HomeMy WebLinkAbout2002-24796
RESOLUTION NO. 2002-24796
A RESOLUTION OF THE MA VOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MA VOR AND
CITY CLERK TO EXECUTE A COUNTY INCENTIVE GRANT PROGRAM
AGREEMENT (CIGP-JPA) WITH THE FLORIDA DEPARTMENT OF
TRANSPORTATION AND MIAMI-DADE COUNTY, IN THE AMOUNT OF
$140,000; BEING $70,000 IN CIGP GRANT FUNDS, AND $70,000 IN
CONCURRENCY MITIGATION-SOUTH BEACH FUNDS, AS PREVIOUSLY
AUTHORIZED BY RESOLUTION NO. 2001-24374, DATED MAV 16, 2001; AND
FURTHER APPROPRIATING BOTH THE GRANT AND CONCURRENCY
MITIGATION FUNDS FOR THE FINAL DESIGN AND IMPLEMENTATION OF
TRAFFIC SIGNAL HEAD/lNTERSECTION IMPROVEMENTS ON ALTON ROAD,
FROM 8TH STREET TO DADE BOULEVARD.
WHEREAS, Resolution No. 2001-24374, dated May 16, 2001, authorized the City to
submit an application to the Metropolitan Planning Organization (MPO), under the State
of Florida's Year 2002-03 County Incentives Grant Program (CIGP), for improvements to
traffic signal heads/pavement markings, in order to provide protected left-tun movements
at the intersections of Alton Road with ath_11th_1Sth_16th Streets and Dade Boulevard; and
WHEREAS, the grant has been awarded at $140,000, being $70,000 in CIGP funds,
and $70,000 in local funds, as required by the grant program; and
WHEREAS, sufficient Concurrency Mitigation funds have been collected from new
development projects adjacent to Alton Road, in an effort to mitigate further impacts on this
traffic-intensive corridor, match the grant funds, and implement one additional Municipal
Mobility Plan-recommended project; and
WHEREAS, it is essential that the City enter into a tri-party agreement (FOOT-County-
City) in order to receive, via the reimbursement method, the State funds available for the
purposes of this grant.
WHEREAS, the project will include a final design/construction inspection phase at
$40,000; modification of pavement markings/and construction at $100,000; and
WHEREAS, the City will hire Post Buckley Schuh & Jernigan, Inc. (PBS&J) to perform
final design and construction inspection services at $40,000, as authorized by the City
Vendor List, Resolution No. 2001-24406, dated June 6, 2001; and
WHEREAS, after final design/construction plans are completed, the City will issue
requests for proposals (RFP) for the project's construction phase, which is estimated to
cost $100,000; and
WHEREAS, both State and City funds need to be appropriated for the above-
mentioned purposes.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
approve and authorize the Mayor and City Clerk to execute a County Incentive Grant
Program Agreement (CIGP.JPA) with the Florida Department of Transportation and Miami-
Dade County, in the amount of $140,000; being $70,000 in CIGP grant funds, and $70,000
in Concurrency Mitigation-South Beach funds, as previously authorized by Resolution No.
2001-24374, dated May 16, 2001; and further appropriate both the grant and Concurrency
Mitigation funds for the final design and implementation of traffic signal head/intersection
improvements on Alton Road, from 8th Street to Dade Boulevard.
PASSED AND APPROVED this the 20th
, 2002.
ATTEST:
~Je~
CITY CLERK
APPROVED AS TO
FORM a LANGUAGI
a FOR EXECUTION
411I1Jl/w:t.07---
~
F:\WORK\$TRA\AMELlA\FDOl\JPA-CIGPMemo.doc
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
-
Condensed Title:
A RESOLUTION AUTHORIZING THE EXECUTION OF A COUNTY INCENTIVE GRANT PROGRAM
AGREEMENT (CIGP-JPA) WITH FDOT AND MIAMI-DADE COUNTY, IN THE AMOUNT OF $140,000;
BEING $70,000 IN CIGP GRANT FUNDS AND $70,000 IN CONCURRENCY MITIGATION-SoBe FUNDS,
FOR FINAL DESIGN AND IMPLEMENTATION OF PROTECTED LEFT-TURN MOVEMENTS ON ALTON
ROAD, FROM 8TH STREET TO DADE BOULEVARD.
Issue:
Shall the City execute the tri-party Agreement for the awarded CIGP grant funds, as previously authorized
by Resolution No. 2001-24374, dated May 16, 2001 ?
Item SummarvlRecommendation:
The Municipal Mobility Plan (MMP) recommends that protected left turn signals/movements be
implemented on Alton Road, from 8th Street to Dade Boulevard, in order to enhance traffic flow on the
Alton corridor. Concurrency Mitigation funds have been collected from those development projects which
will further impact traffic flow on the corridor, in order to implement the MMP-proposed project for Alton
Road. Subsequently, the City applied for and has been awarded a CIGP grant for the project. The total
project cost is $140,000 for final design and construction, being $70,000 in grant funds, and $70,000 in
Concurrency Mitigation funds (as the grant-required local match). A tri-party agreement between FDOT,
County and City is needed to release the grant funds. The City also needs to appropriate both funds for
the intended purposes. Due to the fact that this is a truly needed project, the Administration recommends
approval of the Resolution.
Advisorv Board Recommendation:
The 1999-adopted MMP and its recommended 44 projects were endorsed and recommended by both the
Planning Board and the Transportation and Parking Committee.
Financial Information:
Amount to be expended:
[E]
Finance Dept.
Source of
Funds:
F:\WORK\$TRA\AMELIA\FDOT\CIS-CIGPGrant.doc
AGENDA ITEM
DATE
C7j
~ -dlJ-Q,;.
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.ci.miami-beach.f1.us
To:
From:
Subject:
COMMISSION MEMORANDUM
Date: March 20, 2002
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez \~.
City Manager 0 U
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A COUNTY INCENTIVE GRANT
PROGRAM AGREEMENT (CIGP-JPA) WITH THE FLORIDA
DEPARTMENT OF TRANSPORTATION (FDOT) AND MIAMI-DADE
COUNTY, IN THE AMOUNT OF $140,000; BEING $70,000 IN CIGP
GRANT FUNDS, AND $70,000 IN CONCURRENCY MITIGATION FUNDS-
SOUTH BEACH, AS PREVIOUSLY AUTHORIZED BY RESOLUTION NO.
2001-24374, DATED MAY 16, 2001; APPROPRIATING THE GRANT AND
CONCURRENCY MITIGATION FUNDS FOR THE FINAL DESIGN AND
IMPLEMENTATION OF TRAFFIC SIGNAL HEAD/lNTERSECTION
IMPROVEMENTS ON ALTON ROAD, FROM 8TH STREET TO DADE
BOULEVARD; THE CIGP-JPA FUNDS BEING ADDRESSED BY FDOT AS
FINANCIAL PROJECT NUMBER 41295615401.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS
Resolution No. 2001-24374, dated May 16, 2001, authorized the City to submit an
application to the Metropolitan Planning Organization (MPO), under the State of Florida's
Year 2002-03 County Incentives Grant Program (CIGP), for improvements to traffic signal
heads/pavement markings, in order to provide protected left-turn movements at the
intersections of Alton Road with ath_11th_1Sth_16th Streets and Dade Boulevard.
The grant has been awarded at $140,000, being $70,000 in CIGP funds, and $70,000 in
local funds, as required by the grant program. Sufficient Concurrency Mitigation funds
have been collected from new development projects adjacent to Alton Road, in an effort
to mitigate further impacts on this traffic-intensive corridor, match the grant funds, and
implement one additional Municipal Mobility Plan-recommended project.
The project will include the following phases:
a Final design and construction inspection services, at
a Modification of pavement markings at Alton Rd.lDade Blvd. Intersection
a Other construction costs, at
For a total project cost of .......................................
$ 40,000
7,000
93.000
$140,000
March 20, 2002
Commission Memorandum
CIGPIJPA with FDOT and County
Page 2
Traffic data collected in 1998 and subsequent years at this section of Alton Road has
consistently shown a.m. and p.m. peak-hour traffic volumes at or exceeding level of service
(LOS) E, when the traffic intensity adopted by the Miami Beach Comprehensive Plan for
the entire City is LOS O. In addition, a traffic study performed by Post Buckley Schuh &
Jernigan (PBS&J), Inc., dated February 21,2001, made it clear that smoother traffic flow
would be achieved with the inclusion of protected left-turn lanes and movements at five
additional intersections with Alton Road. The PBS&J study was included with the City's
successful application for the CIGP funds.
The FOOT Work Program would be able to schedule this project for implementation only
in FY 2004-05. By utilizing the CIGP and Concurrency Mitigation funds, the City would be
able to design and construct the project within the next 8-10 months, as a priority.
Therefore, the Administration recommends the following:
o Hire PBS&J to perform final design and construction inspection services at $40,000,
as authorized by the City Vendor List, Resolution No. 2001-24406, dated June 6, 2001,
hereto attached.
o After final design/construction plans are completed, issue requests for proposals (RFP)
for the project's construction phase, which is estimated to cost $100,000.
The attached tri-party agreement (FOOT-County-City) needs to be approved and executed,
if the City is to receive, via the reimbursement method, the State funds available for the
purposes of this grant. The Administration recommends approval of the Resolution.
CIGP Agreement
Resolution No. 2001-24406, dated June 6, 2001
F:\WORK\$TRA\AMELlA\FDOT\JPA-CIGPMemo.doc
Catalog of State Financial Assistance No. 55.008
Form 525-010-41
OGe - POLICY PLANNING
1 of 9
Financial Project No.:_ 41295615401_
COUNTY: Miami-Dade
STATE OF FLORIDADEPAR1MENT OF TRANSPORTATION
COUNTY INCENTIVE GRANT PROGRAM AGREEMENT
This is an Agreement by and between the STATE OF FLORIDA DEPARTMENT OF
TRANSPORTATION, hereinafter referred to as the "DEPARTMENT", and Miami-Dade County,
hereinafter referred to as the "COUNTY", and The City of Miami Beach, hereinafter referred to as
the "CITY".
WITNESSETH
WHEREAS, the DEPARTMENT has the authority, under Section 334.044, Florida Statutes,
to enter into this Agreement; and
WHEREAS, the County Incentive Grant Program has been created by Section 339.2817,
Florida Statutes, to provide grants to counties to improve a transportation facility which is located on
the State Highway System or which relieves traffic congestion on the State Highway System; and
WHEREAS, the COUNTY has certified to the DEPARTMENT that it has met the eligibility
requirements of said Section 339.2817, Florida Statutes; and
WHEREAS, the DEPARTMENT is willing to provide the COUNTY with financial
assistance under Financial Project No. 4129561541 for Signal head improvements and
modification of pavement markings on SR 907/Alton Road from 5th Street to 16th Street (includes
design and construction) hereinafter referred to as the "PROJECT," in accordance with Section
339.2817, Florida Statutes; and
WHEREAS, the COUNTY is willing to assign all of its interests and obligations,
financial and otherwise, in the oversight and management of the PROJECT to the CITY; and
WHEREAS, the COUNTY by Resolution No. dated the _ day of
. -' a copy of which is attached hereto and made a part hereof, has authorized
the Chairman of its Board of Commissioners to enter into this Agreement.
WHEREAS, the CITY by Resolution No. dated the" _ day of
, _, a copy of which is attached hereto and made a part hereof, haS authorized the
Chairman of its City Council to enter into this Agreement. .
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
representations contained herein, the parties agree as follows:
Form 525-010-41
OGe - POLlCY PLANNING
2 of 9
I-SERVICES AND PERFORMANCE
A. The CITY shall furnish the services with which to construct the PROJECT. Said
PROJECT consists of: Installation of traffic signals at intersections.Design and Construction
Engineering Services. Pavement Markings at the intersection of Alton Road and Dade Blvd., as
further described in Exhibit" 1," attached hereto and made a part here of.
B. The CITY agrees to undertake the construction of the PROJECT in accordance with
all applicable federal, state and local statutes, rules and regulations, and standards. The CITY shall
be responsible for obtaining clearances/permits required for the construction of the PROJECT from
. the appropriate permitting authorities. Upon completion of the PROJECT, the CITY shall certify to
the DEPARTMENT that the PROJECT has been completed in accordance with the applicable
standards, statutes, rules and regulations in writing.
C. The DEPARTMENT will be entitled at all times to be advised, at its request, as to the
status of work being done by the CITY and of the details thereof. Coordination shall be maintained
by the CITY with representatives of the DEPARTMENT. CITY shall provide the DEPARTMENT
with quarterly progress reports.
D. i) For projects located on the State Highway System, the DEPARTMENT must
approve any consultant and/or contractor scope of services including project budget. CITY shall
obtain DEPARTMENT approval of plans and specifications prior to bidding the project. This
provision applies only to projects located on the State Highway System.
ii) The CITY must certify that the consultant has been selected in accordance
with the Consultants Competitive Negotiation Act (Section 287.055, Florida Statutes). Contractor
must be prequalified by the DEPARTMENT as required by Section 2 of the Standard Specification
for Road and Bridge Construction (2000), as amended.
E. The CITY shall not sublet, assign or transfer any work under this Agreement
without prior written consent of the DEPARTMENT.
F. All notices under this Agreement shall be directed to the following addresses:
TO DEPARTMENT:
TO CITY:
Office of Planning City of Miami Beach
602 S. Miami Ave. 1700 Convention Center Drive
Miami, FL 33130 Miami Beach, FL 33139
2- TERM
A.
schedule:
The CITY shall perform the PROJECT activities in accordance with the following
a) Design to be completed on or before _August 31, 2002
b) Construction contract to be let on or before _December 31, 2002_.
Form 525-010-41
OGC - POLICY PLANNING
3 of 9
C) Construction to be completed on or before _March 31, 2003_.
B. This Agreement shall not be renewed. Any extension shall be in writing and executed
by both parties, and shall be subject to the same terms and conditions set forth in this Agreement.
3-COMPENSATION AND PAYMENT
A. The parties agree that the estimated total project costs are ONE HUNDRED FORTY
THOUSAND DOLLARS ($140.000.00). The parties further agree that the DEPARTMENT'S
maximum participation is }'UTY PERCENT ($ 70.000.00) and all remaining costs of the project
will be borne by the CITY.
i) The CITY shall submit one invoice (4 copies) plus supporting documentation required by the
DEPARTMENT to the Project Manager for approval and processing:
- monthly, or
x - quarterly, or
- once the PROJECT has been accepted by the CITY and approved by the
DEPARTMENT.
ii) Any provisions for an advance payment are provided in an Exhibit attached to this agreement.
iii) In the event the CITY proceeds with the design, construction and construction engineering
inspection services (CED of the PROJECT with its own forces, the CITY will only be reimbursed for
direct costs (this excludes general and administrative overhead).
iv) All costs charged to the PROJECT shall be supported by properly executed payrolls, time
records, invoices, contracts or vouchers evidencing in proper detail the nature and propriety of the
charges.
B. Payment shall be made only after receipt and approval of goods and services
unless advance payments are authorized by the Department's Comptroller under Section 334.044
(29), Florida Statutes.
C. If this contract involves units of deliverables, then such units must be received and
accepted in writing by the Contract Manager prior to payments.
D. The DEPARTMENT's obligation to pay under this Agreement is contingent upon an
annual appropriation by the Legislature.
E. Bills for fees or other compensation for services or expenses shall be submitted in
detail sufficient for a proper preaudit and postaudit thereof.
F. Travel costs will not be reimbursed.
G. A Vendor Ombudsman has been established within the Department of Banking and
Finance. The duties of this individual include acting as an advocate for contractors/vendors who may
be experiencing problems in obtaining timely payments(s) from a state agency. The Vendor
Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptroller's Hotline, 1-
800-848-3792.
Form 525-010-41
OGe - POLICY PLANNING
4 of 9
H. Records of costs incurred under terms of this Agreement shall be maintained and
made available upon request to the DEPARTMENT at all times during the period of this Agreement
and for three years after final payment is made. Copies of these documents and records shall be
furnished to the DEPARTMENT upon request. Records of costs incurred includes the CITY's
general accounting records and the project records, together with supporting documents and records
of the CITY and all subcontractors performing work on the project, and all other records of the CITY
and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs.
1. 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 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 one 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. Accordingly, the State of Florida's
performance and obligation to pay under this Contract is contingent upon an annual appropriation by
the Legislature.
J. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or
services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity and may not transact business
with any public entity in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for Category Two for a period of36 months from the date of being placed on the convicted
vendor list.
4-INDEMNITY AND INSURANCE
A. i) To the extent allowed by Section 768.28, Florida Statutes, the COUNTY, and
CITY hereby agree to indemnify, defend, save and hold harmless the DEPARTMENT and all of its
officers, agents or employees from all suits, actions, claims, demands, liabilities of any nature
whatsoever arising out of, because of, or dup. to breach of this Agreement by the COUNTY or CITY,
its officers, agents, employees, contractors/subcontractors, consultants/subconsultant~ or due to any
negligent act or occurrence of omission or commission of the COUNTY, or CITY; its officers,
agents, employees, contractors/subcontractors, consultants/sub consultants. Neither COUNTY, nor
CITY, nor any of its officers, agents, employees, contractors/subcontractors,
consultantslsubconsultants will be liable under this section for the negligence of the DEPARTMENT
or any of its officers, agents or employees.
ii) The CITY agrees to include the following indemnification in all contracts with
contractors/subcontractors, consultants/subconsultants, who perform work in connection with this
Fonn 525-010-41
OGC - POLICY PLANNING
5 of 9
Agreement:
"The contractor/consultant shall indemnify, defend, save and hold harmless the
DEPARTMENT and all of its officers, agents or employees from all suits, actions, claims,
demands, liability of any nature whatsoever arising out of, because of, or due to any negligent
act or occurrence of omission or commission of the contractor, its officers, agents or
employees. Neither the contractor/consultant, nor any of its officers, agents or employees
will be liable under this section for damages arising out of injury or damage to persons or
property directly caused or resulting from the sole negligence of the D EP AR TMENT or any
of its officers, agents or employees."
B. LIABILITY INSURANCE. The CITY shall carry and keep in force during the period
of this Agreement a general liability insurance policy or policies with a company or companies
authorized to do business in Florida, affording public liability insurance with combined bodily injury
limits of at least $100,000 per person and $300,000 each occurrence, and property damage insurance
of at least $50,000 each occurrence, for the services to be rendered in accordance with this
Agreement. In addition to any other forms of insurance or bonds required under the terms of the
agreement, when it includes construction within the limits of a railroad right-of-way, the CITY must
provide or cause its contractor to provide insurance coverage in accordance with Section 7-13 of the
DEPARTMENT's Standard Specification for Road and Bridge Construction (2000), as amended.
C. WORKER'S COMPENSATION. The CITY shall also carry and keep in force
Worker's Compensation insurance as required for the State of Florida under the Worker's
Compensation Law.
5-COMPLIANCE WITH LAWS
A. The CITY shall allow public access to all documents, papers, letters, or other material
subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CITY in
conjunction with this Agreement. Failure by the CITY to grant such public access shall be grounds
for immediate unilateral cancellation of this Agreement by the DEPARTMENT.
B. The CITY shall comply with all federal, state and local laws and ordinances
applicable to the work or payment for work thereof, and shall not discriminate on the grounds of
race, color, religion, sex or national origin in the performance of work under this Contract.
C. No funds received pursuant to this Agreement may be expended for lobbying the
Legislature, the judicial branch, or a state agency.
D. The CITY and the DEPARTMENT agree that the CITY, its employees, and
subcontractors are not agents of the D EP AR TMENT as a result of this Contract for purposes other
than those set out in Section 337.274, Florida Statutes.
E. Recipients of state funds are to have audits done annually using the following
criteria.
Form 525-010-41
OGC - POLICY PLANNING
6 of 9
State awards will be identified using the Catalog of State Financial Assistance (CSF A) title and
number, award number and year, and name of the awarding state agency.
In the event that a recipient expends $300,000 or more in State awards during its fiscal year, the
recipient must have a state single or program specific audit conducted in accordance with Section
215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General.
If a recipient expends less than $300,000 in State awards during its fiscal year, an audit
conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the
Auditor General is not required. If a recipient expends less than $300,000 in State awards during
its fiscal year and elects to have an audit conducted in accordance with Section 215.97, Florida
Statutes, and Chapter 10.600, Rules of the Auditor General, the cost of the audit must be paid
from non-State funds.
Reporting Packages and management letters generated from audits conducted in accordance with
Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General shall be
submitted to the awarding FDOT office, by the recipient, within 30 days of receiving it. The
afore mentioned items are to be received by the appropriate FDOT office no later than 9 months
after the end of the recipient's fiscal year.
The recipient shall follow up and take corrective action on audit findings. Preparation of a
summary schedule of prior year audit findings, including corrective action and current status of
the audit finding is required. Current year audit findings require corrective action and status of
finding.
Project records shall be retained and available for at least 3 years from the date the audit report is
issued. Records related to unresolved audit findings, appeals, or litigation shall be retained until
the action is completed or the dispute is resolved. Access to project records and audit
workpapers shall be given FDOT, the Comptroller, and the Office of the Auditor General.
The recipient shall submit required audit documentation as follows:
A Financial Reporting Package of audits conducted in accordance with Section 215.97, Florida
Statutes, and Chapter 10.600, Rules of the Auditor General shall be sent to:
State of Florida Auditor General
Attn: Ted J. Sauerbeck
Room 574, Claude Pepper Building
111 West Madison Street
Tallahassee, FL 32302-1450
6- TERMINATION AND DEFAULT
A. This Contract may be canceled by the DEPARTMENT in whole or in part at anytime
the interest of the DEPARTMENT requires such termination. The DEPARTMENT also reserves the
right to seek termination or cancellation of this Agreement in the event the CITY shall be placed in
either voluntary or involuntary bankruptcy. The DEPARTMENT further reserves the right to
Form 525-010-41
OGe - POLICY PLANNING
7 of 9
terminate or cancel this Agreement in the event an assignment is made for the benefit of creditors.
This Contract may be canceled by the CITY upon (60) days written notice to the DEPARTMENT.
B. If the DEPARTMENT determines that the performance of the CITY is not
satisfactory, the DEPARTMENT shall have the option of (a) immediately terminating the
Agreement, or (b) notifying the CITY of the deficiency with a requirement that the deficiency be
corrected within a specified time, otherwise the Agreement will be terminated at the end of such
time, or (c) taking whatever action is deemed appropriate by the DEPARTMENT.
C. If the DEPARTMENT requires termination of the Agreement for reasons other than
unsatisfactory performance of the CITY, the DEPARTMENT shall notify the CITY of such
termination, with instructions to the effective date of termination or specify the stage of work at
which the Agreement is to be terminated.
D. If the Agreement is terminated before performance is completed, the CITY shall be
paid only for that work satisfactorily performed for which costs can be substantiated. Such payment,
however, may not exceed an amount which is the same percentage of the contract price as the
amount of work satisfactorily completed is a percentage of the total work called for by this
Agreement. All work in progress will become the property of the DEPARTMENT and will be
turned over promptly by the CITY.
7-MISCELLANEOUS
A. All words used herein in the singular form shall extend to and include the plural. All
words used in the plural form shall extend to and include the singular. All words used in any gender
shall extend to and include all genders.
B. The DEPARTMENT shall not be obligated or liable hereunder to any party other
than the CITY.
C. In no event shall the making by the DEPARTMENT of any payment to the CITY
constitute or be construed as a waiver by the DEPARTMENT of any breach of covenant or any
default which may then exist, on the part of the CITY, and the making of such payment by the
DEP ARTMENT while any such breach or default exists shall in no way impair or prejudice any
right or remedy available to the DEPARTMENT with respect to such breach or default.
D. This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein, and the
parties agree that there are no commitments, agreements or understandings concerning the subject
matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no
deviation from the terms hereof shall be predicated upon any prior representation or agreements
whether oral or written. It is further agreed that no modification, amendment or alteration in the
terms or conditions contained herein shall be effective unless contained in a written document
executed with the same formality and of equal dignity herewith.
Form 525-010-41
OGe - POLICY PLANNING
8 of 9
E. If any part of this Agreement shall be determined to be invalid or unenforceable by a
court of competent jurisdiction or by any other legally constituted body having the jurisdiction to
make such determination, the remainder of this Agreement shall remain in full force and effect
provided that the part of this Agreement thus invalidated or declared unenforceable is not material to
the intended operation of this Agreement.
F. This Agreement shall be governed by and construed in accordance with the laws of
the State of Florida. Venue of any judicial proceedings arising out of this Agreement shall be in
Leon County, Florida.
G. This Agreement shall be effective upon execution by both parties and shall continue
in effect and be binding on the parties until the PROJECT is completed and accepted and payment
made by the DEPARTMENT or terminated in accordance with Section 6.
H. An entity or affiliate who has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid
on a contract with a public entity for the construction or repair of a public building or public work,
may not submit bids on leases of real property to a public entity, may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity,
and may not transact business with any public entity.
IN WITNESS WHEREOF, the COUNTY has caused this Agreement to be executed in its behalf
this _ day of , _, by the Chairman of the Board of Commissioners, authorized
to enter into and execute same by Resolution Number of the Board on the _ day of
, the CITY has caused this Agreement to be executed in its behalf this
day of , by the Chairman of the City Council, authorized to enter into and
execute same by Resolution Number of the Board on the _ day of ,
, and the DEPARTMENT has executed this Agreement through its District Secretary for
District S ()l.. , Florida Department of Transportation, this ?4~day of \. ~ ,
-u>t?V"
.
Form 525-010-41
OGC - POLICY PLANNING
9 of 9
''''II.'1t'1I1HmJH!'-'I",-''IIIHIlI1YH/I''ffJlmH!"HI!!!!!H!!IHHlIlHf!W!H'1',,!!IHIH!f!.("""'!'fl!!,!!/I.'m!.'!!INHIIl'flJlH.lIIHWH'H!f)JI!!W!!.'.'ImJlHil'"!,,mlll.'!II!!I!l!1.'J-'-'!!mHII'!"I!"H'-"H-"'''''!'-'"f-'l'IfJlI1!III.','Hm!'-'!Ht-'!!!11!!1I1-,!,I,mHJ-'!H!!!!f1H1I11'I1"FlI'.
ATTEST.
CLERK
CITY of
Miami Beach
ATTEST: ~~ ~~AL)
CLERK
~ROVED AS TO FORM
LEGAl. SUFFICIENCY
-s~/6~
""'~AtIIma!
~ MlJ..n.d<t['
, CITY COUNCIl!.,
c..cW'IM I" tc!l rV
STATE OF FLORIDA DEPARTMENT OF T
ATTEST: (SEAL)
EXECUTIVE SECRETARY
NAME:
APPROVED AS TO
FORM & lANGUAGI
. FOR EXECUTION
DISTRICT 6
~e:U\:o_
Availability of Funds Approval:
(Date)
EXHIBIT 1
FM# 41295615401
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139
CITY OF MIAMI BEACH
TRANSPORTATION & CONCURRENCY MANAGEMENT DIVISION
December 18, 2001
PHONE: (305) 673-7514
FAX: (305) 673-7028
Mr. Ken Jeffries
Office of Planning
Florida Department of Transportation
602 South Miami Avenue
Miami, Florida 33139
SUBJECT: CrGP Grant Award to FM Number 4129561 - SR 907/Alton Road Signals
Dear Mr. Jeffries:
Attached is the information you requested regarding the City-proposed SR 907/ Alton
Road Signal Head Improvement project, which our Consultants, Post Buckley Schuh &
Jernigan (PBS&J), estimated to cost $139,417, which we have rounded up as follows:
o Design and Construction Engineering Services at
o Pavement Markings at the Alton Road/Dade Boulevard Intersection
o Preliminary Construction Cost Estimate at
For a Preliminary Project Cost Estimate at ..... .... ................... ...
$ 40,000
7,000
93,000
$140,000
Our Consultants developed an optimistic timetable for the Project at twenty-seven (27)
weeks or 6 Y2 months. However, to be realistic, we have rounded this figure up to at least
eight (8) months, due to the fact that the City's procurement process alone takes 2 ~ to 3
months to complete (and not 1 Y2 month as stated in the Consultant's timetable).
Please feel free to contact me at (305)673-7514, if you require additional information or
clarification.
Sincerely,
~C\{ ~\\
JO~h \r. John~ ill, AI~
Transportation/Concurrency Management Director
Attachments
~.r...,..~:.:..,,,,,,... t~.~.:, ".> ""'1\?~l""-> .'..1PJ
I tU.,i~ ":.;':' i '.: i <." If.:.P : {~. ~
lrI1~~;"'~ \i L~' n
u t: C 2 n 2001-
DISTRICT 6
PLANNING OFFICE
F:\WORK\$TRA \AMELIA\FDO'I\CIGPWPAlton.ltr.doc
COUNTY INCENTIVE GRANT PROGRAM (CIGP) PROJECT IN MIAMI BEACH
WORK PROGRAM INSTRUCTIONS
TENTATIVE WORK PROGRAM - FY 01/02-05/06
Project: SR 907/ ALTON ROAD SIGNAL HEAD IMPROVEl\ffiNTS
1. Name and address of applicant:
City of Miami Beach
1700 Convention Center Drive, Miami Beach, FL 33139
2. Project description with location map, and detailed description of the purpose of the project for
improving traffic flow and reducing traffic congestion on the state highway system.
The project includes design/construction engineering services, modification of pavement
markings at the Alton RoadlDade Boulevard intersection, and construction services for
the installation of signal head improvements (from the existing 3 sections, to the
proposed 5 sections). These improvements will allow for exclusive left-turn movements
on SR 907/Alton Road, at the intersections with 8th Street, 11th Street, 15th Street, 16th
Street, and Dade Boulevard. It is assumed that new mast-arm connections will need to
be installed at two locations where the existing mast-arms are not long enough to
accommodate the additional left turn signal phases. Attached hereto are the following:
o Location Map, as requested (Exhibit A); and
o AMJPM Turning Movement Counts Map (Exhibit-I)
o PM Peak Hour Traffic Southbound-LOS E (Exhibit A-2)
o Structural Evaluation of Signal Structures (Exhibit A-3)
Figure/Photo 1. Alton Road at 8th Street, Northeast Quadrant
Figure/Photo 2. Alton Road at 11th Street, Southwest Quadrant
Figure/Photo 3. Alton Road at 11th Street, Northeast Quadrant
Figure/Photo 4. Alton Road at 15th Street, Southwest Quadrant
Figure/Photo 5. Alton Road at 16th Street, Southwest Quadrant
Figure/Photo 6. Alton Road at Dade Boulevard, Southwest Quadrant
Several major development, redevelopment, and garage projects have been approved for
construction, or are under construction in South Beach, which will increase the influx of
traffic on/or crossing the Alton Road corridor. Alton Road, from Dade Boulevard south
to 5th Street is already experiencing extremely heavy traffic, particularly during peak
hours. The private development projects are listed under Item 8. of these Work Program.
Instructions.
1
3. Identification of whether the project is in the Department's Five-Year Work Program and if so,
provide the work program item number:
Per attached letter from Gary L. Donn, Director of Planning and Public Transportation,
Florida Department of Transportation (FOOT), dated November 14, 2001 (Exhibit B),
this project is listed in the Department's Five Year Work Program as FM Number
4129561.
4. Certification from the City that sufficient local matching funds are available:
Attached you will find the following City documents:
o Commission Resolution No. 2001-24374, dated May 16,2001 (Exhibit C), certifying
that the Miami Beach Concurrency Mitigation Program Fund will provide a 50%
local match to the State funds to be programmed.
o Certification by the City's Chief Financial Officer (Exhibit C-l) that Miami Beach
Concurrency Mitigation Program funds are presently available for the local matching
purposes of this project, as authorized by the above-mentioned Resolution.
5. Details of which project phases are included in the request for matching funds, an account of the
current stage of project development, and a schedule of future project development.
A preliminary Traffic Engineering Study for the project was prepared by Post Buckley
Schuh & Jernigan, Inc. (pBS&J), on February 7,2001, and is attached hereto as (Exhibit
D). Project phases included are the following:
o Design and construction engineering services
o Modification of pavement markings at the Alton RoadlDade Boulevard intersection
o Construction.
o No right-of-way acquisition is required.
The above mentioned tasks are preliminarily scheduled by PBS&J to take approximately
27 weeks (4 months) to complete, as shown in Exhibit D-l. However, the City's bid
process alone may take up to 3 months to complete. The PBS&J-provided preliminary
schedule is summarized herein as follows:
o Signal plan development (5 weeks)
o Permitting and coordination (6 weeks)
o Bid documentation and selection (6 weeks)
o Construction, and construction inspection (12 weeks)
2
6. An accounting of expenditures to date for each project phase and a current cost estimate
for each project phase:
The above-mentioned Traffic Engineering Study cost the City $10,000. No further
expenditures have been made to date. Current cost estimates prepared by PBS&J for
each project phase are herein summarized and attached as Exhibit D.
o Design and Construction Engineering Services at
o Modification of Pavement Markings at Alton Rd./Dade Blvd. Intersection
o Preliminary Construction cost estimate at
For a preliminary cost estimate of ..........
$ 40,000.00
7,000.00
93,000.00
$140,000.00
7. Certification that the project is consistent with the Florida Transportation Plan, the
Comprehensive Plan of the Metropolitan Planning Organization, where applicable, and any local
government comprehensive plan.
The FDOT District Six Work Program has scheduled a resurfacing project for the Alton
Road Corridor, from 5th Street to Michigan Ave., for construction in FY 2005. A copy
of the PBS&J Study was submitted to and endorsed by FDOT's Traffic Operations
Division, via letter dated April 24, 2001. Further proof of compliance with the Florida
Transportation Plan, is the letter received from Mr. Gary L. Donn of FDOT, dated
November 14, 2001.
The Project is consistent with both the Miami Beach Municipal Mobility Plan's
Transportation Concurrency Management Area (TCMA) Plan, presently being
incorporated in the Traffic Circulation and Capital Improvement Element of the Miami
Beach Comprehensive Plan, as provided by Ordinance No. 2000-3256, dated March 15,
2000. The Comprehensive Plan amendment was approved by the South Florida Regional
Planning CouncillDCA.
8. Provide any other relevant information necessary to assure compliance with the eligibility
requirements and to meet the ranking criteria.
Several major development, redevelopment, and garage projects have been approved for
construction, or are under construction in South Beach, which will increase the influx of
traffic on/or crossing the Alton Road corridor. Alton Road, from Dade Bpulevard south
to 5th Street is already experiencing extremely heavy traffic, particularly during peak
hours. These private development projects follow:
* The Royal Crown Plaza Hotel, at 1545 Collins Avenue.
* Highrise condominiums:Bentley at the Bay, 520 West Avenue, and
The Waverly, 1330 West Avenue.
3
* Garage projects: Lincoln Plaza, 1601 Washington Avenue, and
Lincoln Place, 1661 Michigan Avenue.
* The Miami Beach Chamber of Commerce Building, at 1920 Meridian Avenue.
F:\WORK\$TRA\AMELIA\FDOT\CIGP-FDOT Work Program.doc
4
."
C\'S
o C\'S
Cl:: CI)
c ...
o ~
... ...
- u
~ CI)
..... ....
(:) 0
CJ) at
Cl::
U)
,
N
City of Miami Beach
. Signalized Intersection
Modification on Alton Road
Exhibit A
--4
C
::0
Z
I---l
z
C)
~
o
<
rr1
~
rr1
Z
--4
n
o
c
Z
--4
(/)
II
I--l
C)
C
::0
rr1
N
..
bAHlBIT A-I
)>
s:
.......
-0
s:
.... -
... 0'"
_ <II <II
...."'-
... - ...
- ...
-0-
...
o
Jt\
,,0'
'l.t.~ "",
"- ~~l' "!>"!>o'
.,. "!>"~~
.f
\) \.. '-J \) .
\) ~\)~
,t~
,,,,,, J",.
,"(,~ ~
(,"l~~' ~
<:."l1(,\
'" ...-
....--
-......
...--
N-N
-"'...
"''''
...-
-......
2~N
N"-
Ift-'" N
...--
--~
N
"" 14313541
.... 8311821
-r 18112871
J.t.\
17TH STREET
26913651 ~ ,t~
9211901 .... ...."'N
2016&1 "'" 00...
-"'N
...--
...--
-N",
......
--
~~-.I
- N-
...--
uo-... "" 9111591
_0'"
....- .... 5311021
...
J1\ -r 11511841 16TH STREET
341211 ~ ,t~
411461 .... ......-
341201 "" ~~~
...--
...-",
-......
~~w N_
~
--....
~;- "" 13611711
- =.N
-~ .... 7211221
'.t.\ .,. 12711641 15TH STREET
471271 ~ ,t~
11111221 .... ....-...
31147 I "'" "'0..
- ...-
"'--
0-",
- - N
"'-
'"
... ::
... -
...-
uo_uo
0-- "" 9911521
-N-
NN'"
...-... .... 341641
- --
i.t.~ .,. 83(83)
11(16) ~ ,t~
SOl 48 1 .... "'-uo
331211 " -0.
- N_
"'0...
--N
---
uo
- co
~8N
........
",--
- ... "" 191381
--N
0-
... .... 10(25)
ii\ .,. 191191
101151 ~ ,t~
20(31) .... - -...
38(35) "'" ...-...
......-
-NUl
N-O
...--
"''''
-...
~
11 TH STREET
8TH STREET
..
EXHiBiT A-2
co
Cl,)
.c
co
~
. . lI.1 W W CD W W 0 0 0 0 CD 0 CD CD 0 0 0 CD 0 0 Q 0 0 0 0 CD 0 Cl
, C'I ~ \t) ~ ~ ~ ~ ~ ~ <Xl <Xl \t) co en \t) <Xl 0 co ~ ~ ..... ~ ~ ~ co ~ <Xl .....
\t) 0 C\l ~ <Xl co co ~ M co C\l en M en co <Xl ll) C\l <Xl ~ ll"l ll"l ..... CZJ C\l \t) \t)
M ..... ...... ~ III "':. ~ \0 <Xl -:. ~ ..... ~ ~ ~ C\l M ~ ~ C\l o. ~ ..... C\I ...... 'q"
" I . c.i ~ ~ ~ ~ ~
.. . .
.
, . . 0 CD CD CD CD CD CD CD CD CD CD CD CD en CD CD CD CD en CD en CD CD en en CD CD en en
. . . z en z z z z en (J'J (J'J z en z z z (J'J (J'J (J'J (J'J z (J'J z (J'J (J'J en (J'J z z z
.. C\l ...... ~ M ..... M C\l C\l co \t) co M 0 <Xl ~ \0 <Xl 0 C\l en ~ \0 0 en N en ~ M
.. , C'I ~ 0 0 ~ ..... N \0 Lll ...... <Xl M ~ ..... ..... C\l ~ 0 M en ~ Lll .- 0 en ~ <Xl
en o. ..... <Xl 0 0 en en M. <Xl. C\I M, M en M ~ .- co C'I C\l ~ <Xl, C'I III CO) C'!. CZJ
II 0 . : M' ~ c.i M M' .- .- .- ~ .- .-
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
. cD cO cO cO cO cO cO cO cO cO cO tD cO cO cO cO cO cO cO cO cO ::i cD tD tD cO cD cD
I o. . 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii Iii
. . -. 0 Cl Cl CD Cl Q Q Q Q Q en Q CD en Q Cl Cl CD Q Cl Q Cl Cl Q Cl en Cl Cl
, -.:- M N en ...... C\l M 0 M en <Xl ~ ~ N N M 0 ~ ..... .- 0 ~ M CD en ~ .Lll j...
..... Lll <Xl N ~ C\l co .- ..... en C'I C\l '<" co CD co <Xl ~ C\I en C'I M en ~ <Xl C)- co ~
,. . 0 . III o. C\I, \0 C':!. C'!. CO) \0 \0 <Xl U') ~ M .- ~ ~ C\I M M ~ .- co 'q"
.- .- ~ .- .-
0 . .
.
. I . en en CD en CD !D !D !D !D !D en en en !D en en !D !D en !D en !D !D en !D !D !D !D
. . z en (J'J (J'J (J'J z (J'J (J'J en (J'J (J'J (J'J en z (J'J (J'J (J'J (J'J z z z (J'J z en (J'J (J'J (J'J (J'J
.
0 \0 ~ M M 0 0 C\l C\I CD .- M ~ <Xl \0 co CD C\l ~ C'I II) co C\l 0 ll"l ~ C\I ~
.. . ~ II) ll"l ..... co C\I II) .- ...... N co 0 C\l co CX) M co co co ..... co en 0 en
.. en -:. M CD ~. ~ \0 ..... C'I "': .- en C\l ~ ..... C\I M C\I U') .- co co en ~ CD .....
. I 0 . : c.i ~ c.i C\I c.i .-
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
a; a; a; a; a; a; Ci Ci Ci Ci Ci Ci Ci a; Ci Ci a; Ci Ci a; Ci Ci a; Ci Ci a; a; a;
. o. 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 0 0 0 0 0 0 0 0 0
co co co co co co co co co co co co co co co co co co co co co co co co co co co co
. . 0 ::) Q ::l Q Cl ::l ::l ::l ::l ::l ::l ::l ::l ::l ::l ::l ::) ::l ::l ::l ::l ::l Cl 0 Cl Q ::l 0
-.:- ~ ~ ~ ~ ~ C\l C\I C\I ~ C'Il N C\I N C\I C\I C\I C\I N C\I C\I N ~ ~ ~ ~ ~ ~
"'0 "'0 "'0
ex: ex: ex:
. "'0 "'0 "'0
. . ~ Q) Q) Q) ~
.. .. = = = ~ = = = = = = ~ = ~ = = = ~ .!::! .!::! .!::! = = = = = =
CII CII '" '" CII CII '" CII CII CII CII '" '" CII '" '" CII CII ai ai ai CII CII CII CII CII '" '"
.. '" CII CII CII CII '" '" '" '" '" '" <Il '" '" '" '" '" '" c: c: c: '" '" '" '" '" <Il <Il
. .. '" '" '" '" '" '" '" '" '" <\I <\I '" <\I '" <Il <\I <\I <\I Cl Cl Cl <\I <\I lD <\I lD '" <\I
.. . u u u u u [5 [5 [5 [5 [5 u u u [5 u [5 [5 U in in in [5 [5 u [5 [5 [5 u
.. .. ~ "-
III III
cc: cc: cc:
6 6 6
.!!l .!!l .!!l '" .!l! .!!l .!!l .!l! .!!l .!!l .!!l
-. CD CD CD 5 .~ CD CD CD Gi ~ Gi Gi 5 5 5 5 5 5 5 5 5
.. . l: l: l: l: 1: 1: l: 1: 1: l: ai ai ai
. < < < u <: <: <: < <: .( < <: u u U ai ai ai ai U 13 U U U 13
.. ..!!! u u ..!!! ..!!! ..!!! u u u u u ..!!! ..!!! ..!!! ..!!! ..!!! ..!!!
. 5 5 g 5 5 .2. .2- .2. .2. 5 5 0 0 0 0 0 0 0
(5 -l -l (5 (5 (5 -l -l -l -l -l (5 (5 (5 (5 (5 (5
. c: c: Q c: c: <\I <\I '" '" <\I .tij" ~ ~ Q Q Q ~ ~ ~ ~ ~ Q Q Q Q () ()
.. .. :E :E ~ ~ ~ ::E ::E ::E ::E ::E ::E
.. ~ G G ~ ~ ~ G G G G G ~ ~ ~ ~ ~ ~
.. Q) c:> III G Q) III III II) III II) Q) Q) G G G G G G G G G
iO iO iO iO iO iO iO iO co co co
en en en en en en en en en en en
"'0 "'0 "'0 "'0
en > en iii en ex: en en en en iii en en > ex:
en en iii CD iii 05 iii c: iii iii 05 en 05 05 en CD c:
. .r= .r= cc: Q) cc: cc: cc: cc: cc: cc: (5 cc: .c cc: .c: :: cc: cc: .c .c .c .c .c .c cc: II) (5
.. V i:ti 05 i:ti "'0 ;::::. M i:ti 05 V i:ti u M i:ti V i:ti .- i:ti M 05 i:ti M M i:ti 05 i:ti "'0 (.)
.- <\I ~ .- C\I c: ~ ~ .- ~ .- .- lD c:
. 0 '0 '0 '0 Cl '0 '0 '0 '0 '0 '0 :.:i '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 '0 Cl :.:i
Z Z Z (J'J '0 (J'J z z z en en '0 z (J'J z z (J'J (J'J z z (J'J z z z z (J'J '0 '0
(J'J z en z
.
..
.
III II) Q) II) III II) II)
III > > > > > > >
II) II) III CD <C <: <: <: <: <: <C
III III CD III Q) Q) Q) > > > > >
. "'0 "'0 "'0 "0 "'0 "'0 > > > > > > > <: <: <C <: <C 0 0 0 '" c: c: c: c: c: c:
..
. ex: ex: ex: ex: ex: ex: < < <C < <C < <C c: c: c: c: c: c: c: c: 'c; 0 0 0 0 0 0
lD 0. 0. 0. 0. C.
. c: c: c: c: c: c: '" '" '" '" '" '" :g 0 '" <\I lD '" <\I <\I '" > C.
.9 .9 .9 .9 .9 .9 :E :E :E a :E a 13 '" 't5 :2 :2 :2 Q) Q) II) >. c: .g .5: .5: .5: c:
.. ~ (.) u (.) :E cc: .c :E
<: <: <: <: <: <: (5 (5 (5 (5 (5 (5 ::I .~ Gi Gi Gi 0 0 '" en cc:
Qj 0 c: '" '" CII '" '"
Q Q Q Q Q Q w ::E ::E ::E ::E c: '" <\I '" lD <\I lD
..., III ~ ~ ~ ~ ~ ~
a..
en co !D !D en !D !D en !D en en en !D en en en !D !D en !D en !D !D en !D !D en en
'" . I en (J'J (J'J (J'J en (J'J (J'J (J'J (J'J (J'J en (J'J en en en (J'J (J'J (J'J (J'J (J'J (J'J (J'J rn en rn rn rn rn
0 0 ~ N M ~ III co ..... II) C'I 0 .- N CO) ~ Lll co .....
. - N M ~ ll"l co ..... II) en 0 0 0 0 0 0 0 0 0 0 .- ~ .- .- - - .- .-
. . C'I en en en en C'I C'I en en en .- .- .- .- .- ~ .- .- .- .- .- .- .- ~ .- ~ .- .-
.t:
(.)
co
Cl,)
CJ
.t:
-
~
o
en
'- -
00
_0
Cl,)CO
(.)6
>0
'-
Cl,)U")
en:;'
-co
o Cl,)
cna..
Cl,):E
~a..
..J-c
~ c::
c:: co
--10-
- 0
co ..
cO)
06
tio
Cl,)CO
... -
c~
'- co
~ Cl,)
o a..
J:::E
~<t
co
Cl,)
c..
EXHIBIT A-3
~-----
Structural Evaluation
of
Cantilever Arm Mounted Signal Structures
for
Projected Left Turn Phase on Alton Road
at
Miami Beach, Florida
Appendix A
Mast Arm Program Documentation
~
.1 L
"O-,l I I
I::
o
'-
-
b
I::
o
(.)
"t:J
CI.l
CIl
o
Q.
e
~
..9-.8l
I::
o
'-
-
b
I::
o
(.)
0)
.1::
.0::
CIl
~
'0 '"0
I I
it) '"0 (/)
N I') I-
0 -J
lO 0
I I (I)
0 r-- <(
t") t")
0 0 0 '<t
I I "'"
. '<t
lO ~ "'"
O~t") ~ O'<t I')
I I I
CO '<t CO
'<t '<t V
Q)
Q)
....
U5
CO
~
~
~
'. ,:./
PBSJ
~
Q)
Q)
....
U5
CO
<(
<t:
'C
~ .Q
C3
Q)
U'J
~
<:
<1:
o
u
Q)
~
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
.
~
lCl
~
o
c:i
Me;;
S'l II L
. ' ", : . I
.:." ;.' ..' :' ~ ~ t
o
I
I')
~
o
I
0) N
.s
~
~
-
Q)
::::
e
~
..
lI'i
CI.l -
I::
ca
-J
"t:J
I::
::s
o
OJ
~
o
<:
..
.'.
'"
:":
.....
Q)
e.....
...., c:::
CI) e
;:;i
CC) =:3
caO
.....
"OtJ)
CU CU
o Q),
0:;:;
c::: ."-
o 0
.....=c:
.....
q:
FIGURE 1
i.
~
~ -=
'" =
~ ~
E =
_ 0
= 00 .==s
.sa -; < :i..
...... = ==
= bfl 0 .::;
.e 00 ~~
= ~ =A'
> ~ ..cl ~..
r-lC4-4-"'~=S
0=0 ~
-; ~ '-'" E =
; ~ ~'a
't e cl:: .5.
= '" ~. ~
.:: < ~-
00 '" -= =s
~ ~
t ti
::: Q.)
- ."""
= e
~ ~
-
~
f=
ri!f
.a "Cl
- el
QC ::s
1;0
-=-
= ~
o =
~]
=t:
o 0
.=z
<
..-4
..cl
C.
f
bfl
o
-
o
..cl
~
.,
..c:
t:..-4
0=
Z~
bfl '"
=t"-
:i!~
o =
o~
~
PBSJ
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
FIGURE 2
=
Q
.-
-
I:':
=
-
I:':
>
~Ct-<
_ 0
I:':
-
=
-
~
=
-
-
00
.
"
~
~
-
=
-
~
=
-
-
00
"C
=
o
~
=
o
.= =
<=!
= 0
0_
~~
~ ..
=-=
-= ~.
- ~ =
cS ~
e=
= ....
E-t a
=
c= .....
~~
~-
"C =
~
-
~
~
. ....
e
~
-
=
=
~
00
"0
~
-
=
=
o
~
a
-
<
-
~
~
-
.-
-
=
=
u
-
~
e-
- =
00 E
A "C
- =
::: =
-01
=-
"C rIl
= ~
o ~
~:
= =
o Q
-00.
<
N
-=
c.
e
~
o
-
o
-=
~
-=
- -
==
Q=
OON
~ ..
=t"--
~>>
o =
o~
~
<.l
0
I
r-.
N
\D
I
N
,.,
0
I
t"-
O ,.,
\D
I I
\D N
't't
1-'--
PBSJ
~
Qj
CI)
...
en
.....
.....
~
.0-.< I-
c::
o
.-
-
=s
s::
o
(.)
"0
Q)
l./)
o
Q.
~
o
I
o
1'1
o
I
\D
,.,
o
I
N
O't
I
\D
't
~
Qj
e
en
.....
.....
~
..9-,9 L
~
~
s::
o
.-
-
=s
c::
o
(.)
0)
s::
'-
-
l./)
~
U1
I-
...J
o
CD
<l:
o
~
"'-
1'1
N
<(
I
<(
c:
o
:=
o
Q)
en
o
~
"'-
1"1
.
,....
It)
,....
o
ci
...--.-
~
<(
CI)
(fJ
----
o
I
It)
o
0) I
.S N
~
~
-
Q)
:::::
e
~
a..
..
l./)
Q)
s::
~
....
"0
s::
:::s
o
en
~
o
~
..
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
"'"410!
. o.
. .".. t"") '"
: . N r')
.:'. :
. .
......
CD
~......
~ c:
CI) e
;:"'0
.,...(tf
.,...:::s
cc12
"'0 U)
(\1 ca
o CD
a:~
'-
t: 0
.E~
......
q:
FIGURE 3
=
o
.-
-
=
=
-
=
~
~"""
- =
=
...
=
-
("l
=
...
-
r.IJ.
<Il
~
...
::
-
CJ
::
...
-
00
"C
=
=
~
c
=
.:: =
<~
c =
=-
~~
<Il ..
=.c
....c CJ
= ~ ~
~e=
::.-
~ a
=
4::-
~~
~-
"C =
~
-
CJ
~
.....
f
~
-
=
c
bJ)
.-
00
"C
~
-
c
::
=
~
a
...
<
...
~
~
-
.-
-
c
=
U
-
~-
f c
00 f
.r:l "C
- =
ClO ::
1;0'
"C-
= <Il
= =
~.~
c1::
= =
.=z
<
~
.c
Co
f
bJ)
=
-
=
.c
~
.c
1::-
==
z~
bJ) ..
ct--
~ .....
= =
=~
~
<J...
0
I
/r)
'"
lO
I
0Cl
N
0
I
<t
0 lO I"')
I I
lO C\l
<t<t
-'--
,
PBSJ
..9 ,9 L
I
I I.
"O-,L II
.~
. ,
~~'~"~ ~ ~
0 ;.:.': '" f'1
t5
CD . .
CJL-.
t: c:
0 0
~ '-
-
=s '-
"0
c: t:
0 0 0
(,) (,) I
"tJ l:l) .
~
Q) c: ~
II) '-
-
0 II)
Q.. S
e
Q,.
0
I
<t Vl 0
'" ~ .....
...J l:l) I Q)
0 0 .s N
I CD ~ e ~
I"') <( ~ ..... c::
I"') CI) e
0 a <t -
I ......... oS! S "ti
<t -
0 ......... E C1J
b<t f'1 ~ It) :::s
I ,... 0
lO <t: ....
~ <t 0 C1J ~
<t: (I)
~ c "'0
f'1 0 ;
'" ;:: C1J
~ 0
CJ) ;:
. Q:
... :::s
Qi .. c:: 0
CD U1 .e
... CI)
en ...
I.l') .....
~ II) <(
a Q)
0 c:
llJ
Qi -.I
CD "0
...
~ U5 c:
I.l') ::s
..... 0
'Xl
.:::
-
::s
0
CI)
. .
~ ~ ..
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
FIGURE 4
rI.l
~
a..
=
-
CJ
=
a..
-
00.
-
==
::
tl.O
00
"0
~
eo-.-a..
_ Q ~ cS
= Q
; ~
~ 6
= a..
J", -<
- a..
00. ~
~
-
.-
-
==
==
U
=
Q
.-
-
=
=
-
=
i>
~
"0
==
Q
~
::
Q
.= ==
-<~
:: Q
Q-
~r..
rI.l _
==.r::
.r:: u
~ ==
~
E=
= .-
E-t 6
==
ct= .-
~~
.;l_
"0 ==
~
-
u
~
.-
f:
~
-
~
ec
mf
.a "0
- =
~ =
-01
==-
"0 rI.l
== ~
Q ~
~;S
== =
Q Q
-00.
<
"l:t'
.r::
c.
f
tl.O
Q
-
Q
.r::
~
.r::
--
==
J3~
tl.O -
cl'
:;>.
Q ==
Q~
.;l
c.o
I
o
N
o
I
(!)
N
(!)
I
.
.....
r<')
o
I
!Xl
'i
(!)
I
'i
<:t
PBSJ
c
o c::
- 0
u :.i::
~ :0
c c::
o 0
u(,)
-"0
CII CIl
o III
a. 0
o g.
- "-
E C1.
'-
<l:
>.
-
"0
o
2
~
Q)
(1)
~
en
co
..-
~
~
~I
E
'-
<l:
~
0
I
i<)
N
(!)
I
01
: N
(!)
I
r-.
0 r<')
I
!Xl
r<')
1--
,
-
CII
o
2
~
Ql
Z
..~
.c.;.L~~
"... .".. .. ...
--~DJ}I~
-r
-
o
ti
Q)
~
8
..'i:-.g~ c.o
I
c:: 11
0
'-
-
=s t
c::
0
(,)
0) rL'
c:: .'
'-
-
III 0
~ Ul I
I-
...J 0) N I-
0 oS Z
CD ~ w
2 ....
<l: cf w Q)
a >
"l" - <l: E
"'- ~ 1l.C.,') ....
"l" Z t::
"'- e 0- ....
1-3: CI) e
r") cf <l:
wa::: 'b
::l0 5
4= 00 ~
< wa::: CO :1
a:::<l: ,...
lXJ C ::l0 a
..... 0 UlZ
:;; ....
(.) <l:<l: ~ ....
(J) WI- (/)
C/) 2Ul "0
. 02 Q)
.- i<) ~ ~
...JO
..... .. ~a::: 0
lL.lL. S
1-0 a::
a Ow :1
0 Z2 t:: 0
III ::l
CIl ZIIl 0 CI)
c:: <l:1Il ....
ctI U<( .....
...... . q:
"0
c::
::s
0
(Xl
'S
::s
0
CI)
..
Q)
(1)
~
U5
co
..-
8
CIl
c::
ctI
....
r-r
~
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
FIGURE 5
rI.l
~
'"
=
-
~
=
'"
-
17.J.
-
=
el
bI.l
00
"0
~
.... - '"
_ 0 ; cS
= 0
; :?J
"t 5
= '"
'" -<
....
00 t
>
~
-
.-
-
=
=
U
=
o
.-
....
=
=
-
=
>
~
"0
=
o
~
=
o
.::: =
-<~
el 0
0_
~~
rI.l ..
=.c
.c ~
~ ~
e=
= .-
E-t 5
=
it: .-
~:?J
-
"0 =
~
-
~
~
.,...
o
'"
~
-
~
e-
- =
00 e
;: "0
\C =
..... =
-0'
=-
"0 rI.l
= ~
o ~
~.;:
= =
o 0
-17.J.
<
.,.,
.c
Co
e
bI.l
o
-
o
.c
~
.c
--
==
0=
17.J.N
bI.l ..
ell'
:;....
o =
0:?J
..J
0 c
I 0 t::
~ 0
0 u ~
~ III '-
(!) c"b
c t::
I 0 0
.q- UO
~ ~"tl
1Il <b
0 II)
a. 0
(!) o g.
~ lo.,
I E C1.
('\j '-
('\j <l:
>,
-
"0
0
2:
U)
I
.q-
.q-
~
o
I
(!)
.q-
~
PBSJ
~I
~
I
0
I
0
...-
(!)
I
.q-
...-
_L
(!)
I
('\j.
('\j
0
I
0
t")
.
E
'-
<l:
--
1Il
o
2:
~
III
2
~
"C
>
ffi
CD
"C
CtI
o
~
t::
o
--
-
:s
t::
o
o
0)
.S
-
II)
;n
.,~
' . .' A
=W-:J ~I ~i
I l..., I
I'. .! V
~IJ! I
"s:'-.9l ~ ~
td
0 I
I
N I~
U1
I- ,W
...J 2
0 <b w
CD t:: > ,
~ t. <l: -e
<l: ..,J 0.0
0 0) z
.S 0- ~
't' I-~
""- E <l:
't' we::
""- ~ :JO oS:! .....
f'1 00 t:
we:: :=3 e
<( e::<l: 0
I :JO CO "'tj
<( U1Z
Co c: <l:<l: ca
WI- ~
~ .Q 2U1 :=3
t5 02 0-
Q) ca
CJ) ...JO
~e:: Q .....
u..u.. CI)
f'1
~ 1-0 ..... ~
Ow ca
22
.. :J b
0 ZU1 S
<l:U1 ca
0 U<l:
. 0 ::::s
II) Q: 0
<b CI)
t:: t:
~
..,J 0
"tl .....
t:: ........
::: q:
0
lX:l
S
:::
0
CI)
..
STRUCTURAL EVALUATION
SIGNAL STRUCTURES
FIGURE 6
=
o
.-
-
=
=
-
=
>
~'"""
o
-
=
'"
=
-
~
=
'"
-
00.
~
~
-
=
-
~
=
-
-
00
"0
CIS
o
~
=
o
-
-"0
< 'S::
= Q
0-
~~
~ ~
CIS-=
~
- -= CIS
o ~ ~
~e~
= e
E-t CIS
4:: ....
~~
~-
"0 CIS
~
-
~
~
.....
o
-.
~
-
=
=
c.o
....
00
'C
~
-
=
=
o
~
e
-.
<
-.
~
>
~
-
.-
-
=
=
U
"0
-.
CIS
>
~-
:; =
o E
="0
~ =
"0 =
=0'
~-
- ~
= ~
"O~
=-
o =
=::: 0
=00
o
-
<
\C
-=
Co
E
bIl
o
-
o
-=
~
-=
- -
=Q
OQ
ooN
c.o ~
=t"-
:!2>'
o =
O~
~
JEB BUSH
GOVERNOR
~
Florida Department of Transportation
Office of Planning and Public Transportation
602 South Miami Avenue
Miami, Florida 33130
EXHIBIT B
moMAS F. BARRY, JR.
SECRETARY
November 14,2001
Mr. Joe Johnson
Transportation/Concurrence Management Director
City of Miami Beach
Transportation & Concurrency Management Division
1700 Convention Drive
Miami Beach, Florida 33139
".
Dear Mr. Johnson:
RE: FM Number 4129561 - SR 907/Alton Road Signal Head Improvements
In response to your October 22, 200 1 letter concerning funding for signal head replacement at a number of
intersections along SR 907/ Alton Road from 511l. Street to 1611l. Street, the Department has programmed
$125,000 in funds from the County Incentive Grant Program (CIGP) in fiscal year 200112002. The
Department will develop a Joint Participation Agreement (JP A) with the City of Miami Beach and the CIGP
funds will be granted to the city and as you are aware, a 50% match of local funds will be require.
Mr. Ken Jeffries from our Planning Office, at 305-377-5683, has handle a number of CIGP JP A's for the
Department thus he will be responsible for development of the JP A for this project. The city will need to It.
continue coordination of these improvements with our Traffic Operation Office. (34~) 311 ~r;, f C{ / 'aX
If)) have any addition uestion on this issue, please feel free to give me a call at (305) 377-5900.
co: Jose-Luis Mesa, MPO
Gus Pego, FOOT
Rafael DeArazoza, FOOT
Linda Glass-Johnson, FOOT
Ken Jeffries, FOOT
Reading File
www.dot.state.fl.us
~ \ ~Ul\ \~~t
,,\ .'" 't\~ , '..(\')~o~
., ." . '3tll~"
..,tl"'~).. ~ '$~
~tl'3"l') ~04c:.~
tlO'''\''\~O\1. ~ ~"\3~~.. .'" \
I' a""" . ~,..1 -
,;;I ......~~'
" VRECYCLEOPAPER
JEB BUSH
GOVER.'lOR
~ T RECEIVED
Fl .d D f rr 'OHCUU~NSPOirA rlOH
ort a epartment 0 ~ ransJ!UTt~HT' DIY/S/OH
. 208/ APR 26
AMID: O()1tOMASF.BARRV,ia.
SECRETARY
. .
. ,
District Traffic Operations Office .
1000 NW 111 Avenue, Room 6202
Miami, Florida 33172-58.00
Telephone (305) 470-5335
'..
April 24, 2001
Mr. Joseph W. Johnson III, Alep
Transportation and Concurrency Manager
City of Miami Beach
City Hall, 1700 Convention Center Drive
Miami Beach, FL 33139
SUBJECT: MULTIPLE LOCATIONS ON MIAMI BEACH (CTP 2001-02-Q024)
Dear Mr. Johnson:
~
This is in response to the City of Miami Beach request for approval of protected I permitted
left turn phasing for Alton Road at the intersections at 8th, 11th, 15th, and 16th Streets and
at Dade Boulevard. According to a subsequent letter received from you, this phasing is
requested for the southbound movements at 11th, 15li1, and 16li1 Streets and at Dade
Boulevard. It is requested for the northbound movements at 8li1 and 11li1 Streets. The
Department concurs with all requested movements except the northbound Alton Road left
turn at 11th Street. This is a light movement and neither the Traffic Engineering Study
prepared for Miami Beach nor the earlier one prepared for the State recommended this
movement to be a protected phase. It is understood from this letter dated April 4, 2001
that the City of Miami Beach is prepared to implement these phase adjustments on
approval from FOOT.
Regarding the request to shorten the left turn lane on Collins Avenue at 71. Street, the
Department collected data the week Qf March 24-31 and reached the following
conclusions: If the left turn lane has more than its capacity to store vehicles; the left
turning traffic will block one of the through lanes, and the northbound through flow
capacity will be reduced by up to 50%. The present left turn lane is 140 feet long. This is
typically enough to store five to six vehicles. If another parking space is added, the storage
capacity will be reduced by one vehicle. The data collected indicated that there_ were thirty-
four time periods of 15 minutes each with average left turn volumes per cycle exceeding
five vehicles. The present capacity would have been exceeded three times. Therefore the
Department's position is that the provision of even one additional parking space at the
expense of the existing left turn lane will cause the intersection level of service to decrease
substantially during periods of peak traffic and the Department will not permit this action.
Regarding the installation of dual left turn lanes on eastbound 41. Street onto northbound
Indian Creek Drive, the Department has approved this improvement and was awaiting
inclusion of this plan in a permit job referred to as the -bridge job- to be presented to the
Department. This permit was recently submitted to the Department fo'r review and it was
www.dot.state.fl.us
e RECYCI.ED 'AI'ER
-'---
noted that the intersection improvement was not included. It was returned requesting
revision to include the Indian Creek @ 41 st Street intersection improvement. During a
telephone conversation last week you indicated that you expected delay of the bridge job
pending approval of a local historical society. In order to proceed more quickly with the
intersection improvement, you inquired of the possibility of submitting the intersection
improvement as a separate permit. I have spoken with our Permits Department regarding
this request. There will be no problem with this, but it must be understood that the bridg,e
job will not be approved before completion of the intersection improvement job. [t must
also be understood that Miami-Dade County Public Works will be the permittee for the
signal work and that the city of Miami Beach may be the permittee for the signing and
pavement marking work. Your consultant for the bridge job must be notified to make
changes to plans submitted to be consistent with the proposed intersection improvement.
This addresses each of the issues originally presented regarding changes on Alton Road, at
the intersection of Collins Avenue @ 71" Street and at the intersection of Indian Creek
Drive @ 41 It Street. If you have any questions or further comments, please call, write or e-
mail.
~
~~t;:;
Robert P. Register, P.E.
Traffic Operations Engineer
Cc: Matthew Schwartz, Assistant City Manager
Gus Pego, P.E., FOOT District Director of Operations
Rory Santana, P.E., FOOT District Traffic Operations Engineer
Wahid Nor, P.E., FOOT District Permits Engineer
EXHIBIT C
RESOLUTION NO.
2001-24374
A RESOLUfION OF THE MAYOR AND CITY COlVIMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA, RETROACTIVELY APPROVING
THE ADl\1INISTRA TION'S SUBMISSION OF A GRANT APPLICATION,
IN THE AMOUNT OF $125,000, TO THE METROPOLITAN PLANNING
ORGANIZA nON (MPO), UNDER THE STATE OF FLORIDA'S YEAR 2002-
03 COUNTY INCENTIVES GRANT PROGRAM (CIGP); THE
APPLICATION BEING FOR THE REPLACEl\iIENT OF FOUR TRAFFIC
SIGNAL HEADS ON SR 907/ALTON ROAD IN SOUTH BEACH,
ESTIl\ilA TED TO COST APPROXIMATELY $250,000; THE PROJECT .
BEING LISTED IN BOTH THE. MIAMI BEACH MUNICIPAL MOBILITY
PLAN AND COl\1PREHENSIVE PLAN; STATING THAT THE REQUIRED
FIFTY PERCENT LOCAL MATCH WOULD BE PROVIDED BY
CONCURRENCY MITIGATION FUNDS; AND FURTHER
APPROPRIATING BOTH THE CITY AND STATE FUNDS, IFIWHEN THE
GRANT IS AWARDED.
WHEREAS, in order to function properly as the traffic spine of South Beach, SR 907/ Alton
Road requires the installation of five-section signal heads that allow for protected left-turn
movements at the intersections of Alton Road with 8th, 11th, 15th and 16th Streets (the Project); and
WHEREAS, additional inflow of traffic is expected on Alton Road, as on-going
development and redevelopment projects are completed within the general area; and
WHEREAS, the Florida Department of Transportation (FDOT) has endorsed the proposed
upgrades, as stated in a letter from its Traffic Operations Division, dated April 24, 2001, which is
attached hereto and made part of this Resolution; and
WHEREAS, FDOT would be able to install the needed upgrades only in 2005 or later, as
part of a programmed resurfacing project for this segment of Alton Road; and
WHEREAS, the County Incentives Grant Program (ClOP) allows FDOT to make grants to
counties and municipalities for those projects which improve transportation facilities and enhance
traffic flow in the State Highway System, and advances their implementation; and
WHEREAS, in order to meet a May I, 2001 grant deadline, the Administration submitted
an application to the Metropolitan Planning Organization (MPO), under the FY 2002-03 ClOP,
which application requires retroactive approval by the Mayor and City Commission; and
WHEREAS, the Project is estimated to cost approximately $250,000, of which a required
fifty percent (50%) or $125,000 local match would be provided, utilizing revenues from the City's
Concurrency Mitigation Program. .
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION. OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission retroactively approve the Administration's submission of a grant application, in the
amount of $125,000, to the Metropolitan Planning Organization (MPO), under the State of Florida's
Year 2002-03 County Incentives Grant Program (eIGP); the application being for the replacement
of four traffic signal heads on SR 9071 Alton Road in South Beach, estimated to cost approximately
$250,000; the Project being listed in both the Miami Beach Municipal Mobility Plan and
Comprehensive Plan; stating that the required fifty percent (50%) local match would be provided.
by Concurrency Mitigation funds; and fUrther appropriating both the City and State funds, if Iwhen
the grant is awarded.
PASSEDANDAPPROVEDthisthe 16th day of
May
. 2001.
1/
1!t~~tt
MAYOR
ATTEST:
~ r4A-~
CITY CLERK
APPRQV!DASTO
FORM a 1.ANGUAGE
a FOREXECUTlON
A/I. ~1h.1/~ . .~!t.. '1-7-0/
'~ Date
_.....
CITY OF MIAMI BEACH
FINANCE DEPARTMENT
Memorandum
~lTC~l
~ -_H
To:
Florida Department of Transportation
Attn: Mr. Ken Jeffries
Date: December 14, 2001
From: Patricia D. Walker, Chief Financial Officer
Subject: FM NUMBER 4129561 - SR 907/ALTON ROAD SIGNAL HEAD IMPROVEMENTS
As required by the Planning Office of the Florida Department of Transportation (FOOT),
this is to confirm the following:
1. That the City of Miami Beach confirms that up to $125,000 in Concurrency Mitigation
Program Funds/South Beach, are available to fund the 50% local match obligation to
the State's County Incentive Grant Program funds that will be programmed by FOOT
for the SR 907/Alton Road Signal Head Improvements project, above mentioned; and
2. That City Commission Resolution No. 2001-24374, dated May 16,2001, would not
have been approved and executed by our elected officials, if no real local matching
funds were available, as stated. A copy of the Resolution is attached for your records.
--f5L/Cu-
Patricia D. Walker
Chief Financial Officer
PDW/JtwAJ
Attachment
cc: Joseph Johnson, Transportation/Concurrency Management Director
Finance Department files
F:\WORK\$TRA\AMELlA\FDOT\CIGPlocaIMatchConfirm.doc
" -,
. '\~ .~. r
EXHIBIT D
I
I
I
i
I
I
-
-
I
j
t
I
I
t
I
I
I
I
TRAFFIC ENGINEERING STUDY
For the
Projected Left Turn Phase on Alton Road
at Miami Beach
...
February 7,2001
Prepared for.
G.F.S.
1320 S. Dixie Highway, Suite 781
Coral Gables, Florida 33146
Prepared by:
J
2001 NW'107 Avenue
Miami, FL 33172
TABLE OF CONTENTS
Section
1.0
2.0'
3.0
4.0
5.0
Title
INTRODUCTION
FIELD REVIEW AND DATA COLLECTION
ANALYSIS OF EXISTING CONDITIONS
FUTURE TRAFFIC CONDITIONS
SUMMARY AND CONCLUSION
Paqe
1
2
2
7
8
APPENDIX
A. Turning Movement Counts
B. Existing HCS-3 Runs
C. Projected HCS-3 Runs w/o left turn phase
D. Projected HCS-3 Runs wI left turn phase
!
I
f
I
I
1
I
I
I
I
I
LIST OF FIGURES
No. Title Page
1 Area of Study 3
2 Turning Movement Counts 4
3 AM & PM Existing LOS 6
LIST OF TABLES ~
,
No. Title Page
1 Existing LOS and Delay 5
2 Projected LOS and Delay without left turn phase 8
3 Projected LOS and Delay without left turn phase 8
1-.
J.
j
I
~
i
j
t
I
j
j
,
f
j
j
j
,
t
t
1.0 INTRODUCTION
The scope of services for this traffic study includes field. review and data
collection, analysis of the existin~ and future traffic operation conditions at the
intersections of Alton Road and at Street, 11 th Street, 15th Street, 16th Stre~t, 17th
Street, and Dade Boulevard, The projected year 2004 . traffic volumes were
estimated and analyzed for the existing signal phasing conditions at each of the
signalized intersections listed above. A protected southbound left turn phase was
then introduced at each intersection and the AM and PM peak hours were then
re-analyzed to obtain the projected Measure's of Effectiveness and to compare
them against the existing conditions.
1
I.
I
I
I
I
j
i
1
1
t
t
I
2.0 FIELD REVIEW AND DATA COLLECTION
Field review was conducted on two separate days to provide good understanding
of the existing conditions during the AM and PM peak hours. The area of study is
shown in Figure 1. Existing turning movement counts were conducted on
Wednesday, January 10, 2001 at the following intersections (Figure 2):
Alton Road and 8th Street
Alton Road and 11 th Street
Alton Road and 15th Street
Alton Road and 16th Street
Alton Road and 1 ih Street
Alton Road and Dade Boulevard
The counts where taken during the AM and PM peak hours, from 7:00AM to
9:00AM and from 4:00PM to 6:00PM respectively. The quality of operation,
queue lengths and back of queues were observed and documented as well as
digital photos and a video tape were also utilized for documenting existing
conditions. This would serve to validate the results obtained from the traffic
analysis modeling.
3.0 ANALYSIS OF EXISTING CONDITIONS
During the AM peak, the heaviest traffic volume was observed in the southbound
direction on Alton Road. As shown in the turning movement counts, the heaviest
left turn is located at the intersection of Alton Road and 17th Street. The two
signalized intersections at Alton Road and 17tl1. Street and at Alton Road and
Dade Boulevard have a protected southbound left turn phase. All other
intersections in this study do not have a protected left turn phase, even though
the left turn demand may be heavy at times at certain locations.
Heavy southbound traffic volume during the AM peak period causes long queues
to occur between Dade Boulevard and 16th Street. South of 16th Street, this traffic
moves without much queuing. The capacity of Alton Road after this intersection
is adequate for the existing volume of traffic. .
2
[]
1
I
I.
I
I
1
I
I
I
t
I
I
I
I
I
I
I
I
T""
W
0::
;:)
~
-
u.
>
o
::>
....
en
u.
o
<t
w
c:::
<t
; N
... -
... ...
--...
0_...
on..._ "- W
-...... (S(18t
"'-...
"'-- ... 11(10;:
I.J.~ .,. (SIIOl 0::
:J
C)
I33C1IS HIS 161161 J- ~t, 1--4
(S;:IOl ~ :;; LL
18061 "" -0
...--
"'-...
;;::,.,
;; NO-
o ...
;;; -
---
N__
... 0 .... "-
- N_ I IZ)(t
"'0-
on_... ... Inl09
.i.J.~ v!" C9llll
V)
~ ~
HI ~ ~ ,
I33~lS I (81te J- ~tf Z
n'91"t -+ - - -
.........
(Z51166 "" ...... ... :::::J
_N_
__0
'" - on 0
-...
- -...
... ...
... U
-",
N__
"'-0
--... "-
-...- lL""t
"'0...
...-.... .... IZ;:IIIU
.i.J.~ .,. ILZIL" ~
Z
H1S~ W
133~lS 1"911nl J- ,t, 2
IZZIIZL -+ ...- W
IIUl9tl "" ~;:-
-... - >
..._N
,.,--
... -=~ 0
-N
"''''-
..-....
- -,., "- 2
...,.,- 10;:I"t
0"'....
-",,., .... (9"'1"
'.J.~ .,. ( lZI,,(
C)
Z
133C11S H19~ lI>8115H ,.,. '1f I--l
IZOLltS -+ ,., Z
1651116 "" -I-
...0-
..._on 0::::
--'"
-"'-
...-1-
... N :::::J
--
....... ~
onN-
--....
--... "-
"''''- 18910;:
"'00
N...... .... (0611;:6
I.J.\ "'159t)69Z
133C11S HIL~ (L'Zln~ J- ~t,
I ZQl lte -+ ...--
I "5"tl'l '" N~rJ
_",N
N--
~S~
...-
N 1.),,<;
-... \'!
..... "- \(0&)'"
.....-
"'-N ~~""\)'<;\
--...
"'on_
--...
-...,.,
,...~ ,.....
~t, ~
'3CJ~ CJ 0 0-
J" ... .....
_0 ~
... - -
.CJ['-\<d 'i.)&,'i. ;, ...-... <(
-.....
\0" \\(0(0 "'llII ~a;;
~ ", ,'61. - ...
\0'1
- - - ~
The existing AM and PM peak hour turning movement volumes were entered into
the latest version of the Highway Capacity Software (HCS), which is based on
the Highway Capacity Manual to evaluiate the existing levels of service and
estimate delays.
Presently all intersections in the corridor have acceptable LOS's (Table 1, Figure
3). Even though volume is high, enough green time is given to the through
movements on Alton Road for traffic to dissipate and provides enough gaps for
the left turns .The average number to vehicles queuing on the left turn bay at 1ih
Street was 8. On average 5 vehicles made it through the protected left, while the '
remaining 3 plus additional vehicles joining them cross over on gaps that the
northbound traffic allows.
.....7..a~_..~............
Queue caused by delay of signal
light on Alton Rd. southbound at 16111
Street. At this point it is goin2
through Lincoln Rd. towards 17
Street.
Continuing queue on Alton Rd. at
17111 Street. This originated from 16111
Street, as shown on previouS photo.
'j
;'
"
I!
I
i 1
I
. i
! : j
~ . I
: I
! 'I
. .
i.
: : I
TABLE 1
EXISTING LOS & DELAY
Location
AM
LOS Dela
C 23.6
B 16.9
C 20.2
C 24.2
D 39.4
C 34.3
PM
LOS Dela
D 36.4
E 56.1
B 19.7
D 52.7
E 72.4
E 78.5
ton Road-8th St
Iton Road-11 th St
Iton Road-15th St
ton Road-16th St.
ton Road-17th St.
Iton Road-Dade Boulevard
During the PM peak the heaviest traffic volume was observed traveling
northbound on Alton Road. Traffic traveling southbound on Alton Road was also
heavy, but not as much as in the AM peak.
If
5
-
M
W
Cl::
:J
C>
-
u.
tJ'J
o
..J
C>
Z
-
...
tJ'J
-
><
w
:E
c.
~
:E
<(
During the PM peak period, traffic tends to move northbound in platoons and
heads north past Dade Boulevard towards the residential areas. The traffic flow
is almost always interrupted by the signal lights on these intersections.
During both peaks there is a significant conflict between the traffic heading
northbound on Alton Road and southbound vehicles making left turns. The
existing levels of service generally operates at LOS "E" or "F" for the southbound
left turning movement. Fortunately, approximately 2 to 3 vehicles are able to
make left turn during the clearance phase (yellow plus all-red), which
considerably reduces or eliminates the queue in the southbound left pockets.
4.0 FUTURE TRAFFIC CONDITIONS
Future growth in the background traffic volume was assumed to be at 2% per
year. Therefore the existing turning movement counts at all signalized
intersections within the area of study were then multiplied by 1.06 to reflect year
2004 volumes.
These volumes were next entered into the Highway Capacity Software and all
phases were kept as exiting to estimate the future conditions without altering the
signal phases. However, the signal timing was adjusted to allow for the optimal
operating conditions possible under existing phasing. Table 2 shows a summary
of the. results.
The additional southbound left turn phases were then introduced to all signalized
intersections and the HCS was utilized to estimate the measures of effectiveness
for both AM and PM peak periods. The results were tabulated below in Table 3.
In comparing between the results of the two previous runs, it is very clear that the
introduction of the southbound left turn phase during both peak periods would
result in significant improvements to traffic operating conditions. In all cases
analyzed, the average delay per vehicle was improved after the introduction of
this left-turn phase. The levels of service either remained the same or improved
with the introduction of the left-turn phases. In some cases, the delay was
significantly reduced and all levels of service were at LOS "0" or better.
7
i
.
I
i
j
j
j
j
j
j
j
j
,
j
,
,
j
J
f
TABLE 2
PROJECTED LOS & DELAY WITHOUT
LEFT TURN PHASE
Location AM PM
LOS Delay(sec) LOS DelavCsec)
Alton Road-8th St C 32.6 E 59.4
Alton Road-11th St 8 19.5 F 98.5
Alton Road-15th St. C 24.1 E 62.4
Alton Road-16th St C 28.4 C 31.4
TABLE 3
PROJECTED LOS & DELAY WITH
LEFT TURN PHASE
Location AM PM
LOS Delay(sec) LOS Delay(sec)
Alton Road-8th St 8 13.2 0 39.6
Alton Road-11th Sl 8 18.7 0 .38.2
Alton Road-15th Sl C 23 0 37.5
Alton Road-16th Sl C 25 C. 26.2
5.0 SUMMARY AND CONCLUSION
The increase in traffic volumes makes the southbound left turn phase almost
necessary for future conditions as shown in Table 2 and Table 3. There is a
significant improvement in the LOS and in the delay per vehicle for all
intersections in the study. The introduction of the southbound left-turn phasing
along the corridor would reduce the overall delay at each intersection and would
allow better opportunity for significant improvements to the progression along the
Alton Road corridor.
8
The projected operating levels of service at all signalized intersections within the
area of study clearly show that with the introduction of the southbound left-turn
phase, the capacity at the signalized intersections would be significantly
increased. This allows these intersections to continue to operate under
acceptable levels of service if some shifting in traffic volumes were to occur.
I
t
,
j
t
I
i
I
j
j
I
d
-
I
I
-
9
._. .. ..., ...., "'" r,.,,-rOJJ '~AN~~IJHrArIC~
+305:s35337
T-890 palO/Ole F-SS -g,~!!I13!T D-l
Q
3:
...
~
~
... .
~
~
.,
~
N
~
.....~~-~... -....
,
~
...
~
.. ...1-
. '-j"'.
....1....: .
....... ...-
t-_. !...-
j
III
..
.. i!:-
I!
ell .. ..
e ... e
..
Go . e
... to- ::0
::l 'i III
1 u
OJ f
"0 ';l
II: w Q.
II '.
~o
0
c:
S
~ S .;
~ ... ~
CI)
i!:- ll. ... ...
.. ::l :;) :;)
~ "U "U "U
,I ,II ~
:0 0 ~ 0
en a: a:
I II. ' ..
OJ
Cll
..
Q..
ClIO
3:
co
3:
...
i
... '
~
...
i
....." ..... .
or '
i
...
3:
N
i
..
i
o
i
~
.
i s
~ ~ l J
~ CI:I ll. :Ji
c
0
;;
ca
eS. . .. .. u
. "'" .a
,. s
~"U ... '"U
e" ~ 0 .,. "C
C!!:,.. '" ....
0
:!:
c
c ,2
.9
lS -
I u
Ie CD
.9
U ... ~"C
1: j .II I
i . ,z
e ... ! -ca
l! c Co
l co .9 Co ;0::
<3 t c
w
... I .e <<De
3i .9
II ~ tj' .~ 0
lOa. JI i!
z_ --
.... .~ ~ ee-
:: .j. c
... 8 c::C3:
....." a. as
me
g.. ... r> ., 00
v~~-UJ-'UUI Uj:lfpm Frcm-PBSJ TRANSPORTATION
+3055935337
".EXHIBIT D-2
ZED INTERSECTION MODIFICATION ON
AL TON OAD - DESIGN AND CONSTRUCTION
ENGIN ERING SERVICES
PHASE I: ~ SIGNAL PLAN DESIGN
Scope of sf.os
The scope or this work includes the development of signal plans for the following five
signalized in sections:
. Alto Road and 8th Street
.- Alto Road and 11 tI\ Street
. Alton Road 'and ISlh Street
. Alton Road and 16th Street
. Alton Road and Dade Boulevard
The purpose f the development of these signal plans for the signalized intersections is to
accommodat the installation of the additional sima! faces with exclusive left-turn
. ~
phases.
This scope ..l omes that new mast arms will need to be installed at twO locations where
the existing ast-arms are not long enough to accommodate the additionalleit turn signal
heads.
The work effi involved includes the following:
Task 1:
Task 2:
Task 3:
Intersection Survey
Signal Plan Development
Coordination and Meetings
Below is a de .ption of work effort included in each taSk.
Task 1:
Intersection Survey
Two of the s gnalized intersections will need the replacement of the mast aims to
accommodate he additional left turn phases. This will req,uire the installation of a longer
mast arm to re lace the existing short mast arms. However, the existing mast anus should
remain operati nal during the installation of the new mast arms. Once the new mast anns
are fully opera .onal, the existing mast arms can then be removed.
~~W W~ ~wwl UJ.II~ln
rrum-rg)J lMI'~I"\J~IArION
Task 2:
Signal Plan Developmeut
+3055935337
T-890 P.003/010 F-592
Signal plan will be developed for the signalized intersection showing the new locations
of signal h ads, wiring diagrams, new pull boxes as well as other design features
necessary fOr the proper operation of the signalized intersection.
The signal ,1an5 will be submitted for comments and approval to the City of Miami
Beach, the F arida Department of Transponation and Miami-Dade COlUlty Public Works
Department.
Task J: 1 Coordination and Meetings
It may be neJessary to discuss some of the design issues with the reviewing agencies. The
existing si~ operation at each intersection will be discussed with Miami-Dade County
Public work~Department to ensure full undemanding of existing conditions. .
. Meetings to discuss the draft design plans may be necessary before the successful
completion 0 the design effort.
I
V~~-UJ-,UUI Uj:IIPm from-PBSJ TRANSPORTATION
+3055935337
T-B90 P.004/010 F-592
PHASE J,
1
Scope of setc..
The scope O~thiS work includes the. development of construction cost estimate, review of
Contractor's bid documentation, assisting the City of Miami Beach in the selection of the
Contractor d providing the constrUction engineering and inspection services for the
constrUctionl of this project. This construction inspection work effort pertains to the
followi~g file signalized intersections:
. Alton Road and 8lh Street
. Alto~ Road and 11th Street
. Alto~ Road and 15th Street
. "AltoJ Road and 16th Street
. Alto I Road and Dade Boulevard
The purpose lof the conStl'Uction effort of the signalized intersections is to accommodate
. the instaIlatif of the additional signal faces with exclusive left-turn phases. .
This scope Jsumes that new mast arms will need to be installed at two locations where
the existing ~ast-arms are not long enough 10 accommodate the additional left turn signal
heads.
The work effi rt involved includes the following:
Task 1: . Construct/on Cost Estimate
Task 2: Prepare Proposal (Bid) Forms
Task 3: Bidding and Contract Award
Task 4: Coordination and Meetings
Task 5: . Construction Engineering & Inspection
CONSTRUCTION ENGINEERING SERVICES
*~
Below is a de cription of work effort included in each task.
Task 1:
Construction Cost Estimate
An itemized constrUction cost estimate will be prepared and submitted with the
preliminary c nstnlction plans. Once the construction plans are approved by the City,
County and S. te, the cost estimate will be finalized with a five percent contingency for
each pay item "
08,-03-2001 03:17pm From-PBSJ TRANSPORTATION
+3055935337
T-S90 P.005/010 F-592
Task 2:
Prepare Proposal (Bid) Forms
PBS&J wil provide the standard bid forms and the contractor will follow the FDOT
standard sp~ifications for road and bridge constrUction.
Task 3:
Bidding and Contract Award
The City . I coordinate with the contractors and organize the pre-bid meeting and
PBS&J will rovide information and assb1 where applicable.
I
Task 4:
Coordination and Meetings
Ulis task i{lcIudes meetings with the City, Miami-Dade County, FDOT and other
miscellaneoUs meetings.
Task 5:
Construction Engineering & Inspection
PBS&J wil provide an experienced cOllsnuction engineering inspector to monitor the
constructio activities. This also includes meetings with the contractor to discuss work
progress. I
SCHED E OF ACTIVITIES
The scope 0 services is based on a one-month design phase, six weeks for permitting, 6
weeks for b d-documentation and selection of contraCtor and a three-month constrUction
phasefor th total project duration of approximately seven months.
Attached is detailed scheduie.
Uec-UJ-ZOOI 03:17pm
From-PBSJ TRANSPORTATION
c
<(
o "C
0:: ;
zff)~
~ ~g
..J>cn
<tD::G)
zw"C
acne!
z""C
OZC::
- cG
-0:::-
~tlf=
5:2 z 5i
LL-~
-"WI
CZCD
Ow'"
:Sz'1G
ZO~
o - en
~b:;
o:J&O
WO:::~
cntndi
a:::z~
~ 0 UJ
20:;
- -
CO-
w:Z~
~<=
..JZ.to
<ClUJ
z-.c
0(1)-
_w::
U)Cce
-I
~
o
to-
c;
u
"t:
.!!
u
.c:
Q U
o~
0:(_
u c:i
o
...
Z
r::
a
c
w
...
... CD
o CD
i:: C
CD c:n
en c
w
.... ;
!r;'
o c:
... ftI
~~
NCOO
CO~N
.....
COCO V
NOO
C"')~
NCOO
-- V
COOCO
v
...,.NO)
.....
:z
~~
cncn
o:(W
t-C
z .....:g,
~ ~ ;:
Co E~
-1 :>0 8" ~
~~~-g
l!J ::J !p 10
-ooQc:
en c 0
'olii;;
.. - co
wuc..c
enGJ-:g
< ~ ~ 0
it~~8
..... N CO')
ci
z
"'O~OCD
,..CIClNNO')
N..,NVN
.....
OCOVON
..... M
VV"fO'"
N N
COCCCOCOCC
N
NCCCOCCO
N
CI.I
UJ
U
:;
a:
w
cn
C)
z
a::
W c
W .9
Z ti
(5 8-
z II)
W .5
z II) "0
QI1lE"EVJ~
t-~~nsC)t:n
(JE 3.5c
;:) :0:; :c..... Q) '1::
r:t:1I)-.....CI)CLl
t-w!a.~:;e:g
CI:t ... _..... 0-
z~g;'E-g~
OU&.8nsw
UC:o_cc:
. 0 ... ..... 0 0
-t5a..~~~
UJ::J~o).S2
~ ~ [.S "E ii)
.....cQ)"'Ooc:
~o...:goo
CoUD.aJUU
......Nl")vlt)
+3055935337
~ g
~ .
<(~
-en
Za:;
C"l
~
Noe
..,00
a::iN
(") ..
{II') "'_
.....
~
~OO
NOO
..... . .
00
g;
,,-
-
COOO
.... 0 0
..... . .
00
~;
0-
,..
4lQo
NOO
.....00
.. . .
00
o c::I
.....N
~,..
.....
~
000
~Oc::l
do
NO
..... ..,
{II') .
CIa
.,.
to-
cn
o
U
Q
~
U)S
Q)W
Ria:
ena:::~
a:cn
::2,g~
0=<
:t;CCcn
-,'0-1
~g~
oao
t-ut-
T-890 P.00S/010 F-592
0000
0000
~NOOc::i
M"-NO
..... ftt ftt CC
{II') ut
MOOO
M..-NO
~c::iddd
ftt {II') _ ..-
{II')
18gg~
. 'V..........
Q).....
="'-r-.
Ex.....
a;c-..tx f5
CL-"'- ;:
..........u
MCC.....::J
('I') I 1"'0
c::i fI) II) 0
tl'tQ)Q)'-
.- '- a..
@g.8"c:
l1luu.!!!
C) I 6 a..
as.9_-
Q) 0 0 IV
=&..c.E
~D.a..u..
o
o
N
co
en
.,.
e
C!
~
0')
a;
M
-
rn
w
rn
z
UJ
~
t-
O
~
q
-1
~
o
I-
l-
t/)
o
o
~
en
~
..J
j5
o
I-
"...... ..."" "'WW I ,,"". I 1""1
rl ulll-rg~~ IMIl.)rUI(IAIIUN
+3055935337
T-890 P.007/010 F-592
MODIF CATION OF PAVEMENT MARKINGS AT
AL TON DAD AND DADE BOULEVARD INTERSECTION
Seope of Se . ces
The scope f this work includes the development of pavement marking plan for the
southbound, pproach at the signalized intersection of Alton Road and Dade Boulevard.
The work e rt involved includes the following:
Task 1:
Task 2:
T4Sk 3:
Task 4:
Survey of Existing Conditions
Field Review of Existing Conditions
Develop Pavement Marking Plans
Documentations and Presentation
,
,
Below is a d scription of work effort included in each task.
Task 1:
Survey of Existing Conditions
approach to the signalized intersection at Alton Road and Dade
II be field surveyed to pick up the existing geometric constraints including
curve approaching the intersection near North Bay Road. Alternatively, the
I file could be obtained from the previous design consultant working for the
. Beach on this project.
Task 2:
Field Review of Existing Conditions
Field conditi ns and constraints \\oi11 be identified and documented. This will be taken
into consider tion during the design phase. The typical driver's response to the existing
pavement lkings and other constraints will be observed and documented.
Task 3: Develop Pavement Marking Plans
I
Pavement king plans will be developed based on the discussions with the City of
Miami Beac and the conditions surveyed and documented. The set of plans will irlclude
pay items an quantity estimates. General constrUction notes will also be included-in the
plan set.
...... .... ......, ....J. , '''III r'l.lIll-r!;l,J,j ,Il/lI,:.rUKIAfION
+3055935337
T-S90 P.00S/010 F-59Z
Task 4:
Documentations and Presentation
:t marking set of plans and other design parameters will be documented and
submitted t the City of Miami Beach for their review and comments. A meeting or a
presentation to discuss the pavement marking design plans may be necessary before the
successful ,mpletion of the design effort.
~a~-u~-'UUI U~;lapm
~rom-r~~J I~ANSPORTATION
-I
~
~
C2)COC'llca
N C')_
&;
"
i:
.!!
(,)
<oov-q-
.c~O~N
Q "
C~
<,,-;
(,)g,
o
..
II)
II)
c
tiJ
c
w
'l:t'OCD-q-
z
o
;::
(.)
W
~U)
<effi
cn~
~-
~c
~a::
~~
:iUJ
...-'
z::)
we
:eM
wW
>0
~..~
U.Q
ez
z<
OQ
-cc
~e
o~
-z
~o
0:;
:!<
~N'l:t'<O-q-
S Z
'S c:
CIItD
COIfi
~
.. lit
~ en
O"~
... ~
a..:!
T-oq"NN
(I)
C (I)
i:i g 6
::11);:;(1)-:;;
;::ccc.=
oO.!!!c
:O=O()C.C11
;:; Cl t:n :3
s~.sd:
Uen~
.- Cii "C
~.n::a
-....-c
en 0 111 0
x :t 5,=
W II).-s
-':;:(1) c
OQ)Q.QJ
>'0:: 0 E
QJ "C Q) :::J
~ - > "
;:J .~ QJ 0
cnu.cc
o"-"'l"'"",
Z
It) 0
co 0
:$~
z~
ca
tit
"ltOo
"'"00
g~
6':loan
.,.
000
1")00
cid
<00
<<ttlX!,
""'
~
(,000
"'"00
dd
g~
.....
~
(,000
"'"00
cid
00
.... co
fh -
.....
...
cnoo
00
dd
Nao
.....0
6':lo .
"'"
...
t-
en
o
(.)
Q
~
C1):5
.!Jw
lUo::
met::>
IX: Cl ~
:).s: ~
0=<
:J:~cn
-1"-1
~~~
e8e
+3055935337
0000
0000
~<dc::ia::ici
to-<<tto
fhfl') ~
MOOO
M-NO
~Oc:ic:ici
... fII;) ... T-
. ~
~8g~Si
~ ,,~
Q)....
=T-r..,
EXT-
~ N x,~
a.- _
t'1a;:::g
~ I '-0
OUlu)~
<<tt .!!! ~ c..
@g.g.c
cuuu..!!!
Cl 6 I Q.
ftI_.2-
..!!! 0 0 ~
~jfjfu:
o
o
..;
eo
~
~
en
w
en
z
lU
a.
~
t-
o
W
.e;
C
.J
~
o
I-
....
en
o
o
~
tI)
~
..I
~
~
T-890 P.009/0JO F-59Z
o
q
co
o
en
fIi
.,.
_ . . ... -I.'"
c
~
~
z
~
<
z~
0<
z:E
or=
-(I)
I-w
<C....
~UJ
!!:o
00
Oz
:EO
z-
01-
_0
1-::1
oa:
WI-
UJ(I)
a:z
UJO
1-(.)
3:>
cO::
wet
NZ
- -
-J2
c(-
z...l
C)W
-~
enD.
I
\
\
, I.."t . ....
",,,,,~rV~IIIIIVI1
+3055935337
00 0 0 0 0 0 0 0 0 0 0 0 0 0 0
00 0 0 0 0 0 0 0 0 0 0 0 0 0 0
do c:i 0 ci lri d ci d ci c:i ci ci d c:i In
00 0 0 0 ,... N 0 0 In 0 ..... 0 0 0
00 0 ~ N <D ,.... 10. ll) ,.... 0_ ~ <0 0 0 U)
~~ ct). <<tt ~ 6':lo ..- <0 .... -q- ~ ri a) o. II)
<<tt ... ..... <<tt ~ ... ~ ..- ci
.:;j ... ~ fl9. en
..".
'"""
a
I 00 0 0 0 0 0 0 0 0 0 0 0 0 0
00 0 0 ~ In 0 0 0 0 0 0 0 0 0
c:io ci ~ ~ ~ a:i lri c:i 0 0 lci ci d 0
00 0 ~ ...- 0 In 0 (') 0 0 0
00 0 ~ 0 (') cO) 0 ,... cO) 0 0
~~- cO)- (<'f ~ N- ~ ~ ai o.
~ ~ .... ~ ~
!::: ~ ~ ~
:::a
r:, ...- .,.. ..... 0 0 0 0 0 10 It) N <0 N - ....
In 0 ct) N 0 .....
..... .... .....
.-'
z
~
a
!:::
z (J)(J) (J) >- ~ >- u. u. c: <( L5 L:i Lfi en (J)
::l ~-J ...J 0 (J) -I ..J W ~ ...J
-
.9
Ui
lU
-a
0
E
...
QJ
~
-
- c
>- ..Q
~ ...
.::tt: .1!!
I C) g
c .... en
Gi ~ m- ..s
"C c
U (j) C) 0 "C
e ~ c
0 B C) u C to
~ C Q) 0 i1i
c: u ;:; (J) ~ >
lU C ::I It) 0
E 0 u - - e
~\ u ~ 0 .E -0 Q -I lU
S ~ ~ C t- o::
~ c ~ :::J (I) (ij
.g .9 e ~ c C)
c :;; ii ~ U ~ N C) c
- Ci5 Q.
0 w 'S( > Q) lU cu ...- .;::
Q) ~ w B "C ijj -0 lU (ij U (i5 ~
i= u '0 en c: ::s c S
a. ' c -I ~ t:n ::;) co ~ Cl (ll C C
lU ~ QJ c - en ... QJ
~ C ~ ... ~ :a - () )( t- QJ Cl
0 .!! :::J lU c: '3 7a 0 u en E ,S:
c c E :i :::J "C en ..... S CD C
en ~ c e c c II) ;:J >
UJ 'iii ltl: ~ 0 0 0) :i co lU 15' lU 0
Q :i 0 et:: () (!) 0 u; Q.. ~ t= <C a- u
.
0
Z to (I) 0 .... N ('t) "'I' ll'1
:& N cO) v In ,.... CD ...- ..... ..- ..- .,- "..
~
-
T-S94
p.QOZl002
F-&02
. ,
Encumbrance
Administrator
Sent by: Elizabeth
Wellington
To: Ken JeffrieslD6/FDOT@FDOT
cc:
Subject: Re: ENCUMBA Miami Beach~
01/25/02 08:42 AM
Ken Jeffries
Ken Jeffries
01/24/200203:55 PM
To: Encumbrance Administrator/CO/FDOT@FDOT
cc:
Subject: ENCUMBA Miami Beach
STATE OF FLORIDA DEPARTMENT
ENCUMBRANCE INPUT FORM
RUSH _ (Needed by
Reason for RUSH :
Advertise
Award
_x_ New
OF TRANSPORTATION FORM 350-020-01
COMPTROLLER-FIN ADMIN 3/99
_/_/_ (date))
(Letting Date) Termination/Cert of Comp
LOA ___ Supplementar-- Renewal Correction
Addition Court Order Overrun
Contract # _AL478_ Contract Type _AH Method of Procurement _G___
Vendor Name City of Miami Beach Vendor ID F596000372005
Has Written/Verbal Approval from a Participating Federal Agency
been received Yes No N/A
Fed Agmt Amt State FUnds $70,000.00 Local Funds $70,000,00
Beginning date of this Agmt: _4_/_1_/_2002_{Must be after fund approva~
Ending date of this Agmt: 3 / 31 / 2003 (Estimate if necessary)
Execution date of this Agmt: - 7 -/ -(Only on original agreements)
Has work been authorized to begin? ==- Yes _x_ No
Have standard financial provisions been altered by contract terms?
Yes X No If so, show Revision date:
Does this agreement and/or change order include provisions for
reimbursement to D.O.T, from other entities? Yes _X_ No
******************************************************************
Brief Description of Work/Comments: CSFA:55008 RECEIPIENT: C
County Incentive Grant Program (ClOP) JP A wi Miami Dade County and City of Miami Beach
SR 907/Alton Road from 5 Street to 16 Street, signal head replacement
at intersections, pavement markings and misc. construction.
******************************************************************
ORG-CODE *EO * OBJECT * AMOUNT
(FISCAL YSAR)
*FIN PROJ or JOB # *FCT
(FUND) alpha
==================================================================
55 062010630 *TP * 750008 * $ 70,000.00
(02/03) -
* 41295615401 *215
(D)
------------------------------------------------------------------
55 XXXXXXXXX *xx * xxxxxx * $
. (xx/xx)
* xxxxxxxxxxx
(xxxx)
* xxx
------------------------------------------------------------------
55 XXXXXXXXX *xx * xxxxxx * $
(xx/xx)
* xxxxxxxxxxx
(~)
*xxx
------------------------------------------------------------------
TOTAL AMOUNT * $_70,000.00_____ *
------------------------------------------------------------------
originator:_Kenneth Jeffries_ DATE SENT:_1/24/2002_ PH/SC:_452-5683_
E-mail USERID(s) p1630kj
******************************************************************
TO BE COMPLETED BY OFFICE OF COMPTROLLER
******************************************************************
BUDGET ENTITY _100100 CATEGORY 088572-02
WORK PROGRAM VERIFICATION _OK
ALLOTMENT YEAR DATE CHECKED
CI NEW/04 6S LINE 0001
FUNDS APPROVED BY - Josephine Jones
FOR ROBIN M, NAITOVE, CPA, COMPTROLLER DATE: _01/25/2002_
******************************************************************
Kenneth Jeffries
Office of Planning
FOOT, District 6
305,377,5683
305,377,5684 (fax)