 2 FM# Page 3 of 13 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 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 Rev. 10/24 3 FM# Page 4 of 13 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 Department agrees to perpetually maintain the following Local Roadway Improvements: a. Directional bore conduits b. Bridge mounted conduits; c. Fiber pull boxes d. Power pull boxes e. Composite pull boxes To maintain means to perform normal maintenance operations for the preservation of the Local Roadway Improvements for the safe and efficient use of the Local Roadway Improvements. 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. Rev. 10/24 4 FM# Page 5 of 13 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 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 Department for the construction of the Project, in accordance with the Department's Standards and Specifications for Road and Bridge Construction. The Department shall further cause its Contractor to name the City and the Department as additional insured Parties on the afore -stated policies, and to provide evidence of Workers' Compensation Insurance in accordance with the laws of the State of Florida and in amounts sufficient to secure the benefit of the Florida Workers' Compensation law for all employees. 8. The Department shall notify the City at least 48 hours before beginning construction within the City's right-of-way. Such notification may be provided via email, to the City, and the notice requirements set forth in paragraph 20 shall not apply to this paragraph. The Department agrees that the City may, at reasonable times during the construction of the Local Roadway Improvements, inspect the Contractor's construction site and perform such tests as are reasonably necessary to determine whether the goods or services required to be provided by the Contractor, pursuant to the Contractor's Construction Agreement with the Department, conform to the terms of said Construction Agreement. Upon request by the City, the Department shall coordinate with its Contractor to provide access to the City for performance of said inspections. During the construction work related to the Project, the City shall fully cooperate with any such work being performed by the Department and the Department's contractors. The City shall not commit 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 Rev. 10/24 5 FM# Page 6 of 13 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 Department shall assume all maintenance responsibilities for the Local Roadway Improvements specified in paragraph 5 herein. 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 Department shall be immediately responsible for the maintenance of the Local Roadway Improvements specified in paragraph 5, and shall further accept the Local Roadway Improvements. The Department, however, shall have the right to assure completion of any punch list by the Contractor. Notwithstanding the issuance of the Notice of Final Acceptance, the City may notify the Department Project Manager of deficiencies in the Local Roadway Improvements that may be covered by the warranty provisions in the contract between the Department and its Contractor. The Department shall enforce the warranty if remedial action is required by the warranty provisions, as determined by the Department. Upon completion of all work related to construction of the Project, the Department will be required to submit to the City final as -built plans for the Local Roadway Improvements and an engineering certification that construction was completed in accordance with the plans. Additionally, the Department shall vacate those portions of the City's right-of-way used to Rev. 10/24 6 FM# Page 7 of 13 construct the Local Roadway Improvements, and shall remove the Department' s property, machinery, and equipment from said portions of the City's right-of-way. Furthermore, the Department shall restore those portions of the City right-of-way disturbed by Project construction activities to the same or better condition than that which existed immediately prior to commencement of the construction of the Project. 10. Upon submission by the Department of a deed, with accompanying sketch and legal description, for the transfer to the City of any additional right-of-way acquired by the Department within the Off -System Project Limits, the City shall forthwith submit the same to its governing board or commission for approval and acceptance of such additional right-of-way. 11. This Agreement shall become effective as of the date both parties hereto have executed the Agreement. Prior to commencement of construction, the Department may in its sole discretion 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. 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 Rev. 10/24 7 FM# Page 8 of 13 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. 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: Director, City of Miami Department of Resilience and Public Works Miami Riverside Center 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130 Rev. 10/24 8 FM# Page 9 of 13 To the Department: Director of Transportation Operations State of Florida, Department of Transportation 1000 N.W. 111th Avenue Miami, Florida 33172 21. 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. [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: Rudy Garcia 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 By: Name: Title: Date: Attest: Name: Title: Approved as to form and legality: By: Name: Rev. 10/24 11 INDEX OF RFP ROADWAY PLANS SHEET NO. SHEET DESCRIPTION 1 KEY SHEET 2 GENERAL NOTES 3 PROJECT LAYOUT 4 - 24 CONCEPT PLANS 25 - 26 SPECIAL DETAILS 27- 47 TEMPORARY TRAFFIC CONTROL PLAN DEPA STATE OF FL #RIIDA =ENT OF TRANSPORTATION RFP CONCEPT PLANS MIMEO FINANCIAL PROJECT ID 446947-4-52-01 (FEDERAL FUNDS) MIAMI-DADE COUNTY (87260, 87075, 87270, 87004, 87210, 87140, 87006) STATE ROAD NO. 826, 93, 9A, 112, 856, 7, 970 WRONG WAY INITIATIVE AT VARIOUS RAMP LOCATIONS PROJECT LOCATION URL: nrens//Rnyurl.rnno/5nv4nuyv PROJECT LIMITS: VARIOUS EXCEPTIONS: NONE BRIDGE LIMITS: NONE RAILROAD CROSSING: NONE OFF -SYSTEM AGREEMENTS EXHIBITS LOCAL AGENCY: CITY OF MIAMI Cf ET PCTEREEURG LOCATION OF PROJECT KEY 1,7E EgNr- RFP CONCEPT PLANS DEVELOPED BY: ALEJANDRO URIBE, P.E. PE. LICENSE NUMBER. 75596 GANNETT FLEMING, INC. 800 NW 62ND AVE, SUITE 490 MIAMI, FL 33126-1233 (305) 908-3935 CONCTRACT NO.: CA934 VENDOR NO.: 25-161359 FDOT PROJECT MANAGER: !VETTE FUNTANELLAS, P.E. FISCAL SHEET YEAR NO. 26 THE ELECTRONIC A 'illlllllllllllllll CBEACN op T Sr' PP BALHARBOUR SURFSIDE /MIAMIBEACHH NIA BEACH PARK iq-IE PARK ary Rnn Oavls Grant [PPE (cLO op 'Iv- LEGEND 1: NB SR 826 TO SW 88 ST (IDM 1425) 2: NB SR 826 TO SW 72 ST (IDM 1427) 3: NB SR 826 TO SW 56 ST (IDM 1429) 4: NB SR 826 TO NW 74 ST (IDM 1461) 5: SB SR 826 TO NW 154 ST (IDM 1451) 6: EB 5R 826 TO NW 67 AV (IBM M16) 7: EB SR 826 NVV 57 AV (IDM N5) 8: VVB SR 826 TO NW 57 AV (IBM 54) 9: EB SR 826 TO NW 27 AV (IBM 55) 10: WB SR 826 TO NW 27 AV (IDM N6) 11: SB 1-75 TO NW 186 ST (IBM 1376) 12: SB 1-95 TO S MIAMI AV (IDM 1504) 13: EB SR 970 TO SE 1 AV (IDM 1360) 14: NB I-95 TO NW 2 ST (IDM 1503) 15. EB I-195 TO N MIAMI AV (IDM 1349) 16: NB 1-95 TO NW 103 ST (IDM 1488) 17: NB 1-95 EXP TO GOLDEN GLADES PARKING (IBM 1494) 18: EB SR 826/NW 7 AV EXT TO US 441/SR 7/NW 2 AV (IBM 56) 19: EB WILLIAM LEHMAN CSWY LOOP TO E COUNTRY DR (IDM N7) 20: EB WILLIAM LEHMAN CSWY TO COLLINS AV (IBM M4) LICENSE NUMBERS N/A GANNETT FLEIMIING, INC. 400 NW 62 AVE, SUITE 490 MIAMI, FL 33126 STATE OF F700E0A 0.RF1.1 27'Rf.R AFT OF TRAA2''PU 2TATEUN ROAD NO N/A MIAMI-OAOE FINANCIAL PROJECT lD 446947-4-52-01 PROJECT LAYOUT SHEET NO. 3 u 1, PROA,01,1 ISR££TI LEGEND: OPEN TRENCH CONDUIT DIRECTIONAL BORE CONDUIT 4 COMPOSITE PULL BOX FIBER PULL BOX PROPOSED WRONG WAY ARROW EXISTING WRONG WAY ARROW WIRELESS ANTENNA A©SPD CABINET © WV/D TYPE A7 ASSEMBLY (CONVENTIONALLY POWERED) WITH FIXED VIEW CAMERAS AND VEHICLE DETECTORS. © 2-2" HOPE 5DR 11 CONDUITS (1-VVWD COMPOSITE, 1-SPARE) 1-2" HDPE 5DR 11 CONDUIT (LOCATE WIRE) ©GROUND MOUNTED ITS CABINET PRETERPINATED CONNECTOR ASSEMBLY FIELD TERMINATED PATCH PANEL CONNECTOR PANEL ELECTRICAL DISCONNECT ELECTRICAL TRANSFORMER TYPE PIT SERVICE POLE MANAGED FIELD ETHERNET SNITCH UPS RPI11U © 2-2" HDPE 5DR 11 CONDUITS 11-FOC, 1-SPARE _ 1-2" HDPE 5DR 11 CONDUITS (LOCATE V/IRE) O 2-2" HDPE 5DR 11 CONDUITS (1-FOC, 1-SPARE 1-2" HDPE 5DR 11 CONDUITS (LOCATE V/IRE) 1-2" HDPE 5DR 11 CONDUIT (POWER) © FPL SERVICE POINT REVISIONS l LOCAL AGENCY: CITY OF MIAMI (SW 3rd ST and SW N River Drive) DATE DESCRIPTION DATE DESCRIPTION LICENSE NUMBER. N/A GANNETT FLEI'MIING, INC 000 NW 62ND AVE, SUITE 490 MIAMI, FL 33126 Sg I-95 OFF 8,4MP CONNECT COMMUNICATION TO EXISTING CABINET CAN-195-002.0-M-A 00 06 SVV 3 ST 5TATR OF F702.0-04 0EP.l7?211f 02T OF TR-1ASPORTAT1 /V ROAD NO. COUNTY FINANCIAL PROJECT ID N/A 446947-4-52-01 CONCEPT PLANS OTrD _L JHS JJS SHEET NO. 15 FE ,a o o e sE T/ m0 0 O O BFOC(D) p OTE(I )' BE(P) R/VV LI E C. BURIED FOG_ -4" _ BFO�IuYED. Fr-1'----BF C(D1- �BEID'E, ---- - BEj D} q R/V/ I��IE(D1 6,0e110,1ED F2c_ 1B ID// _BFOCID7 BED/BE F -- uE Proposed FPL Service Point LAT/LONG: 25.771557109838724,-80.19672226112897 U R/VV LINE cso 4-3 s' B o A)rcE- 0. AQ SPD CABINET © IVWD TYPE A7 ASSEMBLY (CONVENTIONALLY POWERED) WITH FIXED VIEW CAMERAS AND VEHICLE DETECTORS. ©2-2" HOPE SDP 11 CONDUITS (1-V/WO COMPOSITE, 7-SPARE) 1-2" HOPE SDP 11 CONDUIT (LOCATE WIRE) ©GROUND MOUNTED ITS CABINET PRETERM INATED CONNECTOR ASSEMBLY FIELD TERMINATED PATCH PANEL CONNECTOR PANEL ELECTRICAL DISCONNECT ELECTRICAL TRANSFORMER TYPE PII SERVICE POLE MANAGED FIELD ETHERNET SWITCH UPS RPI'1U © 2-2" 80 PVC 0R FIBERGLASS REINFORCED EPDXY CONDUITS (1-WW0 COMPOSITE, 1-SPARE) 1-2" 80 PVC OR FIBERGLASS REINFORCED EPDXY CONDUITS (LOCATE WIPE) Q 2-2" HOPE SDP 11 CONDUITS (1-FOC, 1-SPARE_ 1-2" HOPE SDP 11 CONDUITS (LOCATE (IRE) 1-2" HDPE SDP 11 CONDUIT (POIVER) © FPL SERVICE POINT sip DF0 0H G DFOC m 6 :&F0� :fALk1,', EFOC D1 &€B ('®2- LEGEND: LA R/W LINE R6-1 (2) 48"x 18" R5-1 48"x4E" (2 EA) EXIST. SIGN PANEL RS 1 _LJ HE- -- REPLACED BY R- 1 (48"x40/ ` W (1 EA) 11111 - set°s4'—E'v X N Js�/� ATOCHED TD -LIGHT POLE (L,9 d� 3 • II - �i D FOB 5L;, ,_ PA1JEd--RSA'-' TO BE'4E°LACED' SW 3 ST T _DAR Fu 4 1A,� �11 E j 1 (4a roe°I BOC(U)' e6-( T )7 KV _SEEDi.. R/111 LINE APRON RESTORATION R/VV LINE— MILLING AND RESURFACING OPEN TRENCH CONDUIT DIRECTIONAL BORE CONDUIT BRIDGE MOUNTED CONDUIT 4 COMPOSITE PULL BOX FIBER PULL BOY PROPOSED WRONG WAY ARROW EXISTING WRONG WAY ARROW LIMITS OF MGR (MATCH EX.) R5--18 42"x30' (2 EA) OV O 07 3AV IWVI V 5 02 6' YELLOW 6" VI' HITE ATTACHED TO SIGNAL POLE 1-10 24" WHIT SE 2 ST R/V) LINE ATTSIGNAL ACHEDPOLE TO.I L I'll 4� + - �� b ray fif .rit io II II 1 n — o i\D 0 A GNAL POLED B 0( -- sFncq?3 O-de - F 1�» VI F --IIfDF BFOc 4)74 o 5(D -510 LOCAL AGENCY: CITY OF MIAMI (SW 3rd ST) O Si SR 9 / 1-95 TO S MIAMI AV r1IDM 1504) NOTES: 1. SIGNING AND PAVEMENT MARKING IMPROVEMENTS ALONG SR 9 / I-95 OFF RAMP TO BE PROVIDED UNDER FM 443890-1. 2. ARCHEOLOGICAL MONITORING BY A PROFESSIONAL ARCHEOLOGIST PROVIDED BY FOOT IS REQUIRED FOR SUBSURFACE EXCAVATION. REVISIONS PROFESSIONAL TYPE DATE DESCRIPTION DATE DESCRIPTION LICENSE NUMBER' N/A GANNETT FLEMING, INC. 80O NW 62N0 AVE, SUITE 490 MIAMI, FL 33126 9T.ATR OFFPORT.D4 0.E7,1 2TRfOCST OF TR-1AS'PO 2T"IT)P/N ROAD NO. COUNTY FINANCIAL PROJECT ID N/A MIAMI-DADE 446947-4-52-01 CONCEPT PLANS SHEET NO. 16 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE F1G15-23.0 NOTES: 1. SIGNING AND PAVEMENT MARKING IMPROVEMENTS ALONG SR 9 / l-95 OFF RAMP TO BE PROVIDED UNDER FIN 443690-1. 2. ARCHEOLOGICAL MONITORING BY A PROFESSIONAL ARCHEOLOGIST PR0V IDED 3Y FOOT I5 REOU!RED FOR SUBSU,4FACE EXCAVATION. SE 2 ST 100 SEE /3'4193 SHEET 15 R/VV LINE III A��NK�N " �1 11 �IIpQI Il rtsll 1 p IT�T150 o R/FV LONE 1/4 'I�IeO MOUNTED ON INAST ARM EXIST. SIGN PANEL R5-1 ‘p40 RE REPLACED •- 8Y R5-1 (48"3480 i1 EA) = lI SEGNALPOEWAYL'l11,14(... I- - MOUNTED ON I I'4AST ARM I L' (2 EA) --3� EXIST SIGN DO N04 PANEL R5-1 _�() BE REPLACED B EN fER/ Y R5-1 (48'3480 �f EA) EAD MOUNTED ON MAST ATTACHED TO SIGNAL POLE ZQt SE 2 ST L'' u 7 Miami Dade College it 11 III f No Miami Beach 18" VIIH/TE 63 20' 8" WHITE W/ W/4 RPMs cg, 10 R/IV LINE 30 300 `9511s13/I a31N3 1GIMEMMO 4O 10N 0❑ 00 MOUNTED ON I=1.JST ARI=1 4 N8 [-95 0 R/VV LINE _XIST. ASSEMBLY TO BE REPLACED BY R6-I (2) 48" x18' 45-1 48 348" (2 EA) • R/W LINE R/VV LINE - �`- 1 2R ICH PRUNING • "BRAOS15 PRUNING 10 EXIST. SIGN Io Q ASSEI=1 SE" 5l TO BE REPLACED (2 EA) R/VV LINE LOCAL AGENCY: CITY OF MIAMI SE 4th ST 05P0 CABINET e VAVD TYPE A7 ASSEMBLY (CONVENTIONALLY POWERED) WITH FIXED VIEN CAMERAS AND VEHICLE DETECTORS. © 2-2" HOPE 5DR 11 CONDUITS (1-4VV/D COMPOSITE, 1-SPARE) 1-2" HDPE 5DR 11 CONDUIT (LOCATE VfIRE) GROUND MOUNTED ITS CABINET PRETERP4INATED CONNECTOR ASSEMBLY FIELD TERMINATED PATCH PANEL CONNECTOR PANEL ELECTRICAL DISCONNECT ELECTRICAL TRANSFORMER TYPE P/I SERVICE POLE MANAGED FIELD ETHERNET SWITCH DP5 RPAID © 2-2' HDPE SDR 11 CONDUITS (I-FOC, 1-SPARE/ 1-2" HDPE 5DR 11 CONDUIT ILOCPTE V/IRE) O EXISTING SPLICE VAULT ® 2-2" HDPE 5DR 11 CONDUITS (1-FOC, 1-SPARE/ 1 2' HOPE 5DR 11 CONDUIT (LOCATE WIRE) 1 2' HDPE 5DR 11 CONDUIT (POWER) 0 2 2' HDPE 5DR 11 CONDUITS (13VWD COMPOSITE, 1-SPARE) 1 2' HDPE 5DR 11 CONDUIT (LOCATE V/IRE) 1-2" HOPE 5DR 11 CONDUIT (POWER) 0 1-2" HDPE SDR 11 CONDUIT (POWER) 0 EFL SERVICE POINT FR/wI LINESE 3 ST LEGEND: •R/W LINE R/kV LINE MILLING AND RESURFACING OPEN TRENCH CONDUIT DIRECTIONAL BORE CONDUIT BRIDGE MOUNTED CONDUIT COMPOSITE PULL BOX FIBER PULL BOX PROPOSED WRONG WAY ARROW EXISTINGV R0NG WAY ARROW LIMITS OF M&R iMATCH EX.) EB SR 970 TO SE 1 AV +IID111 1360) 1 REVISIONS DATE DESCRIPTION DATE DESCRIPTION LICENSE NUMBER. N/A GANNETT FLEI'4ING, INC. 800 WV 62ND AVE, SUITE 490 MIAI41, FL 33126 STATE OF Fr UST A O ESP, l 2T.ITS:'T OF TRA \A''PU BTAT7UN ROAD NO. COUNTY FINANCfAL PROJECT ID N/A MIAMI-DADE 446947-4-52-01 CONCEPT PLANS SHEET NO. 16 �o�e�ck_��E N .., T�.. d DfDS ISRFFT 1 Pb LA RAY LINE 411111 co Co LA R/V/ LINE —LA R/VV LINE MOUNTED ON MAST ARM SR 9A / I-95 NB L_ R/W LINE Proposed FPL Service Point LAT/LONG: 25.77582635931526,-80.20033705145244 SR 9A / 1-95 SBA 0 R MOUNTED 0o r-•i 1 s r� d1 a z 112 RS i, 4 �G / _ ! ) - =)1 o- 1 N �ql 11 r a /V qFo�zli� 0", 1 0 m�u Ip ql �am 1 ��1 cej ozzo,o_ °3 r �ro 2 T O II NB SR 9A OFF RAMP TO NW 2 ST y py11_ 4 BRIDGE NO R70476 <sr4i;� o LEGEND: MILLING ANO EE RN-URFACING OPEN TRENCH CONDUIT DIRECTIONAL BORE CONDUIT BRIDGE MOUNTED CONDUIT COMPOSITE PULL BOX FIBER PULL BOX ; - PROPOSED WRONG WAY ARROW EXISTING WRONG (SAY ARROW :k LIMITS OF I46,R (MATCH EX.) Q SPD CABINET ©WO TYPE A7 ASSEMBLY (CONVENTIONALLY POWERED) WITH FIXED V,IEVV CAMERAS AND VEHICLE DETECTORS. © 2-2" HOPE .SR 11 CONDUITS (1-66D COMPOSITE, 1-SPARE) WIRE) HOPE ''{5{11 CONDUIT (LOCATE IRE) © GROUND MOL""TLiR ED ITS CABINET PRETERMINPTED CONNECTOR ASSEMBLY FIELD TERMINATED PATCH PANEL CONNECTOR' PANEL ELECTRICAL DISCONNECT ELECTRICAL TRANSFORMER TYPE P11 SERVICE POLE mOOGARNAGED, FIELD ETHERNET SNITCH LIPS' - RPMU 2-2" ///DPE GDR CN9 NDUITS (1-FOC, 1-SPARE) 1-2" HOPE SDR 11 CONDUITT LOCATE WIRE) O EXISTING SPLICE VAULT © 2-2," HOPE SDR 11 CONDUITS j1-FOC, 1-SPARE) 1-2" HOPE SDR 11 CONDUIT (LOCATE WIRE I-2" HOPE .SDR 11 CONDUIT (POWER) 2-'2" HOPE SDR 11 CONDUITS (1-660 COMPOSITE 1,2" HOPE GDR 11 CONDUIT (LOCATE WIRE) 5 2" HOPE SDR 11 CONDUIT (POWER) CO-2" HDPE SDR 11 CONDUIT (POWER) ©;FPL SERVICE POINT - -SPARE) RE-/1 42"x30" (2 EA) ti II oQ"�' - ,) ZII 1 q�,�9AAz'yJIlmzzpll z LA RN; LIMB =- q p % p � � s11 Asa REPLACED EXIST. ASSEMBLY FOR R6-1 (2) 48"x18" R5-1 48 2248" (3 EA) b MOUNTED ON 5' 8 1'IAST ARIA 6➢�a r lIGUNTEO ,ON H1 t`i'gp a Ay III ST A41 iI >4•I �P ItloZAZV N� �dA zOA BRANCH PREFUN A Q J y1=A(2 � p 5 � d�• O p d O i C d V /� d I 1. l • I � z II llU V La dI zA RVNIsiiMUSNTAERDM ON oMcLTNE> 0BAST � Z LZ"/ II 95�'I,�q_ /9 034/ / A 95 1 LOCAL AGENCY- CITY OF MIAMI i 1\T/d S It 9 / 1-95 TO NW 2 ST iIDM 150,P REVISIONS DATE DESCRIPTION DATE DESCRIPTION LICENSE NUMBER' IV/A GANNETT FLEI'MIIVG, INC. 600 NW 62ND AVE, SUITE 490 MIAMI, FL 33126 STATE OF FPC72l24 V.EEEP.l2T.22ENT OF TRAMS POET ATIP)N ROAD NO. COUNTY FINANCIAL PROJECT lD N/A M1AMI-DADE 446947-4-52-01 CONCEPT PLANS SHEET NO. 17 MEDIAN DETAIL 1.625' R- 10' rELLOIN— G TYPE —6" DBL YELLOW V'/ Y/Y RPM 10' —6" Y ELLU1' Proposed FPL Service Point LAT/LONG: 25.811163889126036,-80.19730012856299 LEGEND11111111 Rt lib R/V/ LINE LA R/VI :LINE MILLING AND RESURFACING OPEN TRENCH CONDUIT DIRECTIONAL BORE CONDUIT BRIDGE MOUNTED CONDUIT COMPOSITE PULL BOX FIBER PULL BOX PROPOSED WRONG WAY ARROW EXISTING WRONG WAY ARROW LIMITS OF AMR MATCH EX.) 121114 ® SPD CABINET ® WWD TYPE A7 ASSEMBLY (CONVENTIONALLY POWERED) WITH FIXED VIEW CAMERAS AND VEHICLE DETECTORS. 02-2" HOPE SDP 11 CONDUITS (1-V/WD COMPOSITE, 1-SPARE) 1-2" HOPE SDR 11 CONDUIT (LOCATE WIRE) GROUND MOUNTED ITS CABINET PRETERIIINATEO CONNECTOR ASSEMBLY FIELD TERMINATED PATCH PANEL CONNECTOR PANEL ELECTRICAL DISCONNECT ELECTRICAL TRANSFORMER TYPE P1I SERVICE POLE MANAGED FIELD ETHERNET SWITCH UPS RPI1U 02-2" HOPE SDR 11 CONDUITS (1-FOC, 1-SPARE) 1-2" HOPE SDP 11 CONDUIT (LOCATE WIRE) O EXISTING SPLICE VAULT 02-2" HOPE SDR 11 CONDUITS (1-FOC, 1-SPARE) I-2" HOPE SDR 11 CONDUIT (LOCATE WIRE) 1-2" HOPE SDR 11 CONDUIT (POWER) 82-2" HOPE SDR 11 CONDUITS (1-rWO COMPOSITE, 1-SPARE) 1-2" HOPE SDR 11 CONDUIT (LOCATE WIRE) 1-2" HOPE SDR 11 CONDUIT (POWER) O 1-2" HOPE SDR 11 CONDUIT (POWER) O1 FPL SERVICE POINT 95 WE EB SR 11l' TO N 1141AI I APRON REST RATION R5-10 42'x s0" (2 EA) LOCAL AGENCY: CITY OF MIAMI (NW 37th St) 0Flm---- ---- NW 39TH ST NW 38 ST LA R/W LINE LA R/IlV LINE SR 112 / 1-195 EB R5-/a 42"x30" (2 EA) EXIST. SIGN ASSEMBLY TO DE REMO,ED R6-] 3" S 43"x16" R5-1 R5-1 48"x48" 48"x48" (1 EA) (1 EA) -BErD>- 1161 rt.ruF BEID1- -'--- NW 36 ST EB 1-195 TO N MIAMI AV (1DIML 1319; �' ST ,R I4DUN ED CY N 9 ME(U) �r l88 F, E(51 MAST ARM'I O}�.W(b / -V/I C; �SLA RAW LINE � vJ 6" WHITE (2-41 6" YELLOW (2-4) 12" WHITE (TYP.) 24" WHITE TYP1 R6-1 (2 I10UNTED ON MAST ARM IDO NOT BLOCK' INTERSECTION II Q a • BRANCH PRUNrNG TO _TL TO --JLJ L it�Fr wires=" SEE MEDIAN OETl(IL-- R3-13 �\ (3E" X 4,) II i EA) p112 1 L II LA ,R/W LINE MOUNTED ONO IAAST ARIA ---11— w J ■ II 6" V/HITE (2—I) :Jr O L L,U9 by Ite LICENSE NUMBER. N/A GANNETT FLEI1HIG, INC. 300 NVV 32ND AVE, SUITE 400 MIAMI, FL 33126 STATE OF FP00005 DE.,41 2TRf.RAFT OF TRA \3''PUOTATTUN ROAD No N/A MIAMI-DADE FINANCIAL PROJECT lD 446947-4-52-01 CONCEPT PLANS SHEET NO. 18 THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE DIGITALLY SIGNED AND SEALED UNDER RULE G1G15-23.0