Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
H.W. lOCHNER, INC. for General Transporation Planning and Traffic Engineering Consulting
DocuSign Envelope ID: C237413AC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND H.W. LOCHNER, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO.2023-030-ND RESOLUTION NO.2023-32516 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 TABLE OF CONTENTS DESCRIPTION PACE ARTICLE1. DEFINITIONS.........................................................................................................3 ARTICLE 2. BASK SERVICES.................................................................................................8 ARTICLE 3. THE CITY'S RESPONSIBILITIES........................................................................12 ARTICLE 4. INTENTIONALLY OMITTED................................................................................14 ARTICLE 5. ADDITIONAL SERVICES....................................................................................14 ARTICLE 6. REIMBURSABLE EXPENSES.............................................................................16 ARTICLE 7. COMPENSATION FOR SERVICES.............................................................6.......16 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS................................18 ARTICLE 9.OWNERSHIP OF PROJECT DOCUMENTS........................................................18 ARTICLE 10. TERMINATION OF AGREEMENT.....................................................................19 ARTICLE 11. INSURANCE. REQUIREMENTS........................................................................20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS...................................................22 ARTICLE 13. ERRORS AND OMISSIONS.............................................................................22 ARTICLE 14. LIMITATION OF LIABILITY..............................................................................22 ARTICLE15. NOTICE.......................................................................................................23 ARTICLE 18. MISCELLANEOUS PROVISIONS......................................................................27 SCHEDULES: SCHEDULE A — SCOPE OF SERVICES SCHEDULE B — CONSULTANT SERVICE ORDER SCHEDULE B-1 — CONULTANT COMPENSATION SCHEDULE C — HOURLY RATE SCHEDULE SCHEUDLE D—APPROVED SUBCONSULTANTS 2 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract N'o.23-030-07 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH l'JM H.W. LOCHNER, INC FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES This Agreement made and entered into this 7/19/2023 1 3;40`I3 ctive Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as 'City"), and H.W. LOCHNER, INC., a Wisconsin corporation having its principal office at 225 W. Washington, 1211' Floor, Chicago, Illinois, 60606 (hereinafter referred to as "Consultant"). WITNESETH: WHEREAS, on October 23, 2022, the City Commission approved the issuance of Request for Qualifications No. 2023-030-ND-far General Transportation Planning and Traffic Engineering Consulting Services, (the 'RFQ"); and WHEREAS, the RFQ was intended to provide access to architectural and engineering consulting firms in accordance with the Florida Consultant's Competitive Negotiation Act forfuture work as the need may arise; and WHEREAS, on March 27, 2023, the City Commission approved Resolution No. 2023- 32516, respectively, authorizing the City to enter into negotiations with F.W. LOCHNER, INC., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, 3 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid' shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Coa struction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Servicee shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission° shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager„ shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The uConstruction Cost Budgets shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. 4 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant' is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("subconsultants). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the subconsultant has been engaged by Consultant to perform professional services in connection with the Project, The subconsultants in Schedule 'DL, attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule B attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity,"and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: 'Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RI=Q), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: Contract for Construction" shall mean the legally binding agreement between City and Consultant for performance of the Work covered in the Contract Documents, including, without limitation, a general Consultant, construction manager, design- 5 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 builder or any other duly licensed construction Consultant selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor' shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: Design Criteria Package" means concise, performance -oriented drawings or specifications of a design -build Project, prepared for the purpose of furnishing sufficient information to permit design -build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter Into a negotiated design - build contract. The Design Criteria Package must specify performance -based criteria for the design -build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal; and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cast: The "Project Cost" shall mean the estimated total cost of the Project, as described in the Consultant Service Order (CSO). Project Scope: The "Project Scope' shall mean the description of the Project, as described in the Consultant Service Order (CSO). PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City`s authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the 0 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedulesv shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A —Scope of Services Schedule B — Consultant Service Order Schedule B-1 — Consultant Compensation Schedule C — Hourly Rate Schedule Schedule D — Approved Subconsultants SCOPE OF SERVICES: "Scope of Services° shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "X hereto. SERVICES: "Services° shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated as part of the Scope of Services. SOFT COSTS: -"Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 7 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract N�o.23-030-07 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described In the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or designee. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. 2.6 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order, and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2Z RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause, of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term, The term of this Agreement shall commence upon execution by the City 1.1 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.6 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and ill other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in_its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by subconsultants), within the specked time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be E DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re - performance of any non -conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely' shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2,12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice andlor perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, 10 r DocuSign Envelope ID: C237413AC-86M-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 any sub consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which Is, In the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). More notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL. IT LIMIT, IN ANYWAY, THE C1TY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE C1TY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS 11 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. .2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUSCONSULTANTS. All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from, the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant: Payment of subconsultants shall be the sole responsibility of the_Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and 12 DocuSign Envelope ID: C2374BAC-86B1-4905-8All-A6D39EOE4B50 Contract No.23-030-07 define City policies and decisions with respect to the Services and the Project. The. Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions In all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.2 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the 13 DocuSign Envelope ID: C23748AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arlsiing pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, forma committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shalt be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean 14 DocuSign Envelope ID: C2374BAC-86B1-4905-8Al l-A6D39EOE4B50 Contact ATo.23-030-07 the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator, The "Not to Exceedv amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Apuraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with laid protests, re -bidding, or re- negotiating contracts (except for Contract Document revisions and rebidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 6.2.8 lire -Design Surveys & Testing: Environmental Investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as -built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 15 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 63 Additional services may be requested by the City using a Consultant Service Order (CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not -to -exceed basis, based on the fee schedule set forth in Schedule "C" hereto. Consultant Service Order shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the almoi,nts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, In writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its subconsultants, and courier, postage and handling costs between the Consultant and its subconsultants). • Costs for reproduction rind preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or 'Not to Exceed" fee for provision of the Services, or portions 16 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 y"t Contract No.23-030-07 thereof, as may be set forth and described in the Consultant Service Order attached hereto as Schedule "A", issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C,' attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request, No markaup shall be allowed on Additional Services (whether sub -contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule B-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ('CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed the Consumer Price Index for All Urban Consumers In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation oh account of sums withheld by the City on payments to Consultant. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing fate associated therewith. In the event sub -consultant work Is used, the percentage of completion shall be identified. invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables@miamibeachfl,.gov 17 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER R5CORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ("Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind Its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 . All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City, but only to the extent the City has paid for that portion of the Work performed by Consultant. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding any other terms in or applicable to this Agreement, subject to the City's prior approval, the Consultant may retain an irrevocable, worldwide, nonexclusive license to reuse the documents. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 18 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for reuse of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated .for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cosy' is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. • 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible forany cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection, 10.3 TERMINATION FOR CONVENIENCE: in addition to the City's right to terminate for -cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's 19 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE REQUIREMENTS 11.1 The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage, 0. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's 20 DocuSign Envelope ID: C237413AC-8661-4905-8A11-A61D39HE41350 Contract No.23-030-07 profession, with limit no less than $1,O00,000. 11.2 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c10 EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation — Consultdnt agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.5 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH cto EXIGIS Insurance Compliance Services R0. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeacha.riskworks.com 11.7 Special Risks or Circumstances —The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 21 DocuSign Envelope ID: C23746AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shalt in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City In no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator, The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY 22 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amounts) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultants fees under this Agreement, which amount shall be reduced by any aniount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina T. Hudak, City Manager Email: alinahudak@miamibeachfl.gov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 31d floor, Miami Beach, Florida 33139 Attn: Jose R. Gonzalez, P.E., Director Email: josegonzalez miamibeachfl.aov All written notices given to the Consultant from the City shall be addressed to: H.W. LOCHNER INC. 225 W. Washington 1211 Floor Chicago, IL 60606 Attn: Edwin Mojena, PE 23 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 Ph: 305-503-9873 Email: emoieog_@hwlochner.com All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, .or other material, regardless of the physical farm, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant' as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. if the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. if the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) 24 DocuSign Envelope ID: C23746AC-86131-4905-SA11-A61D39HE4650 Contract No.23-030-07 unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in -equity. 16.4.3- A Consultant who fails to provide the public records to the. City within a reasonable -time maybe subject to penalties under:s. 1.1.9_1.0. 16,5 CIVILACTI©N. 16.5.1 lf'a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant -the reasonable costs of enforcement, including reasonable attorneys' fees, if.- -(a) The court determines that the Cansultarot unlawfully refused to comply with 'the public records request.within a reasonable time; and (b) ,At least.8 business days before filing the action, the .plaintiff provided written notice of the public records request, including a statement that the Consultant ;has not complied with the request, to the City and to the'Consultant. 16.6.2. A notice,complies with subparagra0h_(16.5A)(b). if it'`ls sent to the. City's custodian of public records and 'to the Consultant at the Consultant's address listed on its contract with the City or to the Consuitanfs registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express. Guaranteed, or certified -mail,'with postage or shipping, paid,iby the sender and with evidence of delivery, which may be in an electronic farmat.. 16.5:3 A Consultant who con4plies.with'a public records request within 8 business days, after the notic is sent is not liable for the. reasonable costs of enforcement. 16.6, IF THE CONSULTANT HAS- QUESTIONS REGARDING THE APPLICATION OF CHAPTER 11.9, FLORIDA.STATUTES, TO THE CONSULTANT'S DUTY TOPROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI _BEACH ATTENTION: ,RAFAEL E. GRANADO, CITY CLERK j700 CONVENTION CENTER DRIVE MIAMI BEACH, FLO RI DA 33139 ,E-MAIL: RAFAELGRANADQcr MIAMIBEACHFL.G0V PHONE: 305-673-7411------- ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to. Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on'a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said 25 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract t\o.23-030-07 contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bidlproposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bidlproposal) and contract documents, back - change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 26 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, employees, subconsultants and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. 17.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any (lability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami -Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287,133, Florida Statutes), a person or affiliate who is a consultant, 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 the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as"a Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact business with the City In excess of the threshold amount provided In Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and than it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solelyfor Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 27 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Project Documents. In accordance with Section 119.071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 18.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 18.5.3 E-Verify 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" (I E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, 28 ' DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration .of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.6.3.1 but the Consultant otherwise complied with such subsection, the City wilt promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement, 18.5.3.2.E Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event Is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of Cod which prevent performance. Force Majeure shall not include technological impossibility, 29 DocuSign Envelope ID: C2374BAC-86B1-4905-8Al l-A6D39EOE4B50 Contract No.23-030-07 inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (H) of the nature of the event and the cause thereof, (fit) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6A Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Farce Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shalt be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contact Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sale option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 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, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed 31 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract NTo.23-030-07 that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest EDocuSigned by: ��h FABBBADBFB5E4CF... Rafael E. Granado, City Clerk Date 7/19/2023 i 3:46 EDT CONSULTANT; H.W. LOCHNER, INC. Signatur /Pre ' nt CITY OF MIAMI BEACH: • � C 71Hudak, City Man ger Edwin F. Mojena, PE, Vice President Print Name Date June 26, 2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION III&City Attorney.' Da e 33 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23 -03 Q-07 SCHEDULE A SCOPE OF SERVICES The General Planning Consultant shad assist in the punning, technical, managerial, and administrative efforts related to transportation studies and/or other planning -related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects, b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h, Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations'Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services, This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Paeilitles Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach, 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach acVvifies for planning studies and projects that meet the requirements of federal, state, regional, and local processes. 34 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station areattransit teal estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d- Project Budget Estimates; e. Project Expenditure forecasts; and f, Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long-range transportation plans and projects would also be helpful. 7. Transit Interrnodal_Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the City. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used In other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 35 DocuSign Envelope ID: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 8. Transportation Related Urban Design. The Consultant should be familiar with current planning Issues and regulations in South Florida and have experience in transit -oriented development planning. The Consultant should also have experience working with community and agency stakeholders in the design of high -quality pedestrian, bicycle, and transit facilities, including but not limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian -scale development and transit and non -motorized -accessible site plans. 10. Computer Visualization!Grapj ics The Consultant should be able to provide computer visualizationlgraphics, including but not limited to images, diagrams, or animations, to communicate a project -related message. 11. Grant Application Assistance The Consultant should be able to provide assistance in preparation of grant applications related to transportation projects, 12. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management: a. Effective work planning, monthly progress reporting, and invoicing; b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within the consulting team, the City of Miami Beach, other consultants, and stakeholders; and f. Conduct regularly scheduled project meetings with the City of Miami Beach and relevant study committees and prepare and distribute project -meeting minutes to all participating stakeholders. DocuSign Envelope ID: C2374BAC-86BI-4905-8AII-A6D39EOE4B50 Contract No.23-030-07 SCHEDULEB. CONSULTANT SERVICE ORDER ME Services City-Envar6---d oantinting contract fbrAJE services for a projeFt whose esti.meled cost.of oonstuction' does rKA axed $4 millori, 'CAy mvardad-oontinukg contract for sW/, pLanning adiV4 or oihar2epAwwhose costs are esfmated 10 rot exrAed M0.000. Z* GWRMW project SpedflO COnkSCI not SLbjeCt to CCNA 146Sffbn.S kr Con dMing contracts: � [tL MD. carmouvi; to Pftrdre wif�% PwV=1 k* 4*4'.0*4 p41=1 cia!gd a -%I Ire lenm CwWx=.ZT� ns _}Al =, a Iteuuk reWjdL-A of v*wmtt %Wd ul-ff kffmzi xW condbBm xt Ird"d lwvit cc in aW zn_-Hrieee to Vit CEO, toy d--%;-dm tarn: -.:xm d wedk aw, eed w Vp-- is r, 0.'J] rMyft A C t� *Tit' ;4: rx'wd 1:10, 41c C ily I - Estimated calerKjar day _he YMdC 5 t4V Wrrapjete t 2- Total arnount original C SO 3- Total amount aB previous Amendments 4- Total amount this Amendment 5- ToW Amount for Engagement G. Ft-e for ancillary items for this Service Order Account Code., Approval of New Subcoruaiftants: rt a wrt mdxoradfaill to tAW ra wWa M Lbummr Am w3l to mqdma 757Y., I ILl NDWS For Crty (Name) Signature Date 37 DocuSign Envelope ID: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 SCH50ULE B-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services Design Services` Bidding and Award Services Construction Administration ** Reimbursable Allowance*** Note: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction (as applicable). In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said. services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 38 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No, 23-030-07 SCHEDULE C CONSULTANT HOURLY RATE sgHr=dULE CAtEORiES HbU.RLY RATS Project Principal $ 275.00 Senior Project. Manager $ 260.00 Project Manager $ 200:00 Chief Engineer $ 237.00 Chief Designer $ 20,7.00 Chief Manner. $ 207.00 Senior Engineer $ 185.00 Senior Landscape Architect $ 170.00 S.eniorTraffic Engi`rieer $ 170.00 Senior Planner $ 170.00 Traffic/Project Engineer $ 130.00 Engineer $ 130.00 Landscape Architect $ 130.00 'P.Ianner $ 130.00, Graphic Designer $, 110.00 Landscape Architect - Associate $ 106.00 Senior CAD Technician $ 90.00 Engineering, lhtern $ 90.00. CAD Technician $ 75..06 Clerical $ 75.00 Administrative Assistant $ 75.00 39 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-07 SCHEDULE D APPROVED SUBCONSULTANTS Project Manager: Jaynes Spinks, PE, PTOE Subconsuttants: 1. ACAI Associates, Inc. 2. Benesh 3. Bermella Ajamil & Partners, Inc. 4. Boothe Transit Consulting, LLC 5. Cambridge Systematics, Inc. 6. Eland Engineering, Inc. 7. Infinite Source Communications Group, LLC. 8. Manuel G. Vera & Associates, Inc. g. McMahon Associates, Inc. 10, Medial Relations Group, LLC. 11. Plusurbia Design 12. Quality Counts, LLC. 13. Toole Design Group, LLC. 14. TSF Geo 15. WTL+a 40 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO RESOLUTION NO. 2023-32516 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2023.030-ND, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE -QUALIFIED CONSULTANTS FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH MARLIN ENGINEERING, INC., AS THE FIRST RANKED PROPOSER; THE CORRADINO GROUP, INC., AS THE SECOND -RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE THIRD -RANKED PROPOSER; THE STREET PLANS COLLABORATIVE, INC., AS THE FOURTH -RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; GANNETT FLEMING, INC., AS THE SIXTH -RANKED PROPOSER; AND H.W. LOCHNER INC. AND KIMLEY-HORN AND ASSOCIATES, INC., AS THE TIED SEVENTH - RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on October 26, 2022, the Mayor and City Commission approved the issuance of the Request for Qualifications (RFQ) No. 2023-030-ND for General Transportation Planning and Traffic Engineering Consultant Services; and WHEREAS, Request for Qualifications No. 2023-030-ND (the "RFQ") was released on October 28, 2022; and WHEREAS, a voluntary pre -proposal meeting was held on November 10, 2022; and WHEREAS, on December 23, 2022, the City received a total of 18 proposals; and WHEREAS, on December 20, 2022, the City Manager, via Letter to Commission No. 530-2022, appointed an Evaluation Committee consisting of. Dani Fawaz, Senior Transportation Engineer, Transportation Department; Rogelio Madan, Deputy Director, Planning and Zoning Department; Luis Soto, Senior Principal Engineer, Public Works Engineering Department; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami; and WHEREAS, the Evaluation Committee convened on January 31, 2023, to review and score the proposals; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, 'the Eva:luation Committee ranked. the - proposers - as follows: 'Marlin :Engineering, 'Inc., ..as. the -Arst-ranked :proposer; The Corradino Group, -Ind-.,. as the.second- . - ranked. proposer;- Alta Planning + Design,.Inc,.,- as -the third=ranked'pr.op*oser-;'Tfie.-Strpdt:Plans ' Collaborative, Inc., as the fourth-rahked pr6poser,"Calvin, Giordano & Associates; Inb.,. as the fifth -ranked proposer;. Gannett. Fleming; Inc.,* as the'sixth-ranked :proposer, and H.W. Lochner Inc. and Kirriley-Hornand Associates, Inc.; aisthejl6d severith-ranked- proposers;. arid: WHEREAS; after reviewing all of the submissions and the Evaluation Corfimittee's-ranki.ngs - .and analysis, the 'City Manager concurs with the Evaluation Committee and recommends that the :Ma r: and City. Q'0n�missi'0n'authoriz'e the' Administration. to establish a. pie -qualified Yo pool. of '�re ied ...consultants. f6r'spqcificjask6 relating to. general- transportation planning and traffl-c'en'gineering .....:_ser*6s; authohze-the-Adrh . inistratl6n to enter-! . hto hqgotiatio'* ns: With Marlin -Engineering"- Inc.,: as n. the. first -ranked* proposer; : The' Corradino 'Group',.'l ic., as the ' S econd-ranked proposer; 'Alta e ' :Planning-t Design, Inc..., as the, third -ranked proposer; -The'Street. Pfans. CollaboratiVe, !n.C.*,'as Jfie-fbUrth-fdnkedpr000ser; Calvin, Giordano'& Associates, Inc'., as. the fifth ran'ked:prop6ser, Gannett Fl6mirig, Inc., 'as the sixth -ranked proposer, and- H.W. Lochner Inc: -and" Kirriley-Horh and Astoclates, Inc., as -:the tied' seventh -ranked proposers'; and further authorize 'the City -Manager'.and 'City Clerk . to. execute . agreem . ents - with:- each foregoing: of the 'foregi ng.- prop_ osers-: upon success 0 d conclusion of successful, negotiations by the Administration. -. NOW, . -THEREFORE,. BE ffo DULY ' RESOLVED -BY .THE MAYOR: *AND CITY. COMMISSION OF THE -:CITY OF MIAMI' BEACH; FLORIDA, that the :Mayor: and City-. ..Commission hereby'ac'cept the. recommendation of the. City Manager, • pursuant to Request For Qu6IificatIofis,"("RFQ"), No. 2023-030-*ND, for General Transportation - Planning-' and Traffic, Engi.n.ebring. Consultant Services; authorize .the Adminl9tration. to establish: 6 pool of prdqualified :consultants for specific tasks relating to general transportation- pldnning,and traffic ehginderihg :.services; authorize the: Administration to enter into. negotiations -with. Marlin.. E ng iheerin g.,' Inc., as the first -ranked proposer; "The Corradino Group, Inc.- as the 'second -ranked Alta 'Planning + Design, Inc.*, as the third e .7ranked proposer; '.Street. Plans s Collaborative, Inc., as thd fourth -ranked proposer; Calvin, Giordano &-Associates, lnc.,,*as -the fifth-ranked:.proops6r, :.Gannett Fleming, :Inc.---ias:,the sixth: -ranked, proposer; and,KW- Lochner :Inc. -:6rid-Ximley-Horn and -Associates,' Inc.', as the tied seventh ranked :.proposers; and, fUrt 6r: -authorize'th6 City propose h.. Manager and CityC* lerk to. execute agreements with each of 'the proposers upon :conclutlon.bf successful,heaotiatibns by the Administration. PASSED AND ADOPTED this Mayor Or Gelbe ATTE§L.- MAR 1.1"2021. 1 -, I NG R Rafal E. Oranado, City.Clerk y APPROVED .A8TO. FORM & ' LANGUAGE &.FOR EXECUTION - City Attorney • zW: Date Competitive Bid Reports - C2 D MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: March 27, 2023 SUBJECT: A RESOLUTION OF THE ,MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ)'NO. 2023-030-ND, FOR -GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF .PRE -QUALIFIED CONSULTANTS FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES; AUTHORIZING THE ADMINISTRATION TO 'ENTER INTO NEGOTIATIONS WITH MARLIN ENGINEERING, INC., AS THE FIRST RANKED PROPOSER; THE GORRADINO GROUP, INC.,AS THE SECOND -RANKED PROPOSER-ALTA PLANNING+ DESIGN, INC., AS THE THIRD -RANKED PROPOSER; THE STREET PLANS COLLABORATIVE, INC., AS THE FOURTH -RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; GANNETT FLEMING, INC., AS THE SIXTH - RANKED PROPOSER; AND: H.W. LOCHNER I NC. AND KI MLEY HORN AND ASSOCIATES, INC., AS THE TIED SEVENTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations pursuant to Request for Qualifications (RFQ) No.. 2023- 030-ND, with Marlin Engineering, Inc., as the first -ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth -ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer, Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Hom and Associates, Inc.,, as the tied seventh -ranked proposers. The Resolution also authorizes the City Manager and City Clerk to execute agreements .upon the conclusion of successful negotiations. The solicitation is currently under the cone of silence Page 45 of 1292 BACKGROUND/HISTORY To assist with the City's transit, mobility and transportation goals, general transportation planning and traffic engineering consultant services are needed for the planning, design, and implementation of projects recommended in the City's adopted Transportation Master Plan and Bicycle -Pedestrian Master Plan, as well as advancing other priority transportation projects. The services will ensure that key pedestrian, bicycle, transit, and automobile safety and accessibility projects move, forward to fruition. For appro)amately five (5) years, the City has had an agreement for general transportation planning and traffic engineering consultant services to assist with projects as needed. The current agreement expires on April 15, 2023. Proposals for a replacement agreement were received pursuant to the RFQ. ANALYSIS On October 26, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2023-030-ND for General Transportation Planning and Traffic Engineering Consultant Services. On October 28, 2022, the RFQ was issued. A voluntary pre - proposal conference was held on. November 10, 2022 to provide information to proposers submitting a response. The Procurement Department issued bid notices to 40,633 companies through the e-procurement system; with 129 prospective. bidders accessing the advertised solicitation. RFQ responses were due and received on December 23, 2022. The City received a total of 18 proposals from the following firms: AECOM Technical Services, Inc. Alta Planning + Design, Inc. Caltran Engineering Group, Inc. Calvin, Giordano & Associates, Inc. Choice Engineering Consultants, Inc. EXP U.S. Services Inc. Florida Transportation Engineering, Inc. Gannett Fleming, Inc. H.W. Lochner Inc. HBC- Engineering Company Kimley-Hom and Associates, Inc. Aittelson & Associates, Inc. Marlin Engineering, Inc. Metric Engineering, Inc. Nelson/Nygaard Consulting, Associates, Inc. Prosser, Inc. The Corradino Group, Inc. The Street Plans Collaborative, Inc. On December 20, 2022, the. City Manager appointed, the Evaluation Committee via LTC # 530- 2022. The Evaluation Committee convened on January 31, 2023, to consider the proposals received. The Committee was comprised of Dan! Fawaz, Senior Transportation Engineer, Transportation and Mobility Department; Rogelio Madan, Deputy Director, Planning and Zoning Department; Luis Soto, Senior Principal Engineer, Public Works Engineering Department; and Collin Worth, B'IcyclCoordinator/Transportation Analyst, Office of Transportation Management, City of Miami. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance, and the Government Sunshine Law. The Committee was Page 46 of 1292 also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as noted in Attachment A and below. Firm Ran Marlin Engineering, Inc. 1 The Conadino Group, Inc. 2 Alta Planning + Design, I nc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano & Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Horn and Associates, I nc. 7 (tie) EXP U.S. Services, Inc. 9 AECOM Technical Services, Inc. 10 Choice Engineering Consultants, Inc. 11(tie) Nelson/Nygaard Consulting Associates, Inc. 11(be) Florida Transportation Engineering, Inc. 13 Kittelson & Associates, Inc. 14 HBC Engineering Company 15 Caltran Engineering Group, Inc. 16 Metric Engineering, Inc. 17 Prosser, Inc. 18 The City currently has eight (8) firms under the existing contract. Based on the projected volume of work required and the results of the rankings, staff recommends awarding to the top eight (8) firms pursuant to this current solicitation. Work is to be equitably rotated among the awarded firms in accordance with Administrative Order P0.03.03. A summary of each firm is available upon request. SUPPORTING SURVEY DATA Not Applicable FINANCIAL INFORMATION Fees will be established through the negotiation. process. Average annual expenditures for these services total $820,000.Services are to be funded through specific project budgets which are subject to the appropriation of funds through the City's annual budget process. Amount(s)/Account(s): CONCLUSION After reviewing all of the submissions and the Evaluation Committee process, I concur with the Evaluation Committee and find Marlin Engineering, Inc.; The Corradino Group, Inc., Alta Planning + Design, Inc., The Street Plans Collaborative, Inc., Calvin, Giordano & Associates, Page 47 of 1292 Inc., Gannett Fleming, Inc., H.W. Lochner Inc., and Kimley-Horn and Associates, Inc. to be well qualified firms for specific tasks relating to general transportation planning and traffic engineering services. Marlin Engineering, Inc., Alta Planning + Design, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., and H.W. Lochner Inc. have provided general transportation planning and traffic engineering services to the City for approximately five (5) years and are multidisciplinary firms that have experience with various local municipalities. The Corradino Group, Inc. is a large firm that has vast traffic engineering experience providing services such as traffic calming studies and master plans to local municipalities such as the Town of Cutler Bay and the City of Fort Lauderdale. Moreover, it is an incumbent providing traffic engineering consultant services to the City of Miami Beach since 2020. The Street Plans Collaborative, Inc. created the City's Bicycle Pedestrian Master Plan and Street Design Guidelines to help expand the City's transportation priorities, and their team is made -up of innovative transportation engineering and technical planning firms. Finally, Kimley-Horn and Associates, Inc. is a full -service, multidisciplinary consulting firm with 55 years of experience and was selected to provide program management services for the Intelligent Transportation System and Smart Parking System project for the City. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of pre -qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with Marlin Engineering, Inc., as the first - ranked proposer; The Corradino Group, Inc., as the second -ranked proposer, Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth - ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Horn and Associates, I nc., as the tied seventh -ranked proposers; and further authorizing the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations. Applicable Area Citywide Is this a "Residents Right Does this item utilize G.O. to Know" item, pursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Transportation and Mobility/Procurement ATTACHMENTS: Description o Attachment A o Resolution Page 48 of 1292 ATTACHMENTA RFG 202i -NO GENERAL TRANSFORTA71ON - - . _ _ . of ..... _ .. PLANNING ANO TRAFFlG.ENGINEERING IANSULTANi Dan[ Fawaz S Rogello Madan ° Luis Soto Y. Collin Werth C ., Low . A SERVICESc e �. c 12 c Aggregate ; s. , Tbtals c rc • • Qualitative Quantitative Subtotal - Qualitative Quantitative • Subtotal. -Qualltative ". Quantitative '. Subtotal Qualitative 'Quantitative Subtotal Merlin Engineering. Inc. 92 5 97 1 86 5 91 1 81 6 86 4 92 5 , 97 2 B 1 The Conadino Group, Inc. 88 5 93 2 82 5 87 5 83 5 Be 3 90 5 95 5 15 2 AltaPlannin + Design. Inc, 85 5 90 4 76 5 81 10 81 5 86 4 93 5 98 1 19 3 The Street Plans Collaborative Inc. 79 5 84 9 84 5 89 3 79 5 84 6 92 5 97 2 ': 20 4 Calvin Giordano & Associates Inc 90 3 93 2 83 3 86 7 93 3 96 1 88 3 91 12 — 22 5 Gannett Fleming,Inc. 66 3 89 7 85 3 88 4 80 3 83 8 90 3 93 10 29 6 H.W. Lochner Inc. 87 3 90 1 4 81 3 84 91 89 3 92 2 83 3 86 16 31 7 Kimle -Hom and Associates Inc. 90 1 0 90 41 87 0 87 1 51 75 0 75 17 95 0 95 5 31 7 EXP U.S. Services Inc. 78 5 83 10 70 5 75 1131, 75 5 BO 'I'll 90 5 95 5 39 9 AECOM Technical Services Inc. 85 0 85 8 65 0 85 181 78 0 78 .151 94 0 94 9 " 40 10 Choice Engineering Consultants Inc 65 5 70 12 68 5 73 15 75 5 80 11 91 5 96 4 i`. 42 11 NelsonlNygaard Consulting Associates, Inc. 65 5 70 12 71 5 76 12 78 5 83 6 8B 5 93 10• 1 42 1111 Florida Trans ortalionEn ineerin Inc. 65 5 70 12 85 5 90 1 21 72 5 77 16 83 1 5 88 13:- 43 13 IOttelson & Associates Inc. 65 3 68 16 78 1 3 81 10 76 3 79 13 92 1 3 95 5 :: 44 14 HBC Engineering Com an 71 5 76 11 63 5 68 16 79 5 84 6 80 5 85 18 :. 51 15 En ineerin Grou Inc. 65 5 70 12 69 5 74 14 74 5 79 13 83 5- 88 13 52 i6 Metric Metric En ineerin Inc. 60 3 63 18 61 3 fi4 18 78 3 81 10 83 3 86 16 -' 62 17 Prosser Inc. 60 5 65 17 60 5 65 17 70 5 75 17 83 5 88 13 . , 64 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMSEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3m Floor Miami Beach, Florida 33139 www.miamibeachfi.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 15, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet IL RESPONSES TO QUESTIONS RECEIVED. Q1: Are respondents required to cover all areas of prequalification listed in the solicitation? Al: Don't understand question. If the question is regarding the list of specialties listed in Section 0300, Proposal Submittal Instructions and Format, SubSection 4, Electronic Proposal Format, Tab 2 Experience and Qualifications, the Consultant is not expected to provide all specializations. However, the evaluation committee will utilize the information in this tab in the evaluation of the proposal. Q2: Are respondents permitted to include subconsultants as part of their team? A2: Respondents are permitted to include subconsultants as part of their team. Q3: If subconsultants are permitted, are firms able to participate as both a prime and subconsultant on another team? A3: Firms can participate as prime or subconsultant on another team. Q4: In the bid submittal questionnaire, Section 7 — Small and Disadvantaged Business Certification, are respondents permitted to check "yes" if their team includes a small/disadvantaged subconsultant? A4: Section 7 of the bid submittal questionnaire applies only to the prime. Q5: Is there a budget for this project? A5: The services are not being sought for a specific project. Budgets will be established for each project assigned after award. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ro Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Q6: Are there teaming restrictions (i.e., If a firm is submitting as a Prime, can it also be on other teams as a subconsultant)? A6: See response to Q3 above. Q7: Who will be the Project Manager on behalf of the City of Miami Beach? A7: The services are not being sought for a specific project. When a project is identified, a Project Manager will be assigned. Q8: The SOW items listed in the RFP do not match up with requested services in tabs 2 and 3. Please clarify if you are looking for all the services in the SOW and the proposal tabs, is one of the list more relevant? If both are relevant, please describe the difference or connection between them. A8: Consultants are expected to assist the City with the planning, technical, managerial, and administrative efforts related to transportation studies or other planning -related activities listed in SOW and Tabs 2 and 3. Activities listed in SOW and Tabs 2 and 3 may not be all-inclusive. Q9: Other than the SECTION 1 — BID CERTIFICATION FORM, are there any additional forms needed to be turned in upon submission? A9: Consultant is to submit with its response the bid submittal questionnaire, filled out and submitted electronically, and all pertinent documentation that complies with Section 0300, Subsection 4. Electronic Proposal Format through the "Line Items" attachment tab in Periscope S2G. Q10: In the prebid meeting, there was mention that this contract will be replacing the existing contract due to end in 2023. Can you please provide the name(s) of the incumbent? A10: The incumbents are Alta Planning & Design, Inc., H.W. Lochner, Inc., Kittelson & Associates, Inc., Marlin Engineering, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., HNTB Corporation, and Nelson -Nygaard Consulting Associates, Inc. Q11: Should we include the RFQ pages in our proposal response? A11: The electronic submittal should be tabbed as enumerated in Section 0300, Proposal Submittal Instructions and Format, Sub Section 4, Electronic Proposal Format, and contain a table of contents with page references. Q12: Should we include certification of good standing/certification to do business in Florida/licenses (firm and individual) in our proposal response? Al2: Provide the licensure for the team members. The City can locate the firm's licensure online. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miarr ibeachfl.gov Q13: In which tab of the Electronic Proposal Format (Section 0300 ) should we place the Bid Submittal Questionnaire? A13: The Bid Submittal Questionnaire is to be submitted electronically via the PeriscopeS2G portal. Q14: Will this contract restrict eligibility for a prime or subconsultants to compete on future related design or planning contracts? A14: Typically, no. However, a consultant engaged to complete plans or specifications (e.g., design criteria package) for a project will be precluded from participating in the solicitation in which the plans or specifications are utilized. Pre -planning activities, such as feasibility studies, are not included in the preclusion. Q15: In the sample contract, please change 2.8 to "Consultant shall use reasonable efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project." A15: When submitting a proposal, the bidder shall indicate any exceptions it wishes to take to any of the terms in the solicitation and outline what, if any, alternative is being offered. Q16: In the sample contract in 2.10, please change "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida." to "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a consultant with respect to the disciplines required for the performance of such Services in the State of Florida and pursuant to the Standard of Care defined in Section 2.4 of this Agreement. A16: See response to Q15 above. Q17: In the sample contract in 2.11, please remove the sentence "The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule." A17: See response to Q15 above. Q18: In the sample contract, please replace 4.1 with "The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant will design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. The need for additional compensation will be based on the extent of the changes and mutually agreed by the City and the Consultant." A18: See response to Q15 above. REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Q19: In the sample contract, please add "Consultant's services required to bring costs within any limitation established by the Client will be paid for as Additional Services." to the end of section 4.3. A19: See response to Q15 above. Q20: In the sample contract, please create section 4.7 "The Statement of Probable Construction Cost will be prepared in accordance with the cost estimate classes defined by the Association for the Advancement of Cost Engineering (AACE). If the City does not issue bids for the Project within three (3) months of the date the final version of the Statement of Probable Construction Cost was prepared, the City shall solicit a revised Statement of Probable Construction Cost from Consultant that is adjusted to account for changes in labor, material, and other cost elements subject to price fluctuation as a function of time and/or market conditions. The City shall negotiate a fee with Consultant for the development of a revised Statement of Probable Construction Cost as an Additional Service." A20: See response to Q15 above. Q21: In the sample contract, please add "Any modification by the City to any of the Consultant's documents, or any reuse of the documents without written authorization by Consultant will be at the City's sole risk and without liability to the Consultant." to the end of section 9.1. A21: See response to Q15 above. Q22: In the sample contract, please replace Article 12 with "12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. A22: See response to Q15 above. Q23: In the sample contract, please remove Article 13. A23: See response to Q15 above. Q24: In the sample contract, please replace section 18.7 with "If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors or omissions which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors or omissions in the Contract Documents and other documents or Services related thereto." A24: See response to Q15 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q25: In the sample contract, please add the following language to be compliant with Florida Statutes:18.10.5 PURSUANT TO FS 558.0035, EMPLOYEES OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE UNDER THIS AGREEMENT. (This statement must be in an uppercase font that is at least 5 point sizes larger than the rest of the text) A25: See response to Q15 above. Q26: Do you want the online forms printed and included with the proposal as well as submitted online? A26: See response to Q13 above. Q27: Can you save your progress online without submitting? A27: Yes. Q28: Who will be on the selection panel? A28: The evaluation committee members have yet to be selected. Q29: City is supported by Institute of Sustainable Infrastructure, will the City be looking to certify projects? A29: The City does not have a policy that requires infrastructure projects to be certified through Envision. However, the City encourages all projects to incorporate elements of sustainability and resiliency such as those in the Envision framework developed by the Institute for Sustainable Infrastructure (ISI). Q30: Is DBE/LGBT required? A30: No. Q31: Is Veteran preference only if the Prime is veteran -owned? Or are preferences given towards a team with a veteran -owned sub consultant? A31: Only the prime consultant is eligible for Veteran's Preference points. Q32: Will submitting teams have the opportunity to bring in subconsultants that aren't included in this submittal for specific task orders? A32: Please refer to the RFQ Appendix A, Special Conditions, Section 4 Sub -Consultants. Q33: Should the Bid Submittal Questionnaire be submitted within our proposal response or is it just submitted through the Periscope portal? A33: See response to Q13 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH. PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, lf,)atz� Z�+z6z�, Natalia Delgado Procurement Contracting Officer III 6 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov EXHIBIT A Pre -Proposal Sign -in Sheet 7 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET DATE: Thursday, November 17, 2022 TIME: 9:30AM BID NO. AND TITLE: RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES NAME TITLE COMPANY Email PHONE NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGAOD@MIAMIBEACHFL.GOV 305-673-7000 X26263 MILOS MAJSTOROVIC ASSISTANT DIRECTOR TRANSPORTATION Milosmaistorovis@miamibeachR.eov 305-673-7000 X26855 MARIAGOUVEIA MARKET DEVELOPMENT SPECIALIST CHA mgouvela@chacompanles.com (786)749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA ihignite@chacompanies.com (518) 453-8236 ERIC CZERNIEJEWSKI TRAFFIC ENGINEERING DIVISION MANAGER THE CORRADINO GROUP eczernieiewski@cormdino.com 954-777-0044 EDWARD NG TECHNICALVP THE CORRADINO GROUP ene@corradino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irene@streetplans.org 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tonv@strcerolans.ore 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM wive rereddv@aecom.cam 305.704.6440 HAIDERTALIB CIVIL ENGINEER AECOM haider.talib@aecom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnery@aecom.com 305.804.6689 CAROLINA PACE CALTRAN ENGINEERING GROUP, INC. cpace@caltraneroup.com 786-456-7700 JLIU CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES JCampbell@ccasolutions.com 954-766-2740 DIANA WHITE DWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrancis@choiceen¢.com 786-250-5526 YULET MIGUEL SENIOR ENGINEER - CIVIL CHEN MOORE AND ASSOCIATES ymi¢uel@chenmoore.cpm 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP iennifer.borees@exp.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbcenzineerin¢co.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimlev-horn.com 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR IKITTELSON AND ASSOCIATES, INC. hhannaford@kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR METRIC Brandy,Pleast@metricene.c= 850-321-7871 MICHAELRIEBE NE LSON/NYGAARD mriebe@nelsonnveaard.com 510-506-7587 RAFIQALOASEM IPROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIE FABIAN JACCOUNTMANAGER ISAFEBUILT JFahian@SAFE6uilt.com 786-481-8366 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfi.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 12, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). The deadline for questions has passed. No further questions will be considered. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Friday, December 23, 2022. All proposals received and time -stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 320 559 520# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael Granado9miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoomiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #3 12/12/2022 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS N0.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 5, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). The deadline for questions has passed. No further questions will be considered. I. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Monday, December 19, 2022. All proposals received and time -stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. BLIC BID OPENING Dial -In Instructions: Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 320 559 520# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoC�miamibeachfl.Qov Contact: Telephone: E71mail: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #2 12/5/2022 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO, 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES November 8, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: PRE -PROPOSAL MEETING DATE AND TIME. Due to Tropical Storm Nicole, the pre -proposal meeting is being postponed. The pre -proposal meeting will take place on Thursday, November 17, 2022, at 9:30 a.m. ET. PUBLIC MEETING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 992197 065# To join on your computer or mobile app Click here to join the meeting II. REVISION: DEADLINE FOR RECEIPT OF QUESTIONS. The deadline for receipt of questions is extended until 5:00 p.m. ET, Monday, November 28, 2022. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoC-wmiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 1 nataliadel adogmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2023-030-N D General Transportation Planning and Traffic Engineering Consultant Services SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS MIAMI BEACH: SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFQ, the City seeks to prequalify and contract consultants to provide professional services relating to transportation planning, traffic engineering, computer visualization/graphics, and related services on future projects. Each Firm awarded a contract pursuant to this RFQ will be placed on a prequalification list where the City may call upon it to provide services. As the need for services arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. The City of Miami Beach intends to select one or more firms under this RFQ in order to create a pool of prequalified firms. Having a rotating list of firms available to provide these services for the Transportation Department would enable the City to effectively and efficiently manage these projects. The City will endeavor to but is not required to distribute work among the prequalified firms. Each proposed Contract shall be for a three (3) year contract term, with two (2) one-year renewal options. The City's current agreements for these services expire in April 2023; therefore, through this RFQ, the City is seeking proposals from firms qualified to provide the required scope of services detailed herein. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). Specific scope proposals and costs are not being requested at this time. Consulting services at fixed rates will be negotiated after the Commission has approved the award recommendation and specific scope requirements will be negotiated at the time of need. 3. ANTICIPATED SCOPE OF WORK. The City of Miami Beach seeks multidisciplinary consultant teams to provide technical expertise and logistical support to its Transportation Department. Emphasis will be on the comprehensive implementation of selected projects primarily from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website (http://www.miamibeachfi.gov/transportations including any additional projects. These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. The General Planning Consultant shall assist in the planning, technical, managerial, and administrative efforts related to transportation studies and/or other planning -related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. MIAMI BEACH c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; MIAMI BEACH c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long- range transportation plans and projects would also be helpful. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the CAL The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 8. Transportation Related Urban Design. The Consultant should be familiar with current planning issues and regulations in South Florida and have experience in transit -oriented development planning. The Consultant should also have experience working with community and agency stakeholders in the design of high -quality pedestrian, bicycle, and transit facilities, including but not limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian -scale development and transit and non -motorized -accessible site plans. 10. Computer Visualization/Graphics The Consultant should be able to provide computer visualization/graphics, including but not limited to images, diagrams, or animations, to communicate a project -related message. 11. Grant Application Assistance The Consultant should be able to provide assistance in preparation of grant applications related to transportation projects. 12. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management; a. Effective work planning, monthly progress reporting, and invoicing; b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within the consulting team, the City of Miami Beach, other consultants, and stakeholders; and f. Conduct regularly scheduled project meetings with the City of Miami Beach and relevant study committees and prepare and distribute project -meeting minutes to all participating stakeholders. 13.- The City reserves the right to engage any prequalified firm for any other work that may be considered as general transportation planning and traffic engineering services. 4. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued October 28, 2022 Pre -Proposal Meeting November 10, 2022 9 10:00 a.m. ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 992197 065 Deadline for Receipt of Questions November 25, 2022 9 5:00 p.m. ET Responses Due December 12, 2022 @ 3:00 p.m. ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 320 559 520 Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 5. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Natalia Delaado 305-673-7000 x26263 NataliaDelaadoC miamibeac The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no. later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-4. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 6. PRE -PROPOSAL MEETING OR SITE VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to join the meeting MIAMI EACH' Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 992197 065 Proposers who are participating should send an email to the contact person listed in this RFQ expressing their intent to participate. 7. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through Periscope S2G. Any prospective proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may. result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 8. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and, all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadogmiamibeachfl.gov 9. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 10. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the Contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the Contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 11. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the Contract. (2) Whether the Proposer can perform the Contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the Contract. The City Manager may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the MIA MI BEACH City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 12. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, Contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 13. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Ha. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 14. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, Supplier-to- Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G, Supplier-to- Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications and submit electronic bids visit https://www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier-to-Government at support@bidsync.com or 800.990.9339, option 1, option 1. 15. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self-Service(VSS)webpage(https://selfservice.miamibeachfl.gov/vssNendors/default.aspx)will also provide you with purchase orders and payment information. Should you have any questions and/or comments,do not hesitate to submit them to vendorsupport@miamibeachfl.gov 16. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce(NGLCC) and small and disadvantaged businesses,as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system(Periscope S2G, Supplier-to-Government). These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. MIAMI BEACH SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Goods and Services (dated 7.7.2022), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ TERMS & CONDITIONS — GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Grants and Federal Requirements (dated 8.20.2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-cond iti ons/ Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync)on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non- responsiveness. Non-responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically),the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. TAB 1 Cover Letter&Table of Contents Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs,sections with tabs and page numbers to facilitate the evaluation committee's review. MIt'MIBEACH TAB 2 Experience & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the Firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. Submit no less than five (5) projects completed within the last ten (10) years, exemplifying experience in planning, technical, managerial, and administrative efforts related to general transportation planning and traffic engineering activities. For each project submitted, the following is required. o project name, o project description, including the scope of services, and the role of the Firm and members of the project team, o agency/client name, o agency/client contact, o contact telephone&email, and o year(s) and term of engagement. For each project, identify whether the experience is for the Firm or a principal (include the name of the principal). 2.2 Qualifications of Proposer Team. Provide an organizational chart of all the Proposing Firm's personnel and subconsultants,each team member's qualifications,and each team member's role in providing the services detailed herein. Each individual's resume, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this Contract. Personnel and consultants' specializations may include but are not limited to: 1. Traffic engineering 2. Transportation/transit planning 3. Bicycle and pedestrian planning 4. Complete streets 5. Smart growth 6. Livable cities 7. Integration of transportation and land use 8. Economic and financial analysis 9. Transportation Related Urban design 10. Station area planning 11. Computer visualization/graphics 2.2.1 The Proposing Firm shall identify a Project Manager who shall submit no less than three (3) projects completed within the last ten (10) years, exemplifying experience and capacity in performing general transportation planning and traffic engineering. For each project submitted,the following is required. o project name, o project description, including the scope of services; o agency/client name, o agency/client contact, o contact telephone &email, and o year(s) and term of engagement. 2.2.2 Evidence of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project description, agency name, agency contact, contact telephone & email, year(s), and term of engagement. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. V►A VI BEACH TAB 3 Approach and Methodology Submit detailed information on the approach and methodology that the Proposer and its team have utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: 1. Traffic engineering 2. Transportation/transit planning 3. Bicycle and pedestrian planning 4. Complete streets 5. Smart growth 6. Livable cities 7. Integration of transportation and land use 8. Economic and financial analysis 9. Transportation Related Urban design 10. Station area planning 11. Computer visualization/graphics Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE INITIAL REVIEW OF PROPOSALS. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate and rank each responsive Statement of Qualifications received in accordance with the criteria set forth in Sub-section 4 below. The Evaluation Committee may complete the initial review of proposals with or without presentations. The Evaluation Committee's scores and rankings are only advisory to the City Manager, who will utilize the results to take one of the following actions: a. Recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub-section 12; or b. Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee; or c. Recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short-listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms,the Evaluation Committee will utilize the criteria set forth in Sub-section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria Maximum Points Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work (0-5 Points). Points awarded to the Proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 5 $250,000.01 —$2,000,000 3 Greater than $2,000,000 0 TOTAL AVAILABLE POINTS for Qualitative and Quantitative Criteria 110 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation MIAMI BEACH Committee process do riot constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third-party in developing an award recommendation in accordance with Section 0100, Sub-section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Qualitative Points 82 74 80 Committee Quantitative Points 5 5 0 Member 1 Total 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee Quantitative Points 5 5 0 Member 2 Total 95 79 66 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking' 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission,which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank MIAMI BEACH APPENDIX A MIAMI BI BEACH Special Conditions 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACF-' 1. Term of Contract. It is expected that any resulting agreement shall be valid for a term of three (3) years from the effective date. The Contract could be extended for an additional two (2), one (1) year terms, at the sole discretion of the City Manager. 2. Additional Terms or Conditions. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of Contract. By virtue of submitting a proposal, Consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 3. Change of Project Manager. A change in the Consultant's project manager(as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 4. Sub-Consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub- consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 5. Negotiations. Upon approval of selection by the City Commission, negotiations between the City and selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. 6. Licensure. Consultant (defined as the Firm) shall be a Planning, Architectural, or Engineering firm authorized to conduct business in the State of Florida at the time of bid. 6.1 Throughout the term of any resulting agreement, the Consultant shall assure that all work on any City project is performed by licensed individuals, in accordance with the requirements of the State of Florida. MIAMI BEACH APPENDIX B MIAMI BEACH Sample Contract 2023-030-N D GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXX FOR XXXXXXX DISCIPLINE: XXXXXXX RESOLUTION NO. XXXXXX 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 134 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTON COST 154 ARTICLE 5. ADDITIONAL SERVICES 177 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12, INDEMNIFICATION AND HOLD HARMLESS 244 ARTICLE 13. ERRORS AND OMISSIONS 245 ARTICLE 14. LIMITATION OF LIABILITY 255 ARTICLE 15. NOTICE 255 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW 296 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 28 ARTCILE 18. MISCELLANEUS PROVISIONS 29 SCHEDULES: SCHEDULE A 36 SCHEDULE B 38 SCHEDULE C 39 2 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXX FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES "AS-NEEDED" BASIS This Agreement made and entered into this day of , 20 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and XXXXXX., a Florida corporation having its principal office at XXXXXX (hereinafter referred to as Consultant). WITN ESSETH: WHEREAS, on XXXXX, the City Commission approved the issuance of Request for Qualifications No. XXXXXXX (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering consulting firms in accordance with the Florida Consultant's Competitive Negotiation Act for future work as the need may arise; and WHEREAS, on XXXXX, the City Commission approved Resolution No. XXXX, respectively, authorizing the City to enter into negotiations with XXXXX and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services"shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The"City Manager"shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise 5 required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the subconsultant has been engaged by Consultant to perform professional services in connection with the Project. The subconsultants in Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents"shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Consultant for performance of the Work covered in the Contract Documents, including, without limitation, a general Consultant, construction manager, design- builder or any other duly licensed construction Consultant selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, 6 corporation,joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost" shall mean the estimated total cost of the Project, as described in the Consultant Service Order (CSO) Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order (CSO). PROJECT ADMINISTRATOR: The"Project Administrator"shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the 7 key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A- Consultant Service Order Schedule A-1 - Consultant Compensation Schedule B - Hourly Rate Schedule Schedule C - Approved Subconsultants SCOPE OF SERVICES: "Scope of Services"shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated as part of the Scope of Services. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI)format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall 8 countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 9 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request(and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re- performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final 10 acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely"shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project (including, without limitation, any subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 11 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 12 2.19 SUBCONSULTANTS: All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant. Payment of subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, 13 information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.2 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the 14 City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project 15 Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30%and 60%completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however,that Consultant cannot(and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice 16 thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re- bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent(10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion,terminate this Agreement(and the remaining Services) without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee(in accordance with the rates in Schedule"C"hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed"shall mean the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses,the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed 17 by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 5.3 Additional services may be requested by the City using a Consultant Service Order(CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not-to-exceed basis, based on the fee schedule set forth in Schedule "C" hereto. Consultant Service Order shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall 18 include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: • Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its subconsultants, and courier, postage and handling costs between the Consultant and its subconsultants). • Costs for reproduction and preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order attached hereto as Schedule"A", issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 19 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule A-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule B shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed three percent (3%). In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Consultant. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables@miamibeachfl.gov 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's 20 office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However,the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project(or both),the City may terminate 21 this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10,3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however,that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 22 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE Insurance requirements will be determined on a project by project basis at the time of Consultant Service Order (CSO). 11.1 The maintenance of proper insurance coverage is a material element of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement, which could result in withholding of payments or termination of the Agreement. 11.2 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation - Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 23 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com 11.7 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 24 Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Raul Aguila, Interim City Manager Email: raulaguila@miamibeachfl.gov With a copy to: City Manager's Office 25 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX XXXXXX XXXXX Attn: XXXXX Ph: XXXXX Email: XXXXXXX All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian 26 of public records, in a format that is compatible with the information technology systems of the City. 16,4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 27 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back- change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, 28 materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, employees, subconsultants and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. 17.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18,2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, 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 the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287,017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor 29 list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Project Documents. In accordance with Section 119.071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 18.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 18.5.3 E-Verify 30 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 31 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure 32 delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 33 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 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, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations 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 memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 34 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR Date Attest XXXXXX Signature/Secretary Signature/President Print Name Print Name Date 35 SCHEDULE A CONSULTANT SERVICE ORDER Service Order No. for services described herein TO: [Consultant] PROJECT NAME: DATE: Pursuant to the agreement between the City of Miami Beach and [Consultant], for [Name of Project] RFQ-XXXXX, you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount $ of: Total Agreement to Date: $ Dept. Director Date Assistant City Manager Date Consultant Date City Manager Date 36 SCHEDULE A -1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 37 SCHEDULE B CONSULTANT HOURLY RATE SCHEDULES 38 SCHEDULE C APPROVED SUBCONSULTANTS 39 MIAMI BEACH APPENDIX C MIAMI BbA Insurance Requirements 2023-030-N D GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability(Errors&Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured-City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation- Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation—Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. MIAMI BEACF= Verification of Coverage-Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this Contract. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DIVISION Or CORPORATIONS 4414brgi • LiiYUiOii of on oJJie rl(:;tntr(if Florida owinue Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Foreign Profit Corporation H.W. LOCHNER INC Filing Information Document Number 829045 FEI/EIN Number 36-2338811 Date Filed 11/21/1972 State WI Status ACTIVE Principal Address 225 W. Washington 12th Floor CHICAGO, IL 60606 Changed: 04/05/2022 Mailing Address 225 W. Washington 12th Floor CHICAGO, IL 60606 Changed: 04/05/2022 Registered Agent Name&Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 12/21/2011 Address Changed: 12/21/2011 Officer/Director Detail Name&Address Title President Ruhl, ,Terry 225 W. Washington 12th Floor CHICAGO, IL 60606 Title CFO Doyna, , Jim 225 W.Washington 12th Floor CHICAGO, IL 60606 Title Director Lochner, , Harry,Jr. 225 W.Washington 12th Floor CHICAGO, IL 60606 Title Director Ruben, , Greg 225 W.Washington 12th Floor CHICAGO, IL 60606 Title Director Shen, , Michael 225 W.Washington 12th Floor CHICAGO, IL 60606 Annual Reports Report Year Filed Date 2020 01/02/2020 2021 01/25/2021 2022 04/05/2022 Document Images 04/05/2022--ANNUAL REPORT View image in PDF format 01/25/2021—ANNUAL REPORT View image in PDF format 01/02/2020—ANNUAL REPORT View image in PDF format 02/21/2019—ANNUAL REPORT View image in PDF format 01/30/2018--AMENDED ANNUAL REPORT View image in PDF format 01/15/2018--ANNUAL REPORT View image in PDF format 01/04/2017--ANNUAL REPORT View image in PDF format J 03/09/2016—ANNUAL REPORT View image in PDF format 02/25/2015—ANNUAL REPORT View image in PDF format 03/11/2014—ANNUAL REPORT View image in PDF format 02/19/2013—ANNUAL REPORT View image in PDF format 03/21/2012—ANNUAL REPORT View image in PDF format 12/21/2011—Reg.Agent Change View image in PDF format 04/21/2011--ANNUAL REPORT View image in PDF format 11/04/2010--ANNUAL REPORT View image in PDF format 04/15/2010--ANNUAL REPORT View image In PDF format 04/30/2009--ANNUAL REPORT View image in PDF format 04/24/2008--ANNUAL REPORT View image in PDF format 04/03/2007--ANNUAL REPORT View image in PDF format 04/1Q/20QQ—ANNUAL REPORT View image in PDF format 01/06/2005—ANNUAL REPORT View image in PDF format 02/05/2004—ANNUAL REPORT View image in PDF format 01/21/2003—ANNUAL REPORT View image in PDF format 05/07/2002—ANNUAL REPORT View image in PDF format 01/29/2001—ANNUAL REPORT View image in PDF format 02/01/2000—ANNUAL REPORT View image in PDF format 05/06/1999--ANNUAL REPORT View image in PDF format 02/06/1998--ANNUAL REPORT View image in PDF format 01/30/1997—ANNUAL REPORT View image in PDF format 01/29/1996—ANNUAL REPORT View image in PDF format 02/13/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDERS NAME:H.W.Lochner,Inc. NO.OF YEARS IN BUSINESS:78 NO.OF YEARS IN BUSINESS LOCALLY NO.OF EMPLOYEES:667 18 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:N/A BIDDER PRIMARY ADDRESS(HEADQUARTERS):225 West Washington Street,12th Floor CITY:Chicago STATE:Illinois ZIP CODE:60606 TELEPHONE NO.:312-372-7346 TOLL FREE NO.:N/A FAX NO.:N/A BIDDER LOCAL ADDRESS:8750 NW 36th Street,Suite 360 CITY:Miami STATE:Florida ZIP CODE:33606 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Edwin Mojena,PE ACCOUNT REP TELEPHONE NO.:305-503-9873 ACCOUNT REP TOLL FREE NO;N/A ACCOUNT REP EMAIL emojena@hwlochner.com FEDERAL TAX IDENTIFICATION NO.:36-2338811 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Edwin Mojena, PE -Vice President SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to Confirm Confirm Receipt Receipt Receipt E.M. Addendum 1 Addendum 6 Addendum 11 E.M. Addendum 2 Addendum 7 Addendum 12 E.M. Addendum 3 Addendum 8 Addendum 13 E.M. Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. .„eD LAST NAM REL-„IONSH 1 N/A N/A 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACI I At time of request by the City, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. RFCTION 5 - REFERENCES AND PAST PERFORMANCE Project No. BID NUMBER Project Title PROJECT TITLE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: City of Miami Beach Contact Individual Name and Title: Jose Gonzalez, PE - Director, Transportation & Mobility Department Address: 1688 Meridian Ave, Suite 801, Miami Beach, FL 33139 Telephone: 305-673-7000 Contact's Email: josegonzalez@miamibeachfl.gov Narrative on Scope of Services Provided: On-call, task-based engineering services Reference No.2 Firm Name: City of Doral Contact Individual Name and Title: Carlos Arroyo, CFM - Public Works Director Address: 8401 NW 53rd Terrace, 2nd Floor, Doral, FL 33166 Telephone: 305-593-6740 Contact's Email: carlosarroyo@cityofdoral.com Narrative on Scope of Services Provided: On-call,task-based engineering services Reference No.3 Firm Name: City of Coral Gables Contact Individual Name and Title: Melissa Mojarena De Zayas, PE - Sr. Multimodal Transportation Engineer Address: 2800 SW 72nd Ave, Miami, FL 33155 Telephone: 305-460-5128 Contact's Email: mdezayas@coralgables.com Narrative on Scope of Services Provided: On-call, task-based engineering services SECTION 6 - SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? YES NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES p NO SECTION 8 !_GBT Bi ' INESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? YES O NO SECTION 9 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Edwin Mojena, PE -Vice President SECTION 10 - SIJSPFNSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2)The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Edwin Mojena, PE -Vice President SECTION 11 CONE OF SILENT Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR 52-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. SFCT!r)N 12 ® rnnP OF HI! !SINFSS FTH!CP Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance- and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? YES O NO Bidder adopts the City of Miami Beach Code of Business Ethics? p YES NO SECTION 13 - LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami_beach/codes/code_of ordinances? nodeld=SPAGEOR CH2AD_ARTVIISTCO_DIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami_beach/codes/code of ordinances? By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SF( TION! 14 — NrWsi=n!SCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR CH2ADARTVIPR DIV3COPR_S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 15 — FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://library.municode.com/fl/miami_beach/codes/code_of ordinances? nodeld=SPAGEORCH62HUREARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 — PUBLIC EN i I i Y CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 1 — VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR CH2AD_ARTVIPRDIV3COPRS2- 374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES Q NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES IN NO Solicitation 2023-030-ND GENERAL TRANSPORTATION PLANNING & TRAFFIC ENGINEERING CONSULTANT SERVICES - - .,. wf ^rd,+,k.,,... -,-. '° 4 arc „..' t4 ,>: td� .'$°mow 4 44 v 1 L. w, rat et #"`7 ! , , , x i A. _a„ s. x 4 v • r. .4 .ter d , tT ) 1 3t n s . -.,• _`•1 x.+' sue^ -x.v_. L -d_ i: -- -7ry h,• y ' i 1, a "Tia' • �r�'' 1 „ \ 1 I - ifs;, f f •�.- a, Y v _ k - SUBMITTED TO: City of Miami Beach 1700 Convention Center Dr. Miami Beach, FL 33139 L O C H N E R December 23, 2022 TAB 1 : COVER LETTER & TABLE OF CONTENTS q1170arF I,-' . ;[fR 31044. N.. • , ifri T ' _ WAIL- -.lb_ gait— ..-- it, 4.1_ n aw 42 ,& vs Y LOCHNER December 23, 2022 H.W. Lochner, Inc. NataliaDelgado 8750 NW 36th St. Suite 360 City of Miami Beach Miami, FL 33178 1688 Meridian Ave, Suite 801 Miami Beach, FL 33139 T 305.503.9873 hwlochner.com Reference: Bid 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services Dear Selection Committee Members, Leveraging the experience we gained on the previous General Transportation Planning and Traffic Engineering Consultant Services contract for City of Miami Beach, H.W. Lochner, Inc. (Lochner) brings: • Thorough understanding of the City's processes, procedures, and goals through the successful delivery of task orders under the current on-call contract. We also have a genuine understanding of the City's upcoming projects from serving in-house with City staff. • A comprehensive team with planning expertise bolstered by design and constructability experience, resulting in streamlined deliverables that account for and address anticipated challenges. • Emphasis on multimodal design that prioritizes pedestrians, bicyclists, and transit; accommodates automobiles and freight; and promotes resiliency where possible. In Florida since 1972, Lochner is passionate about developing transportation solutions that improve communities. We work collaboratively with clients to plan, evaluate, design, and implement approaches that maximize value within budgets, expedite schedules, extend asset life spans, and provide efficiencies through impact and maintenance reductions. We have supported several local municipalities in completing capital improvement projects, including traffic impact analyses, traffic counts and data collection, traffic calming master plans, lane re-purposing studies, traffic road impact fee (RIF) studies, complete street concept development and design, trail design, signal design, intersection improvement design, arterial concepts and design, lighting design, drainage design, 20-Year water use plan updates, and environmental services. Since our selection for the City of Miami Beach's current contract in 2017, our staff has implemented a variety of projects from the City's Transportation Master Plan and Bicycle Pedestrian Master Plan, including multiple traffic calming studies, complete street studies and design alternatives, and most notably, the reconfiguration of world-renown Ocean Drive. We were also instrumental in garnering approval from Miami-Dade County for the first scramble intersection at Lincoln Road and Collins Avenue on Miami Beach.Working in-house alongside City staff to manage not only projects but other consultants, our contribution over the last five years has brought many City of Miami Beach master plan projects to fruition and helped shift the City further from an automobile-based transportation system. For this contract, we have partnered with firms who worked alongside us on the current City of Miami Beach contract or on similar municipal contracts throughout South Florida. The existing working relationships amongst our team members and our familiarity with similar services provides direct benefit to the City in smooth assignment start-up, prompt response and engagement between team members, and feasible solutions for the City. Our relevant on-call, task-based experience includes: • City of Miami Beach:Led the Dade Boulevard Shared Use Path and Road Diet Concept Development, Tatum Waterway Drive Greenways Master Plan, Ocean Drive Shared Space Study, Strategic Miami Area Rapid Transit (SMART) Plan Beach Corridor and Bus Express Rapid Transit, Orchard Park Traffic Calming Study and Design, Washington Avenue Travel Time and Delay Analysis for Transit Improvements, Prairie Avenue at 44th Street Intersection Improvements Design, and 7th Street Garage Fire Pump Replacement Electrical Drawings. Also provided in-house support for traffic engineering. Cover Letter (Contd.) • City of Coral Gables: Served as in-house traffic engineer, managing the development review program and prioritizing transportation-related capital improvement projects. Also led the Citywide Traffic Calming Program, Citywide Data Collection Program, Gulliver Academy Traffic Impact Analysis, and VISSIM Model and Traffic Calming Simulation. • City of Doral: Led the 41 Street GFCI Receptacles Electrical Design, 82 Street at 114 Avenue Signal Design, Citywide Greenhouse Gas Inventory, Citywide Tree Protection Ordinance, Citywide Trail Lighting Review/Analysis and Design, 20 Year Water Use Plan Update, Citywide Traffic Calming Analysis and Design, Road Impact Fee Update, and Environmental Sampling. • City of Opa-Locka: Led the City Hall As-Built Survey, Detention Pond Design at Glorieta Gardens, Miami Gardens Water Main Improvements, and Water Main Extension/Fire Hydrant Addition Design. • City of Miami: Led the Belle Meade Island Roundabout Improvement, Buena Vista Neighborhood Traffic Calming Phase II Improvements, Roberto Clemente Park Turf Design, and Miscellaneous Transportation and Traffic Engineering Support Services contract. • Town of Miami Lakes: Led multiple Mobility Fee Reviews, Traffic Impact Study and Site Plan Reviews, NW 59 Avenue Extension Impact Analysis, NW 154 Street Adaptive Signal Design, NW 159 Street and NW 146 Street Traffic Impact Analysis, and NW 154 Street and NW 170 Street Bridge Opening over 1-75 Traffic Impact Analysis. PROVEN LEADERSHIP & THE RIGHT EXPERIENCE Supported by Principal-in-Charge Edwin Mojena, PE, Project Manager (PM) James Spinks, PE, PTOE, serves as your primary point of contact. James is a proven and effective communicator and has established a reputation as a leader in transportation planning with proven experience in developing concepts that enhance 1/0 transportation and quality of life. James also has extensive experience working with all local partners on several general engineering and transportation planning projects PM James Spinks for Florida's Department of Transportation (FDOT), the Miami-Dade Transportation Planning Organization (TPO), Miami Dade Downtown Development Authority(DDA), and multiple municipalities in South Florida. Deputy Project Manager,Chuck Hart,PE,PTOE, is a senior transportation engineer with 20 years of experience in traffic engineering. He has managed hundreds of 41- safety studies and is currently involved in traffic operations,travel demand modeling, and transportation planning. Chuck served the City of Miami Beach in-house for six months in 2021, working side-by-side with senior staff to manage projects and consultants as well as coaching and mentoring junior staff. During this time, he developed strong working relationships and gleaned insider knowledge of City Dep. PM Chuck Hart processes and procedures that will directly support Lochner's efforts on this contract and streamline the delivery of work. EXPERTISE OBTAINING FUNDING Not only does Lochner bring a highly skilled and qualified team to the table, but we have a proven history of saving our municipal clients money. Our project manager and staff members have nearly 15 years of experience productively serving many different local municipalities in Miami-Dade County. James has been under contract with more than 20 municipalities in South Florida, currently Miami Beach, Miami Lakes, Coral Gables, Opa-Locka and Doral. Through our many years of experience, we have learned how to tailor studies to demonstrate positive regional impacts. This allows the local municipality to coordinate with Miami-Dade County to obtain RIF funds for projects, significantly lowering the City's CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 4 Cover Letter (Contd.) out of pocket cost. Most recently, James led several high-profile projects for the Town of Miami Lakes that secured approximately $6M in funding from Miami-Dade County in RIF funds and more than $30M in construction funds from FDOT towards design and construction. These projects demonstrated a positive impact on the road network performance, benefited the regional network connectivity, and equated to approximately $2,783,800 of annual travel time savings in the region. Collaborative Partner Our team's goal is for the City to fully realize capital improvement plan goals as we partner together to make your projects a reality. With Lochner, you will receive the highest quality service from a responsive and knowledgeable consultant team who will listen to you and offer cost-effective and innovative solutions. We are passionate about what we do, and we strive to consistently exceed our clients' expectations by conducting reliable and thorough analyses and producing high-quality deliverables. We appreciate the opportunity to submit our proposal, and we look forward to serving you. Should you have any questions, please do not hesitate to contact me at emojena@hwlochner.com or by phone at (305) 503-9873. Respectfully Submitted, Edwin Mojena, PE Vice President I Principal-in-Charge CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 5 `�\ TABLE OF CONTENTS ter, J � �,,\ 'le ip '.''4.•' �ti , Tab 1 : Cover Letter & Table of Contents Ilk; ��,,. . ;�,... Cover Letter 3 W , 'r1 : -ii• �I , Table of Contents 6 i, ,��'j • ;`-.j Tab 2: Experience & Qualifications t. 2.1 Qualifications of Proposing Firm 8 }''`-- 2.2 Qualifications of Proposer Team 24 >q r . y Organizational Chart 24 -"r y :;' Resumes 28 N' � 2.2.1 Project Manager 136 2.2.2 Evidence of Prior Working Experience 144 Tab 3: Approach & Methodology 1I Approach & Methodology 149 t' Appendix: Forms & Code Of Ethics Forms 163 Lochner Code of Ethics 173 ..... 1/ • .R" y t iimemiMOO, WNW r T�J , . °=r r TA '� 44 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 6 TAB 2 : EXPERIENCE & QUALIFICATIONS ,04-.., „ „,3,4%., y ,-:, ,,z.f''''',"f--, i t: 4 'ea'..; , S Ts ! .,, ''r 'h1N+' z _.. , two. 'dbii.. *-.a----fr -lit .,may -LI r r ; t . • lr'rk *I'Mka , liirlei Afil log - ails- _...: At- - Al, .!_ .A .ml,rir � tom _ �►-ff�� _ .-.._.i1it— -.'^.-IOW .N -..2,„__,t� 3;.. ' ' LY - .'.. — _ _ a . r� =_" - 3 _ ¢ z- '''* "ham `-=� ..r .�-- ,^_ -.... p i e iw ..-r . - . _ 4-•- ''' ,-_ 4_._' ' .;. ..'�i .—' -• -• 2.1 QUALIFICATIONS OF PROPOSING FIRM LOCHNER'S QUALIFICATIONS Lochner was founded in 1944 and is a pioneer in the field of transportation planning and design. We are a full-service, Lochner Prequalifications multidiscipline firm with more than 650 professionals who Lochner is prequalified with FDOT to collaborate to deliver all modes of innovative, creative, provide the following services: state-of-the-art, cost-effective transportation solutions Group 2: Project Development and in transportation planning, traffic engineering, roadway Environment (PD&E) Studies design, rail and transit, structures, environmental, aviation, Group 3: Highway Design - Roadway construction, and alternative delivery. With more than 35 3.1 - Minor Highway Design offices across the United States, our clients benefit from 3.2- Major Highway Design committed professionals with local knowledge and national 3.3-Controlled Access Highway expertise. This contract will be managed from our Miami Design office located at 8750 NW 36th Street, Miami, Florida 33178. Group 4: Highway Design - Bridges 4.1.1 - Miscellaneous Structures In Florida since 1972,we have successfully provided quality 4.1.2- Minor Bridge Design transportation engineering services for local and statewide 4.2.1 - Major Bridge Design - Concrete clients, including the Cities of Miami Beach, Miami, Coral 4.2.2- Major Bridge Design - Steel Gables, Doral, Opa-Locka,South Miami,Sunny Isles Beach, Group 5: Bridge Inspection and the Florida Department of Transportation (FDOT). As 5.1 -Conventional Bridge Inspection shown to the right, we are prequalified by FDOT to provide a 5.2- Movable Bridge Inspection range of services. Our custom transportation infrastructure 5.3 Complex Bridge Inspection solutions are developed through collaboration with public 5.4 Bridge Load Rating and private industry clients to plan, evaluate, design, and Group 6:Traffic Engineering & implement approaches that maximize value within budgets, Operations Studies expedite schedules, extend asset life spans, and provide 6.1 Traffic Engineering Studies efficiencies through impact and maintenance reductions. Group 7:Traffic Operations Design 7.1 -Signing, Pavement Marking & Lochner planners, environmental specialists, designers, Channelization engineers, inspectors, and project managers are team- 7.2- Lighting oriented problem solvers and innovators. Throughout 7.3-Signalization project delivery, Lochner partners not only with clients but Group 10: Construction Engineering also stakeholders and community members to provide Inspection (CEI) solutions that meet the needs of all users. We value clear 10.1 - Roadway CEI communication and seek to build lasting partnerships. 10.3-Construction Materials Inspection 10.4- Minor Bridge& Miscellaneous Additionally, we take pride in the work we do and value the Structures CEI trust and respect we have earned within the transportation 10.5.1 - Major Bridge CEI -Concrete consulting industry. Our clients trust us to remain focused 10.5.2- Major Bridge CEI -Steel and committed to helping them achieve their project Group 11: Engineering Contract goals. For the City of Miami Beach, this means working as Administration and Management an extension of your staff to deliver capital improvement Group 13: Planning projects that promote multimodal transportation and 13.3- Policy Planning enhance the quality of life for your residents. 13.4-Systems Planning 13.5- Subarea/Corridor Planning Our Foundation 13.6- Land Planning/Engineering 13.7 -Transportation Statistics r•, Client-Focused: Client focus is in our DNA—we Group 24:Acquisition Relocation are collaborative and attentive to the unique needs Assistance L J and goals of each project. The lasting relationships built with our clients and teaming partners are a source of pride and evidenced through a strong track record of repeat work. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 8 2.1 Qualifications of Proposing Firm (Contd.) JPerformance-Driven: We are problem-solvers dedicated to transforming challenges into opportunities for innovation, added value, and impact mitigation. This dedication is coupled I with a culture that values exceptional work delivered on time and on budget. — Community-Minded: We are vested in the work we do as stewards of public funds used .i.: to improve infrastructure for the communities we serve. We carry that spirit of service on by iti 6 engaging employees in charitable efforts that make the world a better place. Our Services Lochner offers a comprehensive suite of services that enables us to provide trusted and responsive consulting on a variety of surface transportation, rail, transit, and aviation projects. We plan and design with an eye for implementation by collaborating across disciplines to streamline the project development process.The result is added efficiency in project delivery and practical solutions to project challenges. With four offices in Florida, Lochner staff have experience serving on similar contracts for more than 20 municipalities in South Florida, including our on-call contract with the City of Miami Beach. Through this experience, we have established strong working relationships with local municipalities, transportation planning organizations (TPOs), and councils. Lochner's range of expertise enables us to offer our clients—from small private developers to large public agencies—a single source to meet all of their regulatory, engineering, and planning needs. Our proven technical expertise, as demonstrated in the execution of our current contract, will help your staff plan for transportation and livability. As residents of Miami-Dade County, we have a vested interest in the success of Miami Beach and your Capital Improvements project goals to provide a reliable, convenient, safe, and connected multi-modal network throughout your city. Your mission is ours: to ensure the safe, secure, and efficient movement of people and goods in a transportation system that provides mobility, livability, and accessibility, and promotes alternative modes of travel, while ensuring environmental and economic sustainability, and improving the quality of life for all who live, work, and play in your vibrant, tropical, historical community. If selected again, we will leverage our experience to deliver the required services on time with the right personnel, producing technically sound contract documents that are cost conscious and constructable. Constant and proactive communication with the City's Project Manager will be maintained throughout the life of the contract. Surface Transportation Lochner is a recognized leader in surface transportation, specializing in the following areas: • Accelerated Bridge Construction (ABC) Design • Intersection & Roundabout Planning & Design • ADA Assessment & Design • Interchange Planning & Design • Alternative Delivery • Noise & Retaining Walls • Bridge & Structure Rehabilitation & Retrofitting • Multimodal & Active Transportation • Bridge & Culvert Design • Pavement Rehabilitation & Design • Bridge Inspection & Load Rating • Right of Way • Community & Stakeholder Outreach • Roadway Planning & Design • Complete Streets • Signal & Lighting Design • Construction Engineering & Inspection • Traffic Engineering • Drainage & Water Facilities • Transportation Planning • Environmental Studies & Documentation • Utility Coordination • Fish Passage Improvements • Hydraulic & Hydrologic Analysis • Intelligent Transportation Systems CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 9 2.1 Qualifications of Proposing Firm (Contd.) Rail & Transit From planning and design to overall system analysis and management, Lochner's rail and transit team is committed to keeping people and goods moving. • Alternative Delivery • Right of Way • Bus Rapid Transit Planning & Design • Light, Commuter, & Freight Route Line • Community & Stakeholder Outreach Assessment & Design • Construction Engineering & Inspection • Station Planning & Design • Environmental Studies & Documentation • Structure Assessment & Design • Intelligent Transportation Systems • System & Program Analysis • Rehabilitation & Retrofitting Aviation Lochner's team of aviation professionals deliver results without compromising safety, quality, budget, or schedule. • Airport Master Planning • Helipad Location Planning & Design • Apron Development • Lighting & Navigational Systems • Circulation & Parking Assessments • Passenger Access & Wayfinding • Community & Stakeholder Outreach • Right of Way • Construction Engineering & Inspection • Runway & Taxiway Rehabilitations & Extensions • Environmental Studies & Documentation • Wildlife Hazard Analysis & Mitigation Transportation Planning Our transportation planning team takes a multimodal approach to planning and developing modern transportation systems for Florida's diverse and growing population. Lochner specializes in a full range of transportation planning services, including: • PD&E Studies • Transit Capacity & Quality of Service • Legislative/Regulative/Policy Analysis Assessments • Multimodal Analysis and Planning • Multimodal Transportation Studies • Freight Assessments and Studies • Park-and-Ride Lot Assessment • Systems Planning • Preliminary Concept Studies • Subarea/Transportation Corridor Planning • Project Traffic/Travel Demand Forecasting Studies • Multimodal Level of Service (LOS) Analysis • Land Planning/Engineering • Bicycle Pedestrian & Trail Master Planning • Transportation Statistics • Pedestrian & Bicycle Design Innovations • Site Plan Development Review • Bike-Share Planning & Design • Comprehensive Plans • Wayfinding Planning & Design • Evaluation Appraisal Report (EAR)-Based • Health Impact Analysis Amendments • Complete Streets Planning and Design • Traffic Impact Study Preparation/Review • Safe Routes to Schools • Access Management/Functional Classifications • Bikeway Design, Plans, Specifications & • Complete Streets Estimates • Community Outreach/Public Involvement • Safe Routes to Transit • Congestion Management Planning • Bicycle & Pedestrian Forecasting & GIS Analysis • Congestion Pricing and Managed Lanes Travel • Traffic Calming Master Plans • Demand Analysis • Site Plan Development Review • Data Mining/Management • Transit Stop Location & Design Analysis • Interchange Access Request (IMRs, IJRs, • Trail Networks & Multi-Use Paths LOS Analysis IOARs, SIMRs, etc.) • Smart Growth • Site Impact and Growth Management Reviews • Livable Cities • Modal Application • Community Outreach • Multimodal Corridor Analysis CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 10 2.1 Qualifications of Proposing Firm (Contd.) Traffic Engineering Our team provides a broad range of professional traffic engineering services such as LOS/highway capacity analyses, microscopic traffic simulation, traffic signal timing and optimization, and safety analysis. Lochner professionals have conducted intersection data collection and analysis and developed traffic parameters and forecasting for transportation systems. Our full range of traffic engineering solutions to achieve optimum levels of operation and safety for the roadway system include: • Qualitative Assessments • Spot Speed Studies • Left-Turn Phase Warrant Analysis • Sight Distance Analysis • Traffic Engineering Research • Roadway/Highway Lighting Studies • Traffic Operations Safety Before & After Studies • Safe Curve Speed Studies • Intelligent Transportation Systems (ITS) • Collision Diagrams • Signalization & Pavement Markings • Railroad Crossing Preemption Studies • Parking & Origin-Destination Studies • Parking Analysis • Traffic Data Collection • Fatal Crash Reviews • Traffic Impact Studies • High Crash Location Investigation • Operational Analysis • Road Safety Audits • Benefit/Cost Analysis • Expressway and Arterial LOS Analysis • Safety & Accident Studies • Intersection Analysis • Safety/Crash Analysis • Arterial Analysis • Net Present Value Analysis • Pedestrian & Bicycle Safety • Expected Value Crash Analysis • Mid-Block Crossing Warrants • Traffic Signal Design • Capacity Analysis • Travel Time & Delay Studies • Safety Improvement Recommendations • Intersection Delay Studies • Signal Warrant Analysis • Queue Analysis • Microscopic Simulation • Vehicle Gap Studies • Access Management • Conflict Analysis • Traffic Signal Retiming, Phasing, & Optimization Geographic Information System (GIS) In a data rich world, our full in-house GIS capabilities can enhance a project in a variety of ways: • Environmental Mapping • Project Design • Roadway/Transit Alignment Alternatives • Right of Way (ROW) Mapping/Acquisition • Land Use Integration • Construction • Alternative Screening • Asset Management • Public Involvement • Proposed/Future Alternatives Layouts • Decision-Making The possibilities are endless. GIS allows for more FIGURE 1: GIS-GENERATED STORY MAP detail to be displayed than a single map or a �,.,. tre presentation board. Our Lochner GIS team works 4 closely with our traffic engineers and transportation �. ,3 planners to create spatial databases that efficiently ...�.� manage all locational data and related attributes. "`"'""" . Data is reviewed for quality and accuracy, and all validated data is web accessible for the project team, the client, or stakeholders through an online i lir portal,allowing the project team and regional entities :�:: ••• 1 to easily access and share all project data. Our GIS If '"IK" staff provides ongoing resource and data analysis support in all alternatives/scenarios development CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 11 2.1 Qualifications of Proposing Firm (Contd.) and during the decision-making processes. In FIGURE 2: GIS PROJECT APPLICATIONS addition, we support public involvement efforts VISUAL REPRESENTATION through the production of web-based and interactive Used to show any geo-located data, alternatives, materials along with as-needed maps and document design, analysis, impacts, etc. To be used in all figures. Based on parcel data, an outreach stages of the project. Examples include static management database can be created within figures, interactive web maps, and story maps. minutes to ensure effective outreach to targeted ANALYSIS project areas. Used in a variety of ways, typically for alternative The Lochner GIS team will help the City of Miami screening analysis, crash analysis, and resource Beach tell their story in a number of ways, as shown impacts analysis. in Figure 2: GIS Project Applications. This approach ASSET MANAGEMENT improves project communication between ROW MANAGEMENT stakeholders, the public, the client, and decision- makers. Materials or applications developed using GIS are easy to use and understand, applicable in all project phases, can incorporate CAD data to effectively show/communicate project design and impacts, and support effective asset management by allowing data access in the field. For example, story maps allow the public to navigate all stages of the project, zoom in and out of alternatives, view impacts, etc. Web access allows the public to place comments in specific project locations, improving project transparency and project understanding. If a project has ROW impacts,a GIS interactive database allows for easy acquisition management and can be linked to public involvement/ parcel owner comments regarding the parcel, impacts, or thoughts on acquisition, providing the City of Miami Beach more context. Experience with Local Municipalities & Miami-Dade Lochner's staff have successfully completed projects for numerous municipalities throughout the South Florida Tri-County area including the Treasure Coast. We have served multiple governmental agencies, understand the keys to success for these types of contracts, and are accustomed to working within tight budgets and schedules. We have experience working with regulatory agencies and will comply with all laws and regulations. The list below features our public client list performing similar services to those requested in the City's RFQ: • FDOT • City of North Miami Beach • Miami-Dade County TPO • City of Doral • Broward MPO • Village of Palmetto Bay • Palm Beach MPO • City of Miami Beach • Martin County MPO • City of Homestead • St. Lucie County MPO • City of West Park • City of Miami • City of Weston • City of South Miami • City of Aventura • Town of Miami Lakes • City of Fort Lauderdale • City of Sunny Isles Beach • City of Green Acres • Village of Miami Shores • City of North Lauderdale • Town of Cutler Bay • South Florida Regional Transportation Authority Institutions on all levels have entrusted Lochner staff with providing quality service as well as innovative solutions for solving complex design issues. Experience with Regulatory Agencies Lochner understands the agency review process in South Florida is often complex with a number of overlapping jurisdictions and agencies. We have the technical knowledge and experience to advocate to the various county agencies including Miami-Dade County, FDOT, South Florida Water Management CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 12 2.1 Qualifications of Proposing Firm (Contd.) District (SFWMD), Florida Department of Environmental Protection (FDEP), the U.S. Army Corps of Engineers(USACE),and all other permitting agencies on behalf of our clients.We have worked extensively with these agencies and understand the ultimate review and permitting process for all transportation projects. Through this experience, Lochner has established relationships with the agency's review and permitting staff and understand their expected standards and procedures, ensuring a smooth and quick approval process for any type of project. Our key staff have responsive relationships with Miami-Dade County Department of Public Works (DTPW) and understand the Miami-Dade's Miami-Dade Traffic Flow Modification(s) Street Closure(s) procedures and thresholds for traffic calming and other innovative traffic recommendations for which the City of Miami Beach may desire. Local Availability of Personnel Key personnel assigned to this project will be available to perform the work in a timely and responsible manner. Through our Deltek Vision software, Lochner uses a staff planning schedule based on projected workloads to ensure our clients' desires are met and we are able to safeguard our reputation for completing projects on-time. This software allows Lochner to: 1 +:1 1 5 1 L Make informed 0.0 Ensure the right *6 Automate scheduling, 0.0 Input timesheet decisions to keep people are on the resource allocation, entries and expense projects on time right projects at the budgeting,and reporting into the and on budget right time forecasting project plan for an accurate rolling forecast Many organizations have difficulty defining staffing requirements, but Lochner's technology has enabled our organization to preserve consistent staffing numbers to respond to our client's needs and requests. This method of staffing allows us to determine the number of productive hours for each staff member, calculate the number of hours required to address projected workloads, and establish the optimal number of staff required to complete each project, improving the overall efficiency of our operations. The project schedule and documents are stored in Lochner's ProjectWise cloud-based, file-sharing system for 24/7 accessibility for the City's PM. This software is used to verify whether documents are completed and where they stand for each task work order. Recognitions Nationally, Lochner has been recognized by multiple surface transportation agencies for delivering high quality projects. We have received national and/or regional awards from multiple organizations, such as the American Society of Highway Engineers (ASHE), American Public Works Association (APWA), and the American Council of Engineers (ACEC). Additionally, we have been regularly featured by Engineering News Record (ENR) on their annual listings. In 2021, these included Top 500 Design Firms, Top 50 Design Firms in Transportation, and Top 25 Design Firms in Highways. The list below represents just a few of the projects for which Lochner has been recognized: • 2022 Florida Transportation Builders Association (FBTA) Florida's Best in Construction Award (MOT) for 1-95 and US 1 Pavement Markings in Miami-Dade County, Florida. This project involved the design of roadway safety improvements for the 1-95 and US 1 corridors, including installing profiled CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 13 2.1 Qualifications of Proposing Firm (Contd.) thermoplastic on inside and outside shoulders as a safety countermeasure for lane departure crashes. • 2022 ACEC National Honor Engineering Excellence Award for Issaquah-Fall City Road Widening, 242nd to Kiahanie Drive, in Issaquah, Washington. This project included planning and design services to widen Issaquah-Fall City Road from a two-lane roadway to a four-lane roadway with two travel lanes in each direction, a center raised median, bicycle lanes on either side of the corridor, three roundabouts, sag curve correction, and culvert replacement with a three-span bridge. • 2021 ASHE National Project of the Year Award (Under $20 Million) for SR 19 Reconstruction and Shaler Street Bridge Replacement in Pittsburgh, Pennsylvania. This project included design services to reconstruct approximately one-mile of a high-volume, four-lane expressway with new median barrier and guide rail, improved drainage, and vertical profile realignment. Scope of work also includes design to replace Shaler Street Bridge over SR 19 with a two-span, 140-foot-long steel beam structure by incorporating self-propelled modular transporters (SPMTs) and simple-for-dead/continuous-for-live (SD/CL) detail, reducing closure duration on SR 19 to a total of four days. • 2020 APWA Public Works Project of the Year (Small Cities/Rural Communities Historical Restoration/Preservation) for the Historic Rockville Bridge Rehabilitation in Rockville, Utah. This project included structural design and rehabilitation services to restore the Rockville Historic Bridge, first built in 1924 and the only remaining Parker Through Truss bridge in Utah still open to traffic. The bridge's load rating was restored to 25 tons while preserving the bridge's place on the National Historic Register. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 14 2.1 Qualifications of Proposing Firm (Contd.) The table below shows an overview of Lochner projects exemplifying recent relevant experience. The project pages that follow provide in-depth detail for each project listed in the table. City of Miami City of Coral City of Doral Town of Miami City of Central TABLE 1: MATRIX OF Beach Gables General Lakes Multi- Opa-Locka Avenue Bus SCOPE ITEMS FOR General Multimodal Engineering Year General Architectural Rapid Transit Transp. Transp. Consultant Engineering &Engineering (BRT)Design PREVIOUS LOCHNER Planning Planning& Contracts Consulting PROJECTS Consultant Engineering Services Consulting Services Traffic Engineering ✓ ✓ ✓ ✓ ✓ ✓ Transportation/Transit ✓ ✓ ✓ ✓ ✓ ✓ Planning Bicycle&Pedestrian ✓ ✓ ✓ ✓ ✓ ✓ Planning Complete Streets V ✓ ✓ V V ✓ Smart Growth ✓ ✓ ✓ ✓ ✓ ✓ Livable Cities ✓ ✓ ✓ ✓ V Transportation/Land ✓ I ✓ V Use Integration Economic&Financial ✓ Analysis Transportation-Related ✓ ✓ ✓ ✓ ✓ ✓ Urban Design Station Area Planning ✓ ✓ Computer Visualization/ ✓ ✓ ✓ ✓ ✓ V Graphics Environmental ✓ ✓ ✓ ✓ Roadway Design ✓ ✓ ✓ ✓ ✓ I Electrical&Lighting ✓ ✓ V ✓ Maintenance of Traffic ✓ ✓ ✓ ✓ Roadway Impact ✓ ✓ ✓ ✓ Studies CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 15 2.1 Qualifications of Proposing Firm (Contd.) *01'� IMF , • , 145:•'S'-- f •' +_ I_ - : •ems M I .,. E- _ P. * K ..'ill 1. General Transportation Planning EXPERIENCE Consultant Firm Miami Beach, FL I City of Miami Beach Lochner supports the development of several projects outlined FIRM ROLE Prime in the City of Miami Beach's Transportation Master Plan and Bicycle Pedestrian Master Plan. As part of this effort, Lochner KEY TEAM MEMBERS addressed both short-and long-range transportation planning • James Spinks, PE, PTOE needs, including: • Chuck Hart, PE, PTOE • Conducting planning and feasibility studies for bicycle, Edwin Mojena, PE pedestrian, transit, traffic management, and other projects • Manuel Sauleda, PE • Conducting transportation corridor studies along arterials CLIENT CONTACT and collectors with the purpose of identifying mobility Jose Gonzalez improvements and develop a capital plan to facilitate City of Miami Beach efficient transportation movements of goods and services. 305.673.7490 • Developing demand or market forecasts, including utilizing josegonzalez@miamibeachfl.gov transportation forecasting models YEARS & TERM OF ENGAGEMENT • Conducting daily and peak hour turning movement counts 2018-2023; On-Call Contract for vehicular traffic as well as for bicycles and pedestrians. • Providing transit operations plans related to existing and SERVICES PROVIDED future Trolley service, including conducting transit feasibility • Traffic Engineering studies,to include modifications to existing trolley operations, • Transportation/Transit Planning potential new route alignments, and ridership projections • Bicycle & Pedestrian Planning • Developing and implementing guidelines that emphasize • SmartComp e treets p g p g p • Smart Growth pedestrian-scale development and transit and non- • Livable Cities motorized-accessible site plans • Transportation/Land Use Integration • Providing in-house services, including coaching and • Economic& Financial Analysis mentoring junior City staff • Transportation-Related Urban Design • Station Area Planning Projects Assigned Under Contract • Computer Visualization/Graphics Dade Boulevard Shared-Use Path & Road Diet • Roadway Design Feasibility Study • Roadway Impact Studies Feasibility study for implementation of multimodal access improvements to/from the Miami Beach Convention Center and surrounding areas, including hybrid lane reduction CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 16 2.1 Qualifications of Proposing Firm (Contd.) improvements by removing turn bays and adding bidirectional protected bike lanes, a shared use path connection to Miami Beach High School, and crosswalk bicycle signals. Tatum Waterway Drive Feasibility Study,81st Street to 77th Street Traffic study to analyze the feasibility of a two-way to one-way modification in traffic flow in the North Shore area of Miami Beach along Tatum Waterway Drive, an essential roadway in the city's neighborhood greenways plan. Study focusing on safety improvements and buffered bi-directional bike lanes to provide multimodal connectivity between North Beach, South Beach, and barrier islands. Ocean Drive One-Way Conversion Traffic Study, 5th Street to 15th Street Traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity, including analysis of short-term elimination of ocean-side parking to incorporate bicycle lanes and construction of a long- term parklet concept with sidewalk and buffered bike lanes. SMART Plan Beach Corridor & Bus Express Rapid Transit Independent third-party review of Miami-Dade County's SMART Plan Beach Corridor Study to link downtown Miami to South Beach with focus on the MacArthur Causeway that spans an intercoastal waterway. Review of the locally preferred alternative analysis options and bus rapid transit projects, including analysis of planning assumptions, calculations, and methodology as well as verification of compatibility with the city's transportation master plan. Orchard Park Traffic Calming Study & Design Transportation planning and traffic engineering services as part of an on-call contract to study traffic calming measures for the Orchard Park neighborhood bound by Pine Tree Drive on the east, Chase/ Prairie Avenue on the west, and 41st Street to 47th Street south to north. Scope of work includes evaluating traffic circles, speed humps, designated bike lanes, and reduced speed signage. Washington Avenue Travel Time & Delay Transportation planning and traffic engineering services as part of an on-call contract providing short and long range planning, transit operations planning, facilities planning and development, public participation, financial planning and analysis, environmental sustainability analysis, transit intermodal facility development, urban design, transit oriented development. Prairie Avenue at 44th Street Intersection Transportation planning and traffic engineering services as part of an on-call contract to design a new traffic circle for the intersection of Prairie Avenue and 44th Street/Chase Avenue, allowing implementation of crosswalks on all ways of the intersection and creating greater connectivity for pedestrian pathways to Muss Park and North Beach Elementary School. Services include short and long range planning, transit operations planning, facilities planning and development, public participation, financial planning and analysis, environmental sustainability analysis, transit intermodal facility development, urban design, transit oriented development, and project control and management. In-House Support for Traffic Engineering Transportation planning and traffic engineering services as part of an on-call contract performing program management in support of the Transportation Master Plan and Bicycle Pedestrian Master Plan, warrant analysis, plan reviews, site visits, temporary traffic control plan reviews, responding to resident requests, technical research of new technologies, and other transportation engineering services at the request of the City. CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 17 2.1 Qualifications of Proposing Firm (Contd.) IIe :„ 41 �+�.. `,..2 •:: In •• • u' a `^ �� i ` Y 2 , I - 4 ::� n s••n • luau_ I ktF Mi( n+"....--�� • ' ? i • ;i 1 i •, :.k- • i... � f rIi , O •• i0•:11 - , • fir.. ib s "": - lip; 14 \ '$. w II - • 1000f----4 i - -•-"Si-,;--1:' . ''' II! 7.2_ " 1..7 t. E - _ " .:.47‘,...i: l• /7'1( fir t- , .1.,,fra--' . "If. -"sec. ' iD:s4..1, . _ -'7. _ e ::: • '- --- - -7:_::_22.. 1004014 it kIP mot ' '1 1 �_ • 'sue Multimodal Transportation Planning & EXPERIENCE Engineering Consulting Services Firm Coral Gables, FL I City of Coral Gables Through an on-call, task-based contract, Lochner supports FIRM ROLE Prime the delivery of projects outlined in the City of Coral Gable's Multimodal Transportation Plan by providing planning and KEY TEAM MEMBERS design services. Projects identified in the plan encourage • James Spinks, PE, PTOE alternative modes of transportation, reducing the dependence • Edwin Mojena, PE on the private automobile. These projects also promote a ▪ Dalila Fernandez, PE balance between travel efficiency and quality of life, providing • Kollol Shams, PE • Chuck Hart, PE, PTOE residents with transportation choices, continued economic • Alain DeQuesada, PE growth, and a healthy environment. Lochner combines insightful analysis, innovative design, sound engineering, CLIENT CONTACT and effective community engagement to realize the City's Melissa Mojarena De Zayas, PE transportation system goals. City of Coral Gables 305.460.5618 The nature of the tasks completed include: mdezayas@coralgables.com • Multimodal level of service analysis • Context sensitive design and sustainable solutions YEARS & TERM OF ENGAGEMENT • Complete streets and road diet designs 2018-2023; On Call Contract • Design exceptions, variations, or lane width reductions SERVICES PROVIDED • Innovative traffic calming alternatives in residential • Traffic Engineering neighborhoods • Transportation/Transit Planning • Bicycle& Pedestrian Planning Projects Assigned Under Contract • Complete Streets 1 9 • Smart Growth • Gulliver Academy Traffic Impact Analysis • Livable Cities • In-House Support(City Traffic Engineer) • Transportation/Land Use Integration • Zone 2 Traffic Calming Design & Public Meeting Support • Transportation-Related Urban • Zone 3 Traffic Calming Design Support Design • Citywide Traffic Data Collection Support • Computer Visualization/Graphics • VISSIM Model &Traffic Calming Simulation • Roadway Design • Alhambra Circle Design • Roadway Impact Studies • Coral Way&Segovia Street Design • Obispo Traffic Calming Simulation • Ponce De Leon Boulevard &Sidonia Avenue Traffic Flow Modification Study CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 18 2.1 Qualifications of Proposing Firm (Contd.) ew uMP 777 I..4i: 1 - ! 1 � 4 �V r� Lk iii1iii ri + i I i!' ,_r- t..wr----:-.Fa irk -.". -, -- .a.. - a . : 1 Ata , :': I - :Y . sa c General Engineering Consultant EXPERIENCE Doral, FL I City of Doral Firm Through an on-call, task-based contract, Lochner serves as advisor, administrative consultant, and technical consultant FIRM ROLE to City of Doral staff. In this role, Lochner prepares planning Prime documents, engineering studies, construction plans and KEY TEAM MEMBERS specifications, and/or provides construction management • James Spinks, PE, PTOE services, as assigned. Assignments include various • Edwin Mojena, PE professional services, including planning, design, and/or • Manuel Sauleda, PE construction management for roadways, drainage, structural, • Luis Mora Vera bridge, electrical, mechanical and water/sewer engineering CLIENT CONTACT projects; traffic engineering and study preparation; site civil Carlos Arroyo planning; environmental assessments and engineering; land City of Doral use and zoning; architectural design; landscape architecture; 305.593.6740 economic analysis, including life-cycle costs and value carlosarroyo@cityofdoral.com engineering; and project management. Frequently, Lochner YEARS & TERM OF ENGAGEMENT coordinates with other local and state governments, regulatory 2018-2023; On Call Contract agencies, and developers on behalf of the City. SERVICES PROVIDED Projects Assigned Under Contract • Traffic Engineering • Citywide Traffic Calming Devices Design • Transportation/Transit Planning • Traffic Calming Intergovernmental Agency Agreement • Bicycle& Pedestrian Planning • Road Impact Fee (RIF) Study • Complete Streets • Section 7 Traffic Calming • Smart Growth • NW 114 Avenue/NW 112 Court at NW 82 Street • Livable Cities Signalization Design • Transportation-Related Urban • Doral Tree Protection Ordinance Design • Doral Street Planting Plan • Computer Visualization/Graphics • Residential Tree Regulations • Environmental • Citywide Environmental Sampling • Roadway Design • Trail Lighting Analysis& Design • Electrical & Lighting • Grant Writing Support • Maintenance of Traffic • 20-Year Water Use Plan Update • Water Supply Facilities Work Plan Update • Design & Installation of Exterior Lighting Systems • NW 107th Avenue Geotechnical Services • Environmental Sampling CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 19 2.1 Qualifications of Proposing Firm (Contd.) It L. , ' ':, ,• 5, 1 r ' ----‘-. 0 `fie �` • 1, 2 r : 4t*r w , k ! ' ,_ , , . _,_„, -'-'6, iii , i.. '., Ill, ' ' Aik <,.f.2a..I iii ' - ." ''MI '— �, lit 1z- r il,f .M Multi-Year General Engineering Contracts EXPERIENCE Miami Lakes, FL ' Town of Miami Lakes Firm Lochner provided project-specific civil engineering and related services for the Town of Miami Lakes on an on-call FIRM ROLE basis. Through this contract, Lochner supported the planning, Prime design, and implementation of municipal engineering projects KEY TEAM MEMBERS in civil engineering, including drainage improvements, • James Spinks, PE, PTOE road milling and resurfacing, intersection and road design, • Edwin Mojena, PE construction management/CEI services, and engineering • Manuel Sauleda, PE services as well as transportation engineering, including CLIENT CONTACT transportation/mobility planning and trail design. Omar Santos Baez, PE Town of Miami Lakes Projects Assigned Under Contract 305.364.6100 • Miscellaneous Traffic Study& Site Plan Review Services santoso@miamilakes-fl.gov • 1-75 Underpass Traffic Study at NW 146th Street/NW 159th Street and NW 154th Street/NW 170th Street Traffic Study YEARS & TERM OF ENGAGEMENT • 1-75 Bridge Study Data Collection 2017-2027; On-Call Contract • NW 146th Street& NW 159th Street Underpass Signal Warrant Study and Impact Analysis SERVICES PROVIDED • NW 59th Avenue Extension Impact Analysis • Traffic Engineering • NW 154th Street Adaptive Signal Control Plans • Transportation/Transit Planning • NW 154th Street& Palmetto Expressway Turn Lanes • Bicycle& Pedestrian Planning • Southeastern College Development Review Services • Complete Streets • Elevate Church Development Review Services • Smart Growth • Livable Cities • Transportation/Land Use Integration • Transportation-Related Urban Design • Computer Visualization/Graphics • Environmental • Roadway Design • Electrical & Lighting • Maintenance of Traffic • Roadway Impact Studies CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 20 21.1 Qualifications of Proposing Firm (Contd.) Ifs . ' it k .. -". '1, b Aiitab6kAl• . . • • •• , sji •., . . „,•.: , _or! 14TALL . , ASA , ik . , F I A. L 1l, . t__ i i - il K..10 fk , } 4 Ar. " . __ ,- 444 II :- ,` i l4+, f ilk _ TjAv "‹ Architectural & Engineering Consulting EXPERIENCE Services Firm Opa-Locka, FL I City of Opa-Locka Lochner serves as advisor, administrative consultant, and FIRM ROLE Prime technical consultant to the City of Opa-Locka through an on-call, task-based contract. In this role, Lochner prepares KEY TEAM MEMBERS planning documents, engineering studies, construction • Edwin Mojena, PE plans and specifications, and/or provides construction • Manuel Sauleda, PE management services, as assigned. Assignments include Mohammed Sharifuzzaman, PE various professional services, including civil engineering, CLIENT CONTACT architectural, landscape, structural, mechanical/electrical/ Carlos Gonzalez plumbing, utilities, traffic engineering, surveying, construction City of Opa-Locka testing and inspection planning, design, and/or construction 305.206.0279 management for roadways, drainage, structural, bridge, cgonzalez@opalockafl.gov electrical, mechanical and water/sewer engineering projects; YEARS & TERM OF ENGAGEMENT traffic engineering and study preparation; site civil planning; 2020-2023; On Call Contract environmental assessments and engineering; land use and zoning; architectural design; landscape architecture; SERVICES PROVIDED economic analysis, including life-cycle costs and value • Traffic Engineering engineering; and project management. Frequently, Lochner • Transportation/Transit Planning coordinates with other local and state governments, regulatory • Bicycle& Pedestrian Planning agencies, and developers on behalf of the City. • Complete Streets • Smart Growth • Livable Cities Projects Assigned Under Contract • Transportation-Related Urban • Miscellaneous Engineering Consultant Services Design • Detention Pond at Glorieta Gardens Apartments • Computer Visualization/Graphics • Miami Gardens Water Main Improvements • Environmental • City Hall Survey • Roadway Design • Water Main Extension & Fire Hydrant Addition • Electrical & Lighting • City Hall As-Built Survey& Condominium (Phase II) • Maintenance of Traffic CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 21 2.1 Qualifications of Proposing Firm (Contd.) Aft .". } <. . t r 1''''-' t 7 I. r‘ ::.:: :7.:?:'4 4 1 .i c_ I, . , a , :.,4 '': *t. 1-• , A.'ik :7-- .--------- .4 • as Central Avenue Bus Rapid Transit (BRT) EXPERIENCE Design Firm St. Petersburg, FL I Pinellas Suncoast Transit Authority SunRunner is Pinellas Suncoast Transit Authority's (PSTA) first FIRM ROLE Prime bus rapid transit (BRT) line, a 22.7-mile route providing rapid transit connection between the University of South Florida, KEY TEAM MEMBERS downtown St. Petersburg's Innovation District, City of South • Kevin Connor Pasadena, and City of St. Pete Beach. PSTA first initiated the • Khan Lamvichit project to improve corridor travel times and directly support • Josh Noftz the region's economic development initiative to provide more CLIENT CONTACT access to employment, shopping, education, and leisure Abhishek Dayal destinations. Lochner led preliminary engineering and final Pinellas Suncoast Transit Authority design efforts as well as provided post-design services 727.540.1800 during construction. Lochner's design included 30 stations, adayal@psta.net each of which has different levels of investment and amenities YEARS & TERM OF ENGAGEMENT depending on location and projected ridership demand. 2018-2022; Engineering Services Transit priority treatments included the development of designated semi-exclusive business access and transit SERVICES PROVIDED (BAT) lanes, transit signal priority (TSP), off-board fare • Traffic Engineering collection, communications, an advanced vehicle location • Transportationaransit Planning • Bicycle& Pedestrian Planning system, security, and all-door level boarding, including the • Complete Streets accommodation of bicycles on-board. The new transit signal • Smart Growth priority(TSP) system ensures SunRunner remains on schedule • Transportation/Land-Use Integration by using GPS technology to identify how far a bus is located • Transportation-Related Urban from each signalized intersection and to predict arrival time Design g without adding special equipment at each intersection. A • ComputerStatio Area ualiz ti • Visualization/Graphics connection to FDOT Corey Causeway was also designed to • Environmental provide information for when the drawbridge is open so PSTA • Roadway Design can alert passengers of any delays. To enhance corridor • Electrical & Lighting aesthetics, the Lochner team integrated art elements into the • Maintenance of Traffic design of the stops and stations by building off previously • Roadway Impact Studies planned elements, such as shelter structures, railings, signage, panels, and lighting. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 22 2.1 Qualifications of Proposing Firm (Contd.) Additional Multimodal/Transit-Related Experience West Plains Transit Center I Spokane,WA Owner:Spokane Transit Authority(STA) Key features include new park-and-ride facility, ITS real-time rider information/messaging, electrical vehicle charging stations, and multimodal accommodations. North Main Line (Red) Stations Rehabilitation Design-Build I Chicago, IL Owner:Chicago Transit Authority(CTA) Key features include rehabilitation of seven stations, accelerated schedule, track and third rail reconstruction, and viaduct structure repair/replacement. CTfastrak Bus Rapid Transit(BRT) Corridor I Hartford, CT Owner:Connecticut Department of Transportation (CTDOT) Key features include new BRT alignment adjacent to Amtrak line in highly urbanized area, two new bridges, one bridge reconstruction, and commuter park-and-ride lot. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 23 2.2 QUALIFICATIONS OF PROPOSER TEAM ORGANIZATIONAL CHART MIAMI BEACH PRO Jr E1 MANAGER I'RINFIPAI IN t.IIAkGI .12: QA/QG David Twiddy,PE"' DEPUTY PROJECT MANAGER Chuck Hart,PE.PTOE' DESIGN SERVICES SHORT&LONG RANGE PLANNING TRANSIT OPERATIONS PLANNING TRANSPORTATION RELATED URBAN DESIGN TRAFFIC ENGINEERING DRAINAGE DESIGN Krislof Devastey.PE.PTOE,PTP(40%)'' Elisabeth Schack.AICP,LEED GA(25%)" Randy Hollingworth(35%Y' Donald Wlkin,RA,CPTED(50%)" James Spinks,PE,PTOE(75%r Arturo Zapata,PE(50%)" Andrea Ostrodka,AICP,LEED AP(20%)1B' Randall Farwell(35%p Alfredo Sanchez.AIA,AICP,LEED AP(55%p' Juan Mullerat(50%)"' Chuck Hart,PE,PTOE(60%)" Mohammed Sharifuzzaman,PE(50%)" Ian Lockwood.PE(20%)" Peter Haliburton.CEng(45%p' Kevin Schot,RLA(45%)' Maria Bendfeldt(45%)'" Kollol Shams,PE(65%)" Jared Draper,AICP(25%)" Thomas Harrington.AICP(35%)" Kirk Olney,RLA(25%)' Delila Fernandez,PE(30%)' GEOTECH Chris Puglisi,PE(40%)" Karen Kiselewski,AICP(45%)` Adolfo Cotilla.AIA,CGC(50%)" Jlyang Liu,El(50%)' Kumar Vedula.PE(45%)'B' Jeffrey Boothe(30%p' Ismir Ripley(30%p Natalia Lercari,PE(30%)', Raj Krishnasamy,PE(35%)" TRANSIT-ORIENTED DEVELOPMENT Trent Ebersole,PE(30%)'" TRANSIT INTERMOOAL FACILITY DEVELOPMENT Randy Hollingworth(35%).' Robert Modys,AICP,CNU-A(40%)" John Kim,PE(40%)'' SURVEY Manuel V PPSM(BO%)10' Jeffrey Boothe(30%p' Peter Haliburton,CEng(45%)" Alfredo Sanchez,AIA,AICP,LEED AP(55%)" Peter Haliburton,CEng(45%)" Veronica AKuve,PE(35%)" Elisabeth Schuck,AICP,LEED GA(25%p' Thomas Harrington,AICP(35%)" Kevin Schot,RLA(45%)' Thomas Harrington.AICP(35%r Mark Sowers,PSM(65%y0 Ismir Ripley(30%)' Karen Kiselewski,AICP(45%r Adolfo Gorilla,AIA,CGC(50%), Karen Kiselewski.AICP(45%r ROADWAY ENGINEERING Randall Farwell(35%p Manuel Sauleda,PE(50%)" Donald Wilkin,RA.CPTED5O%TRAVEL DEMAND MODELING Merin Bendteldl(45%)" r Alejandro Jaureguy,PE(35%)" Chunyu Lu(70%)" Ignacio De Almegro,PE(70%)" Naha!Hakim(70%). ENVIRONMENTAL SUSTAINABILIIY ANALYSIS PARKING FACILITIES PLANNING&DEVELOPMENT Mehrdad Ebrahlmi,PE(40%)" Tanya Kristoff,PE(65%)" Peter Hallburton,CEng(45%)°' J.Heuer,PE(40%)" DATA COLLECTION Kevin Connor(40%r Thomas Harrington,AICP(35%)" Randy HdlingWIXth(35%)" Brian Spence,BCS(115%)" Luis Mora Vera(60%r Rodrikas Jonas(60%)" Alfredo Sanchez,AIA.AICP,LEED AP(55%)" Maria Bentlfeldl(45%)" Noah Smith(60%)" Mark Easley(45%)" Yngfei Huang(45%)• Kevin Schot,RLA Alain Dequasade,PE(50%)' Justin Freedman,MS(25%)' Karen Kiselewski,AICP(45%Y• 45%( ). Juan Mullerat(50%)., Nadia Locke,PE,LEED AP(25%)' Erin Lasala(50%)" Kirk Olney.RLA(25%)' STRUCTURES DESIGN Galen VonGlelch,RA,LEED AP(70%)" Bon Soukamneuth,PE 50%" Kurt Lehmann,EI(45%' ( ) Soren Wintlmiller(50%)" FINANCIAL PLANNING&ANALYSIS ITS Farzad amneRouhutl.PE((50% Chris Gill,PE(50%)" MARKET DEVELOPMENT ANALYSIS Stephen Shreve,PE,IMSA II(50%)" VISUALIZATION&GRAPHICS GRANT APPLICATION ASSISTANCE W.Thomas Lavash(20%)" Rossi Gaudio,PE.IMSA II(40%r PUBLIC PARTICIPATION Tom Moriarity(20%)" Tahire Roark,PE(45%)' Khan Lamvichh Karen Kiselewski,AICP(45%)"' Anthony Mendoza(45%p Monica Diaz(60%)° Dayana Sanjurjo(60%)" Josh rmAc e(60%)' Koran Baumgartner,PE(45%)" TRANSIT FINANCIAL PLANNING Bo Dian,PE,IMSA III(30%)" Veronica Fernandez(75%)° Jeanette Gorges(60%)'" Jeffrey Boothe(30%)"' Rob Brock' Legend 1 KW.Lochner.Inc. 6 Cambridge Systematics,Inc. 10 Manuel G.Vera&Associates Inc.(DBE) 15 Toole Design Group,LLC 2 ACAI Associates,Inc.(DBE I SBE) 7 E-Sciences(RES Florida Consulting,LLC) 11 McMahon Associates,Inc. 16 TSF Geo(DBE I S8E) 3 Benesch 8 Eland Engineering,Inc.(DBE) 12 Media Relations Group,LLC(DBE I SBE) 17 WTL.A 4 Bermella Ajamil&Partners.Inc. 9 Infinite Source Communications Group,LLC 13 Plusurbia Design(DBE I SBE) Resume Included 5 Boothe Transit Consulting LLC (DBE I SBE) 14 Duality Counts,LLC CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING&TRAFFIC ENGINEERING SERVICES 24 2.2 Qualifications of Proposer Team (Contd.) LOCHNER TEAM SUBCONSULTANTS ACAI Associates, Inc. ACAI is an FDOT-certified DBE/SBE and M/WBE firm offering a wide range of services including architecture, roof consulting, engineering, planning, BIMNDC, construction administration, and construction management across numerous sectors with an emphasis on transportation. Benesch Benesch is a mid-sized design firm offering transportation, community development, and environmental and water services, including roadway, planning and facilities on a variety of infrastructure projects for clients across the country. Bermella Ajamil & Partners, Inc. The architects, planners, and engineers at Bermello Ajamil & Partners (BA) are known around the world for providing planning and design services with extensive history and expertise in developing large-scale, complex, sustainable urban design projects. The BA team brings expertise in many facets of public open space design and development including master planning, programming, recreation and community center design and landscape architectural design for environmental, aesthetic, and functional purposes. BA has a wealth of experience providing landscape architecture on a variety of continuing service contracts for City of Miami Beach and other local municipalities. Boothe Transit Consulting, LLC Boothe Transit Consulting is led by President Jeff Boothe who has spent nearly forty years in the public transit industry. Boothe Transit offers advisory services to transit agencies, cities and project sponsors seeking to advance transit capital investments, with an emphasis on the Capital Investment Grants (CIG) program, assistance with project governance for projects seeking CIG funding, strategic advice to align client priority projects with the federal grant program(s) that can fund their needs, advise on complying with federal laws, regulations and guidance impacting project approvals, procurement, and Buy America, and consulting on project eligibility under the FTA joint development guidance. Cambridge Systematics, Inc. Cambridge Systematics has 50 years of experience leveraging technology and ingenuity to advance the world of transportation, specializing in planning and policy, movement of people and goods, and software design and development. E-Sciences E Sciences—recently acquired by Resource Environmental Solutions, LLC and undergoing a name change to RES Florida Consulting—has a proven track record of implementing the services sought by Miami Beach. RES provides a wide range of environmental, engineering and ecological consulting services.As a team member on the Miami Beach General Transportation Planning and Traffic Engineering Consulting Services,they can assist with engineering,environmental,and ecological consulting services. Eland Engineering, Inc. Eland Engineering specializes in providing engineering consulting, electrical contracting and field maintenance services in the field of intelligent transportation systems (ITS) and traffic signal systems. The Eland staff members are highly experienced in all elements of ITS, information technology, and construction management. CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 25 2.2 Qualifications of Proposer Team (Contd.) Infinite Source Communications Group, LLC Infinite Source Communications is a full-service communications firm, specializing in public relations, marketing, public information,website development,and graphic design on a local,regional,and national level. Infinite Source is 100 percent local with their main office located only 15 minutes from the City Hall of Miami Beach. Infinite Source has executed outreach in every municipality and census designated neighborhood in Miami-Dade County and possesses relationships with municipal representatives, major stakeholders, and community groups throughout the area. Manuel G. Vera & Associates, Inc. Manuel G. Vera & Associates, Inc. (M.G. Vera) is qualified as DBE and was established in Miami- Dade County in 1977 specializing in survey and mapping providing miscellaneous survey and ROW mapping services to a number of cities, counties, and municipalities throughout Florida as well as state and federal agencies. MG Vera has the ability to perform all survey tasks using either traditional methodologies such as EFB data collection, electronic total stations/levels, hydrographic (sonar/GPS), GPS/RTK, and the latest in 3D Lidar static scanning. McMahon Associates, Inc. Since 1977, McMahon has provided transportation planning services for municipal clients in South Florida. Tasks have been varied and include items such as developing reviews for conformance with local standards, such as the review of traffic impact analyses, traffic circulation, pedestrian connectivity, vehicular queueing, and parking. Media Relations Group, LLC Media Relations Group is a public information firm specializing in public and private sector public involvement campaigns for the past 23 years. MRG provides media relations, marketing, graphics services, the organization of business interests, grassroots door-to-door consensus building, and serves as a spokesperson for its clients. Plusurbia Design Plusurbia Design is an award-winning urban planning firm based in Miami, Florida, with satellite offices in Sarasota and Puerto Rico. Plusurbia excels at urban design, planning, architectural design, visioning, zoning code creation, and historic preservation. Quality Counts, LLC Quality Counts is a nationwide full-service transportation data collection firm with vast experience made possible through the use of state-of-the-art hardware, software, and proven processing methods. Their team offers access to collection capabilities backed by an immense inventory of pneumatic tube counters, cameras, Bluetooth Classic/Bluetooth Low Energy (BLE)/WiFi detection units, side-fire radars, drones, and fixed-wing aircraft. Quality Counts regularly uses manual processing methods for unrivaled 98% accuracy and complete reporting customization, proprietary QA/QC analytics applications for macro- level data validation across entire corridors, automated software for specialized safety assessments and aerial surveys, and Bluetooth Classic, BLE, cellular, WiFi and GPS analytics for origin destination and travel time reporting. Toole Design Group, LLC Toole Design creates dynamic communities where walking, biking, and using transit are possible for people of all ages and abilities. Their team includes a talented group of planners, engineers, urban designers, and landscape architects, who have conducted extensive studies on the multimodal issues CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 26 2.2 Qualifications of Proposer Team (Contd.) common to many transit corridors. These include bicycle and pedestrian crossings at transit corridors; bicycle and pedestrian access to transit (including first-/last-mile access and bicycle parking); the integration of transit and bike corridors (including shared bike/bus lanes); bicycle parking volume and design; wayfinding for station access; and bus stop location and design. Additionally, they have assisted in the planning of new BRT systems to ensure bicycle and pedestrian access and circulation are incorporated from the outset (and in turn leveraged as crucial tools for reaching ridership goals). They provide experience co-locating bikeshare with transit and have developed innovative designs for separated bike lanes and transit stops. TSF Geo TSF Geo is a full-service consulting geotechnical engineering, construction materials testing, and inspections firm with capabilities to provide test borings, engineering analyses and reports, AutoCAD and MicroStation plan sheets, laboratory soils testing, and CEI services. TSF Geo's professional team is committed to providing quality, responsive service, establishing a reputation for sound approaches and professional competence in a wide range of technically demanding areas. TSF Geo's services also include threshold/special Inspection and roofing inspection services. WTL+a WTL+a brings 36 years of experience in real estate and economic development consulting. The firm is a key advisor on multi-disciplined teams on behalf of public and private clients, including municipal and state governments, institutions, investment funds and real estate developers. The firm's transportation- related experience includes revitalization strategies for transit corridors; economic impacts of transit alternatives; and transit-oriented development (TOD) feasibility, with projects in eight states focused on real estate market potentials, financial feasibility, station area planning, value capture/funding, and joint development strategies. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 27 James Spinks, PE, PTOE Project Manager I Traffic Engineering James Spinks, PE,PTOE,is a senior project manager with diverse experience in intersection and arterial traffic operations and safety, transportation planning, minor design, and ITS planning. He has a high level of understanding of the Miami-Dade Traffic Flow Modification(s) Street Closure(s)procedures and thresholds for traffic calming,the Miami-Dade Road Impact Fee Ordinance, and DTPW permits, and design review process. James is experienced in • performing road impact fee (RIF) assessments, traffic impact analysis, traffic calming planning and design, speed studies, pedestrian and bicycle studies, school studies, --- development review, traffic forecasting, travel demand modeling, access management, regional impact studies, and transit and rail. He has extensive experience working with local partners under on-call, task-based traffic engineering and transportation planning contracts including the Cities of Miami Beach, Coral Gables, Doral, Opa-Locka, and Miami. 4ks James has conducted multiple types of studies approved by DTPW, including traffic calming, road impact fee studies, traffic impact analysis, traffic signal warrant studies, and regional Years of Experience: 23 impact studies. In addition, James has also managed several FDOT traffic operations contracts involving more than 300 task work orders(TWO)for FDOT in Miami-Dade County, Education: recommending intersection and arterial improvements by performing operational and safety • Bachelor of Science in Civil analysis. Typical study types include investigating high crash locations, fatal crash reviews, Engineering, University of resurfacing, restoration and rehabilitation (3R) safety reviews, net present value-driven Missouri-Rolla studies pavement analysis, intersection/arterial LOS analysis, signal and left turn warrant analysis, speed zone studies, road safety audits, lighting studies, and conflict analysis. Professional Registration: • Professional Engineer: FL#66775 PROJECT EXPERIENCE • National Council of Examiners for General Transportation Planning Consultant; Miami Beach, FL Eng. and Survey: MLST#38368 Owner:City of Miami Beach Certifications: Project Manager I Project Completion: 2023 • Transportation Professional On-call, task-based contract providing support on the implementation of a suite of projects Certification Board, Professional outlined by the City of Miami Beach Transportation Master Plan and Bicycle Pedestrian Traffic Operations Engineer(PTOE) Master Plan.Short-and long-range planning tasks include conducting planning and feasibility studies, transportation corridor studies, developing forecasting models, conducting turning movement counts, providing transit operations plans, and developing and implementing site plans. Tasks include Dade Boulevard Shared-Use Path & Road Diet Feasibility Study; Tatum Waterway Drive Feasibility Study, 81st Street to 77th Street; Ocean Drive One- Way Conversion Traffic Study, 5th Street to 15th Street; SMART Plan Beach Corridor&Bus Express Rapid Transit;Orchard Park Traffic Calming Study&Design;Washington Avenue Travel Time&Delay; Prairie Avenue at 44th Street Intersection; and In-House Support for Traffic Engineering. Responsible for overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. Multimodal Transportation Planning and Engineering Consulting Services; City of Coral Gables, FL Owner:City of Coral Gables Project Manager I Project Completion: 2023 Transportation planning and engineering consulting services for City of Coral Gables including preliminary project planning, existing conditions inventory and analysis, project design,engineering and cost estimation,and construction management.Tasks include Gulliver Academy School Traffic Impact Analysis; In-House Support (City Traffic Engineer); Zone 2 Traffic Calming Design & Public Meeting Support; Zone 3 Traffic Calming Design Support; Citywide Traffic Data Collection Support; VISSIM Model &Traffic Calming Simulation; Alhambra Circle Design; Coral Way & Segovia Street Design; Obispo Traffic Calming Simulation; and Ponce De Leon Boulevard & Sidonia Avenue Traffic Flow Modification Study. Responsible for overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. Traffic Engineering and Multimodal Transportation Planning Services; Coral Gables, FL Owner:City of Coral Gables Project Manager I Project Completion: 2023 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 28 MN On-site traffic engineering and multimodal transportation planning to promote a balance between travel efficiency and quality of life and provide residents with transportation options,continued economic grow,and a healthy environment.Services include preliminary studies, inventory and analysis studio, project design, engineering and cost estimation services, and right-of-way services. Responsible for managing five capital projects,including the performance of multimodal level-of-service analyses,developing context sensitive,complete street, and road diet designs for residential neighborhoods, and providing in-house support, assisting with day-to-day requests, and leading traffic calming efforts that include the design of exceptions,variations, and lane-width reductions. General Engineering Services Contract; City of Doral, FL Owner:City of Doral Project Manager I Project Completion: 2021 On-call, task-based contract preparing planning documents, engineering studies, construction plans and specifications, and/or provides construction management services, as assigned. Assignments include various professional services, including planning, design, and/or construction management for roadways, drainage, structural, bridge, electrical, mechanical and water/sewer engineering projects,traffic engineering and study preparation, site civil planning, environmental assessments and engineering, land use and zoning, architectural design, landscape architecture, economic analysis, including life-cycle costs and value engineering, and project management. Multi-Year General Engineering Contracts; Miami Lakes, FL Owner:Town of Miami Lakes Project Manager I Project Completion: 2021 General engineering consultant services on an on-going, as-needed basis including transportation/mobility planning,environmental, and highway and structural design for municipal engineering projects, such as drainage improvements, road milling and resurfacing, and on/off-road trail design. SR 948(NW 36th Street) Corridor Study, SR 826(Palmetto Expressway)to SR 5(US 1); Miami, FL Owner:Florida Department of Transportation, District 6 Project Manager I Project Completion: 2023 Study to address congestion and improve freight and commuter mobility along the corridor, including consideration of operational,social, economic, and safety needs. Scope of work includes review of existing plans and documents, quality control review of performance measures of effectiveness, and development and advancement of improvement alternatives through FDOT's project development process into PD&E phase. Responsible for developing a comprehensive access management plan as part of the TSMO concept alternative, addressing the corridor's constrained right of way and minimal capacity and serving as quality reviewer for all traffic engineering documents. General Consultant Engineering Support Services; Miami-Dade, FL Owner:Florida Department of Transportation, District 6 Project Manager I Project Completion: 2025 On-call engineering support for projects districtwide through the preparation and review of various traffic engineering documents. Responsible for preparing and reviewing planned and programmed managed-lane projects, interchange projects, and project development and environment(PD&E)studies including the development of travel demand modeling and microscopic simulation models using CORSIM/TSIS and VISSIM software. Traffic Operations Access Management Support; Broward County, FL Owner:Florida Department of Transportation, District 4 Project Manager I Project Completion: 2024 In-house support for District 4's Traffic Operations Access Management through traffic engineering services, permit support, variance support, traffic study review, data gathering, and electronic database file management as well as coordination between district offices, local government entities, landowners, and local agencies. Responsible for handling the day-to-day tasks of the district's access management program as an extension of the department's Traffic Operations office,serving as a liaison between the district offices(e.g., Design, TSMO, Statistics, Planning, SIS), county government, MPOs/TPOs/TPAs, landowners, and local agencies, scheduling and leading pre-Application and access management review committee (AMRC) meetings with developers, consultants, and other governmental agencies, and managing all technical issues and decisions needed for the department's access determinations to promote and preserve the safety, efficiency, and integrity of the state highway transportation system. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 29 2.2 Qualifications of Proposer Team (Contd.) TIIE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF DU SINE SS S PROFESSIONAL REGULATION ',arlrOn 14KxnS. HOME CONTACT US ONLINE SERVICES LICENSEE DETAILS 9.2627PM 122CV2022 Licensee Information Liconnc Name- WINKS,JAMES EDWARD III(Primers Neetel a Geensee Main Address. 1133 NW 134 AVENUE SUNRISE Florida 33323 -::Food&Lodging Inspections County. BROWARO a Complaint inuing Education Course License Information -,soh License Type' Professional Engineer ,a.Application Status Rank Prof Engineer License Number 66775 -Loan,Information Status CurrentAetive ,iTicensed Acmity Search Licensure Dale 07/2712007 AT Delinquent Invoice&Activity Expires OZ2e1202J ABUT List Search Special Ocantications Oualitication Effective CIVIl 07/27/2007 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 30 Chuck Hart, PE, PTOE Deputy Project Manager/ Traffic Engineering Chuck Hart, PE, PTOE, is a senior transportation engineer with experience in traffic engineering and was previously project manager for the Florida Department of Transportation (FDOT) District 6 Traffic Operations and Safety Office. He has managed hundreds of safety studies and has extensive expertise in the review of crash analysis, performing field review R • Y to identify safety concerns and patterns, developing probable causes, and developing , oup comprehensive crash countermeasures to mitigate crash patterns components. Chuck takes 44411 a holistic approach and combines engineering with education and enforcement to reduce fatalities and serious injury crashes. He is currently involved in traffic operations, travel demand modeling, and transportation planning, as well as several feasibility studies. In addition, Chuck has served as an extension of staff for both City of Miami Beach and the City 't of Coral Gables, in an In-House Traffic Engineering role. rd: PROJECT EXPERIENCE l ' General Transportation Planning Consultant; Miami Beach, FL Years of Experience: 19 Owner:City of Miami Beach Education: Senior Traffic Engineer I Project Completion: 2023 . Bachelor of Science in Civil On-call, task-based contract providing support on the implementation of a suite of projects Engineering, Florida International outlined by the City of Miami Beach Transportation Master Plan and Bicycle Pedestrian University Master Plan.Short-and long-range planning tasks include conducting planning and feasibility studies, transportation corridor studies, developing forecasting models, conducting turning Professional Registration: movement counts, providing transit operations plans, and developing and implementing site • Professional Engineer: FL#68372 plans. Certifications: Tatum Waterway Drive Feasibility Study,81st Street to 77th Street; Miami Beach, FL • Certified Advanced Maintenance of Owner:City of Miami Beach Traffic Course Senior Traffic Engineer I Project Completion: 2022 • Transportation Professional As part of an on-call,task-based contract, traffic study to analyze the feasibility of a two-way Certification Board, Professional to one-way modification in traffic flow in the North Shore area of Miami Beach along Tatum Traffic Operations Engineer(PTOE) Waterway Drive, an essential roadway in the city's neighborhood greenways plan. Study focusing on safety improvements and buffered bi-directional bike lanes to provide multimodal connectivity between North Beach, South Beach, and barrier islands. In-House Support for Traffic Engineering; Miami Beach, FL Owner:City of Miami Beach Senior Traffic Engineer I Project Completion: 2021 As part of an on-call,task-based contract,transportation planning and traffic engineering services as part of an on-call contract performing program management in support of the Transportation Master Plan and Bicycle Pedestrian Master Plan,warrant analysis, plan reviews, site visits,temporary traffic control plan reviews,responding to resident requests,technical research of new technologies, and other transportation engineering services at the request of the City. Dade Boulevard Shared-Use Path and Road Diet Feasibility Study; Miami Beach, FL Owner:City of Miami Beach Senior Traffic Engineer I Project Completion: 2021 As part of an on-call, task-based contract, feasibility study for implementation of multimodal access improvements to/from the Miami Beach Convention Center and surrounding areas, including hybrid lane reduction improvements by removing turn bays and adding bidirectional protected bike lanes, a shared use path connection to Miami Beach High School, and crosswalk bicycle signals. SMART Plan Beach Corridor and Bus Express Rapid Transit Review; Miami Beach, FL Owner:City of Miami Beach Traffic Engineer I Project Completion: 2021 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 31 As part of an on-call, task-based contract, independent third-party review of Miami-Dade County's Strategic Miami Area Rapid Transit (SMART) Plan Beach Corridor Study to link downtown Miami to South Beach with focus on the MacArthur Causeway that spans an intercoastal waterway. Review of the locally preferred alternative analysis options and bus rapid transit projects, including analysis of planning assumptions, calculations, and methodology as well as verification of compatibility with the city's transportation master plan. Ocean Drive One-Way Conversion Traffic Study,5th Street to 15th Street; Miami Beach, FL Owner:City of Miami Beach Senior Traffic Engineer I Project Completion: 2021 As part of an on-call,task-based contract,traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity,including analysis of short-term elimination of ocean- side parking to incorporate bicycle lanes and construction of a long-term parklet concept with sidewalk and buffered bike lanes. Prairie Avenue and 44th Street/Chase Avenue; City of Miami Beach, FL Owner:City of Miami Beach Traffic Engineer I Project Completion: 2023 As part of an on-call, task-based contract, design of a new traffic circle for the intersection of Prairie Avenue and 44th Street/Chase Avenue allowing the implementation of crosswalks on all ways of the intersection to create a greater connection of the pedestrian pathways to Muss Park and North Beach Elementary School. Traffic Engineering and Multimodal Transportation Planning Services; Coral Gables, FL Owner:City of Coral Gables Traffic Engineer I Project Completion: 2023 On-site traffic engineering and multimodal transportation planning to promote a balance between travel efficiency and quality of life and provide residents with transportation options,continued economic grow,and a healthy environment.Services include preliminary studies, inventory and analysis studies, project design, engineering and cost estimation services, and right-of-way services. General Engineering Services Contract; City of Doral, FL Owner:City of Doral Traffic Engineer I Project Completion: 2021 On-call,task-based contract preparing planning documents, engineering studies, construction plans and specifications, and/or provides construction management services, as assigned. Assignments include various professional services, including planning, design, and/or construction management for roadways, drainage, structural, bridge, electrical, mechanical and water/sewer engineering projects,traffic engineering and study preparation, site civil planning, environmental assessments and engineering, land use and zoning, architectural design, landscape architecture, economic analysis, including life-cycle costs and value engineering, and project management. Multi-Year General Engineering Contracts; Miami Lakes, FL Owner:Town of Miami Lakes Traffic Engineer I Project Completion: 2021 General engineering consultant services on an on-going, as-needed basis including transportation/mobility planning,environmental, and highway and structural design for municipal engineering projects, such as drainage improvements, road milling and resurfacing, and on/off-road trail design. Traffic Calming Intergovernmental Agency Agreement; Doral, FL Owner:City of Doral Traffic Engineer I Project Completion: 2021 As part of an on-call,task-based contract,development of an intergovernmental agency agreement between the City of Doral and Miami- Dade County's Department of Transportation and Public Works to allow the city to perform traffic engineering functions for the creation of a traffic calming program. Traffic Operations Access Management Support; Broward County, FL Owner:Florida Department of Transportation, District 4 Senior Traffic Engineer I Project Completion: 2024 In-house support for District 4's Traffic Operations Access Management through traffic engineering services, permit support, variance support, traffic study review, data gathering, and electronic database file management as well as coordination between district offices, local government entities, landowners, and local agencies. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 32 2.2 Qualifications of Proposer Team (Contd.) y' RonDeSm a h Gaern , 41, FBPF y .. V: Fr. STATE OF FLORIDA S. BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL.ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES c9, HART,CHARLES R.JR.;�17717SW86 AVE -.MIAMI FL3315 tf a� tar LICENSE NUMBER:PE68372 --_.1 EXPIRATION DATE FEBRUARY 28,2023 Always verity licenses online at MyFIod daUc se cum El. l'�,,��((O 4-3 Do not alter this document In any form. Ya . Ye: This is your license.It is unlawful for anyone other than the licensee to use this document. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 33 Edwin Mojena, PE Principal-in-Charge Edwin Mojena, PE, is a Vice President and Senior Project Manager overseeing Lochner's South Florida operations. Throughout his career, Edwin has built his career by providing creative solutions, reducing overall project costs, and collaborating successfully with diverse teams and stakeholders. Edwin has considerable expertise through management roles in the development and oversight of design projects, including schedules and budgets;team staff management;and coordination with stakeholders, utility providers, intergovernmental agencies, and subconsultants. He has expert knowledge of delivering • districtwide roadway, highway, and expressway contracts throughout the Florida Department of Transportation (FDOT), District 4 and District 6, including over 50 task work orders (TWO); interchange planning and design; alternative analysis,feasibility studies, and constructability review; intersection and surface street improvements; and maintenance-of- traffic and construction phase planning. Edwin has worked in both the public and private sectors, giving him a thorough understanding of project development from the perspective Years of Experience: 29 of both project owners and consultants. He has a strong technical background in bridge design and considerable experience managing multidisciplinary transportation projects from Education: planning to final design and through construction phase services. As a skilled • Master of Science in Civil communicator and efficient decision-maker, Edwin offers relevant multi-discipline Engineering, Florida International management experience in similar projects for the FDOT District offices and various cities University and counties throughout southern Florida. • Bachelor of Science in Civil Engineering, University of Florida PROJECT EXPERIENCE General Transportation Planning Consultant; Miami Beach, FL Professional Registration: • Professional Engineer: FL#62002 Owner:City of Miami Beach Principal-in-Charge I Project Completion: 2023 • National Council of Examiners for On-call, task-based contract providing support on the implementation of a suite of projects Eng. and Survey: MLST#25563 outlined by the City of Miami Beach Transportation Master Plan and Bicycle Pedestrian Certifications: Master Plan.Short-and long-range planning tasks include conducting planning and feasibility • FDOT TTC Advanced Course studies, transportation corridor studies, developing forecasting models, conducting turning movement counts, providing transit operations plans, and developing and implementing site plans. Tatum Waterway Drive Feasibility Study,81st Street to 77th Street; Miami Beach, FL Owner:City of Miami Beach Principal-in-Charge I Project Completion: 2022 As part of an on-call,task-based contract,traffic study to analyze the feasibility of a two-way to one-way modification in traffic flow in the North Shore area of Miami Beach along Tatum Waterway Drive, an essential roadway in the city's neighborhood greenways plan. Study focusing on safety improvements and buffered bi-directional bike lanes to provide multimodal connectivity between North Beach, South Beach, and barrier islands. Dade Boulevard Shared-Use Path and Road Diet Feasibility Study; Miami Beach, FL Owner:City of Miami Beach Principal-in-Charge I Project Completion: 2021 As part of an on-call, task-based contract, feasibility study for implementation of multimodal access improvements to/from the Miami Beach Convention Center and surrounding areas, including hybrid lane reduction improvements by removing turn bays and adding bidirectional protected bike lanes, a shared use path connection to Miami Beach High School, and crosswalk bicycle signals. SMART Plan Beach Corridor and Bus Express Rapid Transit Review;Miami Beach, FL Owner:City of Miami Beach Principal-in-Charge I Project Completion: 2021 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 34 NM/1M As part of an on-call, task-based contract, independent third-party review of Miami-Dade County's Strategic Miami Area Rapid Transit (SMART) Plan Beach Corridor Study to link downtown Miami to South Beach with focus on the MacArthur Causeway that spans an intercoastal waterway. Review of the locally preferred alternative analysis options and bus rapid transit projects, including analysis of planning assumptions,calculations,and methodology as well as verification of compatibility with the city's transportation master plan. Ocean Drive One-Way Conversion Traffic Study, 5th Street to 15th Street; Miami Beach, FL Owner:City of Miami Beach Principal-in-Charge I Project Completion: 2021 As part of an on-call,task-based contract,traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity,including analysis of short-term elimination of ocean- side parking to incorporate bicycle lanes and construction of a long-term parklet concept with sidewalk and buffered bike lanes. Traffic Engineering and Multimodal Transportation Planning Services; Coral Gables, FL Owner:City of Coral Gables Principal-in-Charge I Project Completion: 2023 On-call,task-based contract providing on-site traffic engineering and multimodal transportation planning to promote a balance between travel efficiency and quality of life and provide residents with transportation options,continued economic grow,and a healthy environment. Services include preliminary studies, inventory and analysis studies, project design,engineering and cost estimation services,and right- of-way services. General Engineering Services Contract; City of Doral, FL Owner:City of Doral Principal-in-Charge I Project Completion: 2021 On-call, task-based contract preparing planning documents, engineering studies, construction plans and specifications, and/or provides construction management services, as assigned. Assignments include various professional services, including planning, design, and/or construction management for roadways, drainage,structural, bridge,electrical, mechanical and water/sewer engineering projects,traffic engineering and study preparation, site civil planning, environmental assessments and engineering, land use and zoning, architectural design, landscape architecture, economic analysis, including life-cycle costs and value engineering, and project management. Traffic Calming Intergovernmental Agency Agreement; Doral, FL Owner:City of Doral Principal-in-Charge I Project Completion: 2021 As part of an on-call,task-based contract,development of an intergovernmental agency agreement between the City of Doral and Miami- Dade County's Department of Transportation and Public Works to allow the city to perform traffic engineering functions for the creation of a traffic calming program. Multi-Year General Engineering Contracts; Miami Lakes, FL Owner:Town of Miami Lakes Principal-in-Charge I Project Completion: 2021 General engineering consultant services on an on-going,as-needed basis including transportation/mobility planning,environmental, and highway and structural design for municipal engineering projects, such as drainage improvements, road milling and resurfacing, and on/off-road trail design. NW 59 Avenue Extension Traffic Impact Analysis; Miami Lakes, FL Owner:Town of Miami Lakes Principal-in-Charge I Project Completion: 2020 As part of an on-call, task-based contract, traffic study to analyze impacts of a new NW 59th Avenue extension with underpass connections at NW 159th Street and NW 146th Street with the goal to provide essential north-south connectivity to businesses and relieve traffic congestion on the corridor, in Miami Lakes, and surrounding communities. Belle Meade Island Roundabout Improvement; Miami, FL Owner:City of Miami Principal-in-Charge I Project Completion: 2020 Design for reconstruction of the Belle Meade Island Drive Cul de Sac including geometry, grading, drainage improvements, signing and pavement markings, and landscaping. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 35 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION db pr& Ot2S40Uai Rwuiation ROME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS t+:26:38 AM 9,2w2022 Licensee Information Apply roc a License Name: MOJENA,EDWIN F.(Primary Name) Verify a Licensee Main Address' 20121 NW 77 CT MIAMI Florida 33015 Yew Food&Lodging Inspections County DADS Fee a Complaint Continuing Education Course License Information Search License Type Professional Engineer View Application Status Rank. Prof Engineer License Number 62002 Find Exam information Status. Current,Active Unlicensed Activity Search Licensure Date. 09272004 MAT Delirqueni Invoice&Activity Expires 02f28y2023 List Search Special Qualifications Qualification Effective Civil 0912712004 Alternate Names View Related License Information Slew License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 36 David Twiddy Jr, PE QA/QC Manager David Twiddy Jr., PE, is a senior transportation engineer specializing in the transportation industry, predominantly in project and operations management. David has worked in the public and private sectors as both an Engineer and A Manager. His technical background is r in Project Development and Environmental (PD&E) studies, National Environmental Policy Act (NEPA) processes, and regional planning. He has held project management or senior planning positions on dozens of high-profile projects, many with significant regional impact— k from large regional interstate studies to environmental impact statements for new toll facilities. David also provides QA/QC reviews to ensure that deliverables are complete, orderly, correct,and appropriate following procedures, best practices, guidelines, standards, and policies established at federal, state, or department levels. He was also the Program Director for a major regional transportation and public transit study t. "`. on behalf of the Tampa Bay Area Regional Transportation Authority (TBARTA). In his leadership positions at the Florida Department of Transportation (FDOT), David rose from a Years of Experience: 39 District 7 Department Head to ultimately become the District 1 Secretary. Throughout his career with FDOT, he was known for forging strong relationships with work partners; sitting Education: on metropolitan and regional planning boards; coordinating with transit, port, and airport • Master of Science in Civil agencies; and liaising regularly with elected officials at all levels of government. Engineering, University of Florida • Bachelor of Science in Civil PROJECT EXPERIENCE Engineering, University of Central General Engineering Services Contract; City of Doral, FL Florida Owner:City of Doral Professional Registration: Principal-in-Charge I Project Completion: 2021 On-call, task-based contract preparing planning documents, engineering studies, • Professional Engineer: FL#38858 construction plans and specifications,and/or provides construction management services,as assigned.Assignments include various professional services, including planning,design,and/or construction management for roadways, drainage, structural, bridge, electrical, mechanical and water/sewer engineering projects, traffic engineering and study preparation, site civil planning,environmental assessments and engineering, land use and zoning, architectural design, landscape architecture,economic analysis, including life-cycle costs and value engineering, and project management. Citywide Traffic Calming Device Contract Plans; Doral, FL Owner:City of Doral Principal-in-Charge I Project Completion: 2021 As part of an on-call, task-based contract, analysis of existing roadway, signing, and pavement markings throughout the city as well as plan development for traffic calming devices,including speed limit signs,speed feedback signs,speed table,raised crosswalk,and raised intersection. Trail Lighting Field Review and Analysis; Doral, FL Owner:City of Doral Principal-in-Charge 1 Project Completion: 2021 As part of an on-call,task-based contract, field review of lighting throughout the city and development of lighting recommendations with specific focus on tunnels, overpasses, trailheads, bridge entrances/exits, public gathering places, crosswalks, along streets, and on signage. FDOT D7 General Engineering Consultant(GEC); Districtwide, FL Owner:Florida Department of Transportation, District 7 Principal-in-Charge 1 Project Completion: 2019 GEC services for a five-year, $30 million contract spanning transportation engineering, surveying, architecture, landscaping, geographic information systems, and management support with a primary focus on design-build procurements, active design-build contract support, in-house staff support, and right of way acquisition support, including appraisal, cost estimation, negotiation, relocation, and property management services.Task orders include 1-75 at Martin Luther King Jr.Boulevard DDI conceptual design and procurement documents, CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 37 Gateway Expressway Design-Build RFP development for an elevated tolled expressway, and analysis and development of alternative concepts for the Tampa Bay Next(TBNext) program. Tampa Bay Next General Support Services;Tampa, FL Owner:Florida Department of Transportation, District 7 Principal-in-Charge ! Project Completion: 2024 Continuing services in support of FDOT District 7's TBNext program to modernize Tampa Bay's transportation infrastructure and create a sustainable, comprehensive regional transportation system, including analysis and development of additional express lanes along all major interstates,tolling plan,master signing plan,operation and maintenance(O&M)reports,LRE cost estimates,and cost and schedule risk workshops. Hillsborough County General Services Contract(2019-2021); Hillsborough County, FL Owner:Hillsborough County Principal-in-Charge 1 Project Completion: 2023 Task-based engineering services for intersection improvements, signalization,traffic signal interconnection, road diets,complete streets, road widening, road resurfacing and reconstruction, and bridge rehabilitation and replacement. Pinellas County CEI Continuing Services Contract(CSC); Pinellas County, FL Owner:Pinellas County Department of Public Works Principal-in-Charge 1 Project Completion: 2022 Task-based construction engineering and inspection (CEI) services to implement Pinellas County's Capital Improvements Program, including construction observation;reviews of stored materials/equipment,site conditions,and record drawing;QC testing and inspection; coordination and review of earthwork, concrete, and asphalt testing; design-discipline site visitations; photo and video documentation; and record drawing review. Task orders include oversight of landscaping improvements along 1.6 miles of SR 679 (Pinellas Bayway South) in Tierra Verde, spanning the installation of large trees, ground cover/shrubs, and irrigation within the corridor medians. River to Sea TPO General Planning Consultant Services;Volusia and Flagler Counties, FL Owner:River to Sea TPO Principal-in-Charge 1 Project Completion: 2020 Task-based contract involving a variety of technical, graphical, study management, product review, and public involvement activities to assist the client with the development of planning studies, the production of required federal documents, and the review of other studies or activities. Scope includes developing and disseminating the 2018 Tell the R2CTPO Transportation Survey update using innovative communication strategies to achieve a higher level of engagement as well as developing the R2CTPO's first Bicycle Suitability Map for the Experienced Rider, involving a bicycle suitability analysis of roads and paths throughout the region, based on their condition, connectivity, congestion, and typical vehicular speeds. Strategic Intermodal System (SIS)Corridor Studies;Various Locations, FL Owner:Florida Department of Transportation, District 7 Principal-in-Charge 1 Project Completion: 2022 Task-based planning and study services for corridors and multimodal facilities identified on FDOT D7's Strategic Intermodal System (SIS), including traffic studies, preliminary engineering and design, review of interchange access requests, and assistance with SIS funding strategy,the prioritization of future work, and identification of new SIS facilities. District 7 Strategic Intermodal System(SIS)Continuing Services Consultant; Districtwide, FL Owner:Florida Department of Transportation, District 7 Principal-in-Charge 1 Project Completion: 2018 On-call districtwide planning support for SIS transportation facility projects with execution of over 30 tasks, including corridor analysis, action plans, master plans, interchange justification and modification reports, and multimodal analysis. Tasks included: enhancing level of service, capacity, access management, and safety through development of a 12-mile corridor analysis of 1-275 for a corridor master plan; multiple US 19 corridor studies providing recommendations for safety,operational,congestion mitigation,and access management improvements; and corridor action plan for SR 44 identifying recommended improvements. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 38 2.2 Qualifications of Proposer Team (Contd.) 4FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS TIIE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FLORIDA STATUTES TWIDDY,DAVID A JR 6805 MONET CIRCLE TAMPA FL 33617 LICENSE NUMBER:PE38858 EXPIRATION DATE FEBRUARY 28,2023 Always verily&arises oNne at Myforidalianse.com kt�:,• Do not alter this document in any form. � -n CA 7tes es yorl Gmue.It is unlawht for ' anyone Nhn than/he licensee m me this douarertL CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 39 Kollol Shams, PE Traffic Engineering e Kollol Shams, PE, is a transportation engineer with experience in traffic engineering and transportation planning. He supports senior staff in the review of crash analysis, performing field reviews to identify safety concerns and patterns, developing probable causes, and developing comprehensive crash countermeasures to mitigate crash patterns that address all components of a crash pattern. His experience includes traffic simulation, traffic _ - operational analysis, and travel demand modeling for transportation Project Development f and Environment (PD&E) studies. He also has a good understanding of Florida Standard IAA it Urban Transportation Modeling Structure (FSUTMS) models and Dynamic Traffic -- Assignment, with hands-on experience in Cube Voyager, ArcGIS, VISSIM, Synchro, SimTraffic, and SIDRA. 4 PROJECT EXPERIENCE General Transportation Planning Consultant; Miami Beach,FL Owner:City of Miami Beach Years of Experience: 8 Traffic Engineer I Project Completion: 2023 Education: On-call, task-based contract providing support on the implementation of a suite of projects • Ph.D. in Civil Engineering, Florida outlined by the City of Miami Beach Transportation Master Plan and Bicycle Pedestrian International University Master Plan.Short-and long-range planning tasks include conducting planning and feasibility • studies, transportation corridor studies, developing forecasting models, conducting turning Bachelor of Science in Civil movement counts, providing transit operations plans, and developing and implementing site Engineering plans. Professional Registration: • Professional Engineer: FL#90787 Tatum Waterway Drive Feasibility Study,81st Street to 77th Street; Miami Beach, FL Owner:City of Miami Beach Traffic Engineer I Project Completion: 2022 As part of an on-call,task-based contract,traffic study to analyze the feasibility of a two-way to one-way modification in traffic flow in the North Shore area of Miami Beach along Tatum Waterway Drive,an essential roadway in the city's neighborhood greenways plan. Study focusing on safety improvements and buffered bi-directional bike lanes to provide multimodal connectivity between North Beach, South Beach,and barrier islands. Responsible for reviewing field data and evaluating the existing and future no-build operational analysis using Synchro and ARTPLAN and conducting safety analysis using crash data from Signal Four Analytics and writing the report. Dade Boulevard Shared-Use Path and Road Diet Feasibility Study; Miami Beach, FL Owner:City of Miami Beach Traffic Engineer I Project Completion: 2021 As part of an on-call, task-based contract, feasibility study for implementation of multimodal access improvements to/from the Miami Beach Convention Center and surrounding areas, including hybrid lane reduction improvements by removing turn bays and adding bidirectional protected bike lanes,a shared use path connection to Miami Beach High School,and crosswalk bicycle signals. Responsible for reviewing field data and evaluating the existing and future no-build operational analysis using Synchro and ARTPLAN and conducting safety analysis using crash data from Signal Four Analytics and writing the report Ocean Drive One-Way Conversion Traffic Study,5th Street to 15th Street; Miami Beach, FL Owner:City of Miami Beach Traffic Engineer I Project Completion: 2021 As part of an on-call,task-based contract,traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity,including analysis of short-term elimination of ocean- side parking to incorporate bicycle lanes and construction of a long-term parklet concept with sidewalk and buffered bike lanes. Traffic Engineering and Multimodal Transportation Planning Services; Coral Gables, FL Owner:City of Coral Gables Traffic Engineer I Project Completion: 2023 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 40 As part of an on-call, task-based contract, on-site traffic engineering and multimodal transportation planning to promote a balance between travel efficiency and quality of life and provide residents with transportation options, continued economic grow, and a healthy environment. Services include preliminary studies, inventory and analysis studies, project design, engineering and cost estimation services, and right-of-way services. Gulliver Academy School Traffic Impact Analysis; Coral Gables, FL Owner:City of Coral Gables Traffic Planner I Project Completion: 2021 As part of an on-call, task-based contract, traffic study to analyze the impact of the proposed expansion of Gulliver Academy School on the surrounding transportation network. Traffic Calming at Various Locations-Zone 2; Coral Gables, FL Owner:City of Coral Gables Transportation Engineer I Project Completion: 2023 As part of an on-call,task-based contract,providing engineering services for the design and preparation of a complete set of construction contract plans for traffic calming at various locations. Multi-Year General Engineering Contracts; Miami Lakes,FL Owner:Town of Miami Lakes Traffic Engineer I Project Completion: 2021 General engineering consultant services on an on-going, as-needed basis including transportation/mobility planning,environmental,and highway and structural design for municipal engineering projects, such as drainage improvements, road milling and resurfacing, and on/off-road trail design. NW 59 Avenue Extension Traffic Impact Analysis; Miami Lakes, FL Owner:Town of Miami Lakes Traffic Engineer I Project Completion: 2020 As part of an on-call, task-based contract, traffic study to analyze impacts of a new NW 59th Avenue extension with underpass connections at NW 159th Street and NW 146th Street with the goal to provide essential north-south connectivity to businesses and relieve traffic congestion on the corridor, in Miami Lakes, and surrounding communities. General Engineering Services Contract(2018); Doral, FL Owner:City of Doral Traffic Planner I Project Completion: 2021 On-call, task-based contract preparing planning documents, engineering studies,construction plans and specifications, and/or provides construction management services, as assigned. Assignments include various professional services, including planning, design, and/or construction management for roadways, drainage, structural,bridge, electrical, mechanical and water/sewer engineering projects,traffic engineering and study preparation, site civil planning, environmental assessments and engineering, land use and zoning, architectural design, landscape architecture, economic analysis, including life-cycle costs and value engineering,and project management. Roadway Impact Fee Update; Doral, FL Owner:City of Doral Traffic Planner I Project Completion: 2020 As part of an on-call,task-based contract,development of a roadway impact fee update through review of previous documentation,such as relevant ordinances and the city's transportation master plan, as well as local ordinances from similar-sized cities. Also includes development of a fee schedule and formula to be presented to the local city council. Traffic Calming Intergovernmental Agency Agreement; Doral, FL Owner:City of Doral Traffic Planner I Project Completion: 2021 As part of an on-call,task-based contract,development of an intergovernmental agency agreement between the City of Doral and Miami- Dade County's Department of Transportation and Public Works to allow the city to perform traffic engineering functions for the creation of a traffic calming program. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 41 2.2 Qualifications of Proposer Team (Contd.) Ron De9enos Governor -: 4FBPEI STATE OFFIORIDA BOARD OF PROFESSIONAL ENGINEERS I I U PROI 14410NAI FNGINELR HEIR IN I4 LI01 NU I INI d R I III PROVI41ON4 OL OI IAP1 FR A71 I I ORII)A 4I A I I I l I SHAMS_KOI LO 4 ‘go, 12404 PINLISI AND RD.-` d' UNIT 546 -' -46 PLAN IAIION FL 3344* • I I.I01N41 NUMBER PI907R7 EYPIRATION HAI I LLRRIIARV PR.POPS Always verify heenses(tidal,.at MO Ian fail IOOp Vl'rura Do not alter,this document in any fo*n. This is your license It is unlawful for anyone other than the licensee to use this document. CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 42 Manuel Sauleda, PE Roadway Engineering Manuel Sauleda, PE is a senior project manager with experience successfully leading complex civil engineering projects for transportation infrastructure improvements. He is a proven and effective communicator, establishing a positive reputation in the management of context sensitive design solutions that enhance mobility, safety, and quality of life. Manny is committed to delivering projects on time and budget,as well as ensuring a quality product for his clients. Manny's project management experience includes preparing contract documentsfor bid, construction cost estimating, production of plans, and quality assurance/quality control (QA/QC) reviews. He brings a wealth of expertise including signalization design, geometrics design,maintenance of traffic,signing and pavement marking plans,bridge scour analysis, utility design/relocation, detention/retention pond design, hydraulic/hydrologic design, stormwater management, permitting, and erosion and sediment control. PROJECT EXPERIENCE General Engineering Services Contract; Doral, FL Years of Experience: 34 Owner:City of Doral Education: Supervisor(Task Mgr.) I Project Completion: 2021 . Bachelor of Science in Civil On-call, task-based contract preparing planning documents, engineering studies, Engineering and Architectural construction plans and specifications,and/or provides construction management services,as Engineering, University of Miami assigned. Assignments include various professional services, including planning, design, and/or construction management for roadways, drainage, structural, bridge, electrical, Professional Registration: mechanical and water/sewer engineering projects,traffic engineering and study preparation, • Professional Engineer: FL#45988 site civil planning, environmental assessments and engineering, land use and zoning, architectural design,landscape architecture,economic analysis,including life-cycle costs and Certifications: value engineering, and project management. • Certified Advanced Maintenance of Traffic Course Citywide Traffic Calming Device Contract Plans; Doral, FL Owner:City of Doral Supervisor(Task Mgr.) I Project Completion: 2021 As part of a task-based on-call contract providing analysis of existing roadway, signing, and pavement markings throughout the city as well as plan development for traffic calming devices, including speed limit signs, speed feedback signs, speed table, raised crosswalk, and raised intersection. NW 82 Street/NW 114 AvenuelNW 112th Court Intersection Improvements; Doral, FL Owner:City of Doral Project Manager I Project Completion: 2019 As part of a task-based on-call contract. Signal design for the unsignalized, four-way stop intersection of NW 82 Street/NW 114 Avenue/NW 112th Court, including utility and permitting coordination. Multimodal Transportation Planning and Engineering Consulting Services; Coral Gables, FL Owner:City of Coral Gables Supervisor(Task Mgr.) I Project Completion: 2023 Transportation planning and engineering consulting services for City of Coral Gables including preliminary project planning, existing conditions inventory and analysis,project design,engineering and cost estimation,and construction management.Tasks include Gulliver Academy School Traffic Impact Analysis; In-House Support (City Traffic Engineer); Zone 2 Traffic Calming Design & Public Meeting Support; Zone 3 Traffic Calming Design Support; Citywide Traffic Data Collection Support;VISSIM Model &Traffic Calming Simulation; Alhambra Circle Design; Coral Way & Segovia Street Design; Obispo Traffic Calming Simulation; and Ponce De Leon Boulevard & Sidonia Avenue Traffic Flow Modification Study. Responsible for overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 43 Traffic Calming at Various Locations-Zone 2; Coral Gables, FL Owner:City of Coral Gables Supervisor(Task Mgr.) I Project Completion: 2023 As part of a task-based on-call contract providing engineering services for the design and preparation of a complete set of construction contract plans for traffic calming at various locations. Obispo Traffic Calming Simulation; Coral Gables, FL Owner:City of Coral Gables Supervisor(Task Mgr.) I Project Completion: 2022 As part of a task-based on-call contract developing a visual traffic simulation model to show what the effects of implementing traffic calming improvements along a corridor will have on emergency response times. The simulation model quantifies the overall travel times with and without the implementation of traffic calming improvements while visually demonstrating the progression of an emergency vehicle through a corridor. Coral Way and Segovia Street Design Services; Coral Gables, FL Owner:City of Coral Gables Supervisor(Task Mgr.) I Project Completion: 2023 Providing all project management and professional engineering services required for the design and preparation of a complete set of construction contract plans. City of Coral Gables,Alhambra Circle Design Services; Coral Gables, FL Owner:City of Coral Gables Supervisor(Task Mgr.) I Project Completion: 2023 Design and preparation of a complete set of construction contract plans for Alhambra Circle Sidewalk Improvements from the Coral Gables Waterway end bridge to Trevino Avenue. Improvements consist of providing new sidewalk along the west side of the roadway, providing curb and gutter, and modifying the vertical geometry to drain the SB roadway to new inlets. Elements of work shall include roadway analysis, drainage analysis and signing and pavement markings. SR 802/Lake Worth Road from West of Cypress Edge Drive to West of Cypress Isles Way; Broward County, FL Owner:Florida Department of Transportation, District 4 Project Manager I Project Completion: 2027 Providing signals and lighting design services as part of the Lake worth Road RRR project being completed in-house by District 4. The proposed improvements are at the intersection of Lake Worth Road at Lyons Road and Lake Worth Road at Polo Road. SR 826(Palmetto Expressway)Segment 1 Improvements, 1-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges,widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams, and flat slab bridges. SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Drainage Design Engineer I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections,and new buffered bicycle lane. SR 826(Palmetto Expressway)Segment 3, East of NW 67th Avenue to East of NW 57th Avenue; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 QC/QA I Project Completion: 2022 Design for widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate four express lanes (two in each direction), as well as auxiliary lanes and a frontage road system. Includes dual left-turn lanes along northwest 57th Avenue, triple left-turn lanes from the frontage roads, and Texas U-turn lanes to improve traffic flow; a new bridge over northwest 57th Avenue to meet vertical clearance requirements; and maintenance-of-traffic plans. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 44 2.2 Qualifications of Proposer Team (Contd.) Ron DeSmug_C M •. - FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS I PROF19910NAl FNI;INFER RI-IN 19l IOENWFD UNDER THE PROVI410N4 01 01 API LR 4/4.I I ORIDA 9IAIUTES SAULEDA_MANUFI ARTURO 944 EMI PONVL DI I FON BLVI) Ls UNIT 1,,03 OCAA6 C ABO' 34 LI_ if 118 EYPIRATION DATE.FEBRUARY 28.WOOS Always verify licenser online at NVFlondal ieense coin a'�•' AM ,_ Do not alter this document in any form • -(a o This is your license.It is unlawful for anyone other than the licensee to use this document CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 45 Alejandro Jaureguy, PE Roadway Engineering Alejandro Jaureguy, PE, is an experienced senior project engineer specializing in project management, roadway and highway design, and Maintenance of Traffic (MOT). His combined talents and experience allow him to lead multi-discipline design teams and engage stakeholders with data-driven options to identify appropriate solutions to deliver projects on- schedule and within budget. This experience spans every stage of project development— from planning and design to construction support. He has a broad base of technical design h111, skills that provide an understanding of all transportation project elements and how they relate to design components including developing departmental and project budgets,scheduling of numerous projects with concurrent activity, plans production, maintenance of traffic, utility relocation, cost estimating, and quality control of plans and specifications. He also has , considerable experience in roadway geometric interchange design,open road tolling design, and performing technical reviews of roadway and signing and pavement marking designs. PROJECT EXPERIENCE Years of Experience: 20 Prairie Avenue and 44th Street/Chase Avenue; Miami Beach, FL Education: Owner:City of Miami Beach Project Engineer I Project Completion: 2023 • Bachelor of Science in Civil Design of a new traffic circle for the intersection of Prairie Ave and 44th Street/Chase Ave Engineering, Florida International allowing the implementation of crosswalks on all ways of the intersection to create a greater University connection of the pedestrian pathways to Muss Park and North Beach Elementary School. Professional Registration: • Professional Engineer: FL#73773 Traffic Calming at Various Locations-Zone 2; Coral Gables, FL Owner:City of Coral Gables Certifications: QC/QA I Project Completion: 2023 • Maintenance of Traffic,Advanced Providing engineering services for the design and preparation of a complete set of construction contract plans for traffic calming at various locations. Citywide Traffic Calming Device Contract Plans; Doral, FL Owner:City of Doral QC/QA I Project Completion: 2021 Analysis of existing roadway,signing,and pavement markings throughout the city as well as plan development for traffic calming devices, including speed limit signs, speed feedback signs, speed table, raised crosswalk, and raised intersection. Buena Vista Neighborhood Traffic Calming Improvements; Miami, FL Owner:City of Miami QC/QA I Project Completion: 2020 Safety improvements to the intersection of NW 1 Avenue at NW 42 Street through the use of a raised intersection to slow traffic within this residential neighborhood. Scope of services include pavement design, plateau intersection design, special details for the use of red pavers to delineate the exterior of the raised intersection, paving, grading and drainage plans, signing and pavement markings, utility coordination, cost estimates, permitting for tree impacts, specification package, coordination with adjacent property owners, bidding services, and post-design services. Belle Meade Island Roundabout Improvement; Miami, FL Owner:City of Miami Supervisor(Task Mgr.) I Project Completion: 2020 Design for reconstruction of the Belle Meade Island Drive Cul de Sac including geometry, grading, drainage improvements, signing and pavement markings, and landscaping. Hollywood Boulevard Streetscape Analysis; Broward County, FL Owner:City of Hollywood QC/QA I Project Completion: 2020 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 46 • Water resource and traffic analysis services related to pedestrian and landscaping feature improvements, transition of existing angle parking to parallel, sidewalk widening to provide additional space for outdoor dining, and roadway and lighting improvements. SR 907 (Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2028 Design (through May 2024) and construction phase services to reconstruct a 2.8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system specifically designed to address rising sea levels, a first for Florida. Responsible for producing overall plans. SR 826(Palmetto Expressway)Segment 1 Improvements, 1-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges, widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams, and flat slab bridges. Responsible for producing, coordinating, and preparing of contract documents. SR 826(Palmetto Expressway) Segment 3, East of NW 67th Avenue to East of NW 57th Avenue; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2022 Design for widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate four express lanes (two in each direction), as well as auxiliary lanes and a frontage road system. Includes dual left-turn lanes along northwest 57th Avenue, triple left-turn lanes from the frontage roads, and Texas U-turn lanes to improve traffic flow; a new bridge over northwest 57th Avenue to meet vertical clearance requirements; and maintenance-of-traffic plans. Responsible for overseeing the production of traffic control plans as well as the coordination with the adjacent projects. SR-93-I-75 Ramps at NW 138th Street Resurfacing, Restoration,and Rehabilitation(RRR); Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Manager I Project Completion: 2023 Resurfacing, restoration,and rehabilitation (RRR) project to preserve and extend the service life of four on-and off-ramps by milling and resurfacing the existing pavement to enhance general highway safety. SR 852 County Line Road RRR Improvements, East of NW 27th Avenue to West of NW 1700 Block; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Manager I Project Completion: 2022 Resurfacing, restoration, and rehabilitation (RRR) improvements including roadway milling and resurfacing, signing and pavement marking upgrades,and implementing safety recommendations. Post Design Services SR 5/US-1 Overseas Highway MM 49; Monroe County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2017 Task-based services providing the Consultant Management Department with all the roadway design and construction criteria for the Design Services for RRR improvements of SR 5/Overseas Highway from Mile Marker 48 (MP 0.022)to Mile Marker 49 (185 feet South of 37th Street(MP 1.003) in Marathon, Florida.The project scope entailed resurfacing,widening, and rehabilitation of a 1-mile stretch of flexible pavement on SR 5 in order to extend the facility's service life while enhancing driver, pedestrian,and bicycle safety. SR 968(Flagler Street) Rehabilitation,West of 69th Avenue to West of SR 9; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2018 Design for resurfacing 4.3 miles of Flagler Street(SR 968)and addressing a number of ADA and access management issues, including the closure of 11 unused driveways, addition of 19 pedestrian refuge islands, and upgrade of almost all curb ramps along the project length to meet current ADA requirements. Responsible for overall plans production. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 47 2.2 Qualifications of Proposer Team (Contd.) R011 l t1.4.1114 Guvirv1oi ill FBPE 91AIL OFHORIDA ..,v.v,= , BOARD OI PROFL991ONAL I-NGINLLIN It II PROI 14410NAI ENGINE FR I IFRI IN 19I I0EN91D UNDER 1111 PROVIMION4 01-(tl IAP I ER A/4.1 I ORII)A'II AI I1 I F9 JAW GUV.ALLJANDRO A. et: E3/h0 NW }`'' 96I119TRFE1 911EI 196D t MIAMI FI 99178 t� I IOEN91 NUMBER PE79779 FMPIRATION DA E 1 11 RRUARV Q8.POR9 ��tt��.. Always wish/licenses online at Myl londal!tense corn ❑at-LSO 1 Do not alter this document on any fain 1.5. I his Is your license It is unlawful for anyone other than the licensee to use this document CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 48 r . Ignacio De Almagro III, PE Roadway Engineering Ignacio de Almagro, PE, is a highly accomplished engineering professional with extensive experience providing superior consulting, support, certification, and training services for multidisciplinary infrastructure projects. He has been instrumental in the implementation of OpenRoads Designer(ORD)and OpenBridge Designer(OBD)for the successful design and completion of projects nationwide and internationally.Additionally,he is an exceptional leader : . and project manager, skilled at coordinating complex roadway, site, drainage, bridge, and • ' � geotechnical endeavors while achieving or surpassing all business objectives. Ignacio has demonstrated the ability to lead,train, and support top-performing personnel. PROJECT EXPERIENCE Prairie Avenue and 44th Street-Chase Avenue; City of Miami Beach, FL Owner:City of Miami Beach le lit All Roadway Design Engineer I Project Completion: 2023 Design of a new traffic circle for the intersection of Prairie Ave and 44th Street/Chase Ave Years of Experience: 29 allowing the implementation of crosswalks on all ways of the intersection to create a greater Education: connection of the pedestrian pathways to Muss Park and North Beach Elementary School. . Bachelor of Science in Civil Buena Vista Neighborhood Traffic Calming Phase II Improvements; Miami, FL Engineering, University of Florida Owner:City of Miami Professional Registration: Roadway Design Engineer I Project Completion: 2022 • Professional Engineer: FL#52608 The general objective of this project is to provide all project management and professional engineering services required for the design and preparation of a complete set of construction contract plans for traffic calming improvements,which consist of raised intersections, raised crosswalks, speed table and speed hump. Miami Lakes Drive-NW 154th St and Palmetto Expressway Turn Lanes; Miami Lakes, FL Owner:Town of Miami Lakes Roadway Design Engineer I Project Completion: 2023 Lengthening the WB Miami Lakes Drive to SB Palmetto Expressway left turn lane to improve traffic operations and alleviate traffic congestion by providing additional storage capacity. Services include roadway design,signing and pavement markings,permitting, plans production, bidding assistance, and post-design services. SR 5/US 1/Biscayne Boulevard RRR Improvements, NE 61 Street to NE 6 Avenue; Miami-Dade, FL Owner:Florida Department of Transportation, District 6 Roadway Design Engineer I Project Completion: 2023 Project improvements include milling and resurfacing of existing roadway pavement, upgrading deficient pedestrian curb ramps including detectable warning,adjusting the existing storm drain manhole tops,utility manhole tops and utility calves within the limits of construction. Improvements also include signing and pavement markings as well as signalization activities such as upgrading existing pedestrian detector assemblies, pedestrian detector signs,and installing missing backplates. SR-93/I-75 Ramps at NW 138th Street Resurfacing, Restoration,and Rehabilitation(RRR); Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Roadway Design Engineer I Project Completion: 2023 Resurfacing, restoration,and rehabilitation (RRR)project to preserve and extend the service life of four on-and off-ramps by milling and resurfacing the existing pavement to enhance general highway safety. SR 852 County Line Road RRR Improvements, East of NW 27th Avenue to West of NW 1700 Block; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Roadway Design Engineer I Project Completion: 2022 Resurfacing, restoration, and rehabilitation (RRR) improvements including roadway milling and resurfacing, signing and pavement marking upgrades,and implementing safety recommendations. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 49 SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Roadway Design Engineer I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections, and new buffered bicycle lane. 1-95,South of SR 870 Commercial Boulevard to North of Cypress Creek Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Roadway Design Engineer I Project Completion: 2028 Design for Segment 5 of 1-95 improvement project, including roadway, drainage, signalization, lighting, and traffic control plans. SR 882/Forest Hill Boulevard from Olive Tree Boulevard to Job Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Roadway Design Engineer I Project Completion: 2027 Providing lighting and roadway design services,contract management,and utility coordination on SR 882/Forest Hill Blvd from W of Olive Tree Blvd to E of Jog Rd,within the City of Greenacres in Palm Beach County. Intersection Improvements on SR 814/Atlantic Boulevard at Lyons Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Roadway Design Engineer I Project Completion: 2027 Task-based services providing roadway, signing and pavement markings, signalization and lighting design services on SR 814/Atlantic Blvd at Lyons Road,within the City of Coconut Creek, in Broward County. US 98 Dupont Bridge PD&E Study; Bay County, FL Owner:Florida Department of Transportation, District 3 Roadway Design Engineer I Project Completion: 2023 Project Development and Environment(PD&E) study for the replacement of the Dupont Bridge which is structurally deficient and has a substandard vertical clearance. The proposed replacement bridge will improve the vertical clearance to 65 feet to meet USCG requirements and will be capable of accommodating six lanes of traffic. Study also includes seagrass surveys, Section 7 consultations for marine and estuarine species including sea turtles, manatee, and Gulf sturgeon, as well as conducting an Essential Fish Habitat Assessment. SR 9A(1-295)Milling and Resurfacing, Dames Point Bridge to Monument Road; Jacksonville, FL Owner:Florida Department of Transportation, District 2 Roadway Design Engineer I Project Completion: 2023 Milling and resurfacing design for the four-lane,divided interstate corridor including cross slope correction,safety improvements, lighting enhancements, and replacement of signage and pavement markings. Seminole Expressway Widening Design-Build RFP,Aloma Avenue to SR 434; Seminole County, FL Owner:Florida's Turnpike Enterprise Roadway Design Engineer I Project Completion: 2023 Development of a design-build request for proposal (RFP) under a master on-call contract to widen 6.63 miles of Seminole Expressway from four lanes to eight lanes, including development of technical special provisions, procurement of permits, and assistance with CAP Level 4 public involvement. 1-275(SR 93) PD&E Study, 54th Avenue South to 4th Street North; Pinellas County, FL Owner:Florida Department of Transportation, District 7 Roadway Design Engineer I Project Completion: 2023 Engineering and environmental services as part of the project development and environment (PD&E) study for a 14-mile segment of I- 275 under a continuing services contract for District 7's TBNext program. Scope of work includes implementation of rigid pavement rehabilitation from 54th Avenue South to 1-375,express lanes from 1-375 to North of 4th Street North,and lane continuity and operational improvements from 54th Avenue South to 1-375. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 50 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS 8 PROFESSIONAL REGULATION dbpr`Z ty4sII cl.- HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS 40:36:50 AM9292022 Licensee Information Apply+ar a tmense Name' DE ALMAGRO,IGNACIO III(Primary camel Venty a Licensee Main Address 1878 NW 139TH TERRACE PEMBROKE PINES Florida 33028 View Fooa 8 Lodging inspections County' BROWARD File a Complaint Continuing Education Course License Information Search License Type Professional Engineer View Application Status Rank. Prof Engineer License Number 52608 Find pram'ntormatlen Status Ca Re11t,Active Unlicensed Activity Search Licensure Date. 0 2/1 711 9 9 8 ',PST Delinquent Invoice&Activ+ry Expires. 02/2812023 st Search Special Qualifications Qualification Effective Alternate Names View Related License Intormacon View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 51 Mehrdad Ebrahimi, PE Roadway Engineering Mehrdad Ebrahimi, PE, is a project engineer in Lochner's southeast region with expertise in transportation engineering. He has been involved in safety, resurfacing, restoration and rehabilitation (RRR), and reconstruction projects. His design responsibilities include signing and pavement markings, maintenance of traffic plans, and roadway analysis. His software knowledge includes GEOPAK and MicroStation, and MathCad. .;, 4 PROJECT EXPERIENCE Ocean Drive One-Way Conversion Traffic Study, 5th Street to 15th Street; Miami Beach, FL Owner:City of Miami Beach Project Engineer I Project Completion: 2021 Years of Experience: 9 Traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity, Education: including analysis of short-term elimination of ocean-side parking to incorporate bicycle lanes • Bachelor of Science in Civil and construction of a long-term parklet concept with sidewalk and buffered bike lanes. Engineering, Florida International University Buena Vista Neighborhood Traffic Calming Phase II Improvements; Miami, FL Owner:City of Miami Professional Registration: Project Engineer I Project Completion: 2022 • Professional Engineer: FL#PE93291 Providing all project management and professional engineering services required for the Certifications: design and preparation of a complete set of construction contract plans for traffic calming • Specification Package Preparation improvements, which consist of raised intersections, raised crosswalks, speed table and speed hump. Training • Temporary Control (TTC)Advanced SR 907 (Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade Course(MOT) County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2028 Design (through May 2024) and construction phase services to reconstruct a 2.8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system specifically designed to address rising sea levels, a first for Florida. Responsible for developing vertical alignments for Segment Two, developing 3D modeling of the proposed work utilizing MicroStation, and developing roadway analysis and design variations. SR 826(Palmetto Expressway)Segment 1 Improvements,I-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges, widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams,and flat slab bridges. Responsible for developing vertical alignment design for 11 ramps and gore design/calculation for 16 gores, developing design criteria and typical sections, analyzing structure design including cost estimate of two ramps and two bridges as well as staff hours for a three-span bridge,and developing pavement design packages per FDOT standards. SR-93/I-75 Ramps at NW 138th Street Resurfacing, Restoration,and Rehabilitation(RRR); Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2023 Resurfacing, restoration,and rehabilitation(RRR)project to preserve and extend the service life of four on-and off-ramps by milling and resurfacing the existing pavement to enhance general highway safety. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 52 SR 826(Palmetto Expressway) Segment 3, East of NW 67th Avenue to East of NW 57th Avenue; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2022 Design for widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate four express lanes (two in each direction), as well as auxiliary lanes and a frontage road system. Includes dual left-turn lanes along northwest 57th Avenue, triple left-turn lanes from the frontage roads, and Texas U-turn lanes to improve traffic flow; a new bridge over northwest 57th Avenue to meet vertical clearance requirements; and maintenance-of-traffic plans. SR 915/NE 6th Avenue Intersection and Signalization Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer 1 Project Completion: 2023 Design to improve intersection safety with new signalization at NE 6th Avenue and NE 146th Street, as well as two new mid-block pedestrian crossings north of NE 150th Street and north of NE 154th Street. Additional improvements include milling and resurfacing, signing, pavement markings, and lighting. SR 852 County Line Road RRR Improvements, East of NW 27th Avenue to West of NW 1700 Block; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Project Engineer I Project Completion: 2022 Resurfacing, restoration, and rehabilitation (RRR) improvements including roadway milling and resurfacing, signing and pavement marking upgrades,and implementing safety recommendations. 1-95, South of SR 870 Commercial Boulevard to North of Cypress Creek Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Project Engineer I Project Completion: 2028 Design for Segment 5 of 1-95 improvement project, including roadway, drainage, signalization, lighting, and traffic control plans. SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Project Engineer I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections, and new buffered bicycle lane. Responsible for developing 3D modeling of proposed work and existing condition in OpenRoads Designer. SR 824 Pembroke Road at Oleander Drive; Broward County, FL Owner:Florida Department of Transportation, District 4 Project Engineer I Project Completion: 2017 The proposed improvements include a new sidewalk, curb ramp, and new signal mast arm at the northside of Pembroke Road, which includes right of way acquisition from North Perry Airport(Broward County Aviation).The scope entails minor widening for curb radius, increase queue length for the westbound left turn movement, replace pedestrian ramps, and reconstruct sidewalk at all corners. Responsible for developing roadway analysis and plan production including cross slope analysis and typical section, providing utility coordination with utility owners/agencies to determine where utilities are located within the project limits, and developing typical section package and design variation. Northeast 6th Avenue Design, SR 816 to SR 870; Miramar, FL Owner:Florida Department of Transportation, District 4 Project Engineer I Project Completion: 2019 Design services for 1.5 miles of sidewalk connectivity and adding shared-lane markings (sharrows)to the pavement between Oakland Park Boulevard and Commercial Boulevard. Also designing 0.75 miles of sidewalk to provide continuity of pedestrian facilities. Responsible for developing final plan sets for roadway and drainage, providing utility coordination with utility owners/agencies to determine where utilities are located within the project limits, and developing constructability review to avoid delays caused by errors or omissions. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 53 2.2 Qualifications of Proposer Team (Contd.) 11,Ron ne9emn.Covennor Melanie 9 Conlin Wc.atell_I F B P E STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS I1II PROI 1 49IONAI I N( NI-LR HI 10 IN 19I WWII I)l INI)I IIII IE PROVI4I ONS OF 011AP I FR 471.I I ORIDA MIAMI'4 r-wati:---Er-----itmik , EBRAHIMI.MEHRDAD 4'3940 SW 40441 LANE —.girl ML I ! l- 6'44: y,f Ltt'7 ,-b t FVPIRATION DATE[I RRUARV P8.POP9 Always eely hmnses online at 14yHondaLieeu+e corn I] !1 I I i1 Do not alter this document in any 1otm. '", �v 1 hls is your license.It is unlawful for anyone other than the heensee to use this document CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 54 J Heuer, PE Roadway Engineering J. Heuer, PE, brings 21 years of traffic operations, safety, and design experience. A former District 1 Traffic Design Engineer for the Florida Department of Transportation (FDOT), he served as engineer of record (EOR) for more than 25 completed in-house traffic design projects and more than 215 traffic studies. While at the Department,Jamie was responsible for traffic and lighting design policies, serving as traffic technical lead for all design issues and project scoping,and coordinating with District Maintenance and local agencies regarding signal and lighting maintenance, design, and construction issues. His approach to traffic -- operations yields innovative,cost-effective solutions while emphasizing safety for all corridor users. PROJECT EXPERIENCE Hillsborough County General Services Contract; Hillsborough County, FL Years of Experience: 21 Owner:Hillsborough County Education: Senior Traffic Engineer I Project Completion: 2023 • Bachelor of Science in Civil Task-based engineering services for intersection improvements, signalization, traffic signal Engineering, University of South interconnection, road diets, complete streets, road widening, road resurfacing and Florida reconstruction,and bridge rehabilitation and replacement. Professional Registration: Whiting Street Improvements PD&E Study;Tampa, FL • Professional Engineer: FL#67493 Owner:Tampa-Hillsborough County Expressway Authority Senior Traffic Engineer I Project Completion: 2023 Project development and environment(PD&E) study to evaluate needs,costs, and effects of realigning the existing Whiting Street from Jefferson Street to North Meridian Avenue to improve traffic flow, safety,and access within downtown Tampa. Project also includes the reconfiguration of the Selmon Expressway on-ramps at Jefferson Street and off-ramps at Florida Avenue and Channelside Drive. SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Senior Traffic Engineer I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections,and new buffered bicycle lane. I-4/SR 33 Interchange Reconstruction and SR 33 Widening, Old Combee Road to North of Tomkow Road; Lakeland, FL Owner:Florida Department of Transportation, District 1 Senior Traffic Engineer I Project Completion: 2024 Design to increase capacity by converting 4.3 miles of SR 33 from an existing two-lane roadway to a four-lane divided suburban facility, including the replacement of two conventional intersections with roundabouts. Scope includes reconstructing two miles of the 1-4 eastbound lanes to accommodate future multimodal improvements within the median; rebuilding the I-4/SR 33 diamond interchange to include roundabouts at the ramp terminal intersections; replacing the interchange overpass structures on 1-4; and constructing grade- separated wildlife crossings over 1-4 and under SR 33. Tampa Bay Next General Support Services; Tampa, FL Owner:Florida Department of Transportation, District 7 Senior Traffic Engineer I Project Completion: 2024 Continuing services in support of FDOT District 7's TBNext program to modernize Tampa Bay's transportation infrastructure and create a sustainable, comprehensive regional transportation system, including analysis and development of additional express lanes along all major interstates,tolling plan,master signing plan,operation and maintenance(O&M)reports,LRE cost estimates,and cost and schedule risk workshops. 1-275(SR 93) PD&E Study, 54th Avenue South to 4th Street North; Pinellas County, FL Owner:Florida Department of Transportation, District 7 Senior Traffic Engineer I Project Completion: 2023 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 55 Engineering and environmental services as part of the project development and environment (PD&E) study for a 14-mile segment of I- 275 under a continuing services contract for District 7's TBNext program. Scope of work includes implementation of rigid pavement rehabilitation from 54th Avenue South to 1-375,express lanes from 1-375 to North of 4th Street North,and lane continuity and operational improvements from 54th Avenue South to 1-375. US 19 from N of SR 580 to Northside Drive, Post Design Services; Pinellas County, FL Owner:Florida Department of Transportation, District 7 Senior Traffic Engineer 1 Project Completion: 2026 Post design services for US 19(SR 55)from N of SR 580(Main St)to Northside Drive. Lochner is attending meetings, coordination, and responding to any RFI during construction. SR 8(I-10)Widening Design,Yellow River Relief Bridges to SR 85 (Ferdon Boulevard); Okaloosa County, FL Owner:Florida Department of Transportation, District 3 Senior Traffic Engineer 1 Project Completion: 2023 Design to widen SR 8 (1-10) to accommodate three 12-foot travel lanes and two 12-foot shoulders in each direction as well as replace existing twin bridges at the 1-10/SR 85 interchange to meet current vertical clearance criteria and construct a new diverging diamond interchange(DDI) configuration at SR 85. SR 9A(1-295)Milling and Resurfacing, Dames Point Bridge to Monument Road;Jacksonville, FL Owner:Florida Department of Transportation, District 2 QC/QA 1 Project Completion: 2023 Milling and resurfacing design for the four-lane,divided interstate corridor including cross slope correction, safety improvements, lighting enhancements, and replacement of signage and pavement markings. SR 693(Pasadena Avenue 66th Street North) Resurfacing; Pinellas County, FL Owner:Florida Department of Transportation, District 7 QC/QA 1 Project Completion: 2022 Resurfacing of SR 693 (Pasadena Avenue 66th Street North), an urban principal arterial from MP 0.603 to 2.223 on the State Highway System,from South of Central Avenue to North Tyrone Boulevard. All proposed work will remain within the existing right-of-way and will include milling and resurfacing,ADA conformance and general safety modifications,and structural evaluation for modifications to existing signal structures. SR 25(US 441) RRR Improvements, SR 331 (Williston Road)to SR 24(Archer Road); Alachua County, FL Owner:Florida Department of Transportation, District 2 QC/QA 1 Project Completion: 2023 Design for resurfacing, restoration, and rehabilitation (RRR) improvements including milling and resurfacing of travel lanes, signal upgrades at two intersections, safety improvements, ADA enhancements, drainage structure repairs, rehabilitation of traffic signs, and soil improvements for subsoil settlement issues along the corridor. Cortez Bridge(SR 684) Replacement Design, Gulf Drive(SR 789)to 123rd Street West; Manatee County, FL Owner:Florida Department of Transportation, District 1 QC/QA 1 Project Completion: 2028 Design for $78 million replacement of existing low-level bascule Cortez Bridge (SR 684) with a 2,931-foot-long, high-level fixed bridge incorporating 19 Florida I-Beam spans to maximize span length and minimize the number of piers in the Intercoastal Waterway. Mainline Widening PD&E Study,Jupiter to Ft. Pierce; Multiple Counties, FL Owner:Florida's Turnpike Enterprise QC/QA 1 Project Completion: 2023 Project development and environment(PD&E)study in Palm Beach, Martin, and St. Lucie Counties to evaluate alternatives for widening of 36.7 miles of Florida's Turnpike (SR 91), including improvements to existing interchanges and evaluation of new access locations. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 56 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS R PROFESSIONAL REGULATION dbpr&OrofessltxlaifRegulation Busmess HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS ,0:48:45 AM 9292022 Licensee Information Apply fa a License Name HEUER,JAMIE P.(Pnrnery Name) Verify a Licensee Main Address 4913 NORTH DARBY AVENUE TAMPA Florida 33603 View Food 8 Lodging Inspections County: HILLSBOROUGH File a Complaint Continuing Educahon Course License Information Search License Type Professional Engineer View Application Status Rank. Prof Engineer License Number 67493 Find Exam Information Status Current.Active Unlicensed Actmty Search Licensure Date 0 111 712 0 0 8 AT&T Delinquent Invoice&ActivM Expires 02/2612023 Let Searc Special Qualifications Qualification Effective Civil 0910612007 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 57 Luis Mora Vera, El Roadway Engineering Luis Mora Vera is a self-motivated and technical-oriented ITS designer with more than 10 years of experience leading large-scale, diverse technology projects from design to execution. He has successfully managed ITS,signalization,street lighting,and tolling design- build projects for the Florida Department of Transportation (FDOT) and holds a Florida Electrical Contractor License. PROJECT EXPERIENCE Post Design Services for NW 82nd Street and NW 114th Avenue; Doral, FL Owner:City of Doral Design Engineer I Project Completion: 2023 Traffic signal improvements project providing review of shop drawings, responding to Years of Experience: 16 Request for Information,attending meetings and providing plan revisions. Education: SR 907 (Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade • Master of Business Administration in County, FL MBA,Atlantis University Owner:Florida Department of Transportation, District 6 • Bachelor of in Engineering Design Engineer I Project Completion: 2028 Telecommunication, Miguel Design (through May 2024)and construction phase services to reconstruct a 2.8-mile stretch Hernandez University of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system Professional Registration: specifically designed to address rising sea levels, a first for Florida. • Engineer In Training#1100026154 SR 826(Palmetto Expressway)Segment 1 Improvements,I-75(SR 93)to North of Canal Certifications: C-8 Bridge; Miami-Dade County, FL • Certified Electrical Contractor Owner:Florida Department of Transportation, District 6 ITS I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges,widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams, and flat slab bridges. SR 953(E 8th Avenue)at E 32nd Street Intersection Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Design Engineer I Project Completion: 2023 Design of additional offset for left-turn movements,milling and resurfacing,signing,pavement markings,and upgrades to existing signals from two double arm mast arm uprights to four mast arm uprights,as well as improvements to signal head visibility for the offset left-turn lanes. SR 9151NE 6th Avenue Intersection and Signalization Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Design Engineer I Project Completion: 2023 Design to improve intersection safety with new signalization at NE 6th Avenue and NE 146th Street, as well as two new mid-block pedestrian crossings north of NE 150th Street and north of NE 154th Street. Additional improvements include milling and resurfacing, signing, pavement markings, and lighting. Preliminary Safety Reviews and Leading Pedestrian Interval Feasibility Study; Miami-Dade, FL Owner:Florida Department of Transportation, District 6 Design Engineer I Project Completion: 2023 Performance of preliminary safety reviews(PSR)for eight high crash locations to identify relevant crash patterns, probable causes, and general countermeasures as well as recommend further study action for cost feasible constructible alternatives,including examining each CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 58 study location from a historical crash data standpoint. Scope also includes performing leading pedestrian interval(LPI)feasibility studies for these high crash locations to determine the appropriateness of LPIs,which allow pedestrians to enter an intersection crosswalk three to seven seconds before vehicles are given a green indication to enhance pedestrian visibility and safety, reduce conflicts, and increase yielding likelihood. SR 9151NE 6th Avenue at NE 139th Street; Miami-Dade, FL Owner:Florida Department of Transportation, District 6 Design Engineer I Project Completion: 2023 The scope of this project includes providing new full signalization at the intersection of NE 6th Avenue with NE 139th Street. Additional effort includes the construction of new curb ramps,replacing sidewalk impacted by proposed mast arms,pedestals and pull boxes,milling and resurfacing intersection for new pavement markings, providing new signs, provide new lighting to meet required pedestrian illumination requirements,and relocating impacted lighting conduit. SR 852 County Line Road RRR Improvements, East of NW 27th Avenue to West of NW 1700 Block; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Design Engineer I Project Completion: 2022 Resurfacing, restoration, and rehabilitation (RRR) improvements including roadway milling and resurfacing, signing and pavement marking upgrades,and implementing safety recommendations. 1-95, South of SR 870 Commercial Boulevard to North of Cypress Creek Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Design Engineer I Project Completion: 2028 Design for Segment 5 of 1-95 improvement project, including roadway,drainage, signalization, lighting, and traffic control plans. SR 882/Forest Hill Boulevard from Olive Tree Boulevard to Job Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Design Engineer I Project Completion: 2027 Providing lighting and roadway design services, contract management,and utility coordination on SR 882/Forest Hill Boulevard from W of Olive Tree Boulevard to E of Job Road within the City of Greenacres in Palm Beach County. Intersection Improvements on SR 814/Atlantic Boulevard at Lyons Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Design Engineer I Project Completion: 2027 Task-based services providing roadway,signing and pavement markings,signalization,and lighting design on SR 814/Atlantic Boulevard at Lyons Road within the City of Coconut Creek in Broward County. Lighting Design Services on SR 858/Hallandale Beach Boulevard; Broward County, FL Owner:Florida Department of Transportation, District 4 Design Engineer I Project Completion: 2027 Task-order providing lighting and roadway design services, contract management, and utility coordination on SR 858/Hallandale Beach Boulevard from East of SR 7 to SW 44th Avenue,within the Cities of West Park and Pembroke Park,in Broward County. SR 842/Broward Boulevard RRR Improvements,West of NW 42 Avenue to West of SW 22 Avenue; Broward County, FL Owner:Florida Department of Transportation, District 4 Design Engineer I Project Completion: 2022 Resurfacing, Restoration and Rehabilitation(RRR)project extending the service life of SR 842/Broward Boulevard from west of NW 42nd Avenue to west of NW 22 Avenue.The existing roadway is a two-way 6 lane facility with a grassed median. Lochner is providing drainage and signalization design services. Drainage efforts consist of preparation of a Mini-Drip Report and evaluating spread conditions within the widened areas. Signalization improvements include providing flexible back plates, updating pedestrian signs and push button detectors, and providing countdown pedestrian signals. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 59 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS S PROFESSIONAL REGULATION t dbpr HOME CONTACT US l ONLINE SERVICES LICENSEE DETAILS 95809 PM 1212002022 Licensee Information Apply fur a t icensc Name MORA VERA.LUIS MIGUEL Innmary Nemel Verify a Licensee Main Address. 2021 SW 3RD AVE APT 1103 MIAMI Florida 33129 View toad S Lodging Inspections County. DADE Tile a Complaint Cnnlinuing Education Course License Information Search License Type. Engineering Intern View Application Status RanK. Eng Intern License Number 1100026154 Find E.111 lnfonnalion Status. Current Unlicensed Activity Search Llcensure Dale 10103/2022 ABET Delinquent Invoice&ACOVM Expires y .aarch Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 60 Bon Soukamneuth, PE Structures Design Bon Soukamneuth, PE is a senior structural engineer with over 33 years of structural and civil engineering experience specifically in the design and management of highway and bicycle/pedestrian bridges, cut/cover tunnels, Automated People Mover (APM) guideway, light rail transit, and heavy railroad structures, utilities and underground structures. Bon also has extensive knowledge in retrofitting existing structures; spread footing and deep foundations including drilled shafts, auger-cast piles, precast pre-stressed concrete piles, steel H-piles, pipe piles, timber piles, and micropiles. Bon has a record of successfully r i delivering contracts for numerous large, multi-disciplinary projects serving local clients such • as the Florida Department of Transportation (FDOT), Miami-Dade Department of Transportation and Public Works, and Miami-Dade Expressway Authority. As project manager, Bon has been responsible for a variety of tasks including interdisciplinary coordination, project budgeting and scheduling, construction services, plan production, quality control of plans and specifications, design-build technical proposals, bridge type studies, bridge/structure inspections, and assessment reports. Years of Experience: 33 PROJECT EXPERIENCE Education: Post Design Services for NW 82nd St and NW 114th Ave; City of Doral, FL • Master of Science in Civil Owner:City of Doral Engineering, Northeastern University Senior Structural Engineer I Project Completion: 2023 • Bachelor of Science in Civil As part of an on-call task-based contract providing post design services consisting of Engineering, University of Rhode reviewing shop drawings, responding to Requests for Information, attending meetings, and Island providing plan revisions. Professional Registration: William Powell Expansion Joint and Fender Rehabilitation; Miami-Dade County, FL • Professional Engineer: FL#64344 Owner:Miami-Dade County Public Works Department Senior Structural Engineer, Project Manager I Project Completion: 2020 Rehabilitation of the William Powell/ Rickenbacker Causeway Bridge (No. 874545) including replacement of existing expansion joints, replacement of existing prestressed concrete piles and timbers fender systems to fiber reinforced polymer (FRP) system, including designated bike lanes as well as the addition of navigation lights. SR 907(Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2028 Design (through May 2024) and construction phase services to reconstruct a 2.8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system specifically designed to address rising sea levels, a first for Florida. SR 826(Palmetto Expressway)Segment 1 Improvements, 1-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Lead Structural Engineer I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges,widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams,and flat slab bridges. Responsible for developing computations and plans for multiple steel girders,concrete FIB beams,flat slab bridges, and miscellaneous structures, as well coordination with multiple disciplines. SR 953(E 8th Avenue)at E 32nd Street Intersection Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2023 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 61 liff=11 Design of additional offset for left-turn movements,milling and resurfacing,signing,pavement markings,and upgrades to existing signals from two double arm mast arm uprights to four mast arm uprights,as well as improvements to signal head visibility for the offset left-turn lanes. SR 915/NE 6th Avenue Intersection and Signalization Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Lead Structural Engineer I Project Completion: 2023 Design to improve intersection safety with new signalization at NE 6th Avenue and NE 146th Street, as well as two new mid-block pedestrian crossings north of NE 150th Street and north of NE 154th Street. Additional improvements include milling and resurfacing, signing, pavement markings, and lighting. SR A1A-Harding Avenue at 79th Street; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Senior Structural Engineer Project Completion: 2019 Task-based services installing mast arm mounted Pedestrian Hybrid Beacon on Harding Ave (Al A) near 79th Street to enhance pedestrian safety. Kings Highway from North of 1-95 to North of Street Lucie Boulevard; Ft. Pierce/St. Lucie County, FL Owner:Florida Department of Transportation, District 4 Senior Structural Engineer I Project Completion: 2028 To describe the scope of work and the responsibilities of the Consultant and the Department in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services as necessary for improvements to the transportation facility. SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Structural Project Manager I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections, and new buffered bicycle lane. Responsible for developing design computations and plans for multiple- span concrete FIB beam bridges and miscellaneous structures, as well as coordination with multiple disciplines. SR 9/1-95 at Broward Boulevard Interchange Improvements; Broward, FL Owner:Florida Department of Transportation, District 4 Lead Structural Engineer I Project Completion: 2024 The 1-95 at Broward Blvd Interchange is a multi-modal project with a streamlined integrated transit system incorporating Tri-Rail, Broward Premium Transit,and 1-95 Express Lanes. Improvements include providing direct connect ramps from Broward Blvd to the 1-95 Express Lane System,widening of 1-95 to accommodate the new direct connect ramps,construction of four new curved ramp bridges,replacement of the Broward Blvd bridges over the South Florida Rail Corridor and 1-95, widening of Broward Blvd to accommodate new ramps and proposed Broward Premium Transit station, and improving mobility within the Tri-Rail station parking facility by providing three roundabouts to facilitate vehicular and bus movements. SR 915/NE 6th Avenue at NE 139th Street; Miami-Dade, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2023 The scope of this project includes providing new full signalization at the intersection of NE 6th Ave with NE 139th St. Additional effort includes the construction of new curb ramps, replace sidewalk impacted by proposed mast arms, pedestals and pull boxes, mill and resurface intersection for new pavement markings, provide new signs, provide new lighting to meet required pedestrian illumination requirements,and relocate impacted lighting conduit. SR 826 NE 163rd St at FEC Railroad Crossing; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Supervisor(Task Mgr.) I Project Completion: 2020 Task-based contract providing design services to enhance safety for at-grade railroad crossings. Improvements include addition of signage on approaches to tracks, milling and resurfacing to accommodate installation of shield pavement markings and refurbishment of pavement markings, installation of dynamic envelope markings, and installation of louvers on signal heads. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 62 2.2 Qualifications of Proposer Team (Contd.) Ron Desennf,Governor FBPE FLORIDA GUARDlwl • STATE OF FLORIDA BOARD OF PROFESSIONAI ENGINEERS THE PROEESSIONAI l Nt;INEER HI RI-IN IS I MIMED UNDER THE PROVISI I;(MAP I-ER 41t.I I!kW)A I TUTES 4144,,.F,..,, , ::: -,. '--4-_---±t 7, - PIPPri SOUKAMNf_UTH.BOUNUOU EO A4OU RRI(1KI I I RAV DR 4804 ,' CIO ; AMMO? ' EVPIRATION DATE: EBRUARV PR.POPS Always verily licenses online at Myl londal it ense corn II •-:,Ao n Do not alter this dominion in any form yam: *�,.o,•. I his is your license.It is unlawful for anyone other than the licensee to use this documentLej . CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 63 Farzad Rouhani, PE Structures Design Farzad Rouhani, PE is an experienced senior structural engineer with expertise in the design of complex bridge structures for new construction,widening and rehabilitation bridge projects over waterways and on limited access facilities as well as urban and rural arterials. He demonstrates an excellent understanding of structural engineering principles,with the ability to develop solutions to non-typical situations in both traditional design-bid-build projects and design-build projects. Farzad is highly skilled in finding problems and performing necessary changes through project management to maximize resource allocation. His previous . experiences include analysis and design of steel plate girder structures, post-tensioned, pre- stressed and reinforced concrete bridges, retaining walls, sheet pile wall systems, bulkhead walls and miscellaneous structures. PROJECT EXPERIENCE Belle Meade Island Roundabout Improvement; Miami, FL Owner:City of Miami Years of Experience: 14 Senior Structural Engineer 1 Project Completion: 2020 Education: Design for reconstruction of the Belle Meade Island Drive Cul de Sac including geometry, • Master of Science in Civil grading, drainage improvements, signing and pavement markings, and landscaping. Engineering, Florida International Buena Vista Neighborhood Traffic Calming Improvements; Miami, FL University Owner:City of Miami • Bachelor of Science in Civil Senior Structural Engineer 1 Project Completion: 2020 Engineering, Florida International Safety improvements to the intersection of NW 1 Avenue at NW 42 Street through the use of University a raised intersection to slow traffic within this residential neighborhood. Scope of services • Associate of Science in Architecture, include pavement design,plateau intersection design,special details for the use of red pavers Broward College to delineate the exterior of the raised intersection, paving, grading and drainage plans, Professional Registration: signing and pavement markings, utility coordination, cost estimates, permitting for tree • Professional Engineer: FL#74856 impacts,specification package,coordination with adjacent property owners,bidding services, and post-design services. SR 826(Palmetto Expressway)Segment 1 Improvements, 1-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Senior Structural Engineer 1 Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges,widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams, and flat slab bridges. SR 907(Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Senior Structural Engineer 1 Project Completion: 2028 Design (through May 2024) and construction phase services to reconstruct a 2,8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system specifically designed to address rising sea levels, a first for Florida. SR 911-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Senior Structural Engineer 1 Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections, and new buffered bicycle lane. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 64 Dallas Fort Worth International Airport Wayfinding Signage Design and Implementation; DFW Airport,TX Owner:DFW International Airport Board Senior Structural Engineer I Project Completion: 2023 Providing signage design, planning, and engineering services in the implementation of the wayfinding and signage standards identified in the Dallas-Fort Worth (DEW) International Airport's Signage Master Plan. PREVIOUS EXPERIENCE WITH OTHER ORGANIZATIONS 1-195(SR 112)from 1-95 to Biscayne Bay Improvements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Structural Engineer Widening of several bridges along 1-195 over North Miami Ave, NW 3rd Ave and NW 2nd Ave. Improvements include provisions for a new, exclusive, auxiliary lane along 1-195 eastbound to North Miami Avenue from 1-95 northbound, and a new auxiliary lane from North Miami Avenue along 1-195 westbound to 1-95 northbound. The project also involves replacing median curbs with a median barrier wall,widening eight bridges, constructing new retaining walls, and surface street improvements to North Miami Avenue. 95 Express Lanes from South of SR 112 to North of SR 826; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Structural Engineer Several bridge widening on this project which includes re-striping 1-95 and modifying shoulders to provide two 11-foot Express Lanes and four 11-foot regular travel lanes in each direction;widening several bridges along 1-95 in the vicinity of SR 112 and modifying existing on and off ramps between 1-95 and SR 112 to accommodate the new Express Lanes.A Design/Build project at a cost of$122 million. SR-83611-3951I-95 Bridge Replacements; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Engineer of Record Three bridges along SR-836 and 1-95 corridor. 1-95 NB bridge consist of a two-phase partial replacement of bridge to accommodate geometry required for safety and capacity improvement on ramp below. Unique foundations, consist of pipe piles and drilled shaft,were utilized to allow construction under low clearance above. Bridges along SR-836 corridor consist of a new ramp with FIB superstructure and widening of existing ramp with steel superstructure. Steel integral pier cap was utilized for widening portion due to geometry constrains and low vertical clearance above 1-95 SB. The primary objective of this design-build project advertised at $900 million is to improve mobility,traffic operations and safety along midtown interchange,also included a signature bridge to help revitalize a community that is divided by the interstate construction. SR 7 Extension from Okeechobee Rd to Northlake Blvd Owner:Florida Department of Transportation, District 4 QC Officer Responsible for review and delivery of two single span steel plate girder superstructure supported on pile end bents with wrap around MSE Walls, First structure spans over M-Canal with overall length of 155-ft and curvature radius of 560-ft. Second structure spans over Spillway Water with overall length of 250-ft accommodating four traffic lanes and a 12-ft wide shared used path.The scope of this project includes reconstruction and extension of existing SR 7 from Okeechobee Boulevard (SR 704) to Northlake Boulevard in Palm Beach County, Florida in combination with utility coordination, structural design, signal analysis/design and lighting analysis services for the preparation of component contract plans. Golden Glades Interchange; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Structural Engineer Responsible for two new steel ramps over 1-95 and South Florida Rail Corridor. One ramp consists of a single span steel superstructure supported on prestressed concrete piles with wrap around MSE Wall.Another ramp consists of three steel units and each unit consist of a three-span continuous steel plate girders supported on conventional cast in place concrete piers. This conventional project proposed construction of 9 new bridges for capacity improvement of Golden Glade Interchange and started as a PD&E Study and was carried on to final design and delivery to the Department.This project will include an access from SR-826 to Northbound 1-95,also provides express lanes connections from 1-95 to Turnpike in each other direction. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 65 2.2 Qualifications of Proposer Team (Contd.) Rai De9ono s.Governor Melanie 9 Gnffirt9eere Iv ' . FBPE FLORIDA BOARD Ol STATE OF FLORIDA BOARD OF PI Q [SS1ONAL ENGINEERS THE PROFESSIONAL f$GINELR HI REIN IS L IOLNSED UNDER THE PROVISIQN901 01IAPIj4.474 I L,411,4.Et TUTES 4411L: _---i_LF-E.,:i-\.41 ROUT IANI.FARZAD :4 I039'3 NW 4HTI I STRE1] PLMBRol<LJj1t1 ', F I. 8,,41 EYPIRATION DATE: FEHRUARV R8.2025 Always verify licenses online at UyllondaLicense.corn ❑� A❑' Fil ".:-..W Do not alien this document in any from IVRili r This is your license h in unlawful foe anyone ocher than the licensee to use this document CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 66 1111 Chris Gill, PE Structures Design Chris Gill, PE is a structural engineer with over 22 years of experience working on transportation design projects encompassing new construction, reconstruction, and rehabilitation of bridges for highway,pedestrian,and light rail facilities. His project experience includes sub- and superstructure design for steel box girder, steel plate girder, prestressed concrete beam, and concrete flat slab bridges, as well as box culvert and miscellaneous structure design (e.g., retaining walls,sheet pile walls, noise walls,sign structures,and mast (11-4 arms). His expertise includes calculating load ratings for a wide variety of bridge types, including prestressed concrete beam, steel plate girder, steel box girder, and bascule movable structures, as well as bridge culverts. He is proficient with a range of engineering software including Microstation, MathCAD, AutoCAD, Florida Pier, STAADPro, GTStrudl, ConSpan, RCPier, BSDI, and MDX to develop project plans, estimates,and specifications. PROJECT EXPERIENCE Memorial Causeway Bridge Lighting Design; Pinellas County, FL Years of Experience: 22 Owner:City of Clearwater QC/QA I Project Completion: 2021 Education: Design of dynamic LED color aesthetic lighting for bridge columns on Memorial Causeway • Master of Science in Civil Bridge, including coordination with lighting manufacturer, Florida Department of Engineering (Structural Emphasis), Transportation (FDOT), USCG Waterways, and utility owners; incorporation of existing as- University of Florida built plans and concept drawing aerials;detailing of power and digital control wiring for remote • Bachelor of Science in Civil controlled dynamic lighting; and support through pre-bid and bid tabulation for contractor Engineering, University of Florida selection. Professional Registration: • Professional Engineer: FL#62540 Hillsborough County General Services Contract; Hillsborough County, FL Owner:Hillsborough County Certifications: Senior Structural Engineer I Project Completion: 2023 • FDOT Certified Specifications Task-based engineering services for intersection improvements, signalization, traffic signal Training interconnection, road diets, complete streets, road widening, road resurfacing and reconstruction, and bridge rehabilitation and replacement. Bloomingdale Plaza over Buckhorn Creek Culvert Replacement; Hillsborough County, FL Owner:Hillsborough County Engineer of Record I Project Completion: 2020 Replacement of an existing corrugated steel pipe culvert with a concrete box culvert along the horizontal alignment of Bloomingdale Plaza, including HEC-RAS hydraulic analysis, curb and gutter, sidewalk, and maintenance of traffic plan. 126th Avenue North Improvements PD&E Study, US 19 to 34th Street North; Pinellas County, FL Owner:Pinellas County Department of Public Works Structural Engineer I Project Completion: 2023 Project development and environment (PD&E) study to widen and extend 126th Avenue North within the Gateway Economic Development Area, including analysis and assessment of project impacts on social, economic, cultural, and natural resources with the goal of obtaining location and design concept acceptance(LDCA)from the Federal Highway Administration (FHWA). Belleair and Belcher Road Intersection Improvements; Pinellas County, FL Owner:Pinellas County Department of Public Works Project Manager I Project Completion: 2016 Intersection improvements including turn lane additions and four mast arm structures supporting traffic signals to improve operations at the intersection of Belleair and Belcher Roads. Haines Road from 51st Avenue to 60th Avenue; Pinellas County, FL Owner:Pinellas County Department of Public Works CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 67 • Structural Engineer I Project Completion: 2016 Update of Lochner's previous design for the full reconstruction and conversion of 3,800 feet of roadway from a two-lane rural typical section to a two-lane urban section with bicycle lanes,curb and gutter, sidewalks, and a closed drainage system. SR 907 (Alton Road) Reconstruction,43rd Street to East of Allison Road; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Structural Engineer I Project Completion: 2028 Design (through May 2024) and construction phase services to reconstruct a 2.8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system specifically designed to address rising sea levels, a first for Florida. Responsible for providing quality control reviews of pump station plans and calculations. SR 826(Palmetto Expressway)Segment 1 Improvements, 1-75(SR 93)to North of Canal C-8 Bridge; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Senior Structural Engineer I Project Completion: 2026 Design for the widening and reconstruction of SR 826 (Palmetto Expressway) to accommodate a new managed lane in each direction including interchange improvements to increase capacity and improve system connectivity. Design also includes construction of 13 new bridges,widening two existing bridges over water, providing multiple braided ramp connections as well as the realignment of the Peter's Pike Canal to eliminate the need to acquire $17 million in right of way. Structures included multiple span steel girders, concrete FIB beams, and flat slab bridges. Responsible for providing quality control reviews of BDR and 30%plans. SR 826 (Palmetto Expressway) Segment 4 Improvements, East of NW 57th Avenue to East of NW 42nd Avenue; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Senior Structural Engineer I Project Completion: 2021 Design for widening and reconstruction of 1.2 miles of SR 826(Palmetto Expressway)to accommodate new express and auxiliary lanes and reconstruct existing mainline and interchanges, including bridge report and design for single-span Florida I-Beam superstructure, end bents,foundations,and retaining walls. Old Dixie Highway, 13th Street to Middle River Bridge; Broward County, FL Owner:Florida Department of Transportation, District 4 Structural Engineer I Project Completion: 2016 Roadway and lighting design for a high traffic collector and residential roadway located at Old Dixie Highway,including a new roundabout to reduce motorist speeds through a residential area. US 41 Roundabout Design,10th Street to 14th Street; Sarasota, FL Owner:Florida Department of Transportation, District 1 Project Manager, Structural Engineer I Project Completion: 2020 Design to replace two existing signalized intersections on US 41 at 10th Street and 14th Street with two-lane roundabouts including landscaped centers, bicycle lanes,pedestrian signals,curb and gutter,lighting,and ITS/ATMS facilities. Design for wide-turn radiuses at 10th Street/US 41 to accommodate a corridor-adjacent boat launching facility. Development of construction staging plan to minimize disruption to traffic and pedestrians in a busy urban setting. Cortez Bridge(SR 684) Replacement Design,Gulf Drive(SR 789)to 123rd Street West; Manatee County, FL Owner:Florida Department of Transportation, District 1 QC/QA I Project Completion: 2028 Design for $78 million replacement of existing low-level bascule Cortez Bridge (SR 684) with a 2,931-foot-long, high-level fixed bridge incorporating 19 Florida I-Beam spans to maximize span length and minimize the number of piers in the Intercoastal Waterway. CR 250 Over Suwannee River Bridge Replacement; Suwannee County, FL Owner:Florida Department of Transportation, District 2 Structural Engineer I Project Completion: 2021 Design for two-lane bridge replacement of CR 250 over the environmentally sensitive Suwannee River to accommodate fluctuating river elevation, including improvements to an agricultural inspection station, extension of a box culvert relief structure, and special consideration of endangered species with appropriate protection methods, such as vibratory and blasting restrictions. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 68 2.2 Qualifications of Proposer Team (Contd.) k»i Ilr4iuuw.(�rvrnuir Air'. FBPE FLORIDAh BOAROOF • STATE OF FLORIDA BOARD OF PROFF99JONAl I NCINLFR9 I IR PROFL991O OICINFI-R H1 I1I IN 19I I(JINMI I)(INN 12 I I II PROVI91 IIR411 IL lAIl11L9 Gill_CIF-IRISTOPI-IFR PAGE 4350 W I 800999T I I I AMPA I L 9960/ I I('I NSI NI!Mill I2 116124,40 EYPIUA I ION I)A II II IIRl1ARV 28.9001 Always verily licenses online al My!lowdal leen4'corn M. iini 6e Do not alter this document in any fono ]. A o 1 his is your license.It is unlawful for anyone other than the licensee to use this document CITY OF MIAMI BEACH [SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 69 Arturo Zapata, PE Drainage Design Arturo Zapata, PE, is a senior engineer with over three decades of experience, over two decades of which included a focus on drainage as a water resources engineer. Educated as a civil engineer,with a diverse background,Arturo has worked in most areas of transportation engineering, including traffic engineering, bridge and roadway design, construction engineering, airports, and control management. He is skilled in the application of GeoPAK, • MicroStation, AutoCAD, adICPR, NEC-RAS, and FHWA HY-8. -IN se PROJECT EXPERIENCE Hillsborough County General Services Contract; Hillsborough County, FL Owner.'Hillsborough County Drainage Engineer I Project Completion: 2026 Task-based engineering services for intersection improvements, signalization, traffic signal Years of Experience: 33 interconnection, road diets, complete streets, road widening, road resurfacing and reconstruction,and bridge rehabilitation and replacement. Education: • Bachelor of Science in Civil I-4/SR 33 Interchange Reconstruction and SR 33 Widening,Old Combee Road to North Engineering, Universidad del Cauca of Tomkow Road; Lakeland, FL Owner:Florida Department of Transportation, District 1 Professional Registration: Drainage Engineer I Project Completion: 2024 • Professional Engineer: FL#58822 Design to increase capacity by converting 4.3 miles of SR 33 from an existing two-lane roadway to a four-lane divided suburban facility, including the replacement of two conventional intersections with roundabouts. Scope includes reconstructing two miles of the 1-4 eastbound lanes to accommodate future multimodal improvements within the median; rebuilding the I-4/SR 33 diamond interchange to include roundabouts at the ramp terminal intersections; replacing the interchange overpass structures on 1-4; and constructing grade-separated wildlife crossings over 1-4 and under SR 33. Seminole Expressway Widening Design-Build RFP,Aloma Avenue to SR 434; Seminole County, FL Owner:Florida's Turnpike Enterprise Drainage Engineer I Project Completion: 2023 Development of a design-build request for proposal (RFP) under a master on-call contract to widen 6.63 miles of Seminole Expressway from four lanes to eight lanes, including development of technical special provisions, procurement of permits, and assistance with CAP Level 4 public involvement. EXPERIENCE WITH PREVIOUS ORGANIZATIONS SR 50 Widening Orlando, FL Owner.'Orange County Drainage Engineer Assisted in production of the drainage design in the widening of SR 50 for the city of Orlando. 44th Ave E Improvements; Manatee County, FL Owner:Manatee County Project Manager Widening and extension of new road from 44th Ave Plaza E to Solutions Lane that include updating existing stormwater facilities and addition of new stormwater facilities for closed drainage system, flood plain compensation, and wetland compensation, crossing over I- 75 with a new bridge. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 70 MiME Goldenrod Road Extension; Orlando, FL Owner:Orange County Drainage Engineer Performed engineering reviews of drainage design documentation and plans on the extension of Goldenrod Road south of Narcoossee Road in the city of Orlando. 1-275 Punch Thru Design-Build Project; Hillsborough County, FL Owner:Florida Department of Transportation, District 7 Senior Drainage Designer Improvements along 1-275 from south of Kennedy Blvd to south of N. Lois Avenue. Project included widening of NE lane on the 1-275 northbound, new ramp configuration and design of drainage systems. Clinton Avenue(CR 52A)Widening; Pasco County, FL Owner:Florida Department of Transportation, District 7 Drainage Engineer Proposed two-lane to four-lane roadway widening project. Work included 1.5-mile section of CR 52A and two major signalized intersections along with a new closed-drainage system and four retention ponds. General Engineering Services; Multiple Locations Owner:Florida Department of Transportation, District 7 Drainage Engineer Drainage solutions for existing drainage flooding problems in different throughout District 7. CITY OF MIAMI BEACH ' SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 71 2.2 Qualifications of Proposer Team (Contd.) • THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS d PROFESSIONAL REGULATION rtrnertt ftlusness HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS t04322AM929/2022 Licensee Information Apply for a License • Name: ZAPATA.LISANDRO ARTURO(Primary Name) Verity a Licensee Main Address- 8709 SORANO VILLA DR TAMPA Florida 33647 View Food&Lodging Inspections County. HILLSBOROU6H File a Complaint Continuing Educahon Course License Information Search License Type: Professional Engineer View Application Status Rank: Prof Engineer License Number 58822 Find Exam information Status. CurrenLActive Unlicensed Activity Search Licensure Date: 06/202002 ABST Delinquent Invoice&Activsy Expires. 02l2872023 List Search Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH ISOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 72 Mohammed Sharifuzzaman, PE Drainage Design Mohammed Sharifuzzaman, PE brings more than 19 years of experience in civil, environmental, and transportation engineering and specializes in hydraulics and hydrologic - modeling (H&H), surface water management system design, drainage basin/watershed modeling and floodplain analysis, master design studies, conceptual/master surface water management system design, stormwater pump station design, stormwater retrofit projects, nutrient loading analysis (TMDL calculations), Stormwater Treatment Area (STA) design, . FDOT roadway drainage design, and bridge hydraulics. Mohammed's experience also includes land development projects; roadway projects, including new construction,widening and reconstruction, RRR, and safety improvements; and PD&E studies. He had work extensively with permitting agencies, including the South Florida Water Management District (SFWMD),the Florida Department of Environmental Protection(FDEP), FDOT,and the U.S. Army Corp of Engineers(USACE)as well as various counties and municipalities.Mohammad has built a trusted reputation with permitting agencies resulting in a long list of successful projects. Years of Experience: 19 PROJECT EXPERIENCE Education: Alhambra Circle Design Services; City of Coral Gables, FL • Bachelor of Science in Civil Owner:City of Coral Gables Engineering, Bangladesh University Drainage Design Engineer I Project Completion: 2023 of Engineering and Technology Design and construction plans for Alhambra Circle Sidewalk Improvements from the Coral • Master of Civil Engineering in Civil Gables Waterway end bridge to Trevino Avenue. Improvements include new sidewalk along Engineering, Lamar University the west side of the roadway, curb and gutter, and modifying the vertical geometry to drain Professional Registration: the SB roadway to new inlets. Project scope also includes roadway analysis, drainage • Professional Engineer: FL#67640 analysis and signing and pavement markings. Miami Gardens Water Main Improvements; Opa-Locka/Miami-Dade, FL Owner:City of Opa-Locka Civil Engineer I Project Completion: 2023 Providing project management and professional engineering services for the design and preparation of a complete set of construction contract plans for the Water Main Replacement for the City of Opa-Locka.Services include preparing specifications package,water main design, creating production plans, cost estimates, QA/QC, public involvement coordination, and utility coordination. Detention Pond at Glorieta Gardens Apartments; Opa-Locka/Miami-Dade, FL Owner:City of Opa-Locka Drainage Design Engineer I Project Completion: 2023 Rehabilitation of the dry detention pond located on the south side of Glorieta Gardens Apartment complex to implement improvements to the current drainage system. Existing conditions are poor as the slope walls cannot be distinguished from the berm or bottom of the pond, the site is overrun by vegetation, and the existing soil type consists of muck, which contribute to the drainage system failure. Periodic flooding of up to two feet occurs at sections of the roadway, primarily on the west portion of the apartment complex. Many catch basins require maintenance as debris is hindering proper drainage. The site is also neighbored by junk yards that may cause potential contamination issues. SR 852 County Line Road RRR Improvements, East of NW 27th Avenue to West of NW 1700 Block; Miami-Dade County, FL Owner:Florida Department of Transportation, District 6 Drainage Design Engineer I Project Completion: 2022 RRR improvements including roadway milling and resurfacing, signing and pavement marking upgrades, and implementing safety recommendations. 1-95,South of SR 870 Commercial Boulevard to North of Cypress Creek Road; Broward County, FL Owner:Florida Department of Transportation, District 4 Drainage Design Engineer I Project Completion: 2028 Design for Segment 5 of 1-95 improvement project, including roadway, drainage, signalization, lighting,and traffic control plans. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 73 SR 9/1-95 at Sunrise Boulevard Interchange Improvements; Broward County, FL Owner:Florida Department of Transportation, District 4 Drainage Design Engineer I Project Completion: 2027 Design for widening of Sunrise Boulevard bridge over 1-95 to support addition of double and triple left- and right-turn lane geometry, signalization of intersections, and new buffered bicycle lane. SR 8(I-10/Thomasville Road) Final Design;Tallahassee, FL Owner:Florida Department of Transportation, District 3 Drainage Design Engineer I Project Completion: 2022 Stormwater/pavement drainage design, hydraulic and hydrologic analysis/design, hydraulic modeling, permitting support, and storm sewer system modeling services to support final design plans preparation for the 1-10/Thomasville Road Interchange Improvements project. US 98 Dupont Bridge PD&E Study; Bay County, FL Owner:Florida Department of Transportation, District 3 Drainage Design Engineer I Project Completion: 2023 PD&E study for the replacement of the Dupont Bridge which is structurally deficient and has a substandard vertical clearance. The proposed replacement bridge will improve the vertical clearance to 65 feet to meet USCG requirements and will be capable of accommodating six lanes of traffic. Study also includes seagrass surveys, Section 7 consultations for marine and estuarine species including sea turtles, manatee, and Gulf sturgeon, as well as conducting an Essential Fish Habitat Assessment. PREVIOUS EXPERIENCE WITH OTHER ORGANIZATIONS Engineering/Permitting Services,Dania Beach,FL.Review of site plans,engineering plans,engineering design documents for various projects in the City of Dania Beach as part of the City's development services and permitting review process. Engineering/Permitting Services, Sunny Isles Beach,FL. Review of site plans,engineering plans,engineering design documents for various projects in the City of Sunny Isles Beach as part of the City's development services and permitting review process. Golden Shores Pump Station Rehabilitation, Sunny Isles Beach, FL. Project manager for the complete rehabilitation of the City's stormwater pump station including replacement of the existing generator, two large pumps, site improvements and replacement of the electrical system to provide a completely new pumping station with emergency power back-up. Davie Road Improvements, Broward County, FL. Responsible for drainage design including modification of existing stormwater management system, analysis, and modeling of "Basin ft.' of Tindall Hammock Irrigation and Soil Conservation District (THISCD), integration of Davie Road drainage system with THISCD rock pit drainage system. Project scope included widening of the existing roadway to a six-lane divided roadway along with turn lanes, driveway access, and road-.way intersection improvements from south SR 84 to Davie Road. Nova Drive Complete Streets Improvements, Town of Davie, Broward County, FL. Responsible for drainage design including modification of existing stormwater management system, analysis, and modeling of"Basin N.' of Tindall Hammock Irrigation and Soil Conservation District (THISCD), integration of Nova Drive drainage system with THISCD rock pit drainage system, integration of Nova Drive system with existing CBWCD canal systems and College Avenue Drainage System. SW/SE Quadrant Drainage Improvement, City of Hallandale Beach, FL. Responsible for Schaffer canal drainage basin/watershed modeling,design and permitting of innovative surface water management systems consisting of pump stations and pressurized injection wells. City of Oakland Park Bid Pack No. 9 Infrastructure Improvements, City of Oakland Park, FL. Responsible for drainage design including Cherry Creek watershed modeling,design and permitting for proposed drainage improvements within completely built-out coral lakes subdivision of the City of Oakland Park Warner Creek Water Quality Retrofit,Martin County,FL.Responsible for modeling of 5,029-acre Warner Creek drainage basin,design and permitting for stormwater treatment area (STA),widening/regrading of existing creek,replacement of existing culvert under Pinelake Village Blvd. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 74 2.2 Qualifications of Proposer Team (Contd.) /Wier.BrovnSeattary .+1P �FBPE _ I InRi7T M"a=' STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISSIIONS OF CHART _471 FF •_;.sAjjTATUTE5 ir :44Z- ---.7.? 17.:74 •-•••:_iL.-. ' 's/PA SHARIFUZZAMAN,MOHAMMED 411 NW 65TH TERRACE PLANTATI-QAI. FL 33317 ♦ . ! :rye lia7 LI MUER:PE67640 `A EXPIRATION DATE FEBRUARY 28,2023 Always verify licenses online at MyFloridaLicense.com o,.,- O .. t���'. Do not alter this document in any form. o: • _.u: This is your license.It is unlawful for anyone other than the licensee to use this document. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 75 Chunyu Lu Travel Demand Modeling Chunyu Lu brings a wealth of experience with transportation planning projects, including multimodal transportation planning, travel demand forecasting, transit ridership forecasting, conceptual, Express Lane Turnpike model (ELTOD),air quality analysis using MOVES,final design efforts, alternatives analyses, major investment studies, corridor studies, and report preparation. Chunyu specializes in Cube Voyager and Visum practice, computer programming,data modeling, and data visualization. „4 Within the last five years,Chunyu had the honor of presenting several presentations including the "Quantifying Long-Haul Trucks on Florida's Highways" regarding the OD travel patterns on the 1-75 corridor using StreetLight data at the 2018 StreetLight User Summit in Richmond, VA; and "A Framework for Systematic Traffic Count Balance in Regional Networks" at the 2020 ASCE International Conference on Transportation and Development. PROJECT EXPERIENCE Years of Experience: 23 Hillsborough County General Services Contract; Hillsborough County, FL Owner:Hillsborough County Education: Planner I Project Completion: 2023 • Master of Civil Engineering in Civil Task-based engineering services for intersection improvements, signalization, traffic signal Engineering, University of Idaho interconnection, road diets, complete streets, road widening, road resurfacing and • Master of Science in Civil reconstruction, and bridge rehabilitation and replacement. Engineering, Northern Jiaotong University Northwest Hillsborough County Traffic Modeling Study; Hillsborough County, FL • Bachelor of Science in Civil Owner:Hillsborough County Engineering, Northern Jiaotong Planner I Project Completion: 2021 University Performance of a multi-resolution traffic modeling study under a task-based general services contract to identify and assess the potential 2045 operational benefits of alternative roadway improvements in the county's northwest portion—Ehrlich Road/Bearss Avenue to the north, Anderson Road/Lynn Turner Road to the west, Waters Avenue to the south, and Habana Avenue to the east—including 54 signalized intersections. Scope includes analyzing performance of the local roadway network and evaluating sets of potential transportation improvements, including capacity, intersection, and new corridor development. Study incorporates a new countywide multi-resolution model developed in Aimsun, the Tampa Bay Regional Planning Model (TBRPM) forecasted demand, and county-maintained signal timings and peak-hour traffic counts as well as stochastic route choice,logit modeling,and 15-minute incremental input to simulate traffic at macroscopic, mesoscopic,and microscopic levels. Southeast Hillsborough County Traffic Modeling Study; Hillsborough County, FL Owner:Hillsborough County Planner I Project Completion: 2021 Performance of a multi-resolution traffic modeling study under a task-based general services contract to examine the 2045 roadway operations of the county's southeast area (a.k.a. Brandon Area), including 22 signalized intersections. Study incorporates a new countywide multi-resolution model developed in Aimsun, the Tampa Bay Regional Planning Model (TBRPM) forecasted demand, and county-maintained signal timings and peak-hour traffic counts as well as stochastic route choice, logit modeling, and 15-minute incremental input to simulate traffic at macroscopic, mesoscopic, and microscopic levels. 1-75(SR 93)Master Plan Study, East of SR 951 to SR 78(Bayshore Drive); Collier and Lee Counties, FL Owner:Florida Department of Transportation, District 1 Planner I Project Completion: 2024 Performance of a master plan study for 1-75, including the evaluation of adding express lanes to the interstate, analysis of the corridor's current and future capacity needs,and development of a transportation program to implement necessary improvements as well as public involvement support and oversight, key stakeholder/agency outreach, traffic network model development, safety analysis, conceptual mainline roadway design, Section 4(f)evaluation,and preliminary engineering report development. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 76 • Strategic Intermodal System(SIS)Corridor Studies; Various Locations, FL Owner:Florida Department of Transportation, District 7 Planner I Project Completion: 2022 Task-based planning and study services for corridors and multimodal facilities identified on FDOT D7's Strategic Intermodal System (SIS), including traffic studies, preliminary engineering and design, review of interchange access requests, and assistance with SIS funding strategy,the prioritization of future work, and identification of new SIS facilities. US 98/US 301/Clinton Avenue Intersection Realignment Study; Pasco County, FL Owner:Florida Department of Transportation, District 7 Planner I Project Completion: 2022 Intersection realignment study to evaluate alternatives that eliminate the closely spaced intersections of US 98/US 301 and US 98/Clinton Avenue, facilitate east/west travel, and enhance safety along the corridor. Scope of work includes an alternatives corridor evaluation (ACE)with assessment of existing conditions, performance of traffic forecast modeling and analysis, and preparation of an ACE report; a Type 2 Categorical Exclusion(CE)with intersection realignment,widening of an eight-mile length of US 98 from two-to four-lanes,and development of typical sections and preliminary conceptual design plans; and design-build procurement with development of RFP and conceptual design plans. Multi-Modal Systems Planning Program Assistance; Districtwide, FL Owner:Florida Department of Transportation, District 7 Project Manager I Project Completion: 2025 Planning support for District 7's multimodal systems planning program as part of a task-based contract.Scope of work includes performing various transportation studies and analyses as well as developing models and other planning tools. PREVIOUS EXPERIENCE WITH OTHER ORGANIZATIONS Statewide Modeling Support; Orlando, FL Owner:Florida's Turnpike Enterprise Project Manager, Senior Transportation Planner I Project Completion: 2021 As the Travel Demand Modeling Manager from AECOM home Office, working with the AECOM/Turnpike modeling group with technical support including subarea model extraction and validation, time-of-day and directional validation, and actively involved in all aspects of the FDOT Turnpike Model Development and Support projects.Technical duties included providing subarea validation support for Orlando South, Colonial Parkway, Coast Connector, and Central Polk Parkway studies, assisting the Florida Turnpike Express Lane Time-Of- Day (ELTOD) including Dynamic Traffic Assignment practice and Toll & Revenue study, and leading the model development of the Florida Turnpike Connected Vehicle and Autonomous Vehicle(CAV) model. General Planning Contract; FL Owner:Florida Department of Transportation, Multiple Districts Senior Transportation Planner I Project Completion: 2016 Provided modeling and planning support for IJR/IMR and PD&E studies for multiple FDOT Districts. Duties included US 17 and 1-75 subarea base year validation and future year traffic forecasting using Sarasota/Manatee/Charlotte (SMC) Model, Harborview Drive and 1-75 subarea base year validation and future year traffic forecasting using Sarasota/Manatee/Charlotte (SMC) Model, J. Turner Butler Boulevard and 1-95 subarea base year validation and future year traffic forecasting using North East Regional Planning Model (NERPM), and the Dolphin Expressway subarea validation and future year Origin Destination(OD)trip table extraction from the South East Regional Planning Model (SERPM). South Florida East Coast Corridor(SFECC)Transit Analysis Study; Miami-Dade, Broward,and Palm Beach Counties, FL Owner:Florida Department of Transportation, District 4 Transportation Planner/Technical Analyst I Project Completion: 2007 Conducted SFECC on-board surveys in three counties; analyzing data expansion by time-of-day to reflect the data systemwide; and performing geographic research on travel patterns by trip purpose. The project included origin-destination (0-D) surveys on roadways and transit routes that ran parallel to the SFECC to determine travel patterns,trip lengths,trip purposes,the intensity of travel to activity centers, and demographic characteristics. The project also included performing a license plate O-D survey, which consisted of photographing 21 selected sites along the Dixie Highway, 1-95, and U.S. Route 1 using high-speed photography. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 77 Tanya Kristoff-Powder, PE Environmental Sustainability Analysis Tanya Kristoff, PE, is a senior project manager with extensive experience within the transportation industry. Tanya has effectively led dozens of project development and environment (PD&E) studies, as well as planning and final design projects. This leadership experience includes the improvement (widening) of city streets, the development and modification of expressways, complex interchanges, and bridges, and the incorporation of rail and transit facilities in urban and rural locations. She has experience working within _ alternative (design-build) delivery frameworks and has developed design—build specification packages on behalf of state departments of transportation. Tanya has had notable success throughout her career in the delivery of environmentally, historically, architecturally, and culturally sensitive projects with large National Environmental Policy Act (NEPA) and public outreach. PROJECT EXPERIENCE Ellis Road Widening, John Rodes Boulevard to West of Wickham Road; Years of Experience: 28 Brevard County, FL Education: Owner:Brevard County • Bachelor of Science in Mathematics, Project Manager 1 Project Completion: 2020 Lafayette College Roadway analysis, environmental permitting, and re-evaluation of NEPA documentation as • Bachelor of Science in Civil part of the widening of approximately 1.7 miles of Ellis Road to a four-lane urban section, including a detailed drainage study of L-15 Canal and development of an alternative to Engineering, Lafayette College minimize canal right of way impacts. Professional Registration: • Professional Engineer: FL#55463 US 17 Reconstruction,CR 309 to Dunns Creek Bridge; Putnam County, FL Owner:Florida Department of Transportation, District 2 Project Manager 1 Project Completion: 2026 Design to reconstruct an existing two-lane arterial as a multi-lane facility using several typical sections defined in the PD&E study.Scope of work includes application of Strategic Intermodal System (SIS) design criteria, establishment of horizontal and vertical alignments, development of right of way requirements and documents, identification of project costs and potential impacts, and preparation of final plans. US 98 Dupont Bridge PD&E Study; Bay County, FL Owner:Florida Department of Transportation, District 3 Project Manager! Project Completion: 2023 PD&E study for the replacement of the Dupont Bridge which is structurally deficient and has a substandard vertical clearance. The proposed replacement bridge will improve the vertical clearance to 65 feet to meet USCG requirements and will be capable of accommodating six lanes of traffic. Study also includes seagrass surveys, Section 7 consultations for marine and estuarine species including sea turtles, manatee, and Gulf sturgeon, as well as conducting an Essential Fish Habitat Assessment. Responsible for overseeing analysis of existing roadway conditions, specifically utilities, overseeing development of the NEPA reports covering utilities, natural environment, and NEPA document, and assisting with public involvement efforts. SR 9A(I-295) Milling and Resurfacing, Dames Point Bridge to Monument Road;Jacksonville, FL Owner:Florida Department of Transportation, District 2 Principal-in-Charge 1 Project Completion: 2023 Milling and resurfacing design for the four-lane,divided interstate corridor including cross slope correction, safety improvements, lighting enhancements, and replacement of signage and pavement markings. US 301 Feasibility Study,Marion County Line to 1-10; Duval,Alachua, Bradford,Clay, FL Owner:Florida Department of Transportation, District 2 Project Manager 1 Project Completion: 2022 High-level feasibility study addressing mobility needs along 63 miles of the US 301 corridor, beginning at the Marion County line and continuing to 1-10 in Duval County. Study includes analyzing the operation of intersections and interchanges along the corridor and CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 78 providing alternative designs that result in mobility improvements, as well as identifying short-term and long-term alternatives. Responsible for overseeing analysis of existing roadway conditions and development of alternatives. CR 250 Over Suwannee River Bridge Replacement; Suwannee County, FL Owner:Florida Department of Transportation, District 2 Project Manager I Project Completion: 2021 Design for two-lane bridge replacement of CR 250 over the environmentally sensitive Suwannee River to accommodate fluctuating river elevation, including improvements to an agricultural inspection station, extension of a box culvert relief structure, and special consideration of endangered species with appropriate protection methods, such as vibratory and blasting restrictions. Responsible for examining and analyzing existing conditions and determining best method to rectify with current standards, overseeing development of roadway,drainage,structural,and signing and pavement marking design,coordinating with subconsultants and client for efficient project delivery. SR 77 Feasibility Study, Blue Lake Road to the Jackson County Line;Washington County, FL Owner:Florida Department of Transportation, District 3 Project Manager I Project Completion: 2020 Feasibility study for SR 77 from north of Blue Lake Road to the Jackson County line. Includes evaluation of potential corridors or alternatives to meet the performance metrics identified in the purpose and need, such as a bypass and one-way pairs. Also includes analysis and assessment of the project's impact on the social, economic, cultural, natural, and physical environment. Responsible for examining and analyzing the existing roadway conditions to develop alternative concepts, overseeing the technical analysis for environmental and traffic data,and developing the feasibility report. SR 79 PD&E Study, 1-10 to Alabama State Line; Holmes County, FL Owner:Florida Department of Transportation, District 3 Project Manager I Project Completion: 2019 PD&E study to evaluate potential capacity improvements along a 17-mile emerging strategic intermodal system corridor, including analysis of bypass alternatives around downtown area and one-way pair alternatives. Responsible for examining and analyzing existing roadway conditions to develop alternative alignments, conducting extensive public involvement to obtain community feedback, overseeing technical analysis for environmental and traffic components,and overseeing development of a preliminary engineering report and an environmental assessment. SR 30(US 98) PD&E Study; Okaloose&Santa Rosa Counties, FL Owner:Florida Department of Transportation, District 3 Project Manager I Project Completion: 2019 PD&E study for 24.6-mile segment of US 98, including widening from existing four-lane divided facility to six-lane divided facility with a raised median, sidewalks, and bicycle lanes, including evaluation of stormwater control measures affecting approximately 50 drainage basins discharging into the East Bay and Santa Rosa Sound, a habitat for numerous protected species. Responsible for overseeing the technical analysis for environmental and drainage, preparing utility assessment, and assisting with public involvement efforts. I-10(SR 8) PD&E Study, US 90 to SR 263; Gadsden and Leon Counties, FL Owner:Florida Department of Transportation, District 3 Project Manager I Project Completion: 2018 Development of design alternatives for PD&E study to investigate the widening of two four-lane sections of interstate to six lanes as well as the development of two interchange operational analysis reports to improve traffic operations and safety. Responsible for overseeing analysis of existing roadway conditions and development of design alternatives and overseeing the development of the planning report which provides the client with existing condition, engineering analysis, and potential design alternatives. SR 388 Widening and Extension, East of Burnt Mill Creek to SR 77; Bay County, FL Owner:Florida Department of Transportation, District 3 Principal-in-Charge I Project Completion: 2018 Design to convert a two-lane rural roadway into a four-lane divided controlled-access highway incorporating 4.8 miles of existing alignment, 1.7 miles of new alignment, and impact mitigation for environmentally sensitive wetland area. Responsible for overseeing management of project team and serving as client contact. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 79 2.2 Qualifications of Proposer Team (Contd.) Ron DeSanriv.Governor `. - FBPE trCAtonBOARRD1_i ' STATE OF FLORIDA BOARD OF PROFFSStONAI ENGINEERS THE PROFESSIO I EN(,INICRIIfRIIN19IIO1 NSW UNDER THE PROVISI (9 IAP I I R 4/1 I I ORID TUTES ,� ..fib t._ KRISTOFF,TANVA • '36 11 I I I NON AVI NISI PONII VI_I)RA13LA(9I 1L'VOW 4. LI -NMI NIIMRhIt PI64463 j LYPIRATION DA I L I LI3RUARV t28-2003 Always verify!mettles online at MyLloridaLieense rota 17 ❑ y.� '4.�}�- -+ Do not alter this document in any form °e: This is your license It is unlawful for anyone other than the licensee to use rhis doeumeni CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 80 Kevin Connor w. Environmental Sustainability Analysis ' Kevin Connor is an environmental scientist supporting roadway and site development projects. He has performed wetland delineations in accordance with state and federal guidelines and has developed mitigation and remediation plans for hundreds of acres of wetlands throughout the State of Florida. He has considerable experience in environmental permitting and has attained environmental resource and Section 404 permits for roadway and development projects as well as U.S. Coast Guard bridge permits,wildlife relocation permits, ) and local environmental permits. He is also knowledgeable in National Environmental Policy Act (NEPA) processes and documentation and mitigation assessments. Kevin's specialty is - in habitat assessments, wildlife surveys, and relocation. His Master's degree in zoology included three years monitoring the behavior of gopher tortoises—a designated threatened species in Florida—and evaluating habitat to document the presence of amphibians and reptiles throughout the state's central and southern regions. He has applied this experience practically on many projects to create effective relocation plans and is certified by the Florida Fish and Wildlife Conservation Commission (FFWCC) as an Authorized Gopher Tortoise Years of Experience: 27 Agent. Education: PROJECT EXPERIENCE • Master of Science in Zoology, 126th Avenue North Improvements PD&E Study, US 19 to 34th Street North; Pinellas University of South Florida • Bachelor of Science in Biology, County, FL Owner:Pinellas County Department of Public Works Wake Forest University Environmental Lead I Project Completion: 2023 Certifications: Project development and environment (PD&E) study to widen and extend 126th Avenue • Stormwater Management Inspector North within the Gateway Economic Development Area, including analysis and assessment of project impacts on social, economic, cultural, and natural resources with the goal of obtaining location and design concept acceptance (LDCA) from the Federal Highway Administration (FHWA). Responsible for coordinating with regulatory agencies, performing field work including collecting environmental data including wetland assessments and threatened and endangered species surveys, and preparing NEPA documents that including the Natural Resources Evaluation (NRE), Essential Fish Habitat(EFH) assessment, Section 4(f) Determination of Applicability, and Type 2 Categorical Exclusion. Hillsborough County General Services Contract; Hillsborough County, FL Owner.Hillsborough County Environmental Lead I Project Completion: 2023 Task-based engineering services for intersection improvements,signalization,traffic signal interconnection,road diets,complete streets, road widening, road resurfacing and reconstruction, and bridge rehabilitation and replacement. Responsible for leading environmental permitting effort, including collecting environmental data including wetland assessments and threatened and endangered species surveys, and producing environmental reports including wetland evaluation report, endangered species biological assessment, and essential fish habitat(EFH)assessment. South Coast Greenway Trail Phase 1B PD&E Study,SR 674 to 24th Street; Hillsborough County, FL Owner:Hillsborough County Task Manager I Project Completion: 2021 Project development and environment (PD&E) study under a task-based general services contract for Phase 1 B of the South Coast Greenway Trail,providing connectivity to existing and future segments of the South Coast Greenway Trail by extending it from Phase 1A terminus at SR 674 to 24th Street. Scope includes development of a recommended trail alignment to provide non-motorized, multimodal access to local destinations, including parks and recreation facilities, public schools, town centers, and neighborhoods. Responsible for leading the development of trail alternatives and completing engineering and environmental evaluations for three phases of the trail totaling approximately 10 miles in length, including a six-lane divided roadway bridge overpass. Central Avenue Bus Rapid Transit(BRT); St. Petersburg, FL Owner:Pinellas Suncoast Transit Authority Environmental Lead I Project Completion: 2021 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 81 Preliminary engineering, final design, and post-design services for a new 22.7-mile BRT line along Central Avenue to improve corridor travel times and directly support the region's economic development initiative. Implementation of designated semi-exclusive business access and transit(BAT) lanes, including transit signal priority, off-board fare collection, communications, an advanced vehicle location system, security, and all-door level boarding as well as the design of 30 bus stations integrating art elements into shelter structures, railings, signage, panels, and lighting to further enhance the aesthetics of the corridor. Westshore Boulevard/Gandy Boulevard Intersection Improvements;Tampa, FL Owner:City of Tampa Environmental Scientist 1 Project Completion: 2021 Roadway improvements at the intersection of Westshore Boulevard(CR 587)and Gandy Boulevard(SR 600/US 92)by constructing one additional left-turn lane on the northbound and southbound roadway approaches of Westshore Boulevard,which will move traffic through the intersection more efficiently and reduce driver delays during peak travel periods. Responsible for performing wetland delineations, conducting wetland assessments, and leading environmental permitting effort. Ellis Road Widening,John Rodes Boulevard to West of Wickham Road; Brevard County, FL Owner:Brevard County Environmental Lead ' Project Completion: 2020 Roadway analysis, environmental permitting, and re-evaluation of National Environmental Policy Act (NEPA) documentation as part of the widening of approximately 1.7 miles of Ellis Road to a four-lane urban section, including a detailed drainage study of L-15 Canal and development of an alternative to minimize canal right of way(ROW) impacts. Southwest Florida Water Management District(SWFWMD)General Engineering Services; Tampa, FL Owner:Southwest Florida Water Management District Environmental Lead 1 Project Completion: 2018 Five-year, on-call contract providing water conveyance system design, permitting, construction inspection, review of pond design plans, and evaluation of cost estimate.Responsible for performing wetland delineations,conducting habitat and protected species assessments, and leading environmental permitting effort. Westwinds Drive over Westwinds Canal Bridge Replacement; Pinellas County, FL Owner:Pinellas County Department of Public Works Environmental Scientist 1 Project Completion:2017 Final design,post design,and permitting for the replacement of a bridge carrying a local road over a saltwater navigable waterway within the Florida manatee consultation area. Bridge design comprised of a new 54-foot-long, single-span prestressed slab bridge, providing wider travel lanes and shoulders, sidewalk additions, railing upgrades, and an increased clear channel width for boaters. Scope also includes designing new steel sheet pile seawalls for the structure. Responsible for performing wetland delineations, conducting habitat and protected species assessments, and leading environmental permitting effort. Crosswinds Drive over Crosswinds Canal Bridge Replacement; Pinellas County, FL Owner:Pinellas County Department of Public Works Environmental Lead ' Project Completion: 2017 Final design, post design, and permitting for the replacement of the 54-foot-long, prestressed, concrete slab superstructure as well as new seawalls on a bridge over a saltwater navigable waterway, including phased construction plans to maintain vehicular and pedestrian access throughout construction. Responsible for performing wetland delineations, conducting habitat and protected species assessments, and leading environmental permitting effort. 1-41SR 33 Interchange Reconstruction and SR 33 Widening,Old Combee Road to North of Tomkow Road; Lakeland, FL Owner:Florida Department of Transportation, District 1 Environmental Lead 1 Project Completion: 2024 Design to increase capacity by converting 4.3 miles of SR 33 from an existing two-lane roadway to a four-lane divided suburban facility, including the replacement of two conventional intersections with roundabouts. Scope includes reconstructing two miles of the 1-4 eastbound lanes to accommodate future multimodal improvements within the median; rebuilding the I-4/SR 33 diamond interchange to include roundabouts at the ramp terminal intersections; replacing the interchange overpass structures on 1-4; and constructing grade- separated wildlife crossings over 1-4 and under SR 33. Responsible for performing wetland delineations;conducting habitat and protected species assessments;and leading environmental permitting effort. CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 82 Mark Easley Environmental Sustainability Analysis With more than 39 years of experience, Mark Easley manages scientific investigations required for environmental assessment of a wide variety of project types, including surface, air, and water transportation, industrial and mixed-use complexes, and agricultural development. He is knowledgeable of regional-scale drainage studies,as well as research of marine coastal and freshwater wetland systems and federal and state-listed species. Mark's technical expertise includes biological and ecological investigations and impact t analyses and preparation of related reports and permit applications, mitigation plans, and conservation measures. He has also managed the developments of National Environmental Policy Act(NEPA) documents ranging from Categorical Exclusions to Environmental Impact Statements (EIS)for multiple federal agencies. He has an in-depth knowledge of all federal, state,regional,and local environmental criteria and associated agency procedures,including federal 404 Dredge and Fill Permitting, Sections 7 and 10 Consultations for protected species, and state wetlands and protected species permitting. Years of Experience: 39 PROJECT EXPERIENCE Education: 126th Avenue North Improvements PD&E Study, US 19 to 34th Street North; Pinellas • Bachelor of Science in Biology, County, FL University of South Florida Owner.'Pinellas County Department of Public Works Certifications: Environmental Task Manager I Project Completion: 2023 . Habitat Evaluation Procedures(HEP) PD&E study to widen and extend 126th Avenue North within the Gateway Economic /USFWS Development Area, including analysis and assessment of project impacts on social, economic, cultural, and natural resources with the goal of obtaining location and design • Uniform Mitigation Assessment concept acceptance(LDCA)from the Federal Highway Administration (FHWA). Method/WMD • Wetlands Evaluation technique Whiting Street Improvements PD&E Study; Tampa, FL (WET)/USACE Owner:Tampa-Hillsborough County Expressway Authority Environmental Task Manager I Project Completion: 2023 Project development and environment(PD&E) study to evaluate needs, costs, and effects of realigning the existing Whiting Street from Jefferson Street to North Meridian Avenue to improve traffic flow, safety, and access within downtown Tampa. Project also includes the reconfiguration of the Selmon Expressway on-ramps at Jefferson Street and off-ramps at Florida Avenue and Channelside Drive. Nebraska Avenue PD&E Study,South of Twiggs Street to Cass Street; Hillsborough County, FL Owner:Tampa-Hillsborough County Expressway Authority Project Manager I Project Completion: 2022 PD&E study to evaluate needs, costs, and effects of widening Nebraska Avenue, including identification of short-term operational improvements to improve traffic flow and implementation of intelligent transportation systems/transportation systems management and operation (ITS/TSMO)strategies with minimal right of way(ROW) impacts. 1-75(SR 93)Master Plan Study, East of SR 951 to SR 78(Bayshore Drive); Collier and Lee Counties, FL Owner:Florida Department of Transportation, District 1 Project Manager I Project Completion: 2024 Performance of a master plan study for 1-75, including the evaluation of adding express lanes to the interstate, analysis of the corridor's current and future capacity needs,and development of a transportation program to implement necessary improvements as well as public involvement support and oversight, key stakeholder/agency outreach, traffic network model development, safety analysis, conceptual mainline roadway design, Section 4(f)evaluation,and preliminary engineering report development. Mainline Widening PD&E Study,Jupiter to Ft. Pierce; Multiple Counties, FL Owner:Florida's Turnpike Enterprise Environmental Task Manager I Project Completion: 2023 PD&E study in Palm Beach, Martin, and St. Lucie Counties to evaluate alternatives for widening of 36.7 miles of Florida's Turnpike(SR 91), including improvements to existing interchanges and evaluation of new access locations. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 83 Seminole Expressway Widening Design-Build RFP,Aloma Avenue to SR 434; Seminole County, FL Owner:Florida's Turnpike Enterprise Environmental Task Manager I Project Completion: 2023 Development of a design-build request for proposal (REP) under a master on-call contract to widen 6.63 miles of Seminole Expressway from four lanes to eight lanes, including development of technical special provisions, procurement of permits, and assistance with CAP Level 4 public involvement. SR 29 PD&E Study,Oil Well Road to SR 82; Collier County, FL Owner:Florida Department of Transportation, District 1 Project Manager I Project Completion: 2022 PD&E study for construction of an Immokalee bypass,including evaluation of impacts to wetlands, Native American lands,contaminated sites, historic and recreational resources, migrant farm worker communities,and Florida panther habitat. SR 70 From CR 29 to Lonesome Island Road PD&E Study; Highlands County, FL Owner:Florida Department of Transportation, District 1 Environmental Task Manager I Project Completion: 2022 PD&E study to determine the best alignment and typical session necessary to reduce the steep front slopes and eliminate the existing canal hazard. Services include public involvement,traffic analysis, and relocation services. US 98/US 301/Clinton Avenue Intersection Realignment Study; Pasco County, FL Owner:Florida Department of Transportation, District 7 Environmental Task Manager I Project Completion: 2022 Intersection realignment study to evaluate alternatives that eliminate the closely spaced intersections of US 98/US 301 and US 98/Clinton Avenue,facilitate east/west travel,and enhance safety along the corridor. SR 70 PD&E Study,Jefferson Avenue to CR 29; Highlands County, FL Owner:Florida Department of Transportation, District 1 Project Manager I Project Completion: 2019 Responsible for the management and oversight of the development of the NEPA document and support documents for the widening of an approximately 7.5-mile section of SR 70 in Highlands County from two to four lanes. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and resource agencies. Key issues include impacts to multiple federal and state protected species, public lands/4(f) properties, historic resources, private research facilities, and extensive utilities. Environmental documents developed for the project included wetland, archaeological/historical reports, and 4(f), as well as the NEPA document. PD&E Study,CR 29 to Lonesome Island Road; Highlands County, FL Owner:Florida Department of Transportation, District 1 Project Manager I Project Completion: 2019 Responsible for the management and oversight of the development of the NEPA document and support documents for the widening of an approximately 4.5-mile section of SR 70 in Highlands County from two to four lanes. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and resource agencies. Key issues include impacts to multiple federal and state protected species, wetlands, conservation lands (4 [fp) properties), and water quality/quantity. Environmental documents developed for the project included wetlands hazardous materials,drainage, noise, and archaeological/historical reports, as well as the NEPA document. SR 60 PD&E Study,SR 630 to the Kissimmee River; Polk and Osceola Counties, FL Owner:Florida Department of Transportation, District 1 Environmental Task Manager I Project Completion: 2019 Responsible for the management and oversight of the development of the natural resource support documents for the widening of an approximately eight-mile section of SR 60 in Polk and Osceola Counties from two to four lanes. Key issues include impacts to multiple federal and state protected species,extensive public lands/4(f)properties,and extensive wetlands. Environmental documents developed for the project included a Natural Resource Evaluation Report (combined wetlands evaluation report and protected species biological assessment), drainage report and cultural resources assessment, as well as the NEPA document. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 84 Adolfo J. Cotilla, Jr.,AIA, CGC: PRINCIPAL-IN-CHARGE : i ,fir -.Ail!Ani, .ilki " -ir- Bio Related Projects e* I Adolfo Cotilla has over 43 years of City of Miami Beach Iconic Bus Shelters I Miami www.acafarchitects.corn experience in Architecture and has been Beach,Florida consulting on,designing,and delivering Architectural Design Services for the development of a projects since 1979.As Principal-in-Charge, prototypical bus shelter design.The project included he oversees the management of all the design of four(4)types of modular bus shelters of varying sizes based on a prototypical,iconic design assignments and maintains direct contact Y g P Yp g with Clients throughout the project. He consistent throughout the shelters.The project i t oversees the project team,reviews the included programming,case studies,field schedule and budget,meets with Project investigations,utility and traffic coordination, Managers and project teams,and oversees preliminary phasing plans,concept options/drawings, Years of Experience:43 Years drawing production. material studies,permitting,construction administration,regular review meetings with the city Years with ACAI:36 Years As Architect of Record for ACAI,Adolfo is and other stakeholders,and presentations. Education responsible for ensuring that the quality of Peter Bluesten Park Multi-modal Initiative I Masters of Fine Arts in Architecture, the work performed complied with the Hallandale Beach,Florida Scope of Service, Building Codes,and other ACAI master planned and designed this major University of Florida pertinent government regulations.As an transportation hub.In concert with the City of expert in architecture,he applied his Hallandale Beach's multi-modal initiative and as part Registrations knowledge and experience to guiding the of Peter Bluesten Park development(also an ACAI Registered Architect Licenses: FL— architectural team ensuring that the project),this hub is situated along the FEC corridor #AR8011; PR—#19882; NY— assigned Work Task stayed on schedule. connecting commuters to a Brightline Station location. Adolfo was also responsible for assuring ACAI's transportation hub design includes a train #9868626;VA—#0401018855; NC— that consistent communication was station,structured parking,and an overhead #15076; MD—#20364; USVI---#0- maintained. pedestrian bridge spanning Dixie Highway. 52039-1B Hialeah Railroad Station Master Planning and Historic Certified General Contractor License ♦ KEY STRENGTHS Restoration Consulting I Hialeah,Florida #CGC010769 ACAI performed Historical Level II Documentation, DESIGN AND PRODUCTION along with planning,criteria services,and technical Professional Affiliations NEW CONSTRUCTION specifications for the restoration,preservation,and AIA I American Institute of RENOVATIONS/RETROFIT adaptive reuse of this 1926 facility.ACAI's involvement PROGRAM MANAGEMENT through the Office of the Secretary of State Architects PROBLEM-SOLVER documented the historical sensitivity and preserved IIBEC I International Institute of BUILDING CODES Miami's southernmost Tri-Rail station. Building Enclosure Consultants PROJECT PARTNERING NRCA I National Roofing FAST TRACK DELIVERY CSX Administration Building Roofing Consultant I Hialeah,Florida ACAI was the roofing consultant for this 6,000 SF office and administration building.The building was re- roofed using a special liquid-applied,two-step process weatherproofing membrane-TOP COAT°in order a meet a very aggressive budget. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 85 Adolfo J. Cotilla,Jr.,AIA, CGC: PRINCIPAL-IN-CHARGE Broward ADA Bus Stops I Broward County, Florida This turnkey project involved over 5,000 bus stop locations and included planning, prioritizing design, post-design,and construction management services. It was ACAI's responsibility to bring Broward County Mass Transit program into ADA compliance by prioritizing the bus stops by location, point of arrival, and route ridership in order to maintain efficiency and economies of scale. As this was a county-wide effort, coordination with all 30 municipalities, special interest groups,the county,and the state's Department of Transportation was required.The scope included multiple tasks: • Processing installation of detectable warning pads • Permit expediting • Site-Specific Survey • Engineering • Field investigation visits • Design and scoping of each site • Construction coordination • Project closeout • Site certifications SFRTA Northern Layover and Light Maintenance Facility(NLMF)I Palm Beach County,Florida ACAI is the Architect for the NLMF Campus slated for northern Palm Beach County.The campus includes the Staff Offices,administration building, and maintenance and storage facility for eight five-car train sets-one locomotive and five passenger cars for each set-as part of the enhancements and portal for Tri-Rail's coastal growth. SFRTA Operations Center and Parking Garage Design-Build I Pompano Beach,Florida Design Criteria services to facilitate the selection of a Design-Build Contractor for the construction of SFRTAs new multi-modal headquarters in Pompano Beach.The campus includes a 500-space parking garage with a state-of-the-art photovoltaic array for solar power and a train station. Services included programming,designing bridging documents,master planning,siting and coordination of the train station,and modified CM services during project delivery.The project received LEED Gold Certification. Oakland Park Public Works and Fleet Operations/Maintenance Facility I Oakland,Florida ACAI is working with the City of Oakland Park on the development of a new Public Works Facility on a 5-acre site to replace an existing 40-year-old facility.The new facility will include fleet maintenance,administration/operations,warehousing,fueling,fleet vehicle parking,storage,and a 200- space,multi-level parking garage.The first phase of the work included Programming thru Design Development including processing and obtaining Development approval from the City.The goal is to provide the City with an overall design of the new facility including site and building plans prior to the completion of construction documents,permitting,and construction which will be completed in upcoming phases.A separate Phasing and Scheduling project outlining the completion of multiple facilities over the next 10 years was completed by ACAI for the City under a separate Work Authorization. Broward County Ravenswood Bus Maintenance Facility I Dania Beach,Florida The scope of work for this project included programming,design,preparing construction documents,and construction administration services for the replacement of facilities at the Ravenswood Bus Maintenance Facility.The 9.5-acre site was reconfigured,replacing the existing 1970s structures.The facility accommodates up to 150 fleet vehicles including(130)40-foot buses and(20)60-foot articulated buses along with staff and visitor parking,the majority of which will be provided by a new 250-space multi-level parking garage.The existing facilities replaced included:an operations building,an 11-Bay bus maintenance building,a fueling and fare retrieval facility,a bus washing facility,and surface parking. In addition, ancillary structures included:a sanitary lift station,a guard gate,a compressor building,and other miscellaneous storage buildings.As part of Broward County's ongoing efforts to provide more energy-efficient,environmentally sustainable building. The new facility achieved a LEED Gold Certification. Copans Central Park 307 BEB Feasibility Study I Broward County,Florida ACAI prepared visioning and feasibility concepts for the renovation and upgrade of the West Copans Fleet Facility building based on the successful prototype design ACAI built for the Ravenswood Bus Maintenance Facility in Dania.The new Central Park Copans study combines new operations and a state-of-the-art training building,as part of a structured facility for 600 vehicles and 300 Battery Electric Buses with hi-voltage pantograph and Ev charging systems.The building is covered with a modular solar panel canopy and linked via skyway to the maintenance facility,the park includes a bus wash,multiple fueling station options—diesel/hydrogen and electric—and a dedicated exterior yard for maneuvering and training exercises. The multilevel structure provides for a sustainable central theme resulting in a compact land stewardship-driven solution. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 86 2.2 Qualifications of Proposer Team (Contd.) Ron tM4211119 Govemw Melanie 9 Griffin.Secretary '_ . d IIG,ridor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRV LICENSING BOARD THE GENERAL(ION I RAC I OR III RI IN IS(1FR f II-II D UNDER I HE PROVISI 'Ok OI IAP I I R 443, 9,1 L TUTE9 F.It-- 1-=-:--*-- t s COTILLA_ADOLFO J JR ., " . A(IAI A99OOIA 119INO L"#`t99/W MPRLSS('REEK ROAD 9UI I i QW IIIAUDERDALL IL3l307 LI('I NIL NILMRLR-('G(1010/69 1 EYPIRA I ION BAIL AUGUII 31.00124 Always verily licenses online at Myl IundaLteense corn _# Do not alter this document in any loan r 'h:yw,: tr% This is your license It is unlawful for anyone other than the licensee TO use this&moment CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 87 Donald M. Wilkin, RA, CPTED: PROJECT MANAGFP ` ,9111111 ,. 0, .,r W... / > 'y? 1 ,. taliallalialimj- - I. Bio Related Projects I Donald Wilkin has over 38 years of diverse SFRTA Operations Center and Parking g www.acaiarcr,itects.com experience in architecture,including governmental,municipal,transit,educational, Garage Design-Build I Pompano Beach, commercial,medical,office and industrial Florida facilities.Mr.Wilkin has been responsible for Design Criteria services to facilitate the 11111 various management and technical duties for selection of a Design-Build Contractor for ., numerous architectural projects,including the construction of SFRTAs new multi- planning,working,drawing production,design, modal headquarters in Pompano Beach. and construction administration.His focus is to The campus includes a 500-space parking ensure projects are functional and code compliant garage with a state-of-the-art photovoltaic and that they are completed on time and on Years of Experience:38 Years array for solar power and train station. budget.He conducts weekly staff meetings to set Services included programming,design Years with ACAI: 14 Years production goals,reviews the design budget and schedule frequently.He makes periodic schedule bridging documents, master planning,siting Education updates to reflect milestones and deadlines and and coordination of the train station and B.A in Architecture University of controls work efforts and the budget. modified CM services during project delivery.The project received LEED Gold Tennessee KEY STRENGTHS Certification. Registration •PROJECT MANAGEMENT SFRTA Boca Raton II Tri-Rail Station I Boca Registered Architect License: FL- QUALITY CONTROL Raton, Florida #00116119 ACAI provided preliminary Design Criteria STAFF SUPERVISION services,including site-specific virtual PROJECT SUPERVISION reality 3D graphic studies,siting options, Professional Certifications: CLIENT CONTACT and enhanced public information packages. NCARB Certified DETAILED CODE KNOWLEDGE CPTED Certified PROJECT BUDGET MANAGEMENT Peter Bluesten Park Multi-modal Initiative I Hallandale Beach, Florida Professional Liability Education ACAI master planned and designed this Program Certified major transportation hub. In concert with the City of Hallandale Beach's multi-modal Certificate of Wind Load Calculations initiative and as part of Peter Bluesten Park And Other Wind Issues, development(also an ACAI project),this University of Florida hub is situated along the FEC corridor connecting commuters to a Brightline Professional Affiliations: Station location.ACAI's transportation hub Former City of Fort Lauderdale Historic design includes a train station,structured Preservation Advisory Board Chair parking,and an overhead pedestrian bridge spanning Dixie Highway. Tau Sigma Delta Honor Society Architecture and Allied Arts CITY OF MIAMI BEACH [SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 88 Donald M. Wilkin, RA, CPTED: PROJECT MANAGER SFRTA Northern Layover and Light Maintenance Facility(NLMF)I Palm Beach County, Florida ACAI is the Architect for the NLMF Campus slated for northern Palm Beach County.The campus includes the Staff Offices, administration building,and maintenance and storage facility for eight five-car train sets-one locomotive and five passenger cars for each set-as part of the enhancements and portal for Tri-Rail's coastal growth. SFRTA Wave Light Rail Initiative I Fort Lauderdale, Florida ACAI planned and designed this highly urbanized light rail initiative in the heart of downtown Fort Lauderdale.The project was designed to include 14 technology-driven and fully automated state-of-the-art platforms and the rail system's 35,000 SF administration and maintenance facility.The 14 platforms were designed to include canopy structures along with ticket vending machines,signage,informationtechnology,Wi-Fi,and lighting. City of Miami Beach Iconic Bus Shelters I Miami Beach, Florida Architectural Design Services for the development of a prototypical bus shelter design.The project included the design of four(4) types of modular bus shelters of varying sizes based on a prototypical,iconic design consistent throughout the shelters.The project included programming,case studies,field investigations, utility and traffic coordination, preliminary phasing plans,concept options/ drawings, material studies, permitting,construction administration,regular review meetings with the city and other stakeholders, and presentations. Hallandale Beach Public Works and Fleet Operations Maintenance Facility Master Plan and Feasibility Study I Hallandale Beach, Florida ACAI provided programming and planning services to Master Plan the redevelopment of the City's Public Works Facility currently located on an existing 9.5-acre site in downtown Hallandale.The final Master Plan was used by the city to guide the future development of a new Public Works Facility on the site.Along with a new parking garage,storage/workshops, and administrative office space,the project includes a new Fleet Maintenance Facility to service the City's vehicles and equipment.The new maintenance facility will include additional repair bays,an enlarged parts department, maintenance manager offices,and staff facilities including restrooms, laundry,and break area. Oakland Park Public Works and Fleet Operations/Maintenance Facility I Oakland, Florida ACAI is working with the City of Oakland Park on the development of a new Public Works Facility on a 5-acre site to replace an existing 40-year-old facility.The new facility will include fleet maintenance,administration/operations,warehousing,fueling,fleet vehicle parking,storage,and a 200-space, multi-level parking garage.The first phase of the work included Programming thru Design Development including processing and obtaining Development approval from the City.The goal is to provide the City with an overall design of the new facility including site and building plans prior to the completion of construction documents, permitting,and construction which will be completed in upcoming phases.A separate Phasing and Scheduling project outlining the completion of multiple facilities over the next 10 years was completed by ACAI for the City under a separate Work Authorization. Lake Worth Beach Public Works and Fleet Maintenance Facility I Lake Worth Beach, Florida ACAI is providing Programming, Master Planning, Design,and Construction Administration for a new Public Works Complex to replace the existing 50-year-old facility on the current 4-acre site. New facilities to include Fleet Maintenance,Administration, Operations, Fueling,and parking.A primary requirement of the city requires the new facility to be designed and planned to maintain current operations during construction.The site components include Fleet Maintenance,Administration offices, Fueling station, Parking,Solar panel/systems/energy, Backup generator,and Storage support Broward County Ravenswood Bus Maintenance Facility I Dania Beach,Florida The scope of work for this project included programming,design, preparing construction documents,and construction administration services for the replacement of facilities at the Ravenswood Bus Maintenance Facility.The 9.5-acre site was reconfigured, replacing the existing 1970s structures.The facility accommodates up to 150 fleet vehicles including(130)40-foot buses and (20)60-foot articulated buses along with staff and visitor parking,the majority of which will be provided by a new 250- space multi-level parking garage.The existing facilities replaced included:an operations building,an 11-Bay bus maintenance building,a fueling and fare retrieval facility,a bus washing facility,and surface parking. In addition,ancillary structures included:a sanitary lift station,a guard gate,a compressor building,and other miscellaneous storage buildings.As part of Broward County's ongoing efforts to provide more energy-efficient,environmentally sustainable building. The new facility achieved a LEED Gold Certification. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 89 2.2 Qualifications of Proposer Team (Contd.) 4• 7 Ron De9anin.Governor dpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF AR(1I II I LCTTUR[F INTERIOR DESIGN THE AReH11 1-0 1 III RI-IN 19 1 I01-N9E1)UNDER THE PROVI9ION41)1 011AI'II R 4111.1 1 ORIUA 91ATUTE9 -I = -fir. WILKIN.DONALD M 3019W1411IWAV II AUDERI)AJ,L,. L993/12/b ;* I LICENNL UM®LR AR0011619 1 EYPIRATION DATE: I EBRUARV 08.120123 Always verify licenses online at IMF luridal ieonse corn Do not alter this document in any form I ay. This is your license It is unlawful for anyone other than the licensee to use this doeumeui CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 90 Galen VonGleich, RA, LEED®AP: PROJECT ARCHITECT .*,' .. k 0.1'ke, , -, _ ;.,, . 1 ? _ ` _ �. -...% . afeir -i� • a .a.:... A , .- r . --- ,----- - -_ ..,, . _„. • ; 1 w aI Bio Related Projects I Galen VonGleich has over 18 years of diverse City of Miami Beach Iconic Bus Shelters I Miami www acaiarchitects.corn experience in the field of architecture,including Beach,Florida municipal,governmental,educational,commercial, Architectural Design Services for the medical,office,and residential facilities.Mr. development of a prototypical bus shelter design. VonGleich has been responsible for various The project included the design of four(4)types management and technical duties for all of modular bus shelters of varying sizes based on architectural projects,including planning,design, a prototypical,iconic design consistent working drawing production,procurement throughout the shelters.The project included assistance,and construction administration.His programming,case studies,field investigations, utility and traffic coordination,preliminary focus is on ensuring projects are functional,code phasingplans,concept o tionsdrawings, compliant,and are completed on time and within p p Years of Experience:18 Years material studies,permitting,construction Years with ACAI:9 Years budget.He conducts weekly team meetings to set administration,regular review meetings with the production goals on a task-by-task basis.He also city and other stakeholders,and presentations. Education reviews the design schedule on a bi-weekly basis to Master of Architecture,Montana verify that the appropriate progress is being made SFRTA Wave Light Rail Initiative I Fort Lauderdale, State University constantly,monitors the team's production rate to Florida determine if additional staff is needed to meet the ACAI planned and designed this highly urbanized Registration target milestone dates.Additionally,he is light rail initiative in the heart of downtown Fort Registered Architect License:FL- responsible for reviewing potential impacts to the Lauderdale.The project was designed to include #97234 design schedule and making recommendations to 14 technology-driven and fully automated state- the Client. of-the-art platforms and the rail system's 35,000 SF administration and maintenance facility.The 14 Certification platforms were designed to include canopy USGBC LEED®Accredited Professional • *KEY STRENGTHS structuresalong with ticket vendingmachines, signage,informationtechnology,Wi-Fi,and lighting. QUALITY CONTROL QUALITY ASSURANCE SFRTA Boca Raton II Tri-Rail Station I Boca Raton, Florida COMMUNICATION ACAI provided preliminary Design Criteria DESIGN COORDINATION services,including site-specific virtual reality 3D INSPECTION graphic studies,siting options,and enhanced DESIGN REVIEW public information packages. RESOLVING DISCREPANCIES PROBLEM SOLVING FDOT ADA Restroom Upgrade I District 6 PROJECT BUDGET ACAI is redesigning the existing auditorium MANAGEMENT restrooms for ADA compliance and new DETAILED CODE KNOWLEDGE aesthetic standards. FDOT ADA Restroom Upgrade I District 6 ACAI is redesigning the existing construction building restrooms for ADA compliance and new aesthetic standards. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 91 Galen VonGleich, RA, LEED®AP: PROJECT ARCHITECT SFRTA Northern Layover and Light Maintenance Facility(NLMF)I Palm Beach County,Florida ACAI is the Architect for the NLMF Campus slated for northern Palm Beach County.The campus includes the Staff Offices,administration building, and maintenance and storage facility for eight five-car train sets-one locomotive and five passenger cars for each set-as part of the enhancements and portal for Tri-Rail's coastal growth. Peter Bluesten Park Multi-modal Initiative I Hallandale Beach,Florida ACAI master planned and designed this major transportation hub. In concert with the City of Hallandale Beach's multi-modal initiative and as part of Peter Bluesten Park development(also an ACAI project),this hub is situated along the FEC corridor connecting commuters to a Brightline Station location.ACAI's transportation hub design includes a train station,structured parking,and an overhead pedestrian bridge spanning Dixie Highway. Broward County Ravenswood Bus Maintenance Facility I Dania Beach,Florida The scope of work for this project included programming,design,preparing construction documents,and construction administration services for the replacement of facilities at the Ravenswood Bus Maintenance Facility.The 9.5-acre site was reconfigured,replacing the existing 1970s structures.The facility accommodates up to 150 fleet vehicles including(130)40-foot buses and(20)60-foot articulated buses along with staff and visitor parking,the majority of which will be provided by a new 250-space multi-level parking garage.The existing facilities replaced included:an operations building,an 11-Bay bus maintenance building,a fueling and fare retrieval facility,a bus washing facility,and surface parking. In addition,ancillary structures included:a sanitary lift station,a guard gate,a compressor building,and other miscellaneous storage buildings.As part of Broward County's ongoing efforts to provide more energy-efficient,environmentally sustainable building. The new facility achieved a LEED Gold Certification. Oakland Park Public Works and Fleet Operations/Maintenance Facility I Oakland,Florida ACAI is working with the City of Oakland Park on the development of a new Public Works Facility on a 5-acre site to replace an existing 40-year-old facility.The new facility will include fleet maintenance,administration/operations,warehousing,fueling,fleet vehicle parking,storage,and a 200- space,multi-level parking garage.The first phase of the work included Programming thru Design Development including processing and obtaining Development approval from the City.The goal is to provide the City with an overall design of the new facility including site and building plans prior to the completion of construction documents,permitting,and construction which will be completed in upcoming phases.A separate Phasing and Scheduling project outlining the completion of multiple facilities over the next 10 years was completed by ACAI for the City under a separate Work Authorization. SFRTA Operations Center and Parking Garage Design-Build I Pompano Beach,Florida Design Criteria services to facilitate the selection of a Design-Build Contractor for the construction of SFRTAs new multi-modal headquarters in Pompano Beach.The campus includes a 500-space parking garage with a state-of-the-art photovoltaic array for solar power and train station. Services included programming,design bridging documents,master planning,siting and coordination of the train station and modified CM services during project delivery.The project received LEED Gold Certification. FDOT Fort Lauderdale Headquarters Lobby Renovation I District 4 Under the master contract with FDOT Central Office ACAI provided safety and security upgrades to the lobby at District 4 headquarters.Services included the redesign of the security desk. FDOT Fort Lauderdale Headquarters EOC Generator Study and Replacement I District 4 ACAI performed an analysis of the existing backup generator and then designed a replacement. FDOT Treasure Coast Operations Center Fuel System Upgrade I District 4 ACAI provided post-design services to upgrade the fleet fueling system at the Treasure Coast Operations Center. FDOT Tampa Headquarters Breakroom I District 7 ACAI was issued a TWO to redesign the existing breakroom restroom dt the FDOT D7 headquarters,located in Tampa to meet current ADA requirements.This project is being completed under a master contract for Continuing Architectural Services with FDOT Central Office. FDOT Chiefland Yard Fuel Island Canopy Replacement I District 2 ACAI provided post-design services for a replacement canopy for the fuel island. FDOT St.Augustine Maintenance Yard I District 2 ACAI designed a replacement canopy for the fuel island. FDOT Burns Headquarters Building Parking Lot Modifications I District 2 ACAI provided design services to modify the existing parking lot to add accessible parking spaces. FDOT Tampa Headquarters Breakroom ADA Restroom Renovation I District 7 ACAI is redesigning the existing construction building restrooms for ADA compliance and new aesthetic standards. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 92 2.2 Qualifications of Proposer Team (Contd.) Ron DeSanas Governor Halsey Beshears secretary F f Its: ' .4? - dtor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHI I LCITURE k.INTERIOR DESIGN THE AROI IITT(5T I II RI IN IS I IUI NSLD UNDER THE PROVISIONS OI UI IAP 1 I R 481.I I ORII)A S EATUTES ` . I_ VONGLEICH-GALEN 4441III0MASS Ls7 1-lol I VWOOD El nROP1 LI -N41 NUMBER AR9/234 I EXPIRATION DAI L I-EBRUARV R8.0O29 Always verify licenses online at lulyflo idal icense.corn a Akjt"• Do not alter this document in any folm. `•` to• This is your license.It is unlawful for anyone other than the licensee to use this document IDr.s. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 93 Elisabeth Schuck, AICP, LEED GA Transit Group Manager Ms. Schuck offers 20 years of transit planning experience and has served as the Project Manager for transit master plans, Title VI evaluations and equity assessments,transit service implementation plans, passenger intercept surveys, and agency support related to procurement, federal property and grant applications. 111 She has also worked with transit agencies on paratransit and coordinated planning efforts, including developing locally coordinated human services transportation Education plans, paratransit plans, and transportation disadvantaged service plans. Recent MA, Geography, University of major projects include the Envision 2030 Regional Transit Development Plan South Florida (Tampa Bay Area Regional Transit Authority), Integration of Transit Development and BS, Environmental Science Transportation Disadvantaged Planning (FDOT), and Transit Cost Allocation Tool and Stetson University Training (FDOT). Years of Experience: 20 FDOT District 5-Grant Subrecipient Compliance-Orlando,FL Project Manager: Benesch assisted in various subrecipient monitoring activities as Registrations and outlined in the FDOT State Management Plan (SMP). Ms. Schuck has coordinated Certifications with local and state agencies, reviewed plans, procurement and financial policies, AICP- 021945 and grant-funded invoices and reports, reviewed invoices and procurement, performed onsite inspections and review of files, records and practices, completed LEED GA-10609088 reports, prepared compliance action plans and corrective actions, and tracked and followed-up program activities. This ongoing contract involves ensuring grant Employment History program compliance of FTA subrecipients. Alfred Benesch & Company 2003-Current FDOT Public Transit Office-Grant Subrecipient Financial Reviews-Tallahassee,FL Project Manager:Ms. Schuck routinely conducts financial reviews of subrecipients City of DeLand, FL receiving State and Federal assistant through FDOT. This includes reviewing 2002-2003 agency financial records, including grant-related invoice submittals and supporting documentation, to determine compliance with all State and Federal laws, including Availability: 25% all applicable provisions of 2 C.F.R. Part 200. FDOT District 7-5310 Agency Procurement Policies-Hillsborough County,FL Project Manager: Benesch supported FDOT District 7 in developing procurement policies and procedures that are specific to Section 5310 recipients, in order to ensure that FDOT and recipients are in compliance with federal regulations. Through this contract. Ms. Schuck offers training to subrecipients at the District's annual FTA grant application and information workshops. FDOT Central Office-5310/5311 Sub-Recipient Procurement Handbook,Training,and On-Call Support-Tallahassee,FL Project Manager: Ms. Schuck managed the development of resources, planning/ conduct of training sessions, provision of technical assistance and support of FDOT District staff on federal and State procurement requirements, procedures, documentation, performance, and compliance throughout this on-call. She collaborated on the program that was created to explain levels (small, micro, competitive) and types (professional services, operational, capital purchase, etc.) of procurements for transit agencies, provision of examples,templates, guidance, checklists, and other resources to develop and manage successful procurement results. benesch CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 94 2.2 Qualifications of Proposer Team (Contd.) The American Institute of Certified Planners The Professional Institute of the American Planning Association hereby qualifies Elisabeth P. Schuck as a member with all the benefits of a Certified Planner and responsibility to the AICP Code of Ethics and Professional Conduct. Certified Planner Number: 021945 July 23,2007 PRESIDENT PVC!TINE DIRECTOR GREEN BUSINESS CERTIFICATION INC.CERTIFIES THAT LEED GREEN Elisabeth Schuck ASSOCIATE NAS eTTAI NED THE DESIGNATION Of LEED Green AssociateTM by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program. 10609088-GREEN-ASSOCIATE 26 APR 2010 NwEE W_L- 7l_ /1ic- 24 JUL 2024 _ _ Ll�J� CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 95 Randy P. Hollingworth Partner, Vice President, Director of Landscape Architecture -Apr- PROFESSIONAL EXPERIENCE Randy Hollingworth has more than 30 years of experience as an urban and landscape designer.His specialty is the design and development of mixed use projects and their integration within the urban fabric.With a comprehensive understanding of the needs and requirements of various land uses,Mr. Hollingworth has prepared development plans for a wide range of project types.He has developed master plans and design guidelines for commercial and retail areas, office parks and residential communities in numerous waterfront locations throughout Florida.In addition to his extensive urban design and planning experience, Mr. Hollingworth has worked on a wide variety of landscape design oriented projects. PROJECT EXPERIENCE Dolphin Park and Ride Station Master Plan,Miami,FL-Landscape Designer.BA is working on the basis-of-design for a design-build package for a park&ride facility in Doral close to the Dolphin Mall.The site is located on approximately 15 acres of publicly-owned land on NW 12th Street,west of the Turnpike and east of NW 122nd Avenue in Miami-Dade County.The Dolphin Park & Ride station will support:MDT's SR-836 Express Bus project,other Express Bus routes,a future commuter EDUCATION Master Landscape rail service,and provide a potential terminus or stop for several local bus routes serving the nearby Architecture in Urban Design, cities of Sweetwater and Doral as well as the Dolphin Mall. BA prepared the architectural and Harvard University, 1984 landscape architectural design for the buildings,including the bus canopy. Cypress Creek Mobility Hub Master Plan, Ft. Lauderdale, FL - BA was part of the HNTB team Bachelor of Landscape that was contracted by SFRTA to identify infrastructure improvements and joint development Architecture,University of opportunities in the Cypress Creek Tri-Rail Station area. This area was identified in Broward's Guelph, 1978 2035 Long Range Transportation plan as a mobility -hub- a transit access point with frequent transit services and high development potential.SFRTA owns a park and ride lot to the west of PROFESSIONAL AFFILIATIONS the Tri-Rail station,which was a focus for potential development opportunities.A project steering Growth Partnership committee consisting of representatives from SFRTA, Broward MPO, Broward County, FDOT, the SmarCity of Ft.Lauderdale,the City of Oakland Park and Envision Uptown was formed to help provide input throughout the study.Local land use regulations and zoning codes were reviewed,existing transit service and characteristics documented and stakeholder interviews were conducted as part of the data collection effort. A local market study and economic analysis was performed to better understand the demands for development,which helped to inform the subsequent site plan concepts.The market analysis was bale to determine the near-term and mid-term demand (by-use) within the larger study areas, which helped to provide a basis for the financial joint development evaluation. Port Tampa Bay Channelside Master Plan,Tampa, FL - Landscape Designer. BA, in conjunction with the Renaissance Planning Group, is preparing a Master Plan of the Tampa Port Authority's Waterfront Properties in the Channelside District that will maximize the land utilization of the Port of Tampa lands in the context of creating an active and commercially successful waterfront in consonance with cruise and other waterborne transportation activities and create value for both the Port and the City overall. North Miami Beach Urban Design and Form-Based Code,FL-Landscape Designer.BA has been contracted by the City of North Miami Beach, to write new zoning regulations that implement the community's vision for five areas as established by an adopted master plan as part of this contract.The new zoning regulations are required to be "Form-Based" and will ensure that new development of previously conventionally zoned lands,will meet the requirements of the City's master plan to be mixed-use, pedestrian-friendly,context-sensitive and multi-modal,in addition to being complementary to the standard form-based overlay code that was established in prior phases of planning;as completed by a previous consultant. East Atlantic Boulevard Streetscape Improvements, Pompano Beach, FL- Project Manager. BA was selected to develop a complete streetscape program for the City's primary gateway to the beach. The primary goal for the redesign was to create a pedestrian-friendly environment that is less dominated by the automobile. BA landscape architects and engineers reduced the number of traffic lanes,substantially increased the sidewalk widths, and incorporated parallel parking along both sides of the street.Shaded by canopy trees and lined with benches,the wider sidewalks encourage pedestrian traffic for retail uses and allow for the introduction of outdoor cafes. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 96 Randy P. Hollingworth Partner, Vice President, Director of Landscape Architecture Arlen House Streetscape, Sunny Isles Beach, FL - Project Manager. Right-of-way improvement project in Sunny Isles Beach, Florida located along the western side of Collins Avenue, south of 158th Street for approximately 550 linear feet of roadway.Scope of improvements included: a 8' wide specialty paver sidewalk with waving bands of concrete pavers, a new six foot tall buffer/retaining wall, decorative stone columns, vehicular gate system for an adjacent private condominium parking area, a bus shelter, landscaping, landscape lighting and a complete upgraded irrigation system. NW 107th Avenue Streetscape,Dora!,FL-Project Manager.Responsible for the landscape design of a two mile section.The plan continued the streetscape theme utilized in other areas of the City, but provided a unique character and design for this newly widened roadway. The assignment included presentations to the City and neighborhood groups bordering the roadway. West Bay Drive Streetscape,Largo,FL-Project Manager.Responsible for the redesign of the primary commercial corridor,West Bay Drive,traversing the downtown Largo area.Mr.Hollingworth was also responsible for the redesign of the roadway layout including parkways, new landscaped medians,lighting,paving,cross walks,entry signage and adjacent off street City owned parking areas. Redevelopment Plan, Clearwater, FL - Project Manager. Responsible for creating an overall Redevelopment Plan for the downtown area including open space, mixed use and a comprehensive traffic plan.Work was conducted through a series of workshops utilizing a visual preference survey which allowed residents to actively participate in the planning process. The plan was approved and adopted and is now being implemented based on various components of the Master Plan. South Creek Neighborhood Landscape Improvements Plan,Coconut Creek,FL-Project Manager. Responsible for planning and design of the streetscape, signage, traffic calming, and general neighborhood landscape improvements. Mr. Hollingworth held neighborhood meetings which played a key role in gathering information about concerns and preferences from the community. The information will be used in the planning and design of the streetscapes, signage, traffic calming and general neighborhood landscape improvements. The City has commissioned a new design for the main roadway bordering South Creek and BA will build on the improvements proposed in that plan to enhance the quality of the gateways into the neighborhood. Tampa Channelside & Streetscape Waterfront District Master Plan and Form-Based Code, Tampa, Florida-Landscape Designer.BA prepared a master plan for Port Tampa Bay to develop 45-acres in a waterfront area called the Channel District to drive the development and ensure consistency with the Master Plan.BA created and calibrated Form-Based Regulation.These mandate the improved street and open space network,permitted architecture and frontage typologies,in addition to the densities and intensities of development,consistent with the existing Channelside District regulations, as adopted by the City of Tampa.These further regulate the public realm within Port Tampa Bay- owned properties to be developed in the future. An intensive public outreach effort assisted in creating the framework for the master plan. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 97 Alfredo C. Sanchez, AIA, AICP, LEED AP Senior Planner PROFESSIONAL EXPERIENCE Mr. Sanchez is a Florida registered architect and AICP certified with more than 45 years of experience in architecture, urban planning,and design.Mr.Sanchez has directed several major planning studies and urban design plans in the South Florida area and worldwide. His project A experience encompasses city-wide master plans, corridor plans, major reconstruction efforts, ( 7111. 0 pedestrian improvements,urban,retail and mixed-use development projects,and seaport master plans,as well as land planning projects,including redevelopment and design of new communities. Apart from his extensive experience, Mr. Sanchez's strength lies in his understanding of project approach and methodology.This solid foundation is complemented byhis abilityto understand pP 9Y p u de stand all aspects of a project,from the initial economic feasibility analysis to the vision of the ultimate - impact of the project's architecture. TRANSPORTATION PLANNING EXPERIENCE Beach Corridor Rapid Transit Project, Miami-Dade County,Florida - As a subconsultant to Parsons BA has carried out urban design analyses, station area plans and station concept design for the Tier 1 Alternatives Analysis, and Tier 2 Alternatives Analysis for the selection of the Locally Preferred EDUCATION Alternatives for the Beach Rapid Transit Corridor. BA has carried out station area urban design Master of Architecture, analyses to fine tune and determine the preferred station locations along the proposed corridors. University of Pennsylvania The work has included the design of stations for the different systems carried from the Tier 1 Analysis: Master of City Planning, Automated People Mover(APM);Monorail;Light Rail Transit(LRT).As part of the analyses BA carried University of Pennsylvania out the Maintenance and Operations Facility (MOF) potential sites location analysis and LEED Certification evaluation. Bachelor of Architecture, University of Florida Baylink Light Rail Connection,Miami,Florida-Project Manager.As a precursor to the Beach Corridor Rapid Transit Project, BA worked on the development of 15 station area designs for the light rail to REGISTRATION serve Miami and Miami Beach.The project included the station design,the analysis of the surrounding Registered Architect, context,the location of the station and an extensive public involvement process. State of Florida, Reg.No.AR0007968 Dolphin Station Park & Ride Master Plan, Miami, Florida - Urban Planner/Designer. BA worked with HNTB as GEC for MDX on a park&ride facility in Doral close to the Dolphin Mall.The site is located American Institute of Certified on approximately 15 acres of publicly-owned land on NW 12th Street,west of the Turnpike and east Planners(AICP) of NW 122nd Avenue in Miami-Dade County.The Dolphin Station Park&Ride supports:SR 836 Express USGBC LEED Accredited Bus service, other Express Bus routes,a potential future commuter rail,and provides a terminus for Professional several local trolley routes serving the nearby cities of Sweetwater and Doral as well as the Dolphin Mall. BA prepared the design criteria package for the architectural and landscape architectural components. PROFESSIONAL AFFILIATIONS Smart Growth Partnership Cypress Creek Mobility Hub Master Plan,Ft. Lauderdale,Florida-Planner.BA was part of the team contracted by SFRTA to identify infrastructure improvements and joint development opportunities AWARDS in the Cypress Creek Tri-Rail Station area. This area was identified in Broward's 2035 Long Range American Institute of Architects Transportation plan as a mobility-hub-a transit access point with frequent transit services and high (Miami Chapter),"Urban development potential.SFRTA owns a park and ride lot to the west of the Tri-Rail station, which Planner of the Year,"2006 was a focus for potential development opportunities. A project steering committee consisting of representatives from SFRTA,Broward MPO,Broward County,FDOT,the City of Ft.Lauderdale,the City of Oakland Park and Envision Uptown was formed to help provide input throughout the study.Local land use regulations and zoning codes were reviewed, existing transit service and characteristics documented and stakeholder interviews were conducted as part of the data collection effort.A local market study and economic analysis was performed to better understand the demands for development,which helped to inform the subsequent site plan concepts.The market analysis was bale to determine the near-term and mid-term demand(by use)within the larger study areas,which helped to provide a basis for the financial joint development evaluation. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 98 Alfredo C. Sanchez, AIA, AICP, LEED AP Senior Planner MDX 2035 Strategic Master Plan,Miami-Dade County,Florida-Project Manager.BA led the strategic planning effort for the Miami-Dade Expressway Authority(MDX)2035 Strategic Master Plan. SR 7 Multimodal Station Area Planning and Design, Broward County, Florida - Project Manager/ Director. BA led the development of the analyses and plans for the design of the State Road 7 Busway North Broward Station planning and design,including analysis of surrounding context area, bus access,proposed residential and office joint use development,and ancillary parking facilities. North Corridor Transit Alternatives, Station Area Planning, Miami-Dade County, Florida - Project Manager. BA created stations/station area development for proposed transit corridor's Draft Environmental Impact Statement (DEIS). Forged consensus-driven conceptual plans for five potential station areas along proposed alignment assessed potential for joint development and outlined strategies for incorporating private development as a catalyst.With this emphasis on joint and associated development, plus incorporating the principles of Livable Communities Initiative and Transit-Oriented Design Development,the project caught the eye of the Federal Transit Agency as a national model of good planning. Hollywood Boulevard Multimodal Center, Hollywood, Florida - Urban Planner/Designer. BA carried out the urban design and general architectural concept for the development of the Hollywood Boulevard Inter-Modal Center.The Tri-Rail Hollywood Boulevard Station has experienced substantial increases in the number of users.With new,long range Tri-Rail plans to double-track the existing single rail line,the number of commuters that will use the rail station is expected to increase substantially. The project occupies a full city block and contains a 1,200-car parking garage, 175 residential units, 5,000 square feet of retail,and 125,000 square feet of office space. Bayside Metromover Pedestrian Promenade, Miami, Florida - Project Manager. BA prepared the Metromover Bayside Pedestrian Promenade Concept Master Plan,a land use/transportation study for pedestrianization and improved pedestrian linkage of the Downtown People Mover transportation system to NE 4th Street in Downtown Miami. Livable Communities Project, FDOT District 6, Miami-Dade County, Florida - Project Manager. BA was responsible for coordination of the design and public involvement of this 3.1-mile corridor study. Broward Transit Bridge SR 7 Multimodal Station Area Planning and Design,Broward County,Florida- Project Manager.BA led the development of the analyses and plans for the design of the State Road 7 Busway North Broward Station planning and design,including analysis of surrounding context area, bus access,proposed residential and office joint use development,and ancillary parking facilities. Fisher Island Ferry Terminal Study,Miami Beach,Florida-Urban Designer.Study of the development of a multi-use passenger and vehicle ferry terminal to serve traffic from Miami Beach to Fisher Island. The project addressed providing for multi-modal transportation access to the terminal,the inclusion of parking facilities for island employees and visitors,the inclusion of mixed use and the design of the berthing areas in relationship to the overall site plan. CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 99 2.2 Qualifications of Proposer Team (Contd.) ALFREDO C. SANCHEZ HAS QUAUFIED AS A MEMBER AMERICAN INSTITUTE OF CERTIFIED PLANNERS JULY 1994 tMtE Of Mt etirsKr PRESIDENT 144-A144' • MCL NE RECTOR ton IhN:iiiin_Governor Ilnlw•\'flwhran� n r, � `� dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHI LCTTURL k IN TERIOR DESIGN THL AIt011111_01 1 11 RI IN 141101 NSW UNDER THE PROVISIONS 01 01 lAP l I It 4131.I I ORI I)A SI Al IJTES s . SANCHEZ.ALFREDO CAR" 4L+OO AL I ON RD MIAMI III ACI I I L 39140 LIC! I NIIMRLR AR(00968 I EXPIRATION UA I I It.IIIWARV 128.ROR3 Always verify lieensey cm1,,,,.,,Myl loridaLieense eora PkriN 1771Do not alter this document in any for F m_ El' rw This is your license.It is unlawful for anyone other than I he heensee to use this document CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 100 2.2 Qualifications of Proposer Team (Contd.) U.S Green Building Council I Alfredo C. Sanchez LEED ACCREDITED PROFESSIONAL II' i I'MOS:STRATING THE KNOWLUDGEOP CREEK BUILDING PRACTICE-: REQl!RFD FOR SCCCESSF@L 1 MP1.k AtENTATIOA OF THE I.F..AD:RSHjP I\F:NF.RCY CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 101 tC Jeffrey F. Boothe Strategic Transit Planning Boothe Transit Consulting (BTC) is led by President Jeff Boothe with forty A. Work Experience years providing strategic advisory services in the public transit industry. He is a recognized leader in the public transit industry serving as the Chair of Senator Mark O. Hatfield- the Capital Investment Grants Working Group ("Working Group ") since 10 years 1995; and, serving on the American Public Transportation Association Holland&Knight- 15 (APTA) Legislative and Policy, Planning and Program Development years Committees. Other Law Firms: 13 years As Chair of the Capital Investment Grants Working Group, he has had a greater impact on the current Capital Investment Grants ("CIG") project B. Boothe Transit approval process than any person not currently working at FTA or on Consulting:7 years Capitol Hill. He combines deep knowledge of public transit; decades C. Education shaping federal laws, regulations and guidance that govern public transit; BA, Political Science, counseling clients on federal compliance issues. He advises both cities and Stanford University, 1977 transit agencies seeking to secure approval from the Federal Transit JD, George Mason Administration (FTA) and funding from the Capital Investment Grants (CIG) university, 1987 project approval process; and, a proven record of providing guidance to D. Other Relevant clients that successfully secured federal funding for capital projects with Experience and more than a dozen projects currently in revenue service and multiple Qualifications projects currently advancing through the CIG project approval process. Chair, Capital Investment With the passage of the Infrastructure Investment and Jobs Act (IIJA), Grants Working Group, 1995-present which provides an unprecedented increase in funding and a plethora of new Board Member,American formula and discretionary grant programs, he is advising clients on aligning Public Transportation project priorities with the new programs and assisting in the drafting of grant Association,2012-2015 applications. Member, Rail-Volution Steering Committee, PROJECT EXPERIENCE 2002-2020 Northwest Corridor Bus Rapid Transit: The city of Columbus ("City") and the Central Ohio Transit Authority ("COTA") are jointly advancing a proposed Bus Rapid Transit ("BRT") connecting the city of Columbus to Dublin, Ohio. The City is leading the initial phase of the project with COTA serving as a co-lead. Currently engaged by COTA to develop a Memorandum of Understanding ("MOU") and an Interlocal Agreement ("ILA") that will be carried forward into the Project Management Plan (PMP"). He recently led a discussion between COTA, the City and other local stakeholders regarding key issues for the FTA as the project progresses through the CIG project approval process. He provided ILAs from peer organizations with similar projects and provided lessons learned from comparable projects towards the goal of drafting the ILA. Contact:Kim Sharp, Central Ohio Transit Authority, sharpk@cota.com, (928) 707-1206; 2021-present Jacksonville Transportation Authority Bus Rapid Transit: Provided CIG advisory services to the Jacksonville Transportation Authority (JTA) as the East and Southwest Corridor Bus Rapid Transit (BRT) projects advanced through the Small Starts evaluation and rating process prior to securing a CIG grant agreement for both projects. Ivan Rodriguez-Seda, CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 102 t Jeffrey F. Boothe Strategic Transit Planning Chief of Staff, Jacksonville Transportation Authority, irodriguez@jtafla.com; 2012-present San Antonio Advanced Rapid Transit: Serving as a strategic advisor to the City of San Antonio ("City") for the Advanced Rapid Transit ("ART") project which is currently in Project Development. Advising the City as the city and Via Metropolitan Transit ("Via") develop an Interlocal Government Agreement that will addresses issues such as roles and responsibilities, utility relocation, corridor improvements, station locations and financial responsibility for the capital costs, cost overruns, operations and ongoing maintenance. Tomika Monterville, Director of Transportation, City of San Antonio, Tomika.monterville(c�sanantonio.gov, (210) 207-7785, 2021- present Charlotte Area Transit System (CATS) - Blue Line LRT and Blue Line LRT Extension: Jeff represented CATS through the Capital Investment Grants program approval process to secure $778 million in New Starts grants and Federal Transit Administration (FTA) approvals, as well as serving as outside legal counsel for the Full Funding Grant Agreements (FFGAs) for both projects when he was practicing law. Dana Fenton, Intergovernmental Relations Manager, City of Charlotte, dfenton@ci.charlotte.nc.us, (704) 408-7393; 2008-present Beach Corridor Transit Options (Miami Beach, FL): Engaged by the city of Miami Beach ("City")to advise on two separate projects. The first was an unsolicited proposal from Alstom to construct a streetcar within the City. Jeff advised the City on compliance with the National Environmental Policy Act (NEPA) to ensure that the proposed project was a "minimum operable segment" and to ensure that the project would not preclude a connection with the city of Miami across Biscayne Bay. The second engagement detailed advising the Mayor of Miami Beach and Miami Beach City Council to develop a framework to evaluate several proposed transit options to span Biscayne Bay and connect the cities of Miami and Miami Beach as part of the Strategic Miami Area Rapid Transit (SMART) Plan. Miami-Dade Transit (MDT) studied several alternatives including Bus Rapid Transit, Light Rail/Streetcar, Monorail and Automated People Mover options to connect the two cities. Reviewed the materials for each of the proposed alternatives, developed a matrix to compare the various project options and prepared a report to guide the Mayor and City Council in the decision-making process. Jose Gonzales, City of Miami Beach, josegonzales(d mimibeachfl.gov, (786) 295-6863, 2016-2021 CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 103 fa' AV CAMBRIDGE SYSTEMATICS 4 , Peter Haliburton, CEng Principal Mr. Haliburton has led numerous transit and multimodal transportation planning and engineering studies over the past 25 years for a variety of public and private clients around the country. His experience includes all aspects of work, including technical analysis, project management, team coordination, and public outreach. Relevant Experience Florida DOT District 4 Districtwide Transit Corridor Project Support. Mr. Haliburton currently is serving as consultant Project Manager for a district-wide transit planning support contract with Florida Department of Transportation (DOT) District 4, focused on transit program enhancements and project development along a number or corridors. Mr. Haliburton has supported the District on their transit planning and development program for over 10 years, including leading the District Integrated Transit and Traffic Operations (DITTO) Broward working group since 2013, developing transit ITS elements to facilitate transit signal priority, transit-only signals and queue jump lanes. Under this contract, Mr. Haliburton has developed template scopes of work, including ranges of staff hour estimates to support various levels of transit corridor feasibility study, led either by the Department or by a partner agency. He led a study on short-term improvement opportunities for transit services along Sample Road in northern Broward County, building on a framework developed by the District for multimodal corridor studies of this type. Miami SMART Plan Beach Corridor. For the Miami-Dade County DOT and Public Works, Mr. Haliburton managed the Cambridge Systematics (CS) role in conducting an Environmental Impact Statement for a premium transit connection between downtown Miami and the Miami Beach Convention Center, and the Design District north of downtown. Work included a technology comparison assessment, rail service planning, travel demand modeling and operating cost estimates. Mr. Haliburton also supported transit planning analysis for the Bus Express Rapid Transit(BERT) network of eight routes across the County, including a market analysis, bus service planning, ridership estimates, operating and maintenance cost estimates, a concept of operations for a shoulder-running freeway segment and a terminal operations assessment. Florida DOT District 4 Transportation Planning and Corridor Studies. Since 1996, Mr. Haliburton has supported the District Planning and Environmental Management Office managing Planning and Environmental Management (PLEMO) studies and Project Traffic tasks throughout all five counties. He recently completed a congestion study for Broward County using travel speed data and is currently completing a similar assessment for Palm Beach County. He has also reviewed project documents, including Design Traffic, Interchange Justification Reports (IJR), Interchange Operational Analysis Reports (IOAR), etc. Mr. Haliburton served as Project Manager for several Districtwide contracts for Florida DOT District 4 that included tasks to identify and prioritize safety and mobility enhancement ter` on Strategic Intermodal System (SIS) connectors, and to calculate travel time values and user �_� projects 9� y costs for automobile, truck and transit travelers. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 104 Chattanooga Passenger Rail Feasibility Study. Mr. Haliburton served as Project Manager for this study to examine restoring passenger rail to this historically railroad-oriented town. A number of alternatives were developed to link existing and developing activity centers in the region following underutilized rail rights-of-way, and were evaluated based on approximately a dozen evaluation measures that correlate with project goals and objectives. The plan recommended a program of station area land use enhancements and infrastructure investments, non-motorized routes and trails, and connecting transit enhancements to support the ridership levels required to justify a rail transit investment in the study corridor. SFRTA Transit Asset Management Plan. Mr. Haliburton supported the South Florida Regional Transportation Authority (SFRTA) in the development of its Transit Asset Management Plan. The first phase of the project developed a transit asset management policy and a baseline condition assessment of the agency's assets in four categories, and established data gaps, while the second phase developed a comprehensive management system for prioritizing needs, forecasting funding, and implementing improvements to achieve a state of good repair. Mr. Haliburton previously worked with the agency on several transit planning, parking, and funding projects. VIA 2040 Long-Range Comprehensive Transportation Plan. Mr. Haliburton served as Project Manager for the development this long-range transit system plan which provides comprehensive guidance to all departments in the agency on detailed operations planning, performance management, transit-oriented development and station-area planning, facilities and maintenance needs, and funding and financing. The Plan provides the agency with project implementation priorities and guidance, as well as flexibility to address changing conditions for the San Antonio region. He served as Principal on four corridor alternatives studies identified in the long range plan. Nashville Area MPO Transit Planning Support. For the Nashville Metropolitan Planning Organization (MPO), Mr. Haliburton served as Project Principal for a three-year general support contract supporting the MPO in development of their long range regional transportation plan update. Tasks included transit planning and research, development of a Transit Competitiveness Index tool to support transit project prioritization and service planning in the region, and system preservation funding analysis. South Florida Regional Transportation Authority General Planning Consultant. Mr. Haliburton led projects to develop a transit asset management plan, evaluate funding needs and opportunities and develop ridership-based parking projections for 20 stations. Education M.S., Transportation Engineering, University of Natal, South Africa, 1993 B.S., Civil Engineering, University of Natal, South Africa, 1991 Professional Affiliations Chartered Engineer (Engineering Council UK) Institute of Civil Engineers, Member Institute of Transportation Engineers, USA, Associate Member CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 105 CAMBRIDGE SYSTEMATICS Karen Kiselewski, AICP Analyst Sr. II (Principal) Karen Kiselewski, AICP, is an Analyst Sr. II (Principal) and Resilience Practice Lead at Cambridge Systematics, Inc. (CS) with 20 years of experience in multimodal transportation planning, policy and program development, such as integrating land use and transportation, resiliency and sustainability planning, and collaboration and consensus-building. Karen currently is providing support to the Florida Department of Transportation (DOT) for the implementation of its resiliency policy, development of a resilience improvement plan, and enhancement of transportation resiliency through the Department's business practices. She has worked with over six State DOTs and numerous metropolitan planning organizations (MPO), transportation agencies, and local governments on the development of resiliency policies, plans, and implementation strategies. Relevant Experience Georgia DOT Statewide Transportation Plan. For the Georgia DOT, CS completed a project to develop the long-range statewide plan. To address resiliency in the plan, CS prepared existing condition assessments of the State's major transportation facilities (all modes) regarding multiple potential stressors and disruptions, such as storm surge, winter storm events, flooding, wildfires, and human-caused security events. A risk assessment, factoring in event likelihood and possible costs, was prepared to provide guidance on infrastructure and stressors/disruptions to prioritize for future evaluation. Karen served as a Senior Advisor to technical staff preparing the assessments. NC MOVES—North Carolina Long-Range Plan. For the statewide long-range plan, the North Carolina DOT prepared a series of white papers describing drivers and opportunities for the future. CS prepared a paper titled Emergency Management, Security and Resilience. Karen served as a strategic advisor on content and areas to consider. Subsequently, CS as part of a team, will assist the North Carolina DOT in efforts to develop a statewide Risk and Resiliency initiative. Resiliency and Redundancy Assessment on Florida's Turnpike Enterprise Facilities. This project provided input to the Florida Turnpike Enterprise's 2050 visioning exercise regarding natural and humanmade hazards, and network risks and vulnerabilities. CS first prepared a white paper about potential risks from a variety of events including flooding, wildfires, and heat; evaluated alternate routing options and delay; prioritized assets for enhancements; and recommended approaches to provide a more resilient network. For Phase Two, CS prepared a toolbox of strategies to mitigate identified vulnerabilities for consideration as part of project development. A subset of low-capital operational actions were identified for immediate consideration. Strategies and planning-level costs were identified for programmed projects and facilities determined to be the most vulnerable. Karen served as Project Manager. Florida DOT Resiliency Policy Implementation. For the Florida DOT Office of Policy Planning, CS is providing on-call support towards implementation of the Department's resiliency policy. Work includes % reviewing and providing coordination on resilience research sponsored and monitored by Florida DOT; information sharing and presentations for partner agencies and organizations; support of statewide and f�y CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 106 management resilience working groups; development and implementation of a capability maturity (resiliency integration) assessment; and an implementation plan with actions across all functional areas of the Florida DOT. Karen serves as CS Project Manager. Florida DOT M-CORES. For the Florida DOT Multimodal Corridors of Rural Economic Significance (M- CORES) project, Karen served as Lead Facilitator and Task Force Liaison for the Southwest Central Florida Corridor. The Task Force consisted of 47 members of agency and elected officials from nine counties tasked with developing recommendations on how a potential multimodal, multiuse corridor could be planned and implemented. Karen helped develop Task Force Work and Engagement Plans and assisted in the development of the final report to the Governor and legislature. Ulster County Transportation Council Critical Transportation Infrastructure Vulnerability Assessment. The Ulster County Transportation Council is the MPO for the Kingston, NY region. Working collaboratively to determine asset criticality and vulnerability, CS, as part of a team, is conducting a vulnerability assessment designed to define resiliency priorities across the County. CS is evaluating a spectrum of hazard risks across numerous assets and will prioritize natural and human caused hazards. The assessment (using the Vulnerability Assessment Scoring Tool) will identify transportation resiliency strategies and projects to address multiple agency objectives and prioritize a subset of projects for recommendations that address a broad range of issues. Data and findings will be curated into an interactive ArcGIS Hub Site for all planning partners. Karen serves as Strategic Advisor for the project. Resilient Tampa Bay: Transportation. The Hillsborough Transportation Planning Organization, in collaboration with the Pinellas MPO, Pasco MPO, Tampa Bay Regional Planning Council, and Florida DOT District 7, was awarded a Federal Highway Administration (FHWA) Resilience and Durability to Extreme Weather grant. This project performed a three-county vulnerability assessment, evaluated the economic effects associated with potential compromise of critical facilities, created a toolbox of adaptation and mitigation strategies, and provided detailed analyses and costs for representative projects and planning level per-unit costs. Karen served as Project Manager leading a multidisciplinary team. Florida DOT District 4 Treasure Coast Airport Connector Travel Demand Assessment.St. Lucie County and Florida DOT District Four performed a feasibility study to evaluate the implications of extending St. Lucie Boulevard (CR-608) to connect with 1-95, also called the Treasure Coast Airport Connector. The study evaluated the effectiveness of a St. Lucie Boulevard extension using several network scenarios. The study assessed impacts and benefits based on the development and evaluation of alternative scenarios,considered regional connectivity and traffic operations, multimodal transportation, and freight and logistics-oriented economic development. Karen served as Project Manager. Florida DOT Future Corridor Planning Process, East Central Florida Task Force. Karen supported the Department's pilot Future Corridor Evaluation Study, covering Orange, Osceola, and Brevard Counties. She staffed and facilitated workshops and public meetings and assisted with the development of briefing materials for the Task Force. She served in a similar role with the 1-75 Relief Task Force. Florida Turnpike Enterprise ESA Planning Concept Study. Per Florida Statutes, Florida's Turnpike Enterprise may plan, design, and construct staging areas to be activated during a declared state of emergency at key geographic locations on the Turnpike System. Such staging areas are to be used for the staging of emergency supplies to facilitate the prompt provision of emergency assistance to the public and to facilitate emergency response and assistance, including evacuations, deployment of emergency- related supplies and personnel, and restoration of essential services. The purpose of the concept study is to identify staging area requirements, potential locations for staging areas, and support the development of concept plans and costs for potential emergency staging areas (ESA). Karen serves as CS Project Manager for the study. CITY OF MIAMI BEACH ISOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 107 2.2 Qualifications of Proposer Team (Contd.) The American Institute of Certified Planners The Professional Institute of the American Planning Association hereby qualifies Karen A. Kiselewski as a member with all the benefits of a Certified Planner and responsibility to the AICP Code of Ethics and Professional Conduct. Certified Planner Number:019557 January 19,2005 PRESIDENT EXECUTIVE DIRECTOR CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 108 CAMBRIDGE SYSTEMATICS David Baumgartner, P.E. Senior Associate Mr. Baumgartner is a Senior Associate of Cambridge Systematics (CS) with more than nine years of experience in transit planning, transportation funding and finance, and asset management. He has worked on a wide variety of these projects, including studies at the national, state, regional, county, and corridor levels. Relevant Experience 411, Valley Metro Transit Asset Management Consulting Services. For Valley Metro Rail, Inc. (VMR) and the Regional Public Transportation Authority (RPTA), referred to jointly as"Valley Metro" (AZ), CS, as part of a team, is reviewing current internal Transit Asset Management processes in order to recommend improvements and enhancements to their asset management practices that will result in a Federally- compliant TAM program. The goal of the effort is to improve best practices, realize life-cycle cost savings, and implement data supported decision making processes. As part of this project, CS conducted a 20 year capital and operating needs assessment. Mr. Baumgartner's role was to develop 20-year funding forecasts for alternative scenarios based on historical and expected revenue levels for VMR and RPTA. Northeast Corridor Commission—FY 17, FY18, FY20, and FY21 Cost Allocation Support. For several model year cycles, CS has supported NECC staff in the implementation of a process for allocating costs of operating the Northeast Corridor among rail operators using the corridor. CS is conducting several activities, including review and processing of operators' cost data, creating an operating cost database for non-Amtrak operating costs, analyzing data, preparing reports with cost allocation model results, performing quality assurance and control, and other activities upon request of the NECC staff. Mr. Baumgartner has served as PM for three of these annual efforts. Denver RTD O&M Model. For the Denver Regional Transportation District(RTD), Cambridge Systematics, as part of a team, created a new operations and maintenance (O&M) cost model for the agency. The model will support the costing of service changes, and allow for testing of scenarios for future planning. It allows the user to quantify the impacts of changes in service levels, speed, peak-to- base ratio, staffing levels, and vehicle technology. The model covers all five modes provided by the agency: bus, light rail, commuter rail, Access-a-Ride, and FlexRide. Mr. Baumgartner served as project manager for this effort. FTA Financial Capacity Assessments. For the Federal Transit Administration (FTA), CS is part of a team that is conducting financial oversight of New Starts transit projects and providing support in the preparation of Financial Capacity Assessments (FCA) for projects requesting FTA Section 5309 New Starts and Small Starts funding. The financial oversight activities include financial assessments (FA) for approval to enter into engineering or for request of a full-funding grant agreement. Mr. Baumgartner is developing FCAs or FAs for three active Section 5309 grant applications. R ri CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 109 TCRP Project J-11,Task 14—Assessment of Alternative Local and Regional Funding Mechanisms. For the Transit Cooperative Research Program (TCRP), Mr. Baumgartner developed a resource that will enable transit systems to evaluate alternative local and regional funding mechanisms; provide guidance for transit systems seeking to add new or increase existing sources of revenue to support improved public transportation; and assist transit systems to develop a balanced portfolio of funding. This project included evaluating the impacts of the recent economic recession on funding mechanisms used by transit agencies; evaluating the stability and adequacy of funding sources; and exploring what strategies transit agencies have used to approve new revenue sources. Metra Strategic Capital Planning Consulting Services - Cost Benefit Study. For Metra (IL), Cambridge Systematics, as part of a team, developed a comparative cost-benefit analysis of over 30 potential system expansion and improvement projects, ranging from line extensions, to additional trackage, to station and parking lot improvements. Mr. Baumgartner's role included developing a service line-specific operating and maintenance cost model using historical financial data, service statistics, and assigning cost drivers. Using the model, he estimated operating and maintenance costs for each of the system expansion and improvement projects. He also assessed potential funding options for individual projects. Virginia DRPT True Cost of Rail Study. For Virginia Department of Rail and Public Transportation (DRPT), CS is building a Planning Level Rail Cost Estimating Tool, similar to what VDOT uses for highway planning level cost estimates. This will help to determine the"true cost of rail"and provide a comparable planning tool for capital investments. The approach includes a review of actual expenditures from rail projects in Virginia and peer states. Costs are summarized at a component level and will include adjustments for highly-variable commodity prices. The result is a flexible tool that VDRPT can use to create planning-level cost estimates for rail construction projects. Mr. Baumgartner's role is to develop the approach and create methods for summarizing across project types. St. Paul Foundation/Itasca Project—Transit Return on Investment Study. For the St. Paul Foundation, CS conducted a return on investment analysis of transit in the Twin Cities region of Minnesota. Mr. Baumgartner studied economic benefits including travel efficiencies, environmental, safety, and state-of-good-repair benefits, among others. Broader economic development benefits arising from improved accessibility were also considered. A goal of the project was to better understand return on investment from transit in the Twin Cities region and build a more informed case for transit revenue. New Hampshire DOT Capitol Corridor Rail and Transit Alternatives Analysis. CS was part of a team that analyzed alternatives to serve a corridor extending from Lowell, Massachusetts, to Nashua, Manchester, and Concord, New Hampshire. The goal was to serve commuter markets in this corridor, including trips destined for the Boston Central Business District (CBD). Jointly funded by grants from the FTA and FRA, the study considered a range of alternatives, including bus, commuter rail, and intercity rail. The outcome of the study was a document that can be used by local stakeholders to decide which alternative should be pursued. Mr. Baumgartner's role included identifying funding sources and conducting economic impact analysis for this study. Amtrak NEC Support—Special Study in Support of Cost Allocation Committee—ROW Costs. For Amtrak, Mr. Baumgartner assessed a cost allocation formula to determine the cost drivers for right-of-way (ROW) operating and capital costs along the NEC. This includes a review of the literature and best practices around the world; identification of key cost drivers; review of technical standards, maintenance processes, and NEC data; and recommendations for an improved cost allocation scheme. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 110 2.2 Qualifications of Proposer Team (Contd.) State of New Hampshire Board of Professional Engineers Authorized as Engineer Issued To DAVID S BAUMGARTNER License Number:14579 Issue Date:11/10/2014 Active Esoiration Date:10/31/2024 Your ACTIVE PE renewal fee has been received... Your ACTIVE PE renewal fee has been received.Your pocket West Virginia State Board of Registration card indicating you are entitled to practice engineering for Professional Engineers in West Virginia until the noted expiration date may be detached and used unless invalidated as a result of Board 300 Capitol Street,Suite 910 audit of your renewal form orformal disciplinary action. Charleston,West Virginia 25301 304-558-3554 Phone IMPORTANT REMINDERS: 800-324-6170 Toll Flee 1.Please include your WV ACTIVE PE license number www.wvpebd.org on any correspondence to this office. 2.To use this license as a pocket card,please cut along the dotted line and laminate if desired. THIS IS ONE FORM OF YOUR RENEWAL RECEIPT 3.You are required to immediately notify the Board, PLEASE SAVE THIS FOR YOUR RECORDS in writing,of the following:loss or theft of license or seal,any name change,any address change, Date of Renewal.December 9,20u or any employment change. Amount Paid,E63.00 West Virginia State Board of Registration fik} for Professional Engineers mis . / DAVID SCOTT BAUMGAR 1Nut '"' WV PE r021875 one m.iht alsore named PROMS101101 ENGINEER Ns me TIN ripultemann of the i.n.4 dulregnMed.nd isaed aw«waei..amt In 1.541e of West VV. DAVID SCOTT BAUMGARTNER 58 EAST ALBION STREET MEDFORD,MA 02155 CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 111 ELAND Engineering Excellence 4110 Stephen Shreve, PE, IMSA II Senior Signal Engineer Mr. Shreve serves as a Senior Traffic Signal Engineer for Eland Engineering. He brings 24 years of in-depth knowledge and hands-on experience of signal system management, traffic operations and active arterial management. He currently serves as the Senior Traffic Signal Engineer for Design Services of Adaptive Traffic Control Systems, Broward County Solicitation No. PNC2121680P1, which include the ATCS design for various segments along Broward Boulevard, University Drive, Miramar Parkway, SR-7 and Sunrise Boulevard. He has retimed over 3000 traffic signals throughout his professional career. His experience includes 13 years Firm: with Public Maintenance Agencies in managing day-to-day operation of traffic signals, Eland Engineering Transportation Management Center (TMC) operations, Intelligent Transportation Systems (ITS) deployments, Transportation System Management & Operations (TSM&O) Program Years of Experience: Management, Incident Management, interagency coordination, citizen requests, traffic signal 24 studies, and consultant coordination. Steve commands expert level of knowledge of ATMS. now, Synchro, SimTraffic, Tru-Traffic, signal controllers, adaptive traffic signal control, signal priority and preemption systems. Education: Relevant Experience: MS in Civil Engineering, 1998, University of Design Services of Adaptive Traffic Control Systems, Broward County, FL - Role: Senior Tennessee Traffic Signal Engineer. Steve has worked as the Senior Traffic Signal Engineer leading the ATCS detection channel assignment tasks. The scope of this project consists of the ATCS BS in Civil Engineering, design for various segments along Broward Boulevard, University Drive, Miramar Parkway, SR- 1996, University of 7 and Sunrise Boulevard. The project includes the ATCS design for 66 intersections. 1/2022 — Pittsburgh Current. SR-A1A ATCS/ATMS Deployment, FDOT D4, Broward County, FL - Role: Senior Traffic Registration: Signal Engineer. Senior Traffic Signal Engineer for the project. The scope of this project Professional Engineer consists of installing fiber optic cable throughout the 7.3-mile project limits as well as ATCS, Florida No. 62862 CCTV, MVDS, Wireless Access Points, Bluetooth, ADMS, Trailblazer DMS and Automated Traffic Signal Performance Measure (ATSPM) /Signal Analytics components. The project Certifications: includes the deployment of ATCS along SR-A1A/SE 17th Street between US-1 and Holiday IMSA Signal Tech II, Drive, and along Sunrise Blvd from SR-A1A to US-1 for a total of 24 intersections 2/2020 — Cert. # BE 119309 Current. Broward Blvd ATCS Design, FIN#446094-1-52-02, FDOT D4, Broward County, FL - Role: FDOT Intermediate Senior Traffic Signal Engineer. Senior Traffic Signal Engineer for the project. The scope of this Maintenance of Traffic, project includes the deployment of ATCS along Broward Blvd from SR-7 to SW 24th Avenue for Cert. #28924 a total of 7 intersections. 5/2020—Current. Miami-Dade County Advanced Traffic Management System (ATMS) Contract No. RFP- 01058, Miami-Dade, FL - Role: Senior Signal Engineer. The scope is to upgrade the existing county-wide ATMS system and its associated 2900 traffic signal controllers and actuated intersections. Mr. Shreve currently leads the tasks in the ATMS and Traffic Signal Controller Migration. Tasks include the conversion of existing signal timing databases of 170 type controllers to the format specific for the new 2070 type local controller software, populating new ATMS database such as field equipment characteristics, sign and camera locations, controller timing and configuration data, ensuring proper clearance intervals that complies with MUTCD and FDOT Traffic Engineering Manual requirements and safe signal operations, performing the operation tests of each asset migrated with clients, and sign and seal the updated intersection signal timing documentation for each intersection. 9/2021 -current CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 112 Engineering Excellence Fiber Optic Communication Cable for Various Locations in Palm Beach County Engineering Department, Palm Beach Palm Beach County, FDOT D4, Palm Beach County, FL - County, FL (6/2003 — 7/2016) - Role: Signal Systems Role: Signal Engineer. The scope of this project consists of Operations Engineer. installing fiber optic cable to connect 33 traffic signals. Also, Signal & System Timing Operations - Manage a team of traffic three local hub sites and six CCTVs will be installed. These engineers and engineering technicians responsible for design intersections, CCTVs and hub sites will be connected to TMC and implementation of traffic signal & system timing plans for via fiber optic network. 6/2017—1112020. 1100 plus traffic signals; implement signal timing and retiming SR-5/US-1 Federal Hwy from CR-A1A to Beach Road, FDOT projects for isolated and coordinated signal system networks; D4, Palm Beach County, FL - Role: ITS Engineer. The project interact with the traffic operations staff concerning operation of consists of installing fiber optic cable along 3 distinct corridors: signals, construction, striping and signing projects; handle SR 811/ALT A1A from SR 706/Indiantown Rd to US 1, US 1 citizen requests and provide inter-agency coordination. Review from Beach Rd to SR 706/Indiantown Rd, and SR 706 from US signalization plans for conformance with local, state, and 1 to A1A; Install CCTV cameras, Bluetooth travel time system federal guidelines. Schedule signal warrant studies & safety devices, and MVDS devices to provide coverage of all 3 studies - evaluate results and recommend measures for corridors. 10/2019—12/2021. enhanced safety and traffic flow Traffic Signal Retiming Continuing Service, FDOT D4, ITS Communications System Management — Project lead for Broward and Palm Beach Counties, FL - Role: In- House design and installation of the ITS communications system to Signal Engineer. In-House Signal Engineer at Palm Beach support the TMC and ATMS deployments in the County, which County (08/2018 — current) and Broward County (7/2016 included 500 plus miles of fiber optic communications system 08/2018), responsibilities include reporting monthly connecting traffic signals, CCTVs, and video detection systems. performance results in the areas of delay savings,fuel savings, Traffic Management Center (TMC) Operations Supervised emissions reduction, number of signal timing changes, event day to day functioning of the FDOT — Palm Beach County information, and other information requested by the combined regional TMC; monitor central traffic control activities Department to the Arterial Management Program Operations including traffic surveillance, accident/incident verification, and staff. Other duties include to prioritize and submit for the provide detour planning and implementation; monitor traffic Department, Broward County and Palm Beach County signal operation of 800 plus signals online with ATMS.now approval the candidate locations/segments for dynamic signal system, 130 plus CCTVs, and 36 BlueTOADs; manage funding retiming plans and other types of retiming plans, collect and maintenance contracts. existing physical data for SYNCHRO base model and condition diagrams, develop design turning movement counts, code Signal Design & Construction - Responsible for design and SYNCHRO simulation of existing conditions, develop timing installation of traffic signals in the county; review signal design improvement recommendations, develop signal timing plans plans, consultant studies, signal phasing modifications, and and program into ATMS.now central signal system software for field inspections. implementation, develop performance thresholds to activate Adaptive Traffic Control System (ATCS): Project Lead on a and deactivate signal timing plans,fine tune timing plans in the FDOT Design-Build project for the deployment of In-Sync field, communicate and coordinate with local maintaining ACTS for 11 traffic signals in over 1.5 miles in West Palm agencies, local law enforcements, cities and other beach downtown and 14 traffic signals on Northlake stakeholders for planned or unplanned special events, coordinate with railroad agencies and emergency responding Transportation System Management& Operation (TSM&O) departments for transit signal priority and emergency vehicle Program, FDOT D4, Palm Beach County, FL - Role: Signal and rail signal preemption systems.07/2016—02/2021 System Engineer. Signal System Engineer involved with FDOT Districtwide TSM&O Traffic Signal Retiming Continuing D4 TSM&O project included implementing active arterial management strategies for a core area in Palm Beach County Services, FDOT D5 - Role: Senior Traffic Signal Engineer. for 76 traffic signals over 33 project miles; collect Travel-Time Senior Traffic Signal Engineer responsible for traffic signal and Speed data in real-time to identify problems in traffic flow warrant studies, intersection analysis, arterial corridor analysis, utilizing an array of tools such as Bluetooth travel-time systems, traffic signal retiming, signal inspection, signal retiming field CCTVs, Waze Traffic, INRIX, etc., and implement appropriate implementation, travel time and delay studies. 08/2017 — signal timing strategies to recover capacity loss due to 07/2022 accidents, congestion or lane blockages; incorporated a process to estimate benefit/ cost from active arterial management practices. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 113 2.2 Qualifications of Proposer Team (Contd.) • THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION dbprHOME CONTACT c• MYACCt.1AI ONLINE SERVICES LICENSEE DETAILS 10.4624PM12/20/2022 Licensee Information Apply for a License Name SHREVE.STEPHEN D IPrenary Name) Verify a Licensee Main Address: 26 WIMBLEDON LAKE DR PLANTATION Florida 33324 View Food&Lodging Inspections County BROWARD File a Complaint Continuing Education Course License Information Search License Type' Professional Engineer View Application Status Rank. Prof Engineer License Number 62862 Find Exam Information Status' Current.Active Unlicensed ActMty Search Licensure Date- 05/31/2005 ABET Delinquent Invoice a ActivityExpires 0 212 812 0 2 3 List Search Special Qualifications Qualification Effective Clvll 0 513112 0 0 5 Alternate Names View Related License Information View License Complac • • 1.1 Stephen Shreve is hereby certified as a Traffic Signal Field Technician Level II by completing all requirements and examination for certification on 12/1/2020 Valid thru 12/1/2023 Certification t#BE 119309 a0 'n,oq .2.oL r CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 114 ' Engineering Excellence Bo Qian, PE, IMSA III . _ Principal Engineer Mr. Qian is the principal and founder of Eland Engineering. He has 26 years of experience in • project management, engineering, planning, design, construction, and maintenance in Intelligent Transportation Systems (ITS) and traffic signal systems as part of Transportation System management&Operations(TSM&O) Program. Relevant Experience: Firm: Eland Engineering Design Services of Adaptive Traffic Control Systems, Broward County, FL - Role: Principal in Charge and QA/QC Manager. The scope of this project consists of the ATCS design for various segments along Broward Boulevard, University Drive, Miramar Parkway, SR- Years of Experience: 7 and Sunrise Boulevard. The project includes the ATCS design for 66 intersections. 1/2022 — 25 Current. Miami-Dade County Advanced Traffic Management System (ATMS) Contract No. RFP- Education: 01058, Miami-Dade, FL - Role: Principal in Charge and QA/QC Manager. The scope is to M.S. Computer Science upgrade the existing county-wide ATMS system and its associated 2900 traffic signal Florida Atlantic University, 2003 controllers and actuated intersections. Tasks include the conversion of existing signal timing databases of 170 type controllers to the format specific for the new 2070 type local controller M.S. Civil Engineering software, populating new ATMS database such as field equipment characteristics, sign and University of Connecticut, 1995 camera locations, controller timing and configuration data, ensuring proper clearance intervals B.S. Civil Engineering that complies with MUTCD and FDOT Traffic Engineering Manual requirements and safe signal Southeast University, 1992 operations, performing the operation tests of each asset migrated with clients, and sign and seal the updated intersection signal timing documentation for each intersection. 9/2021 -current Registration: Traffic Signal Retiming Continuing Services, FDOT D4, Broward and Palm Beach Counties, FL - Role: Principal in Charge and QA/QC Manager. Principal in Charge and QA/QC Professional Engineer Manager responsible for ensuring project schedules, staffing and deliverables are thoroughly Florida No. 66018 review per the project QA/QC plans, and ensuring proper staffing and resources are allocated to this project. The scope of this contract is to provide D4 with Active Arterial Management Certifications: (AAM) services and four in-house retiming engineers to perform signal retiming and implement FDOT Advanced AAM strategies for the state highway system (SHS) from the RTMCs in Broward and Palm Maintenance of Traffic, Beach Counties.02/2016—02/2021. Cert. #45599 SR-A1A ATMS DEPLOYMENT, FDOT D4, Broward County, FL - Role: Principal in Charge. Principal in Charge for the project. The scope of this project consists of installing fiber optic cable throughout the 7.3-mile project limits as well as CCTV, MVDS, Wireless Access Points, IMSA Signal Tech II, Bluetooth, ADMS, Trailblazer DMS and Automated Traffic Signal Performance Measure Cert. #BE 125487 (ATSPM)field components. 2/2020—Current. Microsoft Certified Professional Districtwide ITS Technical Support Consultant, FDOT D4 - Role: Project Manager. Project (MCP#2780612) Manager responsible for all major ITS projects / initiatives for D4 ITS program in various aspects of planning, design, system integration, construction, operations, and maintenance. Key accomplishments include authoring over 30 RFP packages, for a total of approximately $180 million of construction values in ITS infrastructures, to support extensive rollout of ITS and express lanes deployment projects, and the development of various standard operating guidelines (SOG) and technical documents for ITS planning, design, construction, operation and maintenance. 07/2010—Current. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 115 i A I F' _I Engineering Excellence Districtwide Traffic Signal Retiming Continuing Services, PGA Boulevard ATCS and ITS Design, FDOT D4, Palm FDOT D5, Brevard and Osceola Counties, FL - Role: QC Beach County, FL — Role: Task Manager and Senior ITS Manager. Eland serves as a sub consultant to support FDOT Engineer. Task Manager and Senior ITS Engineer responsible D5 in traffic signal retiming for several major arterial corridors for the design of Adaptive Traffic Control System (ATCS) and in Brevard and Osceola Counties. Bo serves as the QC fiber optic communication network subsystem, CCTV cameras, manager to ensure the deliverables for signal retiming tasks MVDS, Power subsystem, DMS and Adaptive Traffic Control are meeting the project specific quality control plans and System. 9/2015 12/2018 ensured field review and implementation activities following the Pines Boulevard ATMS and ATCS, FDOT D4, Broward safety plan. 08/2017—08/2022. County, FL — Role: Task Manager and Senior ITS Engineer. SR-5/US-1 from Broward/Palm Beach County Line to Task Manager and Senior ITS Engineer responsible for Spanish River Blvd, FDOT D4, Palm Beach County, FL - developing the ITS technical functional requirements for ATCS Role: Principal in Charge. Principal in Charge for the project. �be 9opt clldCommgnicat on nees , interation, ltwork trainingng dsubsystem�f CCTVS/camera The scope of this project consists of installing fiber optic cable traffic monitoring subsystem, MVDS, Bluetooth vehicle throughout the 4.4-mile project limits as well as CCTV, MVDS, detection, DMS subsystem and Adaptive Traffic Control Bluetooth and ATSPM field components. The project also System. 10/2015—01/20 9 to includes coordination to develop any fiber optic cable sharing agreements with the City of Boca Raton. 2/2020—Current. 1-95 Ramp Metering Feasibility Study, Broward & Palm ITS Maintenance (Interstate and Arterial Management Beach Counties, 24 miles, FDOT D4 Role: Task Manager System, FDOT D4, Broward County, FL — Role: Principal in and Senior ITS Engineer. Task Manager responsible for the Charge. Principal in Charge responsible for resource evaluation and recommendation of the detection technology, assignment, and QA/QC for safety management, Standard CCTV analysis, signal controller and cabinet, software and Operating Guidelines (SOG), Standard Operating Procedures algorithm, and communication infrastructure and equipment for (SOP), budget analysis, maintenance forecast, development of the ramp metering applications. Also responsible for the project management plans (PMP), hurricane/emergency development of 30%conceptual layout plans for each selected response plans, and inventory management. 7/2014—current ramp metering location. 11/2012—5/2014 FTE ITS Maintenance South, 170 miles, Florida's Turnpike 1-595 Public Private Partnership (PPP) Project, Broward Enterprise — Role: Principal in Charge. Principal in Charge County, 10.5 Miles, Broward County, Florida — Role: responsible for resource assignment, and ON QC for safety Consultant ITS Lead. Consultant ITS lead responsible for management, budget analysis, maintenance forecast, developing the ITS Master Plan and technical requirements for development of project management plans (PMP), the design, construction, operation and maintenance of 1-595 hurricane/emergency response plans, and inventory ITS to support transportation management and operations of management. 08/2016-current express lanes and the general-purpose lanes on 1-595 corridor. As part of this $1.7 billion 1-595 widening and reconstruction 1-75 Express Lanes, Segment A, B, C, D & E, 15 miles, project, 1-595 ITS includes a fiber optic communication network FDOT D4, D6 & FTE, Broward and Miami-Dade Counties, subsystem, a Reversible Express Lanes Access Control FL — Role: Consultant ITS Lead. Consultant ITS lead subsystem, a CCTV subsystem, a DMS subsystem, a MVDS responsible for the development of the corridor wide ITS subsystem, and an ETC subsystem. 11/2007 - 2/2010 Master Plan and technical functional requirements, assisting 1-75 11-595 ITS Deployment Phase II CEI, FDOT D4— Senior the bid proposal review, providing post design support, and Project Engineer responsible for directing this $15 million highly providing coordination with D4, D6 and FTE in reviewing and recommending responses to the request for information and complex and specialized construction engineering project submittals. 12/2011 —06/2019 administration and inspection program; responsible for all aspects of the design, integration and construction of 50 miles 1-95 Express Lanes Phase II, 15 Miles, FDOT D4, D6& FTE, new fiber optic backbones, 53 CCTV cameras, and 133 MVDS Broward & Miami-Dade Counties, FL— Role: Consultant ITS stations along the 1-75/1-595 corridors; plans and organizes the Lead. Consultant ITS Lead responsible for developing the ITS work of subordinate and staff members; develops and review technical functional requirements for design- build, integration, policies, methods, practices, and procedures and review testing and training of 1-95 Managed Lanes project Phase II. programs for conformance with Department standards; also 8/2007 — 12/2016 (Reference: Donovan Pessoa, P.E., FDOT responsible for resolving all technical issues during the entire D4 Consultant Management, 954-777-4442) project course and provided the design review comments for design packages and Technical Special Provisions. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 116 2.2 Qualifications of Proposer Team (Contd.) • THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS 8 PROFESSIONAL REGULATION • d b pr LY,ratossoit.4 aegulatio HOME CONTACT US MVACCOUNI- �'r r;if(Y LiXY.II RE};uldfk, ONLINE SERVICES LICENSEE DETAILS 10::52:26PM 12/20/2022 Licansrs Information Apply for a License Name: DIAN.BO(Plenary Name) Verify a Licensee Main Address 3323 WEST COMMERCIAL BLVD SUITE 110E View Food 8 Lu Ins �in 9 Inspections FORT LAUDERDALE Florida 33309 file a Complaint County. BROWARD Continuing Education Course Limns Information Search License Type: Professional Engineer View Application Status Rank. Prof Engineer Find Exam Information License Number: 66018 Unlicensed Activity Search Status: Current.Active Licensure Date: 03/2312007 ABET Delinquent Invoice 8 Activity Expires: 02128/2023 List Search Special Qualifications Qualification Effective Civil 03123/2007 Alternate Names View Related License Information View License Complaint r 4 y _ rfATItikk\ A Bo Qian is hereby certified as a Traffic Signal Senior Field Tech Level III by completing all requirements and examination for certification on 7/9/2022 Valid thru 7/9/2025 Certification#CE 125d87 rapt.c rpm ..CAP-Faecun-e i ecra• 1' '111lI f5 . fir CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 117 Manuel G. Vera Jr., PSM M.G. VERA &ASSOCIATES Principal-in-Charge/ Chief Surveyor & Mapper Mr.Vera Jr., a registered Land Surveyor has over 39 years of experience with the company and throughout the state of Florida. He has managed a variety of survey contracts and projects for Office Location the Florida Department of Transportation, Miami-Dade County, Miami-Dade Expressway Miami, Florida Authority, City of Miami, and numerous Engineering and Design firms. Mr. Vera has performed and managed all types of surveying services including: Design Surveys, Right-of-Way Control Years of Experience Surveys, Right-of-Way Mapping, Platting, Construction Layout, Asbuilt Surveys, Drainage 39 Surveys, etc. Mr. Vera is a Chief Surveyor and Mapper, as well as our Chief Executive Officer. He has extensive experience in the management and coordination of survey projects involving a variety of surveying techniques such as Aerial Surveys, Conventional Ground Surveying, Utilities Years with MGV designation, etc. 39 Project Experience Education Bachelors of Science, MD-DTPW, Miami to Miami Beach Light Rail / Modern Street Car (Miami Beach Corridor Legal Studies, Connector) PD&E Project Limits: Miami Transit Connector from Alton Road and 5th Street in Nova Southeastern Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to University, 1994 Government Center station and north along NW/NE 1st Avenue and North Miami Avenue to NE 41st Street in Midtown Miami. MGV performed adequate research to graphically establish the Associates of Science, existing right of way for planning purposes of the Miami portion of the project limits, and design Land Surveying, survey tasks will be performed: horizontal project network control; survey baseline and right of Miami Dade College, way; topographic/DTM survey performed along the MacArthur Causeway; topographic (2D) 1988 survey will be performed from right of way to right of way and will extend to the radius return on all intersecting side-streets along the project limits; sectional survey and subdivision locations for Registrations survey baseline and right of way lines; miscellaneous survey locating vertical clearances over Professional Surveyor& pavement signaling mast arms, bridges and signs; PNC sheets with horizontal values only, as Mapper, Florida well as station and off-set for the entire project limits; work zone safety; and subsurface utility 0 01/05/1994 4.: LS5291 engineering. Parsons Transportation Group, Inc. / Odalys Delgado, AICP (305) 507-5583, odalys.delgado@parsons.com 106/2017 thru 12/2019 1 Contract Amount:$550,948.67 Professional Affiliations Florida Surveying& Mapping City of Miami Beach, Lummus Park Site Survey MGV provided a topographic survey locating Society all above ground features and improvements within the survey limits including: fences, walls, buildings, and appurtenances, visible above ground utilities, drainage structures, etc. Cross The Transportation and sections and spot elevations were also gathered along the project site. Construction services Expressway Authority were also performed, which included stake out of proposed location of the wall every 20 feet, Membership of Florida state out 5'offsets,and marking elevations on stakes. Metalco Active USA, Inc.I Ariel Milian, PE (305)670-2350, amillan@bcceng.com 1 09/2017 thru 01/2018( Contract Amount:$3,000.00 Surveying Experience Manuel G Vera &Assoc., Inc MD-DTPW,City of Miami Beach Seawalls MGV was responsible for designating (horizontally (1983- Present) mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6"Scan"areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment, including ground penetrating radar(GPR). MGV also performed up to 215 utility locates(test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. BCC Engineering, LLC I Christian Aquino, PE(305)670-2350, caquino@bcceng.com 112/2019 thru 07/2021 I Subcontract Amount:$8,944.00 FDOT District 6, SR A1A/Indian Creek Drive Subsurface Utility Engineering Services from 25th Street to 41st Street MGV was responsible for designating (horizontally mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6"Scan"areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment,including ground penetrating radar(GPR). MGV also performed up to 215 utility locates(test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size,type, material and general direction of each found utility. Ribbeck Engineering, Inc. I Carlos Ribbeck, PE (305) 383-5909, cribbeck@dgmail.com 102/2019 thru 09/2019 I Subcontract Amount:$82,980.00 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 118 Manuel G. Vera Jr., PSM M.G. VERA &ASSOCIATES Principal-in-Charge/ Chief Surveyor & Mapper City of Miami, Miscellaneous Surveying and Mapping Services (No. 16-17-027) Task driven contract performing miscellaneous surveying and mapping services. Projects under this contract include: Boundary Survey for Sewell Park; Boundary Survey for Riverside Park; Boundary Survey for Coral Gate Park; Boundary Survey for Fern Isle Park; and Boundary Survey for Lemon Park. City of Miami Fernando Ponassi(305)416-1902, fponassi@miamigov.com/02/2018 thru On-Going!Contract Amount:$250,000/ Total Value:N/A City of Miami, NW 24th and 25th Avenues, and NW 32nd Street MGV provided the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Alignment (Project Survey Baseline), creation of Topographic survey and Digital Terrain Model (DTM/3D) in 3D laser scanning, Cross Sections, Drainage Survey, and Subdivision Locations. RS&H, Inc. Samuel Gonzalez, PE (786)-31388-0234, Ext. 3215, samuel.gonzalez@rsandh.com 102/2016 thru 05/2016 I Subcontract Amount: $15,293.60!Total Value:N/A City of Miami, NW 15th Ave from S. of NW 30th Street to NW 59th Street MGV was responsible for providing the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Survey Baseline and Right of Way Lines, Topographic Survey, Cross Sections, Drainage Survey, and Subdivision Locations for Survey Baseline and Right of Way Lines. RS&H, Inc. I Douglas Green, PE (954)-236-7371,douglas.green@rsandh.com 101/2016 thru 12/2016 I Subcontract Amount: $17,958.80 f Total Value:N/A FDOT District 6, Districtwide Miscellaneous Location Survey Consultant(C-AF57)Task driven contract performing miscellaneous Location Surveys in Miami-Dade and Monroe Counties, and all municipalities within the district. MGV is responsible for all necessary professional surveying and mapping services to support topographic and mapping projects. Most of these services utilize a combination of mobile surveying and mapping technologies with GNSS and conventional survey technologies for ground control, quality assurance, and supplementary topographic map data when necessary. The surveys will include, but not be limited to: terrestrial mobile LiDAR surveying & mapping, ground control, scheduling of activities, drainage information, design level surveys, specific purpose surveys, acquisition parcel stakeout, project control network, right of way control survey maps, acquisition right of way maps, maintenance maps, retracement, recovery, and analysis of historical baselines of survey, boundary surveys, parcel sketches, legal descriptions, and properties title analysis. FDOT District 6/Zurelys Perez de Alejo (305) 470-5194, zurelys.perezdealejo@dot.state.fl.us/09/2021 thru On-Going/Contract Amount:$1.5 Million FDOT District 6, Districtwide Right of Way Monumentation Consultant Contract(C-A146)Task driven contract performing Right of Way Monumentation and Right of Way Monumentation Mapping services in Miami-Dade and Monroe Counties, and all municipalities within the district. These services include, but are not limited to the preparation of Right of Way Control Surveys, Right of Way Maps, Boundary Surveys,Title Search Reviews,and Right of Way Monumentation to include annotation and recordation of Right of Way Maps once the Monumentation is complete. FDOT District 6/Victor Marrero(305)470-5249, victor.marrero@dot.state.fl.us'10/2018 thru On- Going/Contract Amount:$1.5 Million FDOT District 4,Districtwide Continuing Services for Survey,Mapping,and SUE(C-9T24)Surveying and mapping services for this contract include, but are not limited to: Mobile Lidar, Field Surveys, Maintenance of Traffic (MOT), Historical Baseline and Existing Right of Way Determination, Global Positioning System (GPS) Surveys, Monumentation Surveys, Bathymetric surveys (which includes single beam, multi beam and side scanner sonar capabilities), Utility Designation and Excavation(including Underwater Utilities),Tree Surveys (trees identified by an Arborist or Landscape Architect), Right of Way Control Survey Maps, Right of Way Maps, Maintenance Maps, Right of Way Monumentation Maps, Boundary Surveys, Quality Assurance Reviews, Expert Witness Testimony, Title Search Plotting Maps, Title Document Review and Analysis, Sketched, Parcel Staking, and Legal Descriptions. FDOT District 4/Jeffery Smith (954) 777-4560,jeffery.smith@dot.state.fl.us/02/2017 thru 02/2022/Contract Amount:$5 Million FDOT District 6,Districtwide Right of Way Mapping&Survey(C-9M05)Task driven contract performing miscellaneous survey tasks in Miami-Dade and Monroe Counties, and all municipalities within the district. Recent tasks for Right of Way Mapping and Surveying services have included the preparation of Right of Way Control Surveys, Right of Way Control Maps, Right of Way Surveys, Right of Way Maps, Boundary Surveys, Geographic Information System (GIS) Mapping, preparation of Parcel Sketches and Legal Descriptions, Quality Assurance Reviews,Title Searches,Title Search Review,plotting Legal Descriptions,and miscellaneous surveying and mapping. Right of Way surveys may include, but not be limited to, the following: Geodetic Control/ Project Network Control (PNC), Alignments, Section Ties, Subdivision Ties, Maintained Right of Way Survey, Building Ties, Jurisdictional Line Survey, and Side Street Surveys. FDOT District 6/ Victor Marrero(305)470-5249, victor.marrero@dot.state.fl.us/09/2015 thru 10/2016/Contract Amount:$1.5 Million CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 119 2.2 Qualifications of Proposer Team (Contd.) •` Honda Deparlmene of Agriculture and Consumer Services .,. Jam_`.`. Division of Consumer Services i� Hoard of Professional Surveyors and Mappers • 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 .t;�% �',; 800HELPFLA(435-7352)or(850)488.2221 January 20,2021 MANUEL G VERA JR 13960 SW 47111 ST MIAMI,FL 33175-4404 Detach sere SUBJECT Professional Surveyor and Mapper License a LS5291 Florida Department of Agriculture Your applicaoan/renewal as a professional surveyor and mapper and('onsumer Services u requoedby Onpler 472,1-kvda Statues-has been meet red and %t s y Board of Professional Surveyor and Mapper. processed_ The Manse appears kelow and n valid through February 28.2023. LS5291 You arc required to keep your information mite dre Board current Professional Surveyor and Mapper Please visit our websue at umw.80thicIplia co o4,m to create your MANUEL G VERA JR online account.If you have.Deady created your online account.you can me the we5sue to that math your hceose You can also find other vN merle information on the websie. If you lure any questions.please do Rot hesitate so call the Division IS LICENSED uMer the provisions ofr'h.472 F5 of Consumer Services Board of Professional Surveyors and Mappers EApinDui Date-.Febuary 28,2ty2a as 800175-7352 or 850.481.2221. Daum Nave Honda Department of Agrindture and Consumer Serrees 446 u.ldun nr consumer krvlose License No.:LS5291 A rd nahei Pr aresvinnalShasseenaori Mappers License Eapiration Dale February 28,2023 LIDS Apvlarhe<p4wnY Tallahassee,Honda 3 Professional Surveyor and Mapper License Under the prevrvons of Chapter 472.Florida Statutes MANUEL G VERA JR 13960SW 47T'H ST ,,( MIAMI,FL 33175-1404 n i f-O�'g' NICOLE"NI81U'FRIED COMMISSIONER OF AGRICULTURE m,owa sr inv w oiwivxrm, .surf n.,,n.me.waean.tee aA..,mrc.u,mtm gvea terowo,rt.rimer sw,ss. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 120 tMcMAHON a Bowman company Natalia T. Lercari, PE Senior Traffic Engineer Natalia T.Lercari,PE,is McMahon's Project Manager and the first point of contact for Town of Davie projects.She is the Traffic Section Leader for McMahon in Florida with 21 years of experience.Her current project management duties focus on municipal continuing service contracts.In this role,she manages the day-to-day activities,and individual task order assignments for traffic operations,transportation planning,and safety contracts with various municipalities.Her transportation planning experience Education includes assisting with development reviews and Transportation Element updates for several cities,and bicycle and pedestrian master plans.Natalia has attended B.S.Civil and Environmental necessary traffic methodology meetings on behalf of municipalities,as well as Engineering,Florida International planning and Zoning Board and Council meetings.She has conducted a wide range University of land use plan amendments(LUPA)in Broward and Palm Beach Counties,parking studies,safety studies,and traffic operational studies such as intersection and Registrations corridor improvement studies,traffic signal warrant studies and retiming projects,left Professional Engineer: turn phase warrant studies,and queuing analysis. Florida(#68205) Experience Associations FDOT District Six Districtwide Traffic Operations Studies Consultant Miami-Dade and Monroe Counties,FL South Florida Chapter,Women's Project Manager:Responsible for directing the staff,and managing subconsultant Transportation Seminar(WTS), Member teams,on this task work order-based contract in the preparation and submittal of various types of traffic studies and assessments,including: safety studies;qualitative Professional Awards assessments;signal warrant analyses;intersection analyses;arterial analyses;left-turn phase warrant analyses;supplemental tasks;and fatal crash reviews. In addition, South Florida Chapter,Women's task work orders also required the assessment of operational characteristics of Transportation Seminar(WTS), intersections and/or segments of arterials,conducting field reviews,collecting Member of the Year,2014&2018 data,observations of the operation,assembling crash data,reviewing crash reports, performing engineering analysis and associated benefit/cost analyses of various alternatives.Systemic projects have included wrong way signage plans for all 1-95 interchange ramps,and pavement shield marking design plans at interchange ramp diverges. Continuing Consultant Services I Lauderhill,FL Deputy Project Manager:Responsible for providing a variety of transportation planning,traffic operations,and safety evaluation tasks to the City of Lauderhill on this continuing service contract.Transportation planning efforts have involved assisting the City with the update of the Transportation Element for the City's Comprehensive Plan,including suggested language for the goals,objectives,and policies.Natalia assisted on the Northwest Neighborhood Multimodal Master Plan for the City.Natalia provides development review services to the City for transportation studies.In this capacity,she attends any necessary traffic methodology meetings on behalf of the City,reviews the submitted studies for conformance with City, Broward County,and FDOT standards,and attends Planning and Zoning Board/City Commission hearings on behalf of the City. CITY OF MIAMI BEACH [SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 121 MM_cMAHON a Bowman company Natalia T. Lercari, PE Senior Traffic Engineer Traffic Engineering Services I Miramar,FL Project Manager:Responsible for providing Traffic Engineering services to the City of Miramar on multiple continuing contracts since 2018.Traffic study reviews for several applications have included operational analysis,vehicular queueing,and parking. Responsible for the Miramar Parkway Corridor Evaluation,which included a study for complete streets redesign of Miramar Parkway.Assessed the right-of-way,physical property and access impacts of three(3)widening alternatives,provided rendering for agency/public coordination,and coordinated with the MPO.Provided minor concept designs and public outreach activity for the Historic Miramar Innovation Center. Traffic Engineering Consultant I Tequesta,FL Project Manager: Responsible for providing a variety of transportation planning, traffic operations,and safety evaluation tasks to the Village of Tequesta.Natalia routinely conducts traffic study reviews for development applications in conformance with Village and Palm Beach County Standards.These studies have ranged from traffic impact studies for retail and residential developments,parking studies requirement deviation from the Village Code of Ordinances,and vehicular queueing analysis for proposed fast food land uses.Natalia has also led studies requested directly by the Village,including a golf cart evaluation for permitting the use of golf carts on Tequesta Drive,as well as other operations and safety studies to address resident concerns. Transportation Consulting Continuing Services I Tamarac,FL Project Manager:McMahon has provided continuing services for the City of Tamarac on consecutive contracts since 2011.As Project Manager,she is responsible for various tasks related to traffic engineering and transportation planning.These services have included intersection/roadway capacity analysis,data collection,traffic calming elements,multimodal transportation planning,as well as other requested studies.Prepared the Woodlands Boulevard and Mainlands Drive Bike Lane Feasibility Studies,which included a feasibility analysis to support bicycle lane implementation. Other tasks on this contract have included preparation of a neighborhood traffic circulation plan for the conversion of frontage roads to one-way. Bicycle Master Plan I West Palm Beach,FL Deputy Project Manager:Responsible for overseeing the preparation of the Bicycle Master Plan for the City of West Palm Beach.Efforts included an extensive public outreach process and agency coordination.The master plan included research of existing plans,inventory of existing facilities,establishing vision and goals for the project,a needs assessment,and the preparation of the final proposed plan and documentation.The master plan provides a guide to the City regarding bicycle corridors,ultimate bicycle facilities and appropriate treatments to elevate the City to a desired destination that requires minimal motorized transportation. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 122 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS 8 PROFESSIONAL REGULATION cl bpi HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS t056:37 PM 12720/2022 Licensee Information Apply for a License Name LERCARI,NATALIA THAIS IPnmdly Norm) Verify a Licensee Main Address 12155 ROSEDALE TERRACE BOYNTON BEACH Florida 33437 View Food S Lodging Inspections County: PALM BEACH File a Complaint Continuing Education Course License Information Search License Type: Professional Engineer View Application Status Rank: Prof Engineer License Number 68205 Find Exam Information Status CurrentActive Unlicensed Activity Search Licensure Date: 07125l2008 ABET Delinquent Invoice itActivity Expires 02128r2025 List Search Special Qualifications Qualification Effective Civil 02/17/2007 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 123 1McM A HON a Bowman company R. Trent Ebersole, PE Senior Transportation Engineer 4 R.Trent Ebersole,PE has experience in transportation planning and traffic engineering for private and public sector clients,since 1989. He has provided ompreh consulting for eor in p 4,7'' of c local and stateensive landtransportation development processes.services Public sectorprivate clientssct includeclients local port jurisdictions,Metropolitan Planning Organizations,Planning District Commissions, the Florida Department of Transportation(FDOT),the Virginia Department of Transportation(VDOT),the Washington Metropolitan Area Transit Authority(WMATA), Education the Federal Highway Administration(FHWA),and the Army Corps of Engineers M.S.Environmental Engineering, (ACOE). The diversity in clientele is complimented with diversity in project type. George Washington University Mr.Ebersole's expertise also includes proficiency with software packages used for B.S.Civil Engineering,Virginia transportation planning and traffic engineering,such as Highway Capacity Software Polytechnic Institute and State (HCS),Synchro/SimTraffic,CORSIM,PASSER,and TRANSYT-7F,as well as traffic University forecasting and assignment software. Mr.Ebersole has also demonstrated capabilities Registrations in design using both Microstation and AutoCAD software applications,for performing plan reviews in a QA/QC process,as well as developing traffic signal designs,and Professional Engineer: preparing quantity and cost estimates. His background also includes a Transportation Florida(#64318),Alabama(#22353), Research Board(TRB)seminar on access management and a case study presentation Colorado(#60649),Texas(#145263), to the local chapter of Institute of Transportation Engineers(ITE). Georgia(#048680), Virginia(#0402024804) Experience FDOT District Four Traffic Operations Continuing Services Associations Broward,Palm Beach,Martin,Indian River&St.Lucie Counties Institute of Transportation Engineers, Project Manager:Responsible for directing staff and sub-consultants on this task Member order-based contract.Study types include:Pedestrian Studies;Signal Warrant Analyses;Gap Studies;Intersection Analyses;Arterial Analyses;Left-turn Phase Warrant Analyses;Supplemental Tasks.Other tasks include structural analysis for traffic signalization using Mathcad and ATLAS,traffic data collection,review and preparation of signing and marking design plans and preparing and conducting presentations.In-house staff performs field evaluations,analysis and recommendations for Traffic Operations.In-house duties include signing and marking plans review,development of work orders for signing and marking improvements, various data collection tasks,permit reviews and GIS services. Comprehensive Plan Update(Transportation Element)I Deerfield Beach,FL Project Manager: Provided services to the City of Deerfield Beach;responsible for updating all analyses and report graphics for the Transportation Element to maintain compliance with the growth management legislation. The updated information included Roadway Network Capacity Sufficiency,pedestrian and bicycle facilities, transit facilities,safety enhancement,and connectivity to regional transportation facilities including ports and airports. CITY OF MIAMI BEACH SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 124 tMcM A HON a Bowman company R. Trent Ebersole, PE Senior Transportation Engineer Traffic Engineering Consultant Services I Bonita Springs,FL Project Manager:Responsible for providing traffic engineering and roadway design services to the City of Bonita Springs since 2008 on multiple consecutive contracts. McMahon conducts annual traffic data collection and summarizes the data in a report.Location specific studies have included pedestrian safety and traffic control. City-wide plans have been developed for the implementation of Complete Streets and a Bicycle/Pedestrian Master Plan.McMahon has developed conceptual roadway alignments to enhance the City's transportation network and prepared a feasibility study for the alignments. Continuing Consultant Services I Lauderhill,FL Project Manager:Responsible for providing Traffic Engineering services to the City of Lauderhill since 2000 on multiple consecutive contracts. Transportation engineering and planning services have included reviewing traffic impact studies for land development applications,including a review of access permit requests. McMahon has also prepared traffic studies for City facilities,such as a fire station. Analyses performed for the City include signal warrant analyses.Responsible for an interchange analysis performed to evaluate a proposed interchange at Oakland Park Boulevard with the Florida's Turnpike.Multiple tasks have required the preparation of design plans and construction drawings for roadway improvements,such as intersection improvements and bus stop design.McMahon has provided design services,detailed construction plans,and construction management services including inspection services,for roundabouts that McMahon designed for the City. McMahon is currently preparing a city-wide Multimodal Master Plan for the City. McMahon is also currently performing a Pavement Condition Survey,to analyze the existing condition of apx. 114 miles of City streets,and to provide the City with recommendations on resurfacing for their Capital Improvement Program. Pine Island Road Pedestrian Crossings I Tamarac,FL Project Manager:Provided consulting services to the City of Tamarac for the preparation of construction documents including construction plans,a cost estimate, construction specifications and bid documents for two pedestrian crossing locations on Pine Island Road,at NW 56th Street and NW 67th Court. Roadway design included modification to medians,sidewalk,curb ramp,and turn lane.Rectangular rapid flashing beacons(RRFBs)were designed,post mounted at one location and mast arm at the other location.This project was LAP funded.Mast arms and drilled shafts were designed in accordance with FDOT standards,and approved by both FDOT and BCHCED. Extensive utility coordination was necessary. Provided post-design services during the construction phase. CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 125 2.2 Qualifications of Proposer Team (Contd.) • THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION HOME CONTACT US MYACCOUNT ONLINE SERVICES LICENSEE DETAILS TO58.23PM12/20/2022 Licensee Information Apply for a License Name. EBERSOLE.RICHARD TRENT(Primary Name) Verify a Licensee Main Address. 704 DEERWOOD COURT View Food&Lod Inspections WELLINGTON Florida 33414 8er0County. PALM BEACH File a Complaint Continuing Education Course License Information Search License Type. Professional Engineer View Application Status Rank: Prof Engineer License Number 64318 Find Exam Information Status. Current,Active Unlicensed Activity Search Licensure Date 04/0412006 AB Delinquent Invoice 8 Activity Expires. 02I28/2023 ET List Search Special Qualifications Qualification Effective Civil 04/0412006 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 126 t_McM A HON a Bowman company John P. Kim, PE Senior Traffic Engineer John P.Kim,PE has experience in traffic and transportation planning for public and private sector clients since 1996.His experience includes representing municipalities, managing task order-based public contracts,and overseeing consultant teams.As a private sector consultant,Mr.Kim has prepared traffic impact studies,traffic signal warrant analyses,queuing analyses,travel time and delay studies,school traffic impact studies,traffic signal designs(including MathCAD analyses for mast arm Education designs),roadway plans preparation and future land use amendment studies.As a public sector consultant for municipalities he has prepared traffic calming studies, B.S.Industrial and Systems parking demand analyses,traffic operations studies,bicycle/pedestrian studies, Engineering,Florida International bicycle lane and multiuse path design,concurrency analyses,safety studies,site plan University reviews and designs,developed code ordinances for land development and traffic regulations and provided expert testimony. Registrations Experience Professional Engineer: Florida(#62400) Equitable Distribution Program I Miami-Dade County,FL Project Manager: Managed two completed projects for Miami-Dade County.The Associations first project was a reversible lane analysis for West Flagler Street between NW 74th Avenue and NW 24th Avenue.The second project was the preparing design plans a Institute of Transportation Engineers, multiuse path for Miami-Dade County Bicycle Route No. 1.This three(3)mile section Associate Member of the bicycle route incorporated the design criteria for a multi-use path,bicycle lanes American Society of Civil Engineers and shared use roadways. (ASCE) Johnson&Wales Traffic Impact and Road Closing Study I North Miami,FL Society of Hispanic Engineers Project Manager:Responsible for preparing a traffic impact and road closure analysis for a five-year buildout scenario.McMahon performed a comprehensive traffic impact study for Johnson&Wales University's North Miami campus that included the closing of NE 17th Avenue.The traffic study analyzed a number of roadways and intersections that included a redistribution of traffic due to the road closure. Town Traffic Engineer I Haverhill,FL Project Manager:As the Traffic Engineering Consultant to the Town of Haverhill,John's responsibilities included providing consulting services to the Town on an as-needed basis,for the review of traffic studies and site plans within or adjacent to the Town's limits.Other responsibilities included attending council meetings,providing expert testimony,and representing the Town with various governing agencies as requested. Major tasks included the preparation of intersection operational analysis for the intersection of Military Trail and Belvedere Road,to evaluate potential improvement projects.Cost/benefit analysis was prepared for each alternative. Traffic Engineering Services I Pinecrest,FL Project Manager:Performed a traffic calming study for the Village of Pinecrest, for 60th Avenue. The work included data collection,operations analysis,public presentations and designing a conceptual traffic calming plan. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 127 1McMAHON a Bowman company John P. Kim, PE Senior Traffic Engineer Transportation Engineering Services I Martin County,FL Project Manager:Contract Liaison to Martin County on this task order based contract. Work included a license plate survey,traffic study and application for a Level of Service Variance for SR-710/Warfield Boulevard in western Martin County.Other assigned tasks included intersection data collection for the entire County,and obtaining manual turning movement counts at signalized and unsignalized locations for morning and afternoon peak hours.In addition,duties included representing the County with FDOT,as a reviewing agency,for compliance with specific task order analyses. City Traffic Engineer I Delray Beach,FL Project Manager:As the Traffic Engineering Consultant to the City of Delray Beach, John's responsibilities included review of site applicant traffic reports for conformance to Palm Beach County Traffic Performance Standards.Other responsibilities included providing guidance to applicants,seeking approval from the City,and offering expert testimony,as required.In addition,other responsibilities included preparing traffic studies,corridor studies,and access management plans. Northern Palm Beach County Traffic Engineer I Palm Beach County,FL Project Manager:Responsible for providing general transportation engineering services to the Northern Palm Beach County Improvement District.The services provided included traffic operations analyses,safe sight distance assessments, speed studies,traffic calming determinations(including recommendations for roundabouts),clear zone assessments,expert testimony and roadway designs and plan preparation.Projects were issued on a task order,as-needed basis. Cleveland Avenue/US-41 Corridor Master Plan I Fort Myers,FL Project Manager:The master plan was a Fort Myers Redevelopment Authority project.John was responsible for preparing the traffic analyses,to determine the traffic impacts of the redevelopment master plan for this federal highway.Duties included analyzing the existing land use data and proposed land use alternatives, and coordination with the partnering land use planning firm.In addition to traffic impacts,safety enhancements were recommended,such as the conversion of the center undivided two-way left-turn lane to a raised median,and controlled turning movement pattern.John also prepared and analyzed a traffic circulation study,due to the planned installation of the median,as traffic could be diverted to the adjacent neighboring streets.Plans were prepared for four(4)alternatives to determine constructability,as this was a pilot program adopted by FDOT,as a safety corridor improvement project. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 128 2.2 Qualifications of Proposer Team (Contd.) THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS 8 PROFESSIONAL REGULATION dbprf�,xx4x��T drrrymF0•,ni HOME CONTACT US MY ACCOUNT k ONLINE SERVICES LICENSEE DETAILS 11 00nt PM 12/20/2022 Licensee Information =.pply for a License Name. KIM,JOHN P.(Primary Name) Verify a Licensee Main Address: 3 BENTWOOD ROAD PALM BEACH GARDENS Florida 33418 View Food&Lodging Inspections County: PALM BEACH File a Complaint Continuing Education Course License Information Search License Type: I Professional Engineer View Application Status Rank. Prof Engineer License Number 62400 Find Exam Information Status. Current,Active Unlicensed Activity Search Licensure Date. 02/14/2005 ABBT Delinquent Invoice&Activity Expires. 02/28l2023 List Search Special Qualifications Qualification Effective Civil 02/21/2004 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 129 JUAN plusurbia. MULLERAT juan@plusurbia.com PRINCIPAL+DESIGNER +1.305.213.4410 • JUAN MULLERAT is the Founding Principal of Plusurbia Design—a firm that specializes in value- added contextual design methods.Mullerat serves on several Public Boards and Committees that deal with livability and the built environment. He is also the past-Chair of the American Planning ' Association's Florida Gold Coast Section. 1j. A designer with over 20 years of experience, Mullerat has authored numerous projects in five . '' continents ranging from neighborhood parks to citywide master plans.Among them,the Wynwood , Master Plan,recipient of the APA's 2017 National Economic Planning Award,the 2019 International 1 Livable Cities Award and the Little Havana Revitalization Plan. In 2013, Mullerat was honored as the Urban Designer of the Year by the AIA Miami. Mullerat balances his professional career Ii. with academia by teaching and lecturing at several Universities on urban revitalization, zoning, placemaking,transportation planning,safe streets,and corridors. PROFESSIONAL AWARDS RELEVANT PROJECTS Plusurbia Design APA Florida Award of Merit URBAN PLANNING,ZONING Founding Principal&Designer Wynwood Norte Community Vision Plan 2021 NORTH RAILROAD AVENUE DISTRICT (2009-present) West Palm Beach, Ploiida 43 AC University of Miami APA Florida Award of Excellence The intent of the North Railroad Avenue District Associate Professor(2010-present) Little Havana Revitalization Plan 2019 (NORA) is to establish an urban district that Florida APA Gold Coast Section APA Florida Award of Merit adapts the neighborhood into a walkable,mixed- past-Chair(2019-present) Coconut Grove Village Core Master PIan2019 use district in the City of West Palm Beach. EDUCATION APA Florida Gold Coast Award of Excellence CODE AMENDMENTS+PLANNING University of Miami Best Plan Award-Little Havana Plan 2019 HIALEAH TRANSIT ORIENTED Master of Architecture APA Florida Gold Coast Award of Merit DEVELOPMENT Master of Urban Design Hialeah, 'FL 313 AC Implementation Award-Coconut Grove Master plan and land use policy for TOO Harvard University Village Core Master Plan 2019 Continuing Education:Urban Retail around the city's Market District and Transfer Planning,Design&Development APA Florida Gold Coast Award of Excellence rail stations. Supports compact, mixed-use UNC at Charlotte Best Practice Award-Miami TODs 2019 development anchored by commuter rail. Bachelor of Arts in Urban Studies International Livable Cities Award TRANSPORTATION PLANNING+URBAN DESIGN Bachelor of Arts in Architecture Best Urban and Comprehensive Plan 2019 STRATEGIC MIAMI AREA RAPID TRANSIT ASSOCIATIONS Calle Ocho News Community Champion Award PLAN-SMART PLAN Little Havana Community2019 Miami-Dade,FL Countywide American Planning Association(APA) Land use scenario, visioning planning and first Florida Chapter-Gold Coast Section Miami Today Gold Medal Awards and last mile strategies for Transit Oriented Past Section Chair Urban Design/CSR 2018 Development (TOD), on four corridors, to National Charrette Institute(NCI) Dade HeritageTrustAnnual Preservation Award address mobility needs throughout Miami Dade Member County. Little Havana National Treasure 2017 AREAS OF EXPERTISE APA National Economic Development Plan Award CORE MASTER PLAN COCONUT GROVE VILLAGE Urban Design/Architectural Design Wynwood Revitalization 2017 Miami, i I 150 AC Complete Streets/Corridor Design Land Use Planning/Master Planning APA Florida Award of Merit Revitalization of a historic district focused on Neighborhood Revitalization Hialeah Transit Oriented Dev't Plan 2017 activating street frontage and courtyards while Economic,Development Planning also enhancing pedestrian and bike mobility. A APA Florida 2016 Award of Excellence pedestrian scramble prioritizes the safe flow of Visionon ng/Wo/Implemenops Plans Wynwood Neighborhood Revitalization 2016 Visioning/Workshops Y 9 pedestrians making traffic circulation safer and Public Involvement ULI Southeast Florida/Caribbean Vision Award more effective. Wynwood Walls Garden Collaboration 2016 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 130 RECENT PROJECTS plusurbia. URBAN DESIGN URBAN DESIGN HISTORIC PRESERVATION/CORRIDOR UNDERLINE SPECIAL DISTRICT MIAMI TRANSIT ORIENTED U.S.1/RED/SUNSET CORRIDOR Miami Dade County 11 Mils_ DEVELOPMENT DISTRICTS VISIONING WORKSHOP* Recommendations to ensure compatible Miami,FL 1500 AC Coral Gables, FL. 2.8 MI land uses, development patterns, quality Typology report for Transit Oriented Worked to protect residential areas from urban design and connectivity along the Development (TOD) in three key locations commercial development. Also strategized 10+ mile cporridor identifying specific value in Miami that explore the potential of transit methods of improving pedestrian character, capture mechanisms and inclusive outreach connectivity to major hubs throughout the city. connecting public space,make the Underline strategies. an integral part of the city and promote car- URBAN DESIGN FORM-BASE CODE+PLANNING LITTLE HAVANA REVITALIZATION free mobility. FORT LAUDERDALE TOD STUDY Miami,FL I/00 AC URBAN DESIGN+PRO-BONO br L Luuueruaiu,I L In partnership with the National Trust for CALLE 8 REVITALIZATION 1800 AC Historic Preservation, plan efforts worked ,,.„;,;;,, , 2 MI Creates a walkable community with a vibrant to preserve the authenticity of Little Havana Proposal to restore the corridor as a live,work,and play environment. Focuses on and provide new policy recommendations walkable, pedestrian-oriented main street the city's goals of being both an urban center that incentivize preservation,adaptive re-use for Little Havana with recommendations for and a major vacation destination sustained and urban infill. more supportive infrastructure. by an accessible, resilient and connected community. URBAN DESIGN URBAN DESIGN OMNI DISTRICT MASTER PLANNING HIALEAH COMPLETE STREETS PLAN TRANSIT STUDY+URBAN DESIGN Miami,FL „ Hialeah,FL 19.7 SQM BISCAYNE GREEN COMPLETE A Master Planning / Visioning Design and Works to promote multi-modal mobility and STREET&PROMENADE Feasibility Study to create an Entertainment create more supportive transit infrastructure ivliarrli,EL District within the OMNI CRA boundaries. in this dense,mixed-use district. 7 AC Proposal to turn Biscayne Boulevard into URBAN DESIGN URBAN DESIGN +PLANNING a pedestrian promenade that promotes 1-395 SIGNATURE HERITAGE TRAIL- HOSPITAL GROUNDS NEIGHBORHOOD safety and connectivity and enhances DESIGN-BUILD PLAN its connections to Bayfront Park and the Miami,FL 55 AC St.Thomas,USVI . . .15 AC waterfront. The project vision also reduces Innovative design that rethinks the usage of A three-day charrette gathered stakeholder lane quantity to calm traffic. the public space under the 395 and works to input to reprogram a former hospital promote better pedestrian infrastructure and grounds in a coastal area into a resilient and CORRIDOR DESIGN/URBAN DESIGN amenities for local residents. sustainable redevelopment anchored by a EAST NAPLES/ US-41 sports facility and community center. Full Coiiiei County,I L 11 Miles FORM BASE CODE+PLANNING SERVICES build out would include: a public plaza, play WYNWOOD REVITALIZATION and recreation areas, fish market, tourist A Master Planning/Corridor Visioning Miami,FL Design and Feasibility Study to envision 273 AC information center and adaptive re-use of into a vocational the revitalization of a suburban corridor to Crafted a national model for urban zoning former medical buildingsschool. provide multimodal opportunities as well as codes to support creative industries, mixed- mixed-use nodes to reduce VMTs and pro- use, transit-supportive development, proper FORM-BASED CODE vide services to underserved communities. urban scale and green space. VILLAGE OF EL PORTAL FORM-BASE CODE+PUBLIC OUTREACH Li r'ui tal, F L 256 AC WYNWOOD NORTE LAND DEVELOPMENT REGULATIONS HARTTOD PILOT PROJECT Creation of new municipal zoning ordinance City of Miami 250 AC and Comprehensive Plan amendments. Community-driven vision plan for the Hillsborough County, FL 14 mile Corridor Recommendations focus on mixed use neighborhood north of Wynwood that worked Creation of a form-based code template for the Town Center and corridor legislation that to craft recommendations and propose TOD areas along corridors in the metropolitan generate new economic sources and provide design solutions for the neighborhood region of Tampa. This will seek to upgrade a destination for the Village in proximity to a based on the community's feedback, with densities, mixed-use, the quality of frontages, future transit station. an emphasis on mobility, accessibility, and and the public realm in the stations pedestrian safety. sheds. CITY OF MIAMI BEACH ISOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 131 TOOLE /- ~ - DESIGN KRISTOF DEVASTEY, PE, PTOE, PTP r SENIOR TRANSPORTATION ENGINEER PROFESSIONAL Kristof is a licensed Professional Engineer with extensive experience in traffic HIGHLIGHTS and transportation engineering that emphasizes roadway safety, livable Years of Experience: 15 transportation, and Complete Streets. He is also experienced in transportation Toole Design:2020-Present planning studies and traffic operational analyses; however, Kristof's passion resides in finding ways to reconcile conventional approaches to safety with safe S&ME,Inc:2016-2020 systems approaches and Complete Streets. MARLIN Official:2015-2016 SELECTED PROJECT EXPERIENCE Calvin,Giordano&Associates: 2013-2015 MassDOT Road Safety Audits Gannett Fleming:2012-2013 Kristof served as lead facilitator for multiple Virtual Road Safety Audits for the Massachusetts Department of Transportation. He managed the crash analysis,field Florida Department of reviews,and audit reports associated with these Road Safety Audits. Transportation:2008-2012 Bentonville Bikeway Designs, Bentonville,AR Kimley-Horn:2007-2008 Toole Design is providing final design services for four critical bicycle and pedestrian corridors.A number of traffic calming and safety elements are being EDUCATION / considered, including roundabouts, protected intersections, raised crosswalks CERTIFICATION and intersections, planted medians, and pedestrian refuges. Kristof completed Master of Science, the operational analysis for the SW/SE 8th Street corridor and also developed the Transportation and Highway signal phasing and timing as part signal modification plan for the NW 3rd Street and Engineering,Florida International University:2011 Walton Boulevard intersection. Bachelor of Science, Peachtree Street Shared Space Study,Atlanta, GA Civil Engineering,Florida Kristof is helping develop signal timing and phasing modifications as part of the International University:2007 redesign of Peachtree Street in Downtown Atlanta.This project will bring the Associate of Science, City's vision of a shared street to life by getting buy-in from the public and key Engineering,Tidewater stakeholders, integrating elements proposed by previous plans,analyzing traffic Community College:2005 patterns, and conducting environmental and historical due diligence to develop and Professional Engineer: test alternative designs for the corridor. FL,GA,WV FDOT District 1 Speed Management Workshop Professional Traffic Building on previous efforts by the FDOT District 1,Toole Design completed a Operations Engineer series of 2-day workshops to further build awareness on the effects of speed on Professional safety, quality of life and economic development.The intent of these workshops Transportation Planner is to continue increasing knowledge of,and comfort with, implementing speed management measures, and addressing common challenges encountered while APPOINTMENTS/ developing speed management plans.The intended audience of these workshops AFFILIATIONS included FDOT staff, maintaining agencies and local municipalities throughout Institute of District One.The workshops were divided into four parts including an educational Transportation Engineers session and three hands-on case study exercises.As part of this effort,Toole Design also developed a methodology to help FDOT staff identify and rank State roads for speed management. OTHER RELEVANT EXPERIENCE FDOT District 4 Districtwide Road Safety Audit Contract CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 132 2.2 Qualifications of Proposer Team (Contd.) THE'OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION HOME CONTACT US MYACCOUNT ONLINE SERVICES LICENSEE DETAILS 1108'19PM 12/20/2022 Licensee Information Apply for a License Name DEVASTEY,JANKRISTOF ROBERT(Primary Name) Verify a Licensee Main Address. 4461 SHADY ROCK COURT View Food 6 Lodging Inspections APOPKA Florida 32712 County. ORANGE File a Complaint Continuing Education Course License Information Search License Type: Professional Engineer View Application Status Rank: Prof Engineer License Number: 78230 Find Exam Information Status: Current,Active Unlicensed Activity Search Licensure Date: 11/03/2014 g88T Delinquent Invoice 8 Activity Expires 02/28/2023 Liu Search Special Qualifications Qualification Effective Civil 11103/2014 Alternate Names View Related License Information View License Complaint CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 133 TOOLE DESIGN las ANDREA OSTRODKA, AICP, LEED AP® NATIONAL TRANSIT PRACTICE LEAD PROFESSIONAL Andrea is a collaborative and solutions-oriented transportation planner who HIGHLIGHTS serves as Toole Design's Central Florida Office Director.She has a unique collection Years of Experience:21 of experience with transit and land use planning in both the public and private Toole Design:2019-Present sectors, having served as the Director of Planning and Engineering for a regional transportation authority,the project manager for a wide variety of Bus Rapid Transit H.W.Lochner:2016-2019 (BRT)and rail efforts,and a local government liaison for transportation issues. Central Florida Regional Andrea has seen a broad transportation initiatives through to implementation, Transportation Authority proving her value on both project-and enterprise-level planning efforts. (LYNX):2011-2016 AECOM:20092011 SELECTED PROJECT EXPERIENCE Glatting Jackson Kercher Sulphur Springs West Downtown Urban Design Plan, Sulphur Springs,TX Anglin,Inc.:2003-2009 Andrea led the planning and design charrette for this Plan.The heart of the plan is Triangle Land Conservancy: a new park stretching from the quiet residential area at the north end of the district 2001-2003 to the more urban, mixed-use south end.The plan for the park reflects public input with shaded,winding pathways; a playground and splashpad; pedestrian plaza and EDUCATION / concert area; open space; a natural stone bridge; and public art.Streets and blocks CERTIFICATION surrounding the park are reconfigured to promote easy access by walking or biking, slower automobile speeds,and residential redevelopment. Master of Urban and Regional Planning,University of North Young Circle Redesign and Development, Hollywood, FL Carolina at Chapel Hill:2003 Andrea led land use and transit planning analyses for this effort to re-envision Bachelor of Arts,History and Young Circle from the current car-centric three-lane one-way circle to pedestrian- Environmental Studies, focused two-way two-lane circle with four modern roundabouts.The project Emory University:2001 requires extensive coordination with FDOT, Broward County Transit(BCT), and American Institute of adjacent property owners to ensure that the design process and outcomes are Certified Planners acceptable to the agencies while also delivering the community's vision. LEED Accredited Professional StarMetro Transit Development Plan,Tallahassee, FL Andrea conducted a peer analysis the evaluated ridership and cost projections APPOINTMENTS/ associated with various routing and headway policy scenarios for the StarMetro AFFILIATIONS Transit Development Plan,a 10-year needs-based plan that serves as a strategic Urban Land Institute Central guide to improve transit service through the capital region. Florida Chapter,Chair of Programs:2007-2010 CARTS Multimodal Infrastructure Guidelines, Little Rock,AR Andrea served as lead technical planner and deputy project manager in developing design guidelines for transit stops and stations,exclusive busways, bicycle facilities, sidewalks, intersections, and curbside management.These guidelines provide clear and consistent direction to City planning, engineering, and maintenance staff throughout the region and are intended to result in a safe, enjoyable,and seamless mobility experience for travelers throughout Central Arkansas. OTHER RELEVANT EXPERIENCE Darrington Mobility Alternatives Analysis,Snohomish County,WA SunRail Transition Plan, FL CITY OF MIAMI BEACH LSOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 134 2.2 Qualifications of Proposer Team (Contd.) The American Institute of Certified Planners The Professional Institute of the American Planning Association hereby qualifies Andrea D Petersen as a member with all the benefits of a Certified Planner and responsibility to the AICP Code of Ethics and Professional Conduct. Certified Planner Number:020603 April 3,2006 rRFbRn6�T t t.171 T.Pan efl11 CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 135 2.2.1 PROJECT MANAGER Lochner's Project Manager James Spinks, PE, PTOE, will also serve as the Transportation Planning and Traffic Engineering task leader. James is an effective communicator and has an established reputation as a leader in transportation planning and traffic engineering with proven experience in developing concepts that enhance transportation and quality of life. James has a profound comprehension of the regulatory framework that local governments must operate under. He recognizes that, when we serve a municipality, we are not only serving the City staff, mayor, and commissioners, but we are also serving the public and all of the various clients that a municipality has, including developers, contractors, and other service providers. He is technically skilled, responsive, and highly detailed. Notably, James has applied for 25 mph speed limit designations for multiple Miami-Dade cites, developed citywide traffic calming master plans for multiple municipalities with the Miami-Dade James Spinks, PE, PTOE Department of Transportation and Public Works (DTPW) that PROJECT MANAGER contained traffic circles, speed tables, and complete streets 23 Years of Experience concepts with lane repurposing, wide sidewalks, mid-block crosswalks, landscaping, bike lanes, bulb-outs, high-emphasis CAREER HIGHLIGHTS intersection crosswalks,and operational and safety improvements ✓ PM for Miami- is current City of Miami-Beach on-call at intersections. In addition to municipal projects, James also contract as well as other served as the PM to the Miami-Dade TPO, where he managed similar municipal task-based the Protected Bike Lanes Master Plan, the 2015 and 2016 Safe contracts Routes to School Infrastructure Plans, and the Bike Friendly ✓ Effective communicator with Miami-Dade Plan. reputation as a leader in With more than 23 years of experience, James provides transportation planning transportation planning and traffic engineering consultant ✓ Extensive project history services, such as site plan review, agency comprehensive plan withinungMi City of Miamie Co Be, including City of Beach development, traffic impact study preparation and review, and ✓ Well-rounded approach to operational analysis using micro-simulation software. He has planning that accounts for resolved resident traffic concerns,addressed pedestrian and bicycle design and construction safety, and developed traffic calming master plans for more than 20 ✓ Design delivery of innovative municipalities throughout the South Florida area including the City multimodal strategies, of Miami Beach. On the North Shore Neighborhood Improvements including complete streets Project, he served as the Senior Traffic Engineer implementing and road diets the City's basis-of-design recommendations (BODR) designed the planned improvements, including traffic analysis, character landscaping, streetscapes, parking, lighting, ADA access, and waterline replacement for more than eight miles of urban, neighborhood corridors. James provides a familiar and trusted staff supporting role to the Beach, having worked with the Director of Transportation Jose Gonzalez, PE, under other contracts. James is known for his calm and trusting demeanor when presenting complex technical projects, whether it be to the residents, city commissioners, city manager, Planning and Zoning (P&Z) Board, or Homeowner's Associations (HOAs). James is familiar with the local area, as he managed engineering contracts with FDOT District 6 Traffic Operations and Safety Office and the Miami-Dade County TPO prior to joining Lochner. James is adept with the Miami-Dade County permitting agencies and procedures as well as FDOT and the SFWMD. Because of this experience, he has established relationships with the agency's review and permitting CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 136 2.2.1 Project Manager (Contd.) staff and understands their expected standards and procedures, ensuring a smooth and quick approval process for any type of project. He understands the Miami Dade Traffic Flow Modification(s) Street Closure(s) procedures and thresholds for traffic calming and is creative in obtaining funding for traffic studies,through alternative revenue sources. In fact, James was the lead Traffic Engineer/Transportation Planner for the Palmetto Bay Downtown Master Plan, which received the 2015 State of Florida P&Z Board Award. This project is the Vision of the Downtown Redevelopment Task Force (DRTF), formed by the Village Manager Edward Silva and the Village Council. The DRTF charged the consultant team with bringing more business tax revenue to the Village and to create a vibrant and inviting live-work-play downtown community for Palmetto Bay by stimulating mixed-use TOD along the South Dade Transitway through a long-term (40 to 50 years)vision of the Palmetto Bay downtown area. James understands City residents also have very different mobility needs: they have reached different points in their lives, reflect different cultural backgrounds, live in neighborhoods with multiple street types and land use patterns, and take very different routes to work. He also knows there is no silver bullet to solving all of the City's transportation needs and recognizes the benefits of providing more mobility choices than the City has now. To gain consensus on these complex transportation issues,James focuses on a carrot-and-stick approach, improving alternative transportation options on one hand and creating disincentives to driving alone on the other. Put the options in front of the people, entice them with the benefit-cost (BC) and ease of use approach, and let them decide what is best for them at that moment in time. Because James has performed work on the City, he recognizes it as a complex ecosystem with varying transportation needs that are context-sensitive. The City's transportation network knows no stasis and is in constant flux. Several factors influence the City's travel network, such as neighborhood type, time of day peaks, age and physical ability of citizen population, mix of retail options available by distance, and historical land-use patterns. As part of a nationwide firm, James is supported by a more than 650 experienced Lochner professionals that specialize in all modes of innovative, creative, state-of-the-art, cost-effective transportation solutions in transportation planning,traffic engineering, roadway design, rail and transit, structures, environmental, aviation, construction, and alternative delivery. Under his leadership, Lochner—bolstered by well- established, technically capable partnering firms—will collaborate with the City of Miami Beach to fulfill the City's Key Intended Outcomes in the Strategic Plan and the goals of both the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan.James's proven success as a leader of on-call contracts includes serving as General Transportation Planning and/or Traffic Engineering Consultant for more than 20 municipalities in South Florida. His most recent experience is highlighted on the following pages. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 137 2.2.1 Project Manager (Contd.) MVP" ...1141111111111111111 _ - i J IIwowA .,..4440mor 1111 General Transportation Planning EXPERIENCE Consultant Principal Miami Beach, FL I City of Miami Beach As project manager for this on-call, task-based contract, FIRM ROLE Prime James leads Lochner's efforts to deliver several projects outlined in the City of Miami Beach's Transportation Master KEY TEAM MEMBERS Plan and Bicycle Pedestrian Master Plan. • James Spinks, PE, PTOE • Chuck Hart, PE, PTOE Projects Assigned Under Contract • Edwin Mojena, PE Dade Boulevard Shared-Use Path & Road Diet • Manuel Sauleda, PE Feasibility Study CLIENT CONTACT Feasibility study for implementation of multimodal access Jose Gonzalez improvements to/from the Miami Beach Convention Center City of Miami Beach and surrounding areas, including hybrid lane reduction 305.673.7490 improvements by removing turn bays and adding bidirectional josegonzalez@miamibeachfl.gov protected bike lanes, a shared use path connection to Miami YEARS & TERM OF ENGAGEMENT Beach High School, and crosswalk bicycle signals. James 2018 2023; On Call Contract identified and analyzed the existing transportation conditions and recommended multimodal transportation improvements to SERVICES PROVIDED create livability, such as improved and connected bicycle lanes, • Traffic Engineering walkable sidewalks, character landscaping, streetscapes, • Transportation/Transit Planning transit amenities, and a shared-use path. He also evaluated a • Bicycle & Pedestrian Planning potential road diet for the corridor. • Complete Streets • Smart Growth Tatum Waterway Drive Feasibility Study, 81st Street to • Livable Cities 77th Street • Transportation/Land Use Integration Traffic study to analyze the feasibility of a two-way to one-way • Economic & Financial Analysis modification in traffic flow in the North Shore area of Miami • Transportation Related Urban Design Beach along Tatum Waterway Drive, an essential roadway in • Station Area Planning the city's neighborhood greenways plan. Study focusing on • Computer Visualization/Graphics safety improvements and buffered bi-directional bike lanes to • Roadway Design provide multimodal connectivity between North Beach, South • Roadway Impact Studies Beach, and barrier islands. James developed and analyzed roadway modification concept alternatives to confirm bicycle lane implementation did not compromise existing parking or traffic operations. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 138 2.2.1 Project Manager (Contd.) Ocean Drive One-Way Conversion Traffic Study,5th Street to 15th Street Traffic study to analyze the feasibility of a two-way to one-way southbound modification in traffic flow along Ocean Drive to accommodate multimodal transportation and connectivity, including analysis of short-term elimination of ocean-side parking to incorporate bicycle lanes and construction of a long- term parklet concept with sidewalk and buffered bike lanes. James developed concept alternatives addressing the corridor's full capacity, including multimodal users such as bicyclists and pedestrians, as well as analyzed the short-term and long-term effects of concept alternatives. SMART Plan Beach Corridor & Bus Express Rapid Transit Independent third-party review of Miami-Dade County's SMART Plan Beach Corridor Study to link downtown Miami to South Beach with focus on the MacArthur Causeway that spans an intercoastal waterway. Review of the locally preferred alternative analysis options and bus rapid transit projects, including analysis of planning assumptions, calculations, and methodology as well as verification of compatibility with the city's transportation master plan. James reviewed project documentation, justification results, and technology selected for the proposed corridor alignment to add capacity to an overseas roadway. Orchard Park Traffic Calming Study & Design Transportation planning and traffic engineering services as part of an on-call contract to study traffic calming measures for the Orchard Park neighborhood bound by Pine Tree Drive on the east, Chase/ Prairie Avenue on the west,and 41st Street to 47th Street south to north.Scope of work includes evaluating traffic circles, speed humps, designated bike lanes, and reduced speed signage. James served as project manager, overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. Washington Avenue Travel Time & Delay Transportation planning and traffic engineering services as part of an on-call contract providing short and long range planning, transit operations planning, facilities planning and development, public participation, financial planning and analysis, environmental sustainability analysis, transit intermodal facility development, urban design, transit oriented development. James served as project manager, overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. Prairie Avenue at 44th Street Intersection Transportation planning and traffic engineering services as part of an on-call contract to design a new traffic circle for the intersection of Prairie Avenue and 44th Street/Chase Avenue, allowing implementation of crosswalks on all ways of the intersection and creating greater connectivity for pedestrian pathways to Muss Park and North Beach Elementary School. Services include short and long range planning, transit operations planning, facilities planning and development, public participation, financial planning and analysis, environmental sustainability analysis, transit intermodal facility development, urban design, transit oriented development, and project control and management. James served as project manager, overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. In-House Support for Traffic Engineering Transportation planning and traffic engineering services as part of an on-call contract performing program management in support of the Transportation Master Plan and Bicycle Pedestrian Master Plan, warrant analysis, plan reviews, site visits, temporary traffic control plan reviews, responding to resident requests, technical research of new technologies, and other transportation engineering services at the request of the City. James served as project manager, overseeing and reviewing all work to ensure the highest quality as well collaborating directly with the client to ensure project goals were achieved. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 139 2.2.1 Project Manager (Contd.) 11i ■o In 1 airnrrr*F Yl al r Iw_ �= ie It■i l --- 9 a 4Krq "Q �114"MII ' "� Y 1,•• Y• `fie•,. + I. - • • 14 t (�Y" .`�'4# �� � I T I. - • __ > iC,�; ‘,.. kip,-- •:• me:µ; _. _ I � -� 1� •- , ' i.r-` ., - ..„,,•- y� 1't ,', .a„ 1 4 . +. - t� - - ' . •- -"-iif if i.is•-..% )' . ,,,, , _ , .--lor � Multimodal Transportation Planning & EXPERIENCE Engineering Consulting Services Principal Coral Gables, FL I City of Coral Gables As project manager, James oversees Lochner's delivery FIRM ROLE Prime of planning and design services for each task work order assigned under this on-call contract, which directly supports KEY TEAM MEMBERS the City of Coral Gable's Multimodal Transportation Plan. • James Spinks, PE, PTOE • Edwin Mojena, PE Projects Assigned Under Contract • Dalila Fernandez, PE Gulliver AcademySchool Traffic Impact Analysis • Chucollolk Hart, PE, PTOE Traffic impact analysis to evaluate the impact of the proposed • Alain DeQuesada, PE expansion of Gulliver Academy School on the surrounding transportation network. James collected traffic counts, CLIENT CONTACT performed field reviews, and developed trip generation Melissa Mojarena De Zayas, PE distribution and analysis for existing and future conditions. City of Coral Gables 305.460.5618 In-House Support (City Traffic Engineer) mdezayas©coralgables.com In-house support traffic engineering and multimodal YEARS & TERM OF ENGAGEMENT transportation planning to promote a balance between travel efficiency and quality of life and provide residents 2018-2023; On Call Contract with transportation options, continued economic grow, and SERVICES PROVIDED a healthy environment. Services include preliminary studies, • Traffic Engineering inventory and analysis studies, project design, engineering • Transportation/Transit Planning and cost estimation services, and right of way services.James • Bicycle& Pedestrian Planning managed five capital projects, including the performance of • Complete Streets multimodal level-of-service analyses.He also developed context • Smart Growth • Livable Cities sensitive, complete street, and road diet designs for residential • Transportation/Land Use Integration neighborhoods as well as provided in-house support, assisted • Transportation-Related Urban with day-to-day requests, and led traffic calming efforts that Design included the design of exceptions, variations, and lane-width • Computer Visualization/Graphics reductions. • Roadway Design • Roadway Impact Studies CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 140 2.2.1 Project Manager (Contd.) Projects Assigned Under Contract • Zone 2 Traffic Calming Design & Public Meeting • Alhambra Circle Design Support • Coral Way&Segovia Street Design • Zone 3 Traffic Calming Design Support • Obispo Traffic Calming Simulation • Citywide Traffic Data Collection Support • Ponce De Leon Boulevard & Sidonia Avenue Traffic • VISSIM Model &Traffic Calming Simulation Flow Modification Study CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 141 2.2.1 Project Manager (Contd.) • di ,�T -... . �--r--- MF • „„,,c_it „, ,i, , :1,11 :,...._ _4i ,,....„-, ,, - -. ...„..: . :-___ _ ,!„ qot ,i. 2: _A 441 --- ..------,...- ik• ; - ,.. , ' 'P• • - :- 5, l'A A il lilt B •:: i•-• „ .. . .a.mr. , ‘. ' I' ' N rtill s 1 .1 Esc — 1' _ .. dor . _ . :71.--,. .. , ..i':"12,-'' --- 0-1. id at \k , . -11 s �1` tifklijk. '' General Engineering Consultant EXPERIENCE Doral,FL I City of Doral Principal James acts as project manager for this on-call, task-based contract,under which Lochner serves as advisor,administrative FIRM ROLE consultant, and technical consultant to City of Doral staff. Prime KEY TEAM MEMBERS Projects Assigned Under Contract • James Spinks, PE, PTOE Citywide Traffic Calming Device Devices Design • Edwin Mojena, PE Analysis of existing roadway, signing, and pavement markings • Manuel Sauleda, PE throughout the city as well as plan development for traffic • Luis Mora Vera calming devices, including speed limit signs, speed feedback CLIENT CONTACT signs, speed table, raised crosswalk, and raised intersection. Carlos Arroyo James designed traffic calming mitigation strategies to reduce City of Doral speeds and traffic volume on local residential roadways. 305.593.6740 Traffic Calming Intergovernmental Agency Agreement carlosarroyo@cityofdoral.com Development of an intergovernmental agency agreement YEARS & TERM OF ENGAGEMENT between the City of Doral and Miami-Dade County's 2018-2023; On-Call Contract Department of Transportation and Public Works to allow the city to perform traffic engineering functions for the SERVICES PROVIDED creation of a traffic calming program. James prepared the ' Traffic Engineering agreement document that defined the city's traffic engineering ' Bicycle&Pedestrian la n in g • &Pedestrian Planning responsibilities to include the installation and maintenance of • Complete Streets traffic calming on local municipal streets (and to exclude county • Smart Growth or state streets) within city boundaries. • Livable Cities • Transportation-Related Urban RIF Study Design Study and development of a roadway impact fee update • Computer Visualization/Graphics through review of previous documentation, such as relevant • Environmental ordinances and the city's transportation master plan, as well • Roadway Design as local ordinances from similar-sized cities. Also includes • Electrical & Lighting development of a fee schedule and formula to be presented ' Maintenance of Traffic to the local city council. James developed a revised fee schedule and formula for land development to be more in-line with new land development strategies and for construction methods by comparing similar cities in Miami-Dade County with high developments. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 142 2.2.1 Project Manager (Contd.) Projects Assigned Under Contract • Section 7 Traffic Calming • Trail Lighting Analysis& Design • NW 114 Avenue/NW 112 Court at NW 82 Street • Grant Writing Support Signalization Design • 20-Year Water Use Plan Update • Doral Tree Protection Ordinance • Water Supply Facilities Work Plan Update • Doral Street Planting Plan • Design & Installation of Exterior Lighting Systems • Residential Tree Regulations • NW 107th Avenue Geotechnical Services • Citywide Environmental Sampling • Environmental Sampling CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 143 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE The table below shows prior projects in which Lochner and its partnering subconsultants have successfully collaborated. The pages following provide additional detail for each project in the table. TABLE 2: MATRIX s co OF LOCHNER TEAM a0 CD -0 0 ro co U o II EXPERIENCE* > T m m m O u; w c 2 U- a 12 1. City of Miami Beach General Transportation Planning ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Consultant 2. City of Coral Gables Multimodal Transportation Planning& ✓ ✓ ✓ ✓ ✓ ✓ ✓ Engineering Consulting Services 3. City of Doral General ✓ ✓ ✓ ✓ ✓ Engineering Consultant 4. Town of Miami Lakes Multi-Year V I ✓ V I ✓ General Engineering Contracts 5. City of Opa-Locka Architectural &Engineering Consulting V ✓ V V ✓ Services 6. FDOT D6 Districtwide Freight ✓ ✓ ✓ Consultant Services 7. City of Hollywood Hollywood ✓ ✓ Boulevard Streetscape Design 8, PSTA Central Avenue BRT ✓ ✓ Design 9. FDOT D7 SR 595(Alternate US 19)Corridor Study, Belleair Road ✓ V to Pinellas-Pasco County Line 10. FDOT D6 SR 907(Alton Road) Reconstruction,43rd Street to ✓ ✓ East of Allison Road 11. FDOT D4 1-95(SR 9)/Broward Boulevard Interchange ✓ ✓ ✓ Improvements 12. FDOT D4 Florida Airport Runway ✓ ✓ Extension Peer Review 13. FDOT D4 Minor Project Design ✓ ✓ ✓ 14. FDOT D6 Districtwide Traffic V ✓ Operations and Safety 15. FDOT D4 Districtwide Traffic ✓ ✓ ✓ Forecasting *Additional project details on the following pages. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 144 2.2.2 Evidence of Prior Working Experience (Contd.) 1. General Transportation Planning Consultant Agency: City of Miami Beach Contact: Jose Gonzalez, 305.673.7490, josegonzalez@miamibeachfl.gov Years &Terms of Engagement: 2018-2023; On-Call Contract Description: On-call task-based contract providing short-and long-range transportation planning tasks including conducting planning and feasibility studies for bicycle, pedestrian, transit, traffic management and other projects, conducting transportation corridor studies along arterials and collectors with the purpose of identifying mobility improvements. 2. Multimodal Transportation Planning & Engineering Consulting Services Agency: City of Coral Gables Contact: Melissa Mojarena De Zayas, PE, 305.460.5618, mdezayas@coralgables.com Years and Terms of Engagement: 2018-2023; On-Call Contract Description: Part of a three-year agreement providing transportation planning and engineering consulting services for City of Coral Gables including preliminary project planning, existing conditions inventory and analysis, project design, engineering and cost estimation; and construction management. 3. General Engineering Consultant Agency: City of Doral Contact: Carlos Arroyo, 305.593.6630, carlosarroyo@cityofdoral.com Years and Terms of Engagement: 2018-2023; On-Call Contract Description: On-call task-based contract under which Lochner serves as advisor, administrative consultant, and technical consultant to City of Doral staff. 4. Multi-Year General Engineering Contracts Agency: Town of Miami Lakes Contact: Omar Santos Baez, PE, 305.364.6100, santoso@miamilakes-fl.gov Years and Terms of Engagement: 2017-2027; On-Call Contract Description: Lochner is assisting with the planning, design and implementation of municipal engineering projects, performing highway engineering, transportation engineering, environmental engineering, surveying, geotechnical, hydrology and hydraulics, and structural engineering services. 5. Architectural & Engineering Consulting Services Agency: City of Opa-Locka Contact: Carlos Gonzalez, 305.688.4611, cgonzalez@opalockafl.gov Years and Terms of Engagement: 2020-2023; On-Call Contract Description: On-call task-based contract under which Lochner serves as advisor, administrative consultant, and technical consultant to City of Opa-Locka staff. 6. Districtwide Freight Consultant Services Agency: Florida Department of Transportation, District 6 Contact: Carlos Castro, 305.470.5100, carlos.castro@dot.state.fl.us Years and Terms of Engagement: 2019-2020; On-Call Contract Description: On-call technical support as part of a contract to provide aviation, intermodal, seaport and waterway, rail, freight mobility, and additional miscellaneous services to the Department. 7. Hollywood Boulevard Streetscape Design Agency: City of Hollywood Contact: Randy Hollingworth, 786.486.5269, rhollingworth@bermelloajamil.com Years and Terms of Engagement: 2020-2021; Engineering Services Description: Performance of water resource and traffic analysis services related to pedestrian and CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 145 2.2.2 Evidence of Prior Working Experience (Contd.) landscaping feature improvements,transition of existing angle parking to parallel, and sidewalk widening to provide additional space for outdoor dining, and roadway and lighting improvements. 8. Central Avenue Bus Rapid Transit (BRT) Design Agency: Pinellas Suncoast Transit Authority Contact: Abhishek Dayal, 727.540.1800, adayal@psta.net Years and Terms of Engagement: 2018-2022; Engineering Services Description: Preliminary engineering, final design, and post-design services to improve corridor travel times and directly support the region's economic development initiative which involve implementation of designated semi-exclusive business access and transit (BAT) lanes. 9. SR 595 (Alternate US 19) Corridor Study, Belleair Road to Pinellas-Pasco County Line Agency: Florida Department of Transportation, District 7 Contact: Brian Shrover, 813.975.6000, brian.shroyer@dot.state.fl.us Years and Terms of Engagement: 2016-2019, Engineering Services Description: Alternative analysis for SR 595/Alt 19 corridor to improve capacity, traffic operations, safety, and access by evaluating freight, transit, bicycle, and pedestrian movements. Services include data collection, initial coordination efforts for conceptual design, public involvement, and environmental studies. 10. SR 907 (Alton Road) Reconstruction, 43rd Street to East of Allison Road Agency: Florida Department of Transportation, District 6 Contact: Humberto Gomez, 305.640.7390, humberto.gomez@dot.state.fl.us Years and Terms of Engagement: 2014-2018; Engineering Services Description: Design and construction phase services to reconstruct a 2.8-mile stretch of four-lane divided roadway that runs north-south along Miami Beach's Biscayne Bay Coastline, including the installation of an entirely new pump-based drainage system designed to address rising sea levels. 11. 1-95 (SR 9)/Broward Boulevard Interchange Improvements, South of Davie Boulevard to South of Sunrise Boulevard Agency: Florida Department of Transportation, District 4 Contact: Anson Sonnett, PE, 954.777.4474, anson.sonnett@dot.state.fl.us Years and Terms of Engagement: 2021-2024; Engineering Services Description: Design for I-95/Broward Boulevard Interchange, a multimodal project with a streamlined integrated transit system incorporating Tri-Rail, Broward Premium Transit, and 1-95 Express Lanes. Improvements include providing direct connect ramps from Broward Boulevard to the 1-95 Express Lane system, widening of 1-95 to accommodate the new direct connect ramps, construction of four new curved ramp bridges, replacement of the Broward Boulevard bridges over the South Florida Rail Corridor and 1-95, widening of Broward Boulevard to accommodate new ramps and proposed Broward Premium Transit station, and mobility improvements within the Tri-Rail station parking facility by providing three roundabouts to facilitate vehicular and bus movements. 12. Florida Airport Runway Extension Peer Review Agency: Florida Department of Transportation, District 4 Contact: Robert Bostian, PE, 954.777.4427, robert.bostian@dot.state.fl.us Years and Terms of Engagement: 2011-2012; Engineering Services Description: Assistance with the review of technical proposals in relation to the Fort Lauderdale Airport Runway Extension over SR 5 (US 1) and FEC railroad tracks. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 146 2.2.2 Evidence of Prior Working Experience (Contd.) 13. Districtwide Minor Project Design Agency: Florida Department of Transportation, District 4 Contact: Henry Oaikhena, PE, 954.777.4445, henry.oaikhena@dot.state.fl.us Years and Terms of Engagement: 2014-2019; On-Call Contract Description: On-call design services for districtwide minor project design production support. 14. Districtwide Traffic Operations & Safety Agency: Florida Department of Transportation, District 4 Contact: Jesus Perez, 305.470.5323, jesus.perez@dot.state.fl.us Years and Terms of Engagement: 2021-2026, On-Call Contract Description: Traffic engineering services as part of an on-call, task-based contract to develop various traffic operations and safety studies that will be identified for intersections, arterials, etc., as well as other related improvement recommendations and evaluations. 15. Districtwide Traffic Forecasting Agency: Florida Department of Transportation, District 4 Contact: Raj Shanmugam, PE, 954.777.4655, raj.shanmugam@dot.state.fl.us Years and Terms of Engagement: 2019-2024; On-Call Contract Description: On-call services for multi-disciplinary projects including traffic data collection, traffic forecast and capacity/LOS analysis, interchange access report development, conceptual design preparation and feasibility or special studies. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 147 TAB 3 : APPROACH & METHODOLOGY i 1 t, ,, .. _ ,,,_ „iiiii. .. _ ,,..::t---1 i :; . "P -,1-i" Low .r: _ • _r'• 6 .-�.:-5.- _"li... •• ^.�tYY .,_ . ...., . ___,,, .. ..._. ...,.............„ - , '�'�1 _- S_,,,,,,-, , r_Sa,_.rf 4i6-y4a _ •1 `} ,; 'i -�. - _.- •--�+: •.-ram% r) 41./ 111, ' 411 ,41 , "Or A*1,5* .. .. -.� unlit_ r al:. S.L. r�` , tiff- di, 1_rL-�I[1 . rr.. _ APPROACH & METHODOLOGY APPROACH TO WORK Lochner's design philosophy and processes for providing professional services under general engineering contracts are built on partnership with our clients, their stakeholders, and communities. We are committed to the success of the City fulfilling its mission to provide a safe multimodal transportation network that provides equitable accessibility without jeopardizing the high quality of life that exists within Miami. We will partner with the City of Miami Beach to perform the required services with the right personnel to produce technically sound deliverables that are cost conscious and completed on-time. Proactive, regular communication with the City's Project Manager will be maintained throughout the life of the contract. Lochner's team of local civil engineering experts brings an in-depth understanding of Miami's challenges and the necessary depth of experience to assist in resolving them.Although there is no all-encompassing methodology to successfully completing a project, there are certain key components that are crucial in safeguarding the effectiveness of the process. Lochner's approach to a successful project includes the following key steps: ( % r ...k r % (tal W 1 V GOALS SOLUTION 3 TRUST Clearly defer DaMelcp Gain project challenges and 2a feasible acceptance and set objectives aoluton biiid public consensus 1 If L 0 L r STEP 1 : Clearly Define Challenges & Set Objectives The Lochner approach involves open discussions with City staff to identify any potential issues and develop a clear plan of resolution. Our staff has the resources necessary to help you define challenges, determine your objectives, and most importantly, accomplish your goals. A crucial part of this process is to establish a vision of what the community wants and determine how the transportation system fits into this vision. Once the goals and objectives of the project have been established, a detailed scope and schedule is developed for each of the work assignments. STEP 2: Develop a Feasible Solution Project feasibility is determined by analyzing the various parameters specific to each project. The analysis allows our technical professionals to predict the impact of different alternatives. The results are compared to the previously established priorities and objectives to determine which solution will be most effective in addressing the problem while minimizing cost. Based on our experience, the accuracy of costs is a critical element when evaluating alternatives; consequently, each alternative is thoroughly reviewed by a member of our in-house design team to guarantee accurate cost estimates for each alternative, thus safeguarding the reliability of the decision- making process. In addition, we are well aware of potential concerns relating to the constructability and feasibility of proposed recommendations. To safeguard against these issues, we propose in-house reviews of final recommendations by a team member from our various departments (e.g., survey, roadway, drainage, CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 149 Approach & Methodology (Contd.) bridge inspection, etc.) to ensure constructability and to identify any potential impacts resulting from these recommendations (e.g., ROW constraints, utility conflicts, ADA compliance, environmental, and permitting impacts). At this stage, identifying any agencies, governmental bodies, or other organizations that will have a stake in the approval of the proposed alternatives is crucial, since it will directly impact the level of coordination required in the following step and can influence the project schedule. v. STEP 3: Gain Project Acceptance & Build Public Consensus The last stage of the process is to ensure all concerns from stakeholders are addressed and to gain project acceptance not only from the City of Miami Beach but also from any other pertinent agencies. On similar contracts, Lochner performed presentations to municipal committees, P&Z boards, FDOT, and city commissions, facilitating the approval of municipal projects at the county and state level and providing coordination opportunities between municipalities and agencies. While preserving a safe and efficient roadway network can sometimes lead to controversial projects with regards to public acceptance, project success is largely dependent upon effective coordination and communication with all major stakeholders (e.g., elected officials, other governmental agencies, and the general public) as well as being mindful of public perception. Therefore, our technical expertise and extensive experience in building consensus will be valuable assets to the City during the public involvement phase of a project. APPROACH TO TRANSPORTATION/TRANSIT PLANNING & TRAFFIC ENGINEERING Transportation Planning The Lochner team has been involved in long-range and short-range multimodal transportation planning in South Florida for over 20 years, supporting FDOT; the three South Florida metropolitan planning organizations (MPOs); the South Florida Regional Transportation Authority (SFRTA), which operates Tri-Rail; and local county and municipal agencies. On all our projects, our approach is focused on accessing the most appropriate and accurate data and applying the most relevant analysis to identify future needs and opportunities, always working closely with our partners and stakeholders. Cambridge Systematics, a key team member, supported FDOT in developing the Florida Transportation Plan, which forms the Florida transportation blueprint up to 2060 and includes evaluating significant new future corridors like those with economic significance connecting key regions of Florida. They supported development of the 2045 Regional Transportation Plan for Southeast Florida, including developing a Regional Transit Vision for the three-county area. They also developed the Southeast Regional Planning Model (SERPM8) update for the 2045 planning cycle and have applied it to future needs analysis for communities like Miami Beach. Under the Lochner team's City of Miami Beach on-call contract, Cambridge Systematics conducted a dynamic traffic assignment (DTA) analysis for the SMART Plan to quantify the re-distribution of traffic from conversion of two travel lanes on Washington Avenue to transit lanes. Not only does this analysis provide deeper insight when developing recommendations to balance the needs of the community, it was also instrumental in the assessment of travel speed during Lochner's road diet analysis of Washington Avenue. Transit Planning Access to transit service is a foundational component of a safe, sustainable transportation system. To provide this, the Lochner team thinks beyond the transit station and focuses on connections to CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 150 Approach & Methodology (Contd.) neighborhoods and destinations to ensure safe and continuous connectivity from when users leave their door to arriving at their destinations. While we understand the primary goal of transit providers is to transport passengers to and from their homes, jobs, and other destinations, it is also important to note these transit trips are made door-to-door, not stop-to-stop. Whether by foot, wheelchair, bicycle, or other assistive device, everyone who uses transit is a pedestrian at some point, so pursuing a safe transit system begins with a safe and comfortable pedestrian and bicycle network. As a firm, our values are to create livable communities where walking, cycling, and taking transit are safer, more convenient, and more enjoyable for everyone. As such, all our work is conducted through the lens of safety, equity, future-readiness, and quality of life, which we believe coincide effortlessly with the objectives of this contract. Our staff have conducted extensive studies on the multimodal issues common to many U.S. transit corridors, such as bicycle and pedestrian crossings at transit corridors, bicycle and pedestrian access to transit (including first-/last-mile access and bicycle parking), the integration of transit and bike corridors (including shared bike/bus lanes), wayfinding for station access, and bus stop location and design. We have assisted in the planning of new BRT systems to ensure bicycle and pedestrian access and circulation are incorporated from the outset (and in turn, leveraged as crucial tools for reaching ridership goals); co-located bikeshare with transit; and we have developed innovative designs for separated bike lanes and transit stops. In our approach to each task, we will leverage our transit expertise working for both small communities and major cities (including large, multi-jurisdictional transit agencies across the country). Starting from the earliest planning stages and working all the way through project engineering, we consider all modes of transportation as well as land use, housing, economic development, environment, and public health considerations to create functional and inviting public spaces for all. Across our team's practices, we share a collective commitment to equity-based solutions centering community voice and participation. Engaging communities and stakeholders from the beginning to the end of a project process is a cornerstone of our approach. To create culturally, economically, and environmentally sensitive designs requires the voices of the community, and we are adept at translating feedback and distilling it into design solutions. In addition to our work on individual transit routes and systems, Toole Design has also developed comprehensive design guidance for several federal and regional authorities focused on accessibility and safe intermodal connections. Their staff have authored or co-authored numerous national publications focused on transit for the Federal Highway Administration (FHWA), Institute of Transportation Engineers (ITE), and National Academy of Sciences. Examples of their transit design guidance and relevant federal work include: • Integration of Bicycles and Transit (TCRP SB-62) • Guidelines for Providing Access to Public Transit (TCRP B-38) • Public Transit and Bikesharing (TCRP SB-27) • Pedestrian Safety Guide for Transit Agencies (FHWA) • Process Guide for Creating Accessible Pathways to Transit Services (ITE) • Alameda-Contra Costa Transit Design Standards • MBTA Design Guide for Access • 2019 AASHTO Guide for the Development of Bicycle Facilities (forthcoming, includes detailed guidance on transit-related design features) Operational Analysis Although there is no all-encompassing methodology for performing a TRAFFIC ENGINEERING operational or safety analysis, the Lochner team understands there are crucial steps. We use a 10- step methodology to perform operational studies, such as signal warrant analysis, intersection/arterial operational analysis, left-turn phase warrant analysis and other composite studies. These steps include: • Identify the exact limits that influence the location(s) CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 151 Approach & Methodology (Contd.) l • Perform crash analysis with collision diagrams • Check the work program, transportation improvement plan (TIP), and/or long-range transportation plan (LRTP) for existing programmed improvements • Check for and review previous studies in the area • Perform field AM, PM, and off-peak field review • Collect required traffic data • Build existing condition microscopic and/or macroscopic simulation models • Test alternative recommendations (e.g., signal timing, phasing, geometric improvements) to measure operational benefits for each performance measure • Calculate the BC and net present value (NPV) of the improvements • Document the findings Close coordination with the City's Project Manager to fully understand the desired outcome is always key to developing the right methodology for each study. Fatal Crash Reviews Lochner staff has first-hand experience assisting FDOT District 6 with fatal crash reviews and we can provide the same for City of Miami Beach. We have extensive experience assisting with the FDOT fatal crash program, which included disposing numerous fatal crashes, assigning fatals, and reviewing fatal crash reviews while serving in-house. In general, if the fatal involves a Bike/Ped or Lane Departure, we must analyze five years crash data and use influence limits of 0.2 miles; and when analyzing other type of fatal crashes, three years of crash data is reviewed and a 0.1 mile influence limit is used. In any case, each fatality is unique and will be looked at on a case-by-case basis. For example, a fatal involving a suicide or DUI may not warrant further review, and study limits may need to be extended for a high speed fatal, and for a fatal on a horizontal curve the limits should be extended to include the entire length of the curve. Lochner has developed a six-step approach to fatal crash reviews that includes: M f?) _ STEP 1 STEP 2 En STEP 4 STEP 5 STEP 6 Perform an Obtain Prepare co lision Perform crash Confirm all relevant Determine if a crash office review crash data diagrams for analysis information has pattern exists and if relevant crashes been reviewed, the fatal warrants a including resiliency field Visit and improvement recommendations RRR Safety Reviews While the City of Miami Beach is performing resurfacing, coordinating the project with minor operational or safety improvements—such as ADA ramps, cracked sidewalks, or pedestrian features—is always a good idea as a cost-savings measure. As part of the 3R safety review process, we will investigate segment-wide crash patterns for wet crashes, dark condition crashes, pedestrian/bike, lane departure, and fixed object crashes. The purpose of this investigation is to identify pavement, lighting, drainage, or fixed object improvements that could be addressed during the 3R project. The Lochner alternatives development team includes our traffic, highway, structural, and construction engineers,who will coordinate and develop recommended improvements. Cost estimates are calculated CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 152 Approach & Methodology (Contd.) by highway engineers using FDOT historical construction data and unit cost from recent push-button contracts so they are precise, ensuring improvements are estimated correctly when programmed in the City's Capital Improvement Plan. APPROACH TO TRAFFIC IMPACT, SITE PLAN, & DEVELOPMENT APPLICATION REVIEW Lochner developed an intricate 15-step process to review development applications, which eliminates the risk of not completing the review on time and ensures the project budget is preserved. Each of the steps in our review process has been thoroughly tested and refined and coincides with the review requirements stated in the RFQ. The process is listed below. 1. In regard to the Traffic Engineering discipline, perform a comprehensive site plan review, as follows: • Verify site boundaries are clearly identified. • Verify proposed land uses are shown. • Verify vehicular circulation system for cars,bicycles,and other required vehicle types with indication of connection to public ROWs. Include location of all parking and loading areas. • Verify all adjacent ROW with indication of ultimate ROW line, center line, width, paving width, existing median cuts and intersections, street light poles, and other utility facilities and easements. • Verify pedestrian circulation system. • Verify the following computations are shown: — Number of dwelling units and/or density for residential uses only. — Square footage of ground covered by buildings or structures and designation of use. — Required number of parking spaces. — Number of parking spaces provided. • Verify site plan location sketch is shown. • Verify geometry of all paved areas including centerlines, dimensions, turning radii, and elevations are shown. • Verify the location of the trash and garbage disposal system and provisions for accessibility to garbage trucks. Lochner performs an AutoTURN analysis, when applicable. • Verify loading areas and provisions for accessibility to vehicles of the required type are provided. • Verify areas for emergency vehicles and fire engines and provisions for accessibility to vehicles of the required type are provided. Lochner performs an AutoTURN analysis, when applicable. • Verify street names and addresses for any proposed building within the site plan. 2. Confirm site address and perform field visits to verify access/ingress locations, access location, spacing and corner clearance, specifically identifying potential conflicts with existing roadway features (e.g., adjacent properties, signage, pavement markings and striping, turn bays, and opposing driveways). 3. Review transportation demand management plan. 4. Verify traffic impact analysis(TIA)trip generation calculation using latest ITE Trip Generation Manual. 5. Verify TIA radius of influence or impact area. 6. Verify data collection has been performed within the radius of influence in its entirety. 7. Verify existing condition analysis complies with concurrency standards (intersection micro- simulation and link LOS), checking 95% queues for intersection and driveways. 8. Verify project build-out year and/or phasing. 9. Validate proposed growth rate applicant has used to grow existing traffic to future background traffic. 10. Verify future background analysis complies with concurrency standards (intersection micro- simulation and link LOS), checking 95% queues for intersection and driveways. 11. Verify future background plus project trip analysis complies with concurrency standards(intersection micro-simulation and link LOS), checking 95% queues for intersection and driveways. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 153 Approach & Methodology (Contd.) 12. Validate mitigation proposed for traffic impact, including geometric and operational impacts, if needed. Determine additional alternatives, if feasible. 13. Review and validate study recommendations. 14. Document review comments in memorandum and transmit to City staff within five days. 15. Attend board meetings, conference calls with applicant and/or City staff, commission meetings, and all other meetings until the application is approved or denied. Using this process, Lochner staff has successfully performed development review services with our clients and submitted comments back to the City within one week or less. We are well-informed with the City of Miami Beach Code of Ordinances, concurrency management system, and application review process. Proposed PM James is a proven and effective communicator and will work with the City, providing high-quality rapid response to all work assignments under this contract. His ability to provide superior presentation talents to all agency committees, such as the P&Z boards and city commissions are invaluable. We have the ability to communicate and build project consensus within the public and all governmental agencies, including Miami-Dade County. APPROACH TO CONNECTIVITY & ROADWAY IMPROVEMENTS Lochner's technical approach to roadway improvements will address the following key elements: • Review and Analysis of Existing Conditions • Traffic Control Plan • Establishment of Proposed Geometrics • Signing and Pavement Marking Plans • Utility Data Collection • Roadway Lighting • Geotechnical Exploration and Evaluation • ADA Requirements • Development of Roadway Design • Public Information • Identification of Drainage and Permitting • Design Documentation and Cost Estimates Requirements • Construction Administration In recent years and as a local firm, Lochner has direct experience on a wide range of roadway projects within Miami-Dade County, ranging from milling and resurfacing projects on local roads to complex design and reconstruction. Computer-Aided Design & Drafting Capabilities We have also found leveraging the technologies and resources available to us is critical to promoting a successful project. At Lochner, we use technology to develop realistic and/or interactive visualizations to aid in communicating project alternatives and gaining public understanding and support; build 3D project models in OpenRoads Designer (ORD) or Civil3D and AutoCAD, which provide highly accurate designs within existing conditions, quantity take-offs, and information for long-term asset management; accurately understand user behavior and plan for the future by gathering information from Big Data sources and applying data science; and manage asset data and information for the City. Our capabilities include the use of the following design and drafting tools: • AutoCAD • GEOPAK • Civil3D • ORD • MicroStation APPROACH TO NEIGHBORHOOD TRAFFIC CALMING As Miami Beach continues to grow, traffic using the local network increases,thus impacting the local and residential streets. Speeding and cut-through traffic often occur through the residential neighborhood streets affecting livability and safety. Lochner staff have developed both neighborhood and citywide traffic calming plans in Miami Dade County, most recently in South Miami, Miami Shores Village, Cutler CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 154 Approach & Methodology (Contd.) Bay and Palmetto Bay. We not only understand the FIGURE 3: TRAFFIC CALMING APPROACH needs of the residents, but also what traffic flow modifications will be accepted by Josiel Ferrer, p Applicatoin submitted by Yamilet Senespleda, and David Hayes from DTPW. property owners When performing any traffic calming study, Lochner understands the goals are to make streets safer, 13 City Public Works Department(FWD)review reduce travel speed, and reduce traffic volume and and initial public meeting ultimately congestion. But more specifically in the City of Miami Beach, to ensure the development of a safe, efficient and integrated transportation system p Speed/volume Consistency checks(with local study conducted plans/programs/policies) that promotes neighborhood LIVABILITY. Lochner will develop recommendations with the YES Warranted? NO objective to: Submit study results to Report back to Community • Restore communities affected by speeding traffic County PwO for review • Discourage the use of local residential streets by heavy vehicles and cut-through traffic • Improve the quality of life in neighborhoods p Preliminary traffic calming • Improve roadway safety and reduce crashes plan prepared by City PWD • Improve safety and convenience for vulnerable road users, such as bicyclist and pedestrians p Plan submitted to Fire.Police,and Country • Change the attitude of drivers to understand PWD as well as other agencies is needed streets are for people as well as traffic for review and comments • Reduce noise and disturbances YES Approved? NO We are familiar with the Miami-Dade Traffic Flow ip Public meeting conducted Modification(s) Street Closure(s) procedures and thresholds for traffic calming. We are also aware YES Approved? the City of Miami Beach has an approved Traffic Ballots sent to residents Calming Manual and uses a two-step criteria point system for DTPW approval consideration: the first PIBallots recieved&submitted criteria is based on speed and traffic volumes, and by residents the second criteria is based on number of accidents. ouLochner's approach to traffic calming is a multi-tiered Plan prioritizedced and approach with various levels of treatment ranging from physical treatments, psychological treatments, enforcement, and educational programs. We have learned that, although specific neighborhoods may request traffic calming, a citywide or regional approach is more beneficial, so traffic issues are not pushed from one street to another adjacent street. Once locations are requested and identified, meet the scoring criteria, have approval from other stakeholding agencies, and have the appropriate number of ballots, a prioritization and scoring system will be used to rank locations. Our approach will follow the approved procedure outlined in the Traffic Calming Manual and is summarized in Figure 3: Traffic Calming Approach. The point scoring system is shown on the next page as Figures 4 and 5. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 155 FIGURE 4: FIRST CRITERIA OF POINT SCORING SYSTEM Points 85th speed is. above Points volume 24 hr. posted speed limit 0.5 , less than 4.6 mph 0.5 500-750 veh. 1.0 4.6 to 7.5 mph 1.0 751 - 1,1000 veh. 1.5 7.6 to 10.5 mph 1.5 1,101 - 1,700 veh. 2.0 10.6 to 13.5 mph 2.0 1,701 -2,300 veh. 2.5 13.6 to 16.5 mph J 2.5 More than 2,300 veh. 3.0 more than 16.5 mph J 'The 85th percentile speed is defined as"the speed that is exceeded by 15%of the motorists surveyed" FIGURE 5: SECOND CRITERIA OF POINT SCORING SYSTEM Points No.of accidents 0.5— 1 2 1.0 3 1.5 4ormore Although it may be the desire of the neighborhood or street to implement traffic calming, scoring dictates the following actions: • Any street ranking above 2.5 or higher is eligible • Any street ranking between 2.0 and 2.5 will be evaluated to determine if other measures may be helpful - Any street ranking below 2.0 is ineligible but may be re-evaluated on an annual or bi-annual term As demonstrated by our project experience in Section 2.1 as well as our performance on the current City of Miami Beach contract, Lochner has the experience to implement a traffic calming program from A to Z, including the development of actual construction documents to construction management of installing traffic calming devices. APPROACH TO MULTIMODAL TRANSPORTATION As congestion increases, more people are riding bikes and walking around Miami Beach than ever before. Active transportation is gaining strength and plays a key role in the life of Miami Beach residents and visitors, who continue to seek alternative forms of transportation. Studies show that more than a third of people on Miami Beach at any one time are riding, walking or taking transit. In addition, nearly half of all commuters on the Beach use a mode of travel other than a car. Miami Beach has adopted a pedestrian-first mode share hierarchy and supported this by prioritizing street projects with protected bike lanes, transit lanes, greenways, shared-use path, and lane elimination for COMPLETE STREETS, traffic calming, and road diet improvements. Beautiful, walkable communities combine residential, retail, office, recreation, and public transportation features to make community living easy. Enhanced bus services and light rail/streetcar extensions improve mobility and ease congestion. Even the smallest adjustments, like widening sidewalks and adding bikeways, can provide dramatic impact and add value to residents quality of life. Along with easing congestion and improving air quality, the benefits of enhancing public transit are enormous. Transit-oriented development increases property values, property tax revenues, sales tax revenues, and more. In short, a healthy transportation system can anchor a community's revitalization effort. When your public transit system serves a mix of residential and commercial uses, you help reduce vehicle trips and make residents less dependent on their cars. Imagine the positive impact on local CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 156 Approach & Methodology (Contd.) traffic, the economy, and air quality when facilities like libraries, hospitals, houses of worship, and civic buildings are located near public transit stations. INTEGRATION OF TRANSPORTATION AND LAND USES is key. Components of this philosophy include building shops, offices, and residential dwellings close together, centered around attractive features such as planters, benches,fountains, and public art. Parking facilities are best placed behind commercial developments rather than in the center of them. By doing so, the area becomes walkable and inviting—villages where people want to spend time shopping, playing, living, and working. Another key approach is to design facilities as part of the community instead of hiding them. For example, plant shrubs, trees, and flowers and then make sure they are well-maintained. Or install attractive lighting, which is as important for safety as it is for enhancing the character of the community. The more comfortable people are in public transit facilities, the more often they will use them. The Lochner team will provide facilities that look great, are easy to get to, and easy to use. Lochner, though our extensive planning experience has identified 10 multimodal strategies to enhance communities: 1. Make public transportation a planning priority 7. Incentivize living near public transportation 2. Make public transportation the center of your facilities community 8. Make public transportation a canvas for new 3. Make public transportation attractive ideas 4. Make public transportation easy street for 9. Make public transportation a community pedestrians partner 5. Encourage the use of public transportation by 10. Make public transportation an investment incentivizing it 6. Encourage local businesses to support public transportation Transportation alternatives should ideally work in harmony and complement one another. Encouraging and facilitating public participation in major transportation decisions via pilot projects is a great way to engage the community and get buy-in for multimodal alternatives. The Lochner team will encourage that public transportation services are always part of the decision-making process. ECONOMICS & FINANCIALS Extraordinary transportation ideas and plans are only beneficial to the City if there is funding to make them happen. Our team brings several firms that have proven capabilities in transportation economics, financial planning, and grant assistance. Cambridge Systematics provides nationally and internationally recognized consulting services in the areas of infrastructure finance, impact fee programming, tolling and revenue forecasting, capital budgeting and programming, benefit/cost and financial analysis for public facilities, financial modeling, and economic analysis for public and private sector program management. Their firm has been at the forefront of transportation finance and needs analysis studies for the U.S. Department of Transportation, FHWA, Federal Transit Administration (FTA), American Association of State Highway and Transportation Officials (AASHTO), Transportation Research Board (TRB), state departments of transportation (DOTs), The Hudson Institute, and National Chamber Foundation. A central component of this work is the consideration of revenue measures and innovative finance opportunities that can leverage available federal, state, local, and private funds and increase the financial feasibility of proposed investments. Cambridge Systematics constantly monitors new financing techniques and approaches for engaging the private sector to help solve policy and investment problems. Cambridge Systematics also has extensive successful experience in grant preparation and writing for a variety of federal and state agencies and CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 157 Approach & Methodology (Contd.) programs. They combine leading-edge transport economic and BC analysis with a proven track record in the Transportation Investment Generating Economic Recovery (TIGER), Fostering Advancements in Shipping and Transportation for the Long-term Achievement of National Efficiencies (FASTLANE), and Infrastructure For Rebuilding America (INFRA) grant programs. They also worked with clients on the most recent Better Utilizing Investments to Leverage Development (BUILD) grant program and led BC analysis for numerous projects seeking funding. In total, they have helped clients secure more than $700 million in grants under these programs. The Lochner team also includes WTL+a, which brings 36 years of experience in real estate and economic consulting.The firm's practice is focused on real estate market and financial feasibility studies for all land uses; large-scale master plans and land use programming; neighborhood and commercial district revitalization and mall redevelopment strategies; economic and fiscal impacts of public growth management, land use, and entitlement policies; and implementation/funding strategies, particularly the use of tax increment financing (TIF) in redevelopment districts. The firm's transportation-related experience includes revitalization strategies for transit corridors;economic impacts of transit alternatives; and TOD feasibility, with projects in eight states focused on real estate market potentials, financial feasibility, station area planning, value capture/funding, and joint development strategies for mixed-use development surrounding transit stations. Grant writing is an integral part of the services Toole Design provides to their clients. As early as the planning stages of a project, they begin to identify viable funding sources and counsel clients on how best to attain funding and put it to use. Hundreds of millions in grant dollars have been secured using master plans, corridor studies, feasibility studies, preliminary engineering, and construction documents as the grant's foundation. Toole Design is prepared to help track, apply for, and manage grants from federal, state, regional, local, and philanthropic sources. Their firm has written successful grant applications through funding programs including TIGER, federal Safe Routes to School, several state DOT grant funding programs, and numerous other foundation and state-run programs. They have helped clients secure millions of dollars in capital funds to construct bikeway, streetscape, and trail projects. For example, in partnership with the City of Boston and the National Park Service, Toole Design authored a winning federal grant for $15.5 million to design and construct the Connect Historic Boston's four conceptual designs for plazas, intersection safety projects, and bikeways, all of which have since been implemented. Additionally, our Team includes Boothe Transit, led by Jeff Boothe with forty years providing strategic advisory services in the public transit industry. He combines deep knowledge of public transit; decades shaping federal laws, regulations, and guidance that govern public transit; counseling clients on federal compliance issues; and providing strategic guidance to clients seeking to secure approval from the FTA and funding from the Capital Investment Grants (CIG) project approval process. Boothe Transit has a proven record of providing guidance to clients, leading them to successfully secure federal funding for capital projects. This includes more than a dozen projects currently in revenue service and multiple projects currently advancing through the CIG project approval process. APPROACH TO PROJECT MANAGEMENT The Lochner team offers the City of Miami Beach the capabilities, experience, and availability to complete any task that may be assigned under this contract. In fact, the team's structure and depth was formed in direct response to our experience on the similar civil engineering and related services contracts that Lochner holds in Miami-Dade County, including the City of Miami Miscellaneous Transportation and Traffic Engineering Support Service Contract, where we perform independent traffic impact and environmental studies. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 158 Approach & Methodology (Contd.) The Lochner team is proud to support the success of this task-based contract by providing project- specific civil engineering and related services to the City of Miami Beach and remaining available to meet the needs and demands of the Commission, City Manager, and residents. Lochner's approach centers on the following elements: E The Best Professionals &Team Members [� Proactive Approach in Management & Execution [3 Care of Stakeholders [l Project Coordination & Communication [� Schedule & Budget Control [3 Quality Control We have effectively employed this same approach on our current contract with the City of Miami Beach and on similar general engineering contracts with Coral Gables, Doral, Opa-Locka, Miami, and Miami Lakes. Each element encourages partnership between the City and Lochner, promoting project success. In fact, when selected, we view ourselves as part of the City of Miami Beach and carry the same weight of responsibility to your residents that you feel as their local leadership. Lochner's Project Leadership Lochner's team will be led by PM James Spinks, PE, PTOE, an effective PM with nearly 25 years of experience supporting transportation and traffic engineering needs for state and municipal clients in southern Florida. James's management style is responsive, proactive, and readily available to meet the client's needs. Based on the depth of his municipal experience, he can often anticipate issuesrill before they happen and present feasible mitigation solutions. Additionally, he understands the difference in needs of municipal clients and is available beyond the usual workday for evening presentations, awards, and/or meetings, including with the Commission; Planning Board; Design Review Board; Board of PM James Spinks Adjustments; Historic Preservation Board; HOAs; Transportation, Parking, and Bicycle-Pedestrian Facilities Committee; community groups, and Citizen's Forums. As your PM, James will ensure the following items stay on task from a project management perspective: schedule, budget, staffing, QA/QC, and coordination. James will be supported by Deputy PM Chuck Hart, PE, PTOE. After starting his career with FDOT's District 6 Traffic Operations and Safety Office, Chuck has accrued 20 years of traffic operations, safety, planning, and travel demand modeling experience. As mentioned previously, Chuck served the City of Miami Beach through in-house support on a variety of projects, many of which focused on bicycle and pedestrian safety. Chuck has also served in-house at other ti municipalities in South Florida as well as FDOT and has proven himself to be an Dep. PM Chuck Hart effective PM who is focused on assisting clients achieve their transportation goals. CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 159 Approach & Methodology (Contd.) Proven Process to Meet Deadlines & Budget Having served multiple municipal agencies on similar contracts including the City of Miami Beach, Lochner understands the challenges associated with working within tight budgets and schedules. Project scopes, budgets, and schedules for each assignment will be coordinated with the City ahead of time to ensure critical deadlines are agreed upon, scheduled, and ultimately met. Lochner uses proven methods of success that include scheduled monthly progress meetings with the PM and task managers and using a simple project tracking tool for the contact. This tool is updated weekly and kept on Lochner's ProjectWise system. It includes the following: • List of all ongoing and completed tasks • Task-funding amounts • Task completion dates and schedules with milestones • Current percent complete • Remaining funds in task • Estimated time until task funds run out • Personnel assignments (which Lochner or subconsultant staff is performing the work) • Total contract value, if applicable • How much money has been ear-marked for existing and completed tasks Weekly meetings are also held with staff and subconsultants to verify schedules are being kept and project documents are complying with the QC plan. All tasks are loaded into Lochner's Resource Planning Tool, which provides the following value: • Ensures consistent and effective resource allocation and minimizes peaks and dips in utilization • Notifies PM when projects are falling behind • Estimates when projects will be completed Other key highlights include scheduled milestone quality checks, which are established to avoid reaching the end of a project and finding an error that should have been caught early on. This process ensures success and the timely completion of projects and the smooth management of multiple tasks with multiple subconsultants. Capacity to Provide On-Call Services in a Timely Manner Lochner understands agency vacancy rates have increased, resulting in the need for using in-house consultant support. Our team not only has experience providing in-house staff augmentation for the Cities of Miami Beach and Coral Gables as well as FDOT, but we also have the depth to provide additional staff at multiple staff classification levels to meet the requirements of the request. Staff redundancy is built into our team at all levels. For example, Lochner provides in-house staff augmentation to FDOT in the Traffic Operations Office, Modal Development Office and Consultant Management. In addition, we recently provided in-house staff support for the City of Miami Beach and the City of Coral Gables. Approach to Cost Control A detailed project cost estimate for each task assigned is quickly developed and submitted to the City's Project Manager for approval. Once a consensus on the scope and fees is achieved, Lochner staff are assigned and immediately begin working on the new project task. Our experience shows this process eliminates project overruns and additional service agreements. Approach to Quality Assurance (QA)/Quality Control (QC) Lochner is committed to helping the City achieve its key intended outcomes in the Strategic Plan and the goals of both the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan. The success of our firm is directly related to our consistent delivery of high quality, cost-feasible, transportation solutions that improve communities for our clients and their residents. To maintain our CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 160 Approach & Methodology (Contd.) quality, Lochner has an established and well-defined QA/QC plan that not only involves continuous peer review but is certified by our independent quality control review board and quality control officer for all deliverables. All tasks under this contract will go through this rigorous QA/QC process. Additionally, coordination between disciplines is not only suggested, it is required. All documents are checked to ensure compliance with industry standards and codes.A quality auditor is assigned for each contract,and this auditor ensures Lochner is complying with the QA/QC plan. In addition, each of our subconsultants are required to submit a QA/QC plan that meets or exceeds the Lochner plan. Ultimately, the buck stops with Lochner, and we assume full responsibility of all work products as the prime. Ability to Perform Work Lochner's approach and ability to perform the work is based on a simple formula: providing a well- balanced, redundant team of technical experts with a proven history of providing quality products to support our strong, reputable, and established PM James Spinks.The Lochner team is committed to the City of Miami Beach and have proven it time and again on similar contracts. Our established base of current and previous clients includes: • FDOT • City of North Miami Beach • Miami-Dade County TPO • City of Doral • Broward MPO • Village of Palmetto Bay • Palm Beach MPO • City of Miami Beach • Martin County MPO • City of Homestead • St. Lucie County MPO • City of West Park • City of Miami • City of Weston • City of South Miami • City of Aventura • Town of Miami Lakes • City of Fort Lauderdale • City of Sunny Isles Beach • City of Green Acres • Village of Miami Shores • City of North Lauderdale • Town of Cutler Bay • SFRTA CITY OF MIAMI BEACH I SOLICITATION 2023-030-ND GENERAL PLANNING &TRAFFIC ENGINEERING SERVICES 161