Loading...
15SoUrq South Miami �, r CITY OF SOUTH MIAMI ;•ameneaci °" "" ° ' OFFICE OF THE CITY MANAGER ,sz> ��°R`°p INTER - OFFICE MEMORANDUM 3001 To: The Honorable Mayor & Members of the City Commission From: Rodolfo de la Torre, Acting Public Works Director Via: Buford R. "Randy" Witt, Acting City Manager 10 A If ft Date: May 18, 2010 Agenda Item No.: Subject: ARRA Bus Shelters Resolution: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the Acting City Manager to issue a Purchase Order to T.Y.Lin International HJ Ross to provide design engineering and construction documents for the construction of two ARRA funded Bus Shelters at Sunset Drive & 67 Avenue and Sunset Drive East of SW 61 Avenue in the amount of $9,800 to be charged to Public Works Professional Services Account Number 001- 1790 -519 -3100; providing for an effective date. Request: Authorizing the Acting City Manager to issue a Purchase Order to T.Y.Lin International I HJ Ross to provide design engineering and construction documents for the construction of two ARRA funded Bus Shelters at Sunset Drive in the amount of $9,800. Reason/Need: On November 3, 2009 the Mayor and City Commission passed and adopted Resolution No: 181 -09- 12990, authorizing the Acting City Manager to execute an interlocal agreement with Miami -Dade County Transit for federal funding pass - through arrangements with the American Recovery and Reinvestment Act (ARRA) of 2009 Federal Transit (FTA 5307) for the installation of two bus shelters on Sunset Drive in the amount of $112,431.84. Miami -Dade County Transit requires for the City of South Miami to provide signed and sealed construction documents ready for permitting and procurement process. The expenditure for design engineering and construction documents was included in the City's original request for ARRA funds and will be reimbursed to the City of South Miami as long as the total expenditures for design engineering and construction of the two shelters do not exceed $106,810.25. The City's Public Works Department has obtained proposals from the City's pre- approved engineering consultants. T.Y.Lin International I HJ Ross was selected as the lowest responsive engineering consultant from the following three proposals received: 1. T.Y.Lin International I HJ Ross $9,800 2. EAC Consulting, Inc. $14,218.36 3. Kimley -Horn and Associates, Inc. $16,500 Cost: $9,800. Funding Sources: Public Works Professional Services Account Number 001 - 1790 -519 -3100 with an account balance of $32,800 before this request. Backup Documentation: ❑ Proposed Resolution ❑ Resolution No: 181 -09 -12990 ❑ Engineering proposal ❑ Miami -Dade County Transit Request. 1 2 3 4 5 6 7 8 32 33 34 35 36 Resolution NO. A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the Acting City Manager to issue a Purchase Order to T.Y.Lin International ( Hi Ross to provide design engineering and construction documents for the construction of two ARRA funded Bus Shelters at Sunset Drive & 67 Avenue and Sunset Drive East of SW 61 Avenue in the amount of $9,800 to be charged to Public Works Professional Services Account Number 001 - 1790 -519- 3100; providing for an effective date. Whereas, On November 3, 2009 the Mayor and City Commission adopted Resolution No: 181 -09- 12990, authorizing the Acting City Manager to execute an interlocal agreement with Miami -Dade County Transit for federal funding pass - through arrangements with the American Recovery and Reinvestment Act (ARRA) of 2009 Federal Transit (FTA 5307) for the installation of two bus shelters on Sunset Drive in the amount of $112,431.84; and Whereas, Miami -Dade County Transit requires the City of South Miami to provide signed and sealed construction documents ready for permitting and procurement process; and Whereas, the expenditure for design engineering and construction documents was included in the original request for ARRA funds and will be reimbursed to the City of South Miami as long as the total expenditures for design engineering and construction of the two shelters do not exceed $106,810.25; and Whereas, the expenditure should be charged to Public Works Professional Services Account Number 001- 1790 -519 -3100, which has an account balance of $32,800 before this request. Now, therefore, be it resolved by the Mayor and City Commission of the City of South Miami, Florida that: Section 1. The Mayor and City Commission authorize the Acting City Manager to issue a Purchase Order to T.Y.Lin International I HJ Ross to provide engineering and construction documents for the construction of two ARRA funded Bus Shelters at Sunset Drive & 67 Avenue and Sunset Drive East of SW 61 Avenue in the amount of $9,800 to be charged to Public Works Professional Services Account Number 001 - 1790 -519 -3100; providing for an effective date. Section 2. This Resolution shall take effect upon adoption. Passed and adopted this _day of ,_2010. Attest: City Clerk Read and approved as to form and sufficiency: CITY ATTORNEY Approved: Mayor Commission Vote: Mayor Stoddard: Vice Mayor Newman: Commissioner Palmer: Commissioner Beasley: Commissioner Harris: "A 1, ' May 4, 2010 E Suite 400 1691 Michigan Avenue Miami Beach, Ronda Mr. Rudy de la Torre, Assistant Director 33139 City of South Miami Department of Public Works 4795 SW 751" Avenue South Miami, Florida 33155 Re. Sunset Drive Bus Shelters City ofSouth Miami, Florida Dear Mr. de la Torre: Kimley -Horn and Associates, Inc., (hereinafter referred to as "Consultant" or "KHA ") is pleased to submit this letter agreement to The City of South Miami (hereinafter referred to as "City" or the "Client ") for professional consulting services relating to the above referenced project, as specifically described in the project understanding below. Except as specified herein, the terms of this agreement shall be in accordance with the "Professional Service Agreement — General Engineering Services" (the "Agreement") between the City of South Miami and Kimley -Horn and Associates, Inc., as approved by the City Commission on March 17, 2009. Our project understanding, assumptions and scope of services are included below. PROJECT UNDERSTANDING 1) As understood, this work order generally consists of providing professional engineering services and land surveying services in relation with the design of two bus shelters to be located along Sunset Drive (SW 72"' Street) at the following locations: ➢ Approximately 240 feet east of the intersection of SW 61" Avenue, on the north side of Sunset Drive ➢ Approximately 100 feet east of the intersection of AW 67"' Avenue, on the north side of Sunset Drive 2) The bus shelters are to be located within public right -of -way. No right -of- way acquisitions will be required. 3) There are no lighting, electrical or mechanical improvements required for the bus shelters. 4) There are no landscape or hadscape improvements required for the bus shelters. N TEL 305.673.2025 FAX 305.673.4882 IGmleyHorn Sunset Drive Bus Shelters, May 4, 2010, Page 2 of6 __.._.. and Associates, Inc. 5) Plans for construction of similar bus shelters were previously completed by the firm of Craze, Castetia, Carballo, Thompson and Salman (C3TS) out of Coral Gables, Florida for the project known as "Bus Shelter Preliminary Plans (SW 62 "d Avenue and SW 68'h Street) ", dated 5/23/08. It is understood that C3TS developed the architectural and aesthetic design of the bus shelter, which has been accepted by the City as their standard bus shelter. This proposal is contingent upon KHA's ability to reuse the C3TS design, and does not include the development of architectural designs or obtaining approval for such architectural designs from the City Commission, committees and/or boards. The plans for construction of the bus shelters under this proposal will be signed and sealed only by professional civil and structural engineers. 6) Upon acceptance of this proposal by the City, KHA will submit a letter to C3TS notifying them as to our intent to re -use their previous bus shelter designs and CAD files as a basis for this project. 7) As part of the scope of services, K14A will obtain available water and sewer record ( "as- built ") drawings from the Miami -Dade Water and Sewer Department and the City's Storm Sewer Atlas. Given the short turn- around time required for submittal to MDT, there will not be enough time to obtain utility records from other utility companies. It will be the Contractor's responsibility to locate utilities prior to construction. 8) Deliverables under this scope of services will consist of construction drawings, CST 2004 format specifications and an opinion of probable construction costs. 9) The proposed bus shelter locations were provided by the City. No transit or traffic studies will be required to determine bus shelter locations. 10) The bus shelter site plan will be design in accordance with Miami -Dade Transit (MDT) requirements, and shall comply with FDOT, AASHTO and ADA requirements. ASSUMPTIONS 1) We do not anticipate that drainage improvements will be required for this project. Should drainage improvements be required, design and permitting of drainage improvements will be performed as an additional service. 2) We do not anticipate needing to relocate utilities to clear conflicts with the Proposed bus shelters. If utility relocations are required, the coordination with utility companies and design of the utility relocations will be performed as an additional service. 3) Design or modification of traffic signals is not required for this project. 4) Permitting services, other than submitting to MDT for approval of the bus shelter location and design, are not included in this scope of services. 5) Services relating to bid and award of the construction contract are not included in this scope of services. 6) Construction phase services are not included in this scope of services. wmley.Hom Sunset Drive Bus Shelters, May 4, 2010, Page 3 of 6 ___ and Associates, Inc. SCOPE OF SERVICES Task 1.0 — Re- certification of Topographic Survey Polaris 3 Surveyors and Mappers (P3SM) performed a topographic route survey of Sunset Drive, which was used by C3TS as a basis for the plans titled "Bus Shelter Preliminary Plans (SW 62 "d Avenue and SW 68" Street) ", dated 5/23/08. P3SM has agreed to update and re- certify portions of the original survey for use in this project. Task 2.0 - Bus Shelter Site Plans During this phase of the project, KHA will provide the following services to the Client: 2.01 Attend one "kick- off" meeting with City of South Miami Public Works Department staff. 2.02 Visit each of the two proposed bus shelter sites to perform visual reconnaissance, take photographs and verify the survey provided by P3SM. 2.03 Obtain available water and sewer utility record (as- built) drawings from the Miami -Dade Water and Sewer Department (MDWASD), and the City's Storm Sewer Atlas. 2.04 Review MDT, FDOT, AASHTO and ADA criteria for design of the bus shelter site. 105 Prepare conceptual layout plans for each of the two bus shelters and discuss with MDT. 2.06 Prepare storm runoff calculations the pre and post - development conditions and discuss with Miami -Dade DERM. We do not anticipate that DERM will require physical drainage improvements for the bus shelters. 107 Based on any feedback or input received from MDT on the conceptual layouts, KHA will finalize the bus shelter site plans. 108 Prepare an Engineer's Preliminary Opinion of Probable Costs (OPC). 2.09 KHA will prepare four (4) sets of construction drawings (three for MDT and one for the City) and submit to MDT and the City for review and comment. 110 Address a reasonable number of review comments from the City and MDT, revise the plans as deemed necessary by the Engineer, and resubmit to MDT. Task 3.0 — Bus Shelter Structural Plans and Computations During this phase of the project, KHA will provide the following services to the Client: 3.01. Based on the standard bus shelter design adopted by the City, KHA will provide structural engineering calculations for bus shelter spread footings, concrete columns, steel reinforcement and roof elements. The design will be for typical soil conditions and will not be based on actual soil tests. Kimley-Hom Sunset Drive Bus Shelters, May 4, 2010, Page 4 of 6 _ -__ and Associates, Inc, 3.02. The design will be typical and used for both bus shelter locations. 3.03. KEA will prepare an Engineer's Opinion of Probable Construction Costs for structural elements. 3.04. KHA will prepare four (4) sets of structural plans and details (three for MDT and one for the City) and submit to MDT and the City for review and comment. 3.05. KHA will address a reasonable number of review comments from the City and MDT, revise the plans as deemed necessary by the Engineer, and resubmit to MDT. Task 4.0 — Technical Specifications KHA will prepare a set of technical specifications for all components of the plans described in Tasks 1.0 and 2.0 above based on CSI 2004 format, and provide these to MDT and the client in both hardcopy (4 sets) and electronic (MS Word) formats. It is understood that MDT will provide all of the "front -end" or "boiler- plate" documents necessary to complete the bid/contract document. Task 5.0 — Additional Services Any services not specifically provided for in the above scope will be considered additional services. Additional services we can provide include, but are not limited to, the following: 1. Architectural design 2. Landscape architecture and urban design 3. Electrical and mechanical engineering and design 4. Lighting design 5. Environmental engineering 6. Traffic studies and engineering 7. Roadway design 8. Drainage design 9. Design of public infrastructure improvements 10. Coordination and design of utility relocations 11. Plan revisions requested by others after submittal to MDT 12. Redesign resulting from substantial site layout changes caused by others 13. Revisions to plans due to changes in project scope, budget, and/or concept 14. Services required by additional governmental regulations, which might be put into effect after the date of this agreement 15. Revisions to invoices or additional invoice backup coordination 16. Erosion control plans and NPDES permitting 17. Dewatering plans 18. Permitting and regulatory services 19. Assistance during bidding and award of the construction contract 20. Construction phase services 21. Attendance to meetings, hearings, presentations or coordination in addition to those described in the tasks above 22. Deliverables not specifically outlined in the above tasks 23. Any other service not specifically listed in "Scope of Services" Kimsey -Horn Sunset Drive Bus Shelters, May 4, 2010, Page 5 of 6 and Associates, Inc. TO BE PROVIDED BY CLIENT The following items are to be provided to KHA by the Client: 1. City of South Miami drainage atlas and/or as- builts 2. City of South Miami standard bus shelter design SCHEDULE KHA will provide its services in order to meet the schedule mutually agreed to by the Client and the Consultant for the various elements of the project. FEE AND BILLING The consultant will accomplish the services outlined in Tasks 1.0 through 4.0 of the Scope of Services for the lump sum fee of $16,500.00 and as shown in the table below. If services under Task 5.0, Additional Services, are specifically requested by the Client in writing, KRA will provide a supplemental scope of services and fee to perform these services. Office expenses have been included within the lump sum amount and would include in -house duplicating, facsimile, local mileage, telephone, postage, in -house blueprinting, word processing, and cellular telephone use. For other direct and reimbursable expenses, the City will pay the Consultant the direct costs as per Section 4.0, `Basis of Compensation ", of the Agreement. Lump Sum Fees Task Description Lump Sum Fee 1.0 Re- certification of Topographic Survey ................. ......................$1,000.00 2.0 Bus Shelter Site Plans .............. ............................... ......................$7,000.00 3.0 Bus Shelter Structural Plans and Computations .......................... $6,500.00 4.0 Technical Specifications. ........ ........................................... $2,000.00 TOTALS $16,500.00 Way-Horn Sunset Drive Bus Shelters, May 4, 2010, Page 6 of ___. and Associates, Inc. CLOSURE In addition to the matters set forth herein, our Agreement shall include and be subject to, and only to, the terms and conditions of the "Professional Service Agreement — General Engineering Services" (the "Agreement') between the City of South Miami ( Client) and Kimley -Horn and Associates, Inc., (Consultant) as approved by the City Connnission on March 17, 2009, which is hereby incorporated by reference. If you concur with the foregoing and wish to direct us to proceed with the aforementioned services, please issue a Work Authorization, Notice to Proceed or Purchase Order in writing to the consultant referencing this document as Exhibit "A ". Fees and time stated in this agreement are valid for sixty (60) days after the date of issuance by the consultant. I appreciate this opportunity to submit a letter agreement. Please contact Juan Jimenez at (305) 673 -2025 if you have any questions. Very truly yours, IQMLEY -HORN AND ASSOCIA'T'ES, INC. Aaron E. Buehler, PE Juan E. Jime Vice - President /Associate Project ManagerlAssociate MAMarkeiinoomh Miami, City oPBus shel[ersNropataWII A Seope.2010- 04- 12.Bus Shcllurs.doc EAC consulting, Inc. May 11, 2010 Rudy De la Torre Assistant Public Works Director City of South Miami 4795 S.W: 75th Avenue Miami, FL 33155 (fie: MDT Bus Shelter Site Plans EAC Project No. 08024.SD01 -06 Dear Mr. De Is Torre: EAC Consulting, Inc. is pleased to submit this fee proposal (attached) to provide professional civil engineering services for the permitting of two Miami -Dade Transit (MDT) public bus shelters. Scope of Work: Design Phase: 1. Contact all applicable utility companies and secure As -built drawings of all underground and above ground utilities. Perform miscellaneous data collection as necessary. 2. EAC shall provide a full topographical survey for the limits of work. 3. Prepare detailed construction drawings at an acceptable scale (including, but not limited to, site plan, paving, grading, drainage, marking /signage, (as applicable), MOT plans and construction details). 4. Prepare an Engineer's Estimate of Probable cost. 5. Prepare and submit permit drawings required for this project. It is anticipated that permits will be required from DERM /Building & Zoning, MDT and the City of South Miami Public Works Department. The proposed design will be done in accordance with the established guidelines and procedures utilized by the City of South Miami Public Works Department, the Miami- Dade County Public Works Department, Miami -Dade Transit and the Miami -Dade Department of Environmental Resource Management (DERM) /Building & Zoning. It is anticipated that EAC shall complete and submit the drawings at a date three (3) weeks from issuance of a Notice to proceed (NTP). EAC Consulting, Inc. shall provide construction documents and permitting assistance in accordance with the Professional Services Agreement for General Engineering Services. Our lump sum fee proposal for this scope of services is as follows: 5100 NW 33 Avenue, Suite 243 l Fort Lauderdale, FL 33309 l Phone: 954 - 733 -8004 i Fax: 954 - 7338604 I wanv.eacconsult.com E CA # 7011 Task Fee 100% Construction Documents — final construction documents, final engineer's cost estimate. $9,500.00 Survey Sub - Consultant F.R. Aleman & Associates, Inc. $4,36 8.36 Reimburseables $350.00 Total Lump Sum Fee $14,218.36 This proposal is based on our understanding of the requirements for engineering services as itemized under the anticipated tasks listed above. Accordingly, we reserve the right to modify this proposal due to any changes in scope. If the above fee proposal and the terms above are acceptable to you, please provide us with a work authorization so we may begin work. Sincerely, EAC Consulting, Inc Mendez, P. Senior Project Manager cc: File Mike Adeife, P.E. — CAC Consulting, Inc. Huntley Higgins, P.E. — EAC Consulting, Inc. City of South Miami Authorization 5100 NW 33 Avenue, Suite 243 [Fort Lauderdale; FL 33309 I Phone: 954 - 733 -8004 Wax: 954733 -8604 l www.eacconsult,com 1 CA # 7011 YlNTERN.ATIONRL I HJ ROSS elnrgknears I plamers I scientists May 61l' 2010 Mr. Rudy de la Torre. Public Works Department City of South Miarnt 4795 S.W. 75 "' Avenue ivliami., FL 33155 Re: 2 Bus Shelters Sunset Dr & 67 jive and Sunset Dr and SW 61 ,Ave Civil En._ >uneering Ser =ices proposal (Design) Dear ;N /h. tie; la. Ton e T.Y. [.,in €nternational i T-U. Ross (T Y LYFUR) appreciates, the opportunity to provide this proposal for civil en;incering services for the reforeneed project. The work scope involves civil engincerinu services For 213us Shelters at Sunset Br & 67 Ave N.E. Conner and Sunset Dr East of SW 61 Ave North Side Miarmi -Dade, County, Florida. The scope of services proposed for this project is flurtber described in the attached 13xhibir "N The proposed fee For these services is lump suns fee of 9,800.00 l'YLIi11J'R proposes to accomplish the Basic Design Services described in Exhibit "A ". Permit Support, Bidding Assistance, Negotiations Assistance, and any Additional Services, if roquir'od, will be provided orn a lump sun basis. We look forward to working with you on this project and tliank,yen (or the opportunity to be of service. 'please do not hesitate to contact me if you have any questions mgardinu this rnranoeal 201 Alhambra Circle, Suite 900 1 Coral Gables, Florida 331.34 ; T305,567,1888 1 F 305.667.1775 1 vAss tylin.00m TYLININTERNAMONAL I HJ ROSS engine efs 1 piains",rs I sdcniisfs "SCOPE, PE, Fi WORK" L. ]DESCRIPTION OFTHE PROJECI This proposal consists or: 213us Shelter design at Sunset Dir & SW 67 Ave I S'E C'orner and Sunset Di ['a t nrS \Ax Gi .Ave north side within the City of Southlviianai- TYLJ /HJR will pi ovide civil eng'ineer'ing design services tear the stmt improvem rtfs required. 2. SCOPE OF WORKTO ;31r PERFORMED D BY TYF,FJU R 1 , i 'IYLT /1-LIR will prepare construction documents for the civil elements of the project within the limits in accordance with the re €juirenaenis of City of South Miami and other local regulatory agencies. 2.2 TYLTIJIR will prepare the f'oliowing Construction Documents and Construction Administration Services for the intersection irnprovcrnent:s: P Location .Map and General Notes R Site Demolition flan M Site Layout Geometry Flan W }Tans a 1Jtility Relocation flan (irratuired). R Signing and Pavement Marling Flan M Miscellaneous Details 2.3 TY(UTUR will provide a Project Manual including Technical Specifications. 2.G TYhlll -UR will provide An Engineer's estimate of probable construction costs. 2s ryf,.F /HJR will provide utility eoordnitdion with known utility companies within the project limits rand will acquh -e available as-built plans of those utilities. 2.6 TYLINIR will attend meetings with Owner, Building Department, and other regulator agencies to address construction document issues - 2.7 T'Y[,UI-IJR will provide responses and applicable revisions to comittents From the jurisdictional agency reviews. 2.8 TYLUIUR will provide calculations and pormit applications required for submittal and perrnitting of the civil portion of the project. This includes Miami - Dade Department of Environmental resources Management and Nfiami; -Dade Water and Sewer Departmcr'r1, i3ublic Works and other local regulatory agencies. 19 Off-site improvements may he required by the applicable regulatory agencies. Should such improvements be c-equired, a separate proposal will be prepared at such time is the scope of these improvements, becomes clearly defined, ?go", f of v TYLININTERNATIONAL I HJ ROSS ongintels I planners 1 S"Jonfists 3. [TEMS NOT MCLUDED 3. I Additional Gcoteofinical'festim, other than what is described in section 2. 3,2 Construction Permitting, 3.3 Environnicnial Consulting SeTviccs of any kind. 3A Traffic Signalization Design/N14odiFeatiolls, 3.5 Permit Fees, Plan Review Fees or other governmental jimental charges, 3.6 Changes to Civil Dm, wings resultirig from Site Plan modifications after coinpletion of Schomatie Design. 4, INFO RATION TO M.", PRONI"IDED,rO TYLUMIR 4.1 City owned as -built plans for existing site eondiiious. & SCHEDULE OF SERVICES The work will commence upon receipt of an executed Proposal and the necessary infbrination requested above. The preliminary schedule for completion of each of tire dclivoiables for each phase will be as JbIlows: it should be noted that the above schedule can be lurther refined upon request based upon the specific requirements of the Client applicable to each phase of the Overall project, 6, P ROJ ECT M AN AG ER CONSULTANT'S Project Manager for [his Work Order assignment l,vflf be Jose M. N e,,; 9 i I'Tepared by: Jose N/l, Nessi Approved bv.: ppn� 7 r; Date Page I of I From: Salmon, Javier (MDT) Usalmon cz miamidade:gov] Sent: Friday, March 19, 2010 12:08 PM' To: GMartinez @cityofsouthmaimi.net; De to Torre, Rudy Co: Sahota, Surinder (MDT); Padron, Isabel (MDT); Fain, Lynne S. (MDT), Wardell, Mary (MDT) Subject: MDT Internal review Attachments: Comments and PWD shelter guidelines; MDT Border (G -BS -001) (Final Drafi),pdf Mrs. Martinez and Mr.De la Torre Attached please find our MDT comments sheet, PWD Shelter guidelines as well as required plans title block, In addition please considered the following 1, Your Bus shelter proposed locations were found acceptable 2. MDT is in the process of assigning a project number that t will forward neat week . 1 MDT schedule contemplates that 3 weeks from today, by April 1212010, will be ample time for you to conduct here attached comments , revisions and resubmit We are looking forward to submit your plans for dry run permitting and start up contractor selection as soon as possible: Thanks for your continued cooperation, looking forward to a timely project completion Javier Salmon Construction Manager 786.469.5266 Off 786.469.5573 Fax 786.4714710 cell. 5/13/1,010 yd^u 2 of De la Torre, Rudy From: De (a Torre, Rudy Sent Thursday, April 15.2010 11:59Ami To: ^3aknun. Javier (;WDT)^ Cc* Aubmn.Carol Subject: REARRA shelters Project Good morning Javier, Ao per our previous discussions regarding requested tssvbnnh1o|piaeseheadv�edthatdueto challenges in providing the docunoentsvv-hin�the required iin��omewo`rersqueoUng for an extension of(irne 6z,e`sobrniL �~ ' " Should you have any questions please call meat805'7S0'Y54l Rudy de la Torre, Assistant Public Works Director City of South Miami Public Works Department 4/ossvv75thAvenue Miami, FL33155 Office: 3V5868635OFax: e^maxm.kdeucdw8p 8!irip< From: Salmon, Javier (MDT)[ma - ` Sent, Wednesday, VV To: cspeknzi@vYnginiaga"densO ov;ne|aTnrne,Rudy;kbad@c,aventhuo^psnn.com Cc: Padnmn/ Isabel (MC[7); Wardell, Mary (MDT}: Maple, Celestine (MDTl�3|rnoo�ns,M|che||e(��Crr)�FaioLynne S, (MDT); Saho�,Sudnder{MCyF) ` (MDT); ' Subject: ARRA shelters Project Friendly remainder, The intent of this email is only to remind you of your documents re-submittal, Please let us know how are things progressing , do you have any concerns ?, etc. Also keep in mind that the strict grant structure will makes the following items non eligible for re-imbursement: post design items, PWD request for changes, modifications or any additional items related to re-design or re-engineering for your design submittals. Should you have any questions or concerns please do not hesitate to contact me, ]mi Sa/mvn Construction Manager 780,409�5266 ()ff 786.469,5573 Fax 786.473,4710 call, U1 CD 0 o y v J p O w A W N O Z K Om m O O cn b m n N p O WO _ cx to O 0.,. u . <F O m@ @= d 3 N O C O N 'O y N o= X S O: O p@ .0.. W O a y N y. 61 O N N N N OW m 'O O O 0 m 0 O w O N y m - 0 y 0 < o o w o a co � �. t7 CD a 0 N co Oco O WN < N 3noN �m a CD O rn @ � A a y W m o. N y pO N O N . a .qm @3 ° m @ c5 to O OO .n(m O - m @ A O 0 O O m Oy n cf) 6, CD . m Zw o C � (om v -O i p 0 g O @ ff m p o (O < m `z a v o- m (A = CT � v aO @.O (DO N N N @ m OUT 0 to O 0� tQ Cy �@ 0(U� O o o''D @ to m 3 m m 0 0 @@ -� a y m ? N y @ @ � a y a C N N tx m "O N �, p a 3� @ N..0 m0 N 00 N . 0 0 —' mycnm 0 ma Fina,o O n a y O' � a O @ , ? Q. @ O O @ @ _ O 0 O ? O y m fD tp n_ Z o o m b O � co w V O O D ' N ' O O i� SO=S °n,. - ,,. ... .xivhfi. der >4:h a':i;•`'�°E'1, .... `y{63 MIAMI -DADE COUNTY PUBLIC WORM DEPARTMENT 'GUIDELINES TO PLACEMENT OF NEW BUS SHELTER ON PUBLIC RIGHTS -OF -WAY GENERAL Show accurate location and dimensions of existing and proposed bus shelters. Show dimensions from road intersections, sidewalks, R/W line, and driveways to all sides of the proposed bus shelter (if nearest driveway or road is >40' in advance of shelter, "> 40' " may be indicated without greater dimension detail on that side of shelter). The actual dimension will be shown following the shelter in all cases. • Show existing curbing, proposed ramp connections to sidewalk and curb cuts, including truncated domes surface. Show all obstacles or barriers to be removed or relocated in order to make the bus shelter accessible to ADA users. • Show bus bench with dimensions on the detail mat foundation plan. • Where no ADA walk around can be provided and the shelter slab is inline with sidewalk, then the advertising panel shall not be installed to allow ADA through the shelter. passage • The contractor and.MDT shall comply with FDOT's Section 14 20.003; for any shelter installed on a state road. A copy is attached for reference. Please note that with reference to items 20, the term "the Department" shall mean either FDOT or PWD; and the term "appropriate city of local government" shall mean MDT. Furthermore, MDT shall be responsible for the terms in item 21 at their expense. The contractor and MDT shall comply with FDOT's Section 14- 20.003 (20) and (21) for any shelter installed on a county road. The term "the Department" shall mean PWD,• and the term "County Road" is substituted for the term "State Road ". Proposed new bus shelter location criteria All new locations must meet current sight distance triangle, setback, and clear recovery zone requirements as detailed in the Florida Green Book. Plans must be signed and sealed by a P.E. registered in Florida. Pedestrian/ADA accessibility must be maintained at all times while shelter is under construction. Access must be maintained in accordance. with FDOT STD. Index 660 (Pedestrian Control for closure of sidewalks). +r MIAMI -DADE COUNTY PUBLIC WORM DEPARTMENT 'GUIDELINES TO PLACEMENT OF NEW BUS SHELTER ON PUBLIC RIGHTS -OF -WAY GENERAL Show accurate location and dimensions of existing and proposed bus shelters. Show dimensions from road intersections, sidewalks, R/W line, and driveways to all sides of the proposed bus shelter (if nearest driveway or road is >40' in advance of shelter, "> 40' " may be indicated without greater dimension detail on that side of shelter). The actual dimension will be shown following the shelter in all cases. • Show existing curbing, proposed ramp connections to sidewalk and curb cuts, including truncated domes surface. Show all obstacles or barriers to be removed or relocated in order to make the bus shelter accessible to ADA users. • Show bus bench with dimensions on the detail mat foundation plan. • Where no ADA walk around can be provided and the shelter slab is inline with sidewalk, then the advertising panel shall not be installed to allow ADA through the shelter. passage • The contractor and.MDT shall comply with FDOT's Section 14 20.003; for any shelter installed on a state road. A copy is attached for reference. Please note that with reference to items 20, the term "the Department" shall mean either FDOT or PWD; and the term "appropriate city of local government" shall mean MDT. Furthermore, MDT shall be responsible for the terms in item 21 at their expense. The contractor and MDT shall comply with FDOT's Section 14- 20.003 (20) and (21) for any shelter installed on a county road. The term "the Department" shall mean PWD,• and the term "County Road" is substituted for the term "State Road ". Proposed new bus shelter location criteria All new locations must meet current sight distance triangle, setback, and clear recovery zone requirements as detailed in the Florida Green Book. Plans must be signed and sealed by a P.E. registered in Florida. Pedestrian/ADA accessibility must be maintained at all times while shelter is under construction. Access must be maintained in accordance. with FDOT STD. Index 660 (Pedestrian Control for closure of sidewalks). +r 'r 4.: Jam`` ^,.N MP}...: Y.�� 'b E�.aFy�.4�nA5., -!^I -•,t 'Y Page 2 Bus shelters shall not obstruct any sidewalk, bike path, pedestrian path, driveway, drainage structure or ditch, etc. and shall provide at Ieast three (3') feet clearance for pedestrian traffic and at least nine (9') feet clearance for bike path (8' path plus l' unobstructed shoulder). Bus shelters shall not be located within fifteen: (15') feet of 'any fire hydrant or handicapped parking space. Refer to minimum bus shelter setback requirement sheet (attached). . Provide, a 3' wide concrete path connecting the shelter, the sidewalk (if existing) and the roadside. In addition, provide a 5' x 5' landing slab Where the concrete path meets the roadside. The 5' x 5' landing shall meet the roadway in one of three ways; Behind curb and gutter (urban) Behind valley gutter (urban) Meet roadway flush (rural) In rural locations without curb, if the required setback cannot be met, curb and gutter shall be provided for the entire frontage of the shelter, in order to provide urban setback requirements. Note: if shelter cannot be adequately setback to satisfy sight distance triangle requirements; the advertising panel could be removed as an alternative to meet the required clearance, u ;� SO% WWITTAL NWST 15, MS (PREUYIMA PUNS - NOT FOR CONSTRUCTION) y 5 Y Hill 8 3 3 n 0 �D 3 b z D n � N � � o k k I OO j I � , I _I � n m� m oi'j I , ' I A i m 1 N , 1 , E h gb N M a P s =k � X y >C X Z yo N � ZOD y r m Pe