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