Loading...
Gannet FLEMING, INC. GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND GANNET FLEMING, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2023-030-ND RESOLUTION NO. 2023-32516 1 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 3 ARTICLE 2. BASIC 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 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 23 ARTICLE 15. 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-A6D39E0E4B50 Contract No.23-030-06 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND GANNET FLEMING, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES 7/19/2023 1 3:46 EDT This Agreement made and entered into this , ("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 GANNET FLEMING, INC., a Delaware corporation having its principal office at 207 Senate Avenue, Camp Hill, PA 17011-2316 (hereinafter referred to as "Consultant"). WITNESETH: WHEREAS, on October 28, 2022, the City Commission approved the issuance of Request for Qualifications No. 2023-030-ND-for 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 for future 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 GANNET FLEMING, 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: 3 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 4 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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 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 (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. 5 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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, 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). 6 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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 — 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 "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. 7 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 2.5 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: 8 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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). 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 9 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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 10 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 11 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 12 DocuSign Envelope ID.C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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, 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 13 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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. 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 14 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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. 15 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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 16 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 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 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 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: 17 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 Accounts Payable: payablesmiamibeachfl.qov 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 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-A6D39E0E4B50 Contract No.23-030-06 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 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 19 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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. 20 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. 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 do 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 do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.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:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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. 22 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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: Alina T. Hudak, City Manager Email: alinahudakmiamibeachfl.qov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 3rd floor, Miami Beach, Florida 33139 Attn: Jose R. Gonzalez, P.E., Director Email: josegonzalez anmiamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: Gannet Fleming, Inc. 207 Senate Avenue Camp Hill, PA 17011 Attn: Nelson Mora 23 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 Ph: 305-908-3934 Email: nmoraCa7gfnet.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 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, ali 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) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth 24 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(c�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 25 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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, 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-A6D39E0E4B50 Contract No.23-030-06 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 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 27 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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 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 28 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 29 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-03 0-06 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 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. 30 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 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 31 DocuSign Envelope ID: C2374BAC-8681-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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] 32 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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: -DocuSigned by: ---FAB8BAOBFB5E4CF Rarael t. uranaao, city Clerk Alin . Hudak, City Man ger 7/19/2023 1 3:46 EDT Date CONSULTANT: GANNET,FLEMING, INC. Signature/President Carlos Cejas, PE -Vice President Print Name Date July 7, 2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION9SM-4w- City Attorney (_4 Dat 33 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 SCHEDULE A SCOPE OF SERVICES 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. 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. 34 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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; 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 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 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:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 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. 36 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 SCHEDULE B CONSULTANT SERVICE ORDER A/E Services Contract Expiration Contract# Dept C Si:a Change Order# Consultant Project Tittle: Auttr+ority(Must select one) City awarded continuing contract for A/E servioes for a project whose estimated cost of construction does not exceed$4 million. City awarded continuing contract for study,planning activity or other services whose costs are estimated to rot exceed$500,000. City awarded project specific contract not stject to CCNA imitations for continuing contracts. By ameptirg this CSQ,Cas I ,t agees scud setricee purs ttl a the attached protxleaal dated and lie term,ointliticats aryl ales blfshed al the aioae-re&erced otrdratt betv.ren the City artt the Carrel:re.Cmaaitart explicitly acrens he no other tetcns and ootlditicm shall apply 53 the writ regarrit.a of*ballet said Darr 7emrs and archers are irdudad harm rf in any atli&tt re lu Ira CSQ.My demaion tour the soape of work x kneel t❑herein shell rerr.lre a cheer crier aj ti•ed try the City. 1_Estimated calendar days to complete the work. 2_Total amount original CSO 3.Total amount all previous Amendments 4.Total amount this Amendment 5_Total Amount for Engagement S.Fee for ancillary items for this Service Order Account Code- Approval of New Subconsuttants- If 3 new etlicantuttai to baring ammad.City mower approval la required Name of New Suboonsulta s l Amount Contract Rates YES ® No mi Motes For City(Name) Signature Date Project Admin: Dept Director: Procurement CM For Consultant(Name) Signature Date Lead Project.Admin- 'Y closing•onnaullant adnonit ipaa tint ttia C 04 to not valid anti no mark may tniman ou*inn tin Clly`a lacuna a purona ce order for Me C 10. The C. shell net Oa IlabNi for Ma ••a •to mock that lc not to a.•• lamed• 'haw order. 37 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 SCHEDULE B-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XX0000( Design Services* $)0OO(XXXX Bidding and Award Services $XXXX)OO(X Construction Administration ** $X)OOO(XXX Reimbursable Allowance*** $X)(XXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction (as applicable). In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$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-A6D39E0E4B50 Contract No.23-030-06 SCHEDULE C CONSULTANT HOURLY RATE SCHEDULE CATEGORIES HOURLY RATE Project Principal $ 275.00 Senior Project Manager $ 260.00 Project Manager $ 200.00 Chief Engineer $ 237.00 Chief Designer $ 207.00 Chief Planner $ 207.00 Senior Engineer $ 185.00 Senior Landscape Architect $ 170.00 Senior Traffic Engineer $ 170.00 Senior Planner $ 170.00 Traffic/Project Engineer $ 130.00 Engineer $ 130.00 Landscape Architect $ 130.00 Planner $ 130.00 Graphic Designer $ 110.00 Landscape Architect - Associate $ 106.00 Senior CAD Technician $ 90.00 Engineering Intern $ 90.00 CAD Technician $ 75.00 Clerical $ 75,00 lAdministrative Assistant $ 75.00 39 DocuSign Envelope ID.C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-06 SCHEDULE D APPROVED SUBCONSULTANTS Subconsuitants: 1. Benesh 2. Choice Engineering Consultants Inc. 3. KEITH 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 Evaluation Committee ranked the proposers as follows: 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 WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorize 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 authorize the City Manager and:City Clerk.to execute agreements with: each 'of,.the foregoing proposers upon conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept 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; authorize the Administration to establish:a pool of prequalified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorize 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 authorize the City Manager and City Clerk to, execute agreements with each of'the proposers upon conclusion 'of successful negotiations by the Administration. PASSED AND ADOPTED this a7 day of C(� 2 23.. ,,,.,,, -��P.Mj`g• n Gelber, Mayor ATTES MAR 2023 r.'• INCORP°RATER Ref"! E. ranado, City Clerk %,-,1.4c•" " ''� = y,•2 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ✓V 2-3-1, City Attorney 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 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 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 approximately 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. Kittelson &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 Dani 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, Bicycle Coordinator/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 Rank Marlin Engineering, Inc. 1 The Corradino Group, Inc. 2 Alta Planning + Design, Inc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano &Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Hom and Associates, Inc. 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(tie) 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)/Acount(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-Hom 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-Hom 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-Hom 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 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 ❑ Attachment A ❑ Resolution Page 48 of 1292 ATTACHMENT A • RFQ2023-030•ND GENERAL TRANSPORTATION 0 0 W 01;? PLANNING AND TRAFFIC ENGINEERING CONSULTANT Dant Faaaz .Y Rogello Madan Y Lino Soto Y Collin Worth LOW �` • -SERVICES c e e Aggregate C i - ,� QA tY Totals g •Qualitative Quantitative Subtotal -Qualitative Quantitative ••Subtotal -Qualitative "Quantitative . Subtotal Qualitative Quantitative Subtotal . Marlin Engineering,Inc. 92 5 97 1 86 5 91 1 81 5 a6 4 92 5 97 ,2 • 8 1 The Corradino Group,Inc 88 5 93 2 82 5 87 5 83 5 88 3 90 5 95 5 15 2 Alta Planning v Design,Inc 85 5 90 4 78 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 8 92 5 97 2 20 4 Calvin,Giordano 8 Associates,Inc 90 3 93 2 83 3 86 7 93 3 96 1 88 3 91 12 22 5 Gannett Fleming,Inc. 86 3 89 7' 85 3 88 4 80 3 83 8 90 3 93 10 29 6 H.W.Lochner Inc. 87 3 90 4 81 3 84 9 89 3 92 2 83 3 86 16 c 31 7 Kimley-Hom and Associates,Inc 90 0 90 4 87 0 87 5 75 0 76 17 95 0 95 5 • 31 7 FRCP U.S.Services,Inc. 78 5 83 10 70 5 75 13 75 5 80 11 90 5 95 5 7 39 9 AECOM Technical Services,Inc. _ 85 0 85 8 85 0 85 8 78 0 78 15 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 Nelson/Nygaard Consulting Associates, Inc. _ 65 5 70 12 71 5 713 12• 78 _ 5 133 8 88 5 93 10. 42 11 Florida Transportation Engineering,Inc. 65 5 70 12 85 5 90 2 72 5 77 16 83 5 88 13 43 13 Kittelson 8 Associates,Inc. 65 3 68 16 78 3 81 10 76 3 79 13 92 3 96 _5 44 14 HBC Engineering Company 71 5 78 11 63 5 68 16 79 5 84 8 80 5 85 18 51 15 Callran Engineering Group,Inc. 65 5 70 12 69 5 74 14 74 5 79 13 83 5 88 13 52 16 Metric Engineering Inc. 80 3 63 18 61 3 84 18 78 3 81 10 83 3 86 18 62 17 Prosser,Inc. 60 5 65 17 60 5 65 17 70 5 75 17 83 6 88 13 84 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION M I AM I B E AG I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.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). I. ATTACHMENTS. Exhibit A: Pre-Proposal Sign-in Sheet II. 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. I 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.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? Al: 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? All: 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. I 2 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES M I A ^ /�` I BEACH PROCUREMENT DEPARTMENT ' \`�/ 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.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. 3 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES M I AM I BEi\CI-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3`d Floor Miami Beach, Florida 33139 www.miamibeachfl.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. I 4 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES M I A\tv\ I B E A C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd 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. 5 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.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, -i&, z7dpd Natalia Delgado Procurement Contracting Officer Ill 6 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES lv\ I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre-Proposal Sign-in Sheet 7 ADDENDUM NO.4 I 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 Cmed Pi,ONC NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO(OMIAMIBEACHFL.GOV 305-673-7000 X26263 MILOS MAJSTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMaistorovic@mlamibeachfl Rov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA mgouveia@chacompanies.com (786)749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA jhlgnite@chacompanies.com (518)453-8236 ERIC CZERNIEJEWSKI TRAFFIC ENGINEERING DIVISION MANAGER THE CORRADINO GROUP eczernieiewski@corradino.com 954-777-0044 EDWARD NG TECHNICAL VP THE CORRADINO GROUP eng@corradino.com (305)594-0735 Ext.1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE ircnc@strcetplans.org 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tone@streetolans.org 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM givek.reddv@aecom.com 305.704.6440 HAIDER TALIB CIVIL ENGINEER AECOMer.tallb@accom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnerv@accom.com 305.804.6689 - CAROLINA PACE CALTRAN ENGINEERING GROUP,INC. cpace@caltrangroup.com 786-456-7700 JUL!CAMPBELL SENIOR PROPOSAL WRITER JCampbell@cgasolut:ons.com 954-766-2740 DIANA WHITE CALVIN,GIORDANO,AND ASSOCIATES DWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrencis@choiceeng.com _786-250-5526 YULET MIGUEL SENIOR ENGINEER-CIVIL CHEN MOORE AND ASSOCIATES ymiguel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER jen nifcr.borecs@evx.com JESUS FUENTES EXP 786-774-4845 TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbcengineeringco.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimley-horn.com 954-535-5139 _ HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR KITTELSON AND ASSOCIATES,INC. hhannaford@kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR METRIC Brandv.Pleas@metriceng.com 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mrie5e@nelsonnvgaard.com 510-506-7587 RAFIQ ALQASEM PROSSER ralgasem@prosserinc.com _904-739-3655 JEANNIE FABIAN ACCOUNT MANAGER SAFEBUILT JFabian@SAFEbuilt.com 786-481-8366 M I A M I BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.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 s uestions has s assed. No further .uestions 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., 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 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, /t)atalz Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum#3 12/12/2022 M I Al V 1 I BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 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 •uestions has sassed. No further •uestions 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. 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 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, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum#2 12/5/2022 M I A M I BEACH 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: 992 197 065# 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 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, /11a&ziz Pe.-ade> Natalia Delgado Procurement Contracting Officer III 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES r\,,wnf! REACH 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.miamibeachfl.gov/transportation/) 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. �n,1 MAI 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. 7. 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 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. 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; MIAM,I BEACH 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 @ 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: 992 197 065 Deadline for Receipt of Questions November 25, 2022 @ 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 Delsado 305-673-7000 x26263 NataliaDelaado@miamibeachfl.aov `dditionally, the City Clerk is to be coiled on all communications via email at: RafaelGranado@miamibeachfl.!ov; or via facsimile: 786-394-4188. 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 BEACH Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: #992 197 065 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 rafaelgranado@miamibeachfl.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 M1 AM,I 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, Fla. 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-conditions/ 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. MIAMI BEACH 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. Iv\ /A f\A 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 110 Quantitative Criteria 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 not 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 BE H 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 BEACH 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 BEACH MIAMI 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). WITNESSETH: 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 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 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 2.19 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 do 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 do 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 MAMA BEACH APPENDIX C MAMI BIAMI BEACH Insurance Requirements 2023-030-ND 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 BEACH 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 OF CORPORATIONS 4, S✓3 71,1 M tri fti .org ` 1 it PC)P•t\l'IDI f J %. tut u,Ijtrtad:lrrtr of floridtt itvbate impartment of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation CALVIN, GIORDANO&ASSOCIATES, INC. Filing Information Document Number M17373 FEI/EIN Number 65-0013869 Date Filed 06/27/1985 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/21/2001 Event Effective Date NONE Principal Address 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Changed: 04/02/2001 Mailing Address 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Changed: 03/02/2000 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 02/12/2018 Address Changed: 02/12/2018 Officer/Director Detail Name&Address Title President, Treasurer Giordano, Chris 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VP Martinetti, Jenna 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VP COOK-WEEDON, TAMMY 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title Secretary HOPKINS, DAWN 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VP WATTS, STEVE 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VP, Secretary Causley, Matthew 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VP STAMBAUGH, DAVID 1800 Eller Drive Suite 600 Ft Lauderdale, FL 33316 Annual Reports Report Year Filed Date 2022 03/07/2022 2022 03/29/2022 2022 07/26/2022 Document Images 07/26/2022--AMENDED ANNUAL REPORT View image in PDF format 03/29/2022--AMENDED ANNUAL REPORT View image in PDF format 03/07/2022--ANNUAL REPORT View image in PDF format 04/27/2021--AMENDED ANNUAL REPORT View image in PDF format 02/09/2021--ANNUAL REPORT View image in PDF format 04/01/2020--AMENDED ANNUAL REPORT View image in PDF format 01/27/2020--ANNUAL REPORT View image in PDF format 01/17/2019—ANNUAL REPORT View image in PDF format 02/12/2018—Reg.Agent Change View image in PDF format 02/06/2018—AMENDED ANNUAL REPORT View image in PDF format 01/02/2018--ANNUAL REPORT View image in PDF format 01/10/2017--ANNUAL REPORT View image in PDF format 01/04/2016--ANNUAL REPORT View image in PDF format 05/07/2015—AMENDED ANNUAL REPORT View image in PDF format 01/14/2015—ANNUAL REPORT View image in PDF format 12/22/2014--AMENDED ANNUAL REPORT View image in PDF format 10/30/2014--AMENDED ANNUAL REPORT View image in PDF format 03/20/2014—AMENDED ANNUAL REPORT View image in PDF format 01/09/2014--ANNUAL REPORT View image in PDF format 01/04/2013—ANNUAL REPORT View image in PDF format 01/24/2012--ANNUAL REPORT View image in PDF format 03/15/2011--ANNUAL REPORT View image in PDF format 02/17/2010—ANNUAL REPORT View image in PDF format 02/25/2009—ANNUAL REPORT View image in PDF format 02/21/2008--ANNUAL REPORT View image in PDF format 04/23/2007—ANNUAL REPORT View image in PDF format 01/20/2006—ANNUAL REPORT View image in PDF format 01/19/2005—ANNUAL REPORT View image in PDF format 07/02/2004--ANNUAL REPORT View image in PDF format 01/27/2003--ANNUAL REPORT View image in PDF format 03/13/2002--ANNUAL REPORT View image in PDF format 04/02/2001--ANNUAL REPORT View image in PDF format 03/20/2001—Amendment View image in PDF format 03/02/2000—ANNUAL REPORT View image in PDF format 02/24/1999--ANNUAL REPORT View image in PDF format 01/27/1998—ANNUAL REPORT View image in PDF format 02/10/1997—ANNUAL REPORT View image in PDF format 01/29/1997—NAME CHANGE View image in PDF format 02/06/1996—ANNUAL REPORT View image in PDF format 01/25/1995—ANNUAL REPORT View image in PDF format BID SUBMITTAL QUESTIONNAIRE SEC1 ION 1 - E3I0 GLRTIFICA11ON FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME Calvin,Giordano 8.Associates,Inc. NO.OF YEARS IN BUSINESS.85 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES'370 85 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS.Not Applicable BIDDER PRIMARY ADDRESS(HEADQUARTERS):1800 Eller Drive,Suite 600 CITY:Fort Lauderdale STATE.FL ZIP CODE:33316 TELEPHONE NO.:954.921.7781 TOLL FREE NO.: FAX NO.:954.921.8807 BIDDER LOCAL ADDRESS.1800 Eller Drive,Suite 600 CITY:Fort Lauderdale STATE:FL ZIP CODE:33316 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Diana(Rivas)White,PE ACCOUNT REP TELEPHONE NO.:954.266.6471 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL:marketing@cgasolutions.com FEDERAL TAX IDENTIFICATION NO.:65-0013869 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: Chris Giordano, MSC, CCM, President Chris Giordano, MSC, CCM, President 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 CG Addendum 1 Addendum 6 Addendum 11 CG Addendum 2 Addendum 7 Addendum 12 CG Addendum 3 Addendum 8 Addendum 13 CG Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. P'"ON 3 - f nmr, IrT nr IMTIPPQT 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. £T AND LAST NAME 1 Not Applicable 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY 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. SFCTION 5 - REFERENCES AND PAST PERFORMANCF 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: Miami-Dade Transportation Planning Organization (TPO) Contact Individual Name and Title: Jeannine H. Gaslonde, El, Transit & Regional Manager Address: 150 West Flagler Street, Suite 1900, Miami, FL 33130 Telephone: 305.375.1739 Contact's Email: Jeannine.Gaslonde@mdtpo.org Narrative on Scope of Services Provided: Strategic Miami Area Rapid Transit (SMART) Plan. Serviced provided: Transit planning, traffic engineering, transportation planning, urban and regional planning, public outreach, transit oriented development, and bicycle and pedestrian planning. Reference No.2 Firm Name: Miami-Dade County Contact Individual Name and Title: Roberto Moralejo, PE, Traffic Engineering Division Section Head Address: 111 NW 1st Street, Suite 1510, Miami, FL 33128 Telephone: 305.375.2030 Contact's Email: Roberto.Moralejo@miamidade.gov Narrative on Scope of Services Provided: N Miami AVenue & 95th Street Intersection Improvements. Services provided: Traffic Engineering, Civil Engineering and Electrical Engineering. Reference No.3 Firm Name: Village of Miami Shores Contact Individual Name and Title: Claudia C. Hasbun, AICP, Planning, Zoning & Resiliency Director Address: 10050 NE 2nd Avenue, Miami Shores, FL 33138 Telephone: 305.795.2207 Contact's Email: hasbunc@msvfl.gov Narrative on Scope of Services Provided: Comprehensive Plan/FLUM Issues Review F('TION 6 — SUSPENSION, DEBARMENT, OR PnRIT2!CT 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 SECT!^! P - LGPT BUSINESS 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 ® NO aECTION 9 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION 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: Chris Giordano, MSC, CCM, President Chris Giordano, MSC, CCM, President c r'TION 1 n . q! /cr•FN'cRON AND DEIP MS r'cpTJr1r'AT!ON 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: Chris Giordano, MSC, CCM, President Chris Giordano, MSC, CCM, President SECTION 11 — CONE OF SII.EN' 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. ;ECTION 12 • CODE OF BUSINESS ETHICS 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 p NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES NO SECTION 13 - LOBBYIST REGISTRNI Ivry k•AMPAIGN 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=SPAGEORCH2ADARTVI ISTCODIV3LO) • 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. SFC'TION 14 — NON-fIS( RIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR_CH2AD ARTVIPRDIV3COPRS2-375NSCCOREWA 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. SEC; [ION 16 — PUBLIC ENTITY CRIME 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 17 — 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_ARTVIPR DIV3COPR_S2- 374PRPRPRVEC00000SE 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? Q YES NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? O YES p NO 1... =:_ca c l� l ;; •; —' Pfau. s -L�—!i�`:II� ,:Sr�11�1 ' I 3 4 `as4. L 1: a: • Filril, _ J is ...z . It« : as-wad •' ' M -s�siy ' w r a :c. ■ g i1 a t1 1 .a ONA Ill t IN i. '`+2 . , Y ° iiid f tit* I ,R.�.: ..... -1�' - r i .,- «ram. ., V. t•�.. - & 1 �l :• ��a. .1 • _;*r11, r,.I �� V�l���\ , R �- 1 `j.17 { -:VI MI 1111 Illlilll Int�1t i IN IN., i7 a . -, - Electronic Submittal General Transportation Planning and Traffic Engineering Consultant Services RFQ No. MIAMI BEACH 2O23-030-ND Prime Firm: Calvin, Giordano & Associates, Inc. CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT Due Date and Time: 1755 MERIDIAN AVE., 3RD FLOOR December 23, 2022 at 3:00 PM EST MIAMI BEACH, FL 33316 Primary Contact Diana (Rivas) White, PE Project Manager dwhite@cgasolutions.com Address: SIN I# *,1`VA 1800 Eller Drive, Suite 600 v; j , Fort Lauderdale, FL 33316 Ak 44- ,< Telephone No.: 954.921.7781 Calvin, Giordano & Associates, Inc. A SAFEbuilt COMPANY TIAB1 1 .. 7 4 , . kti , , - , 1, 1 , .r....,,,r,Olt . : , �� 10 NI I a vII N is 16 WLL= k It T f Y Ifililli 1141 d , t • —lin it irk; di ,. : - . _ . s n �I .... - 7.,,, ay* , , _ - i lik..., , ,::::, ,..,.. _...,„ , : , 1 , ,,..,,, ..r-f. ilfrair _ Pa ilwata ---il i as g ieurii - „,,,,,,or _ - _ ---...............„ lift. ,,...6, --ft .... Ni.._ ---..„.„. .....digiv - vow wi- , r 4l■ ply a City of Miami Beach �1 i cover letter & table of contents 1 (851 �1 Calvin, Giordano Er Associates, Inc . *4 YEARS <t� �A' A SAFEbuilt COMPANY December 23, 2022 City of Miami Beach, FL ATTN: Natalia Delgado, Procurement Contracting Officer II 1755 Meridian Avenue, 3rd Floor Building Code Services Miami Beach FL 33139 Civil Engineering/Roadway RE: RFQ 2023-030-D—General Transportation Planning and Traffic Engineering Consultant Services &Highway Design Coastal Engineering Dear Selection Committee, Code Enforcement Calvin,Giordano&Associates,Inc.(CGA)is pleased to submit our qualifications to provide Transportation Construction Engineering& Planning and Traffic Engineering Consultant Services to the City of Miami Beach (City) for the following Inspection (CEI) requested categories: Construction Services • Traffic Engineering • Integration of Transportation and Land Data Technologies& • Transportation/Transit Planning Use Development • Economic and Financial Analysis Electrical Engineering • Bicycle and Pedestrian Planning Engineering • Complete Streets • Transportation Related Urban Design Environmental Services • Smart Growth • Station Area Planning Facilities Management • Livable Cities • Computer Visualization/Graphics Grant Management& Writing With more than 370 employees and 85 years of experience, CGA is a highly regarded multi-disciplinary Geographic Information firm that provides consulting services throughout South Florida.Services among our expertise are: General Systems(GIS) Civil Engineering, Electrical Engineering, Transportation & Mobility, Transportation Planning, Landscape Governmental Services Architecture, Environmental Engineering, Utilities Engineering, Construction Administration, Construction Engineering and Inspection (CEO, Surveying, and Planning and Community Development. Indoor Air Quality(IAD) As the City continues to grow, you can continue to rely on CGA for proven professional services. Landscape Architecture Highlighted below are just a contract service benefits to the City that will be realized by awarding CGA this Planning contract for General Transportation Planning and Traffic Engineering Consultant Services. Project Management Benefits to City of Miami Beach: Redevelopment& Accuracy and Efficiency of Service: CGA's extensive and detailed knowledge of the City's projects and Urban Design processes, will help to ease the City's concerns when potential challenges arise. As the current contract Surveying&Mapping holder, CGA is uniquely positioned to quickly address the City's needs, thereby, reducing time spent for Transportation&Mobility onboarding and project deadlines. Transportation Planning Expert Technical Team: Serving as prime consultant, we have carefully assembled a team of talented Water r Utilities Engineering and experienced professionals with the necessary expertise and skills to successfully perform in each Website Development discipline and subject area of the requested scope of services.You will likely recognize many of the team members we have assigned to continue providing the dedicated manpower, expertise, and attentiveness necessary to assist the City.To complement our services, we selected the following subconsultant firms: National Data & Surveying Services (NDS) for traffic data collection services, bole Design Group, 1800 Eller Drive LLC (bole Design) for traffic and transportation planning services, BMA Consulting Engineering, Inc. Suite 600 Fort Lauderdale,FL 33316 (BMA), Nutting Engineering of Florida, Inc. (Nutting)for geotechnical services, and Lambert Advisory, Tel 954.921.7781 LLC (Lambert)for Economic and financial analysis. Fax: 954.921.8807 Proven Exceptional Performance: The City will benefit from our team collaboration by leveraging our collective experience,our familiarity with Miami Beach, and our proven track record of exceptional service performance.Within this proposal response,we provide our team's recent project experience with the City as well as with similar service scopes to this contract. www.cgasolutions.com FORT LAUDERDALE MIAMI-DADE WEST PALM BEACH CLEARWATER 1 TAMPA ESTERO PORT ST WCIE 2 6,61/4 (85 . Calvin, Giordano & Associates, Inc. A SAFEbullf COMPANY CGA's dedicated office for this project is located at 1800 Eller Drive,Suite 600,Fort Lauderdale,FL 33316,will be the responsible office for this contract. Our Miami office location will also provide additional support as well. I, Chris Giordano, MSC, CCM, President, will serve as the Principal-in-Charge for this contract and Diana (Rivas) White, PE, Director of Transportation and Mobility will service as the Primary Client Contact/Project Manager. Our contact information is below: Principal-in-Charge Primary Client Contact/Project Manager Chris Giordano, MSC, CCM Diana (Rivas) White, PE President Director of Transportation and Mobility Tel: 954.921.7781 Cell: 786.436.0418 cgiordano@cgasolutions.com dwhite@cgasolutions.com As always, we commit to delivering the highest caliber service, specifically tailored to the City's needs. We look forward to continuing our partnership with the City, and look forward to helping you achieve your project goals and objectives. Sincerely, Calvin, Giordano & Associates, Inc. Chris Giordano, MSC, CCM President City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 3 f; I • sINN. •s\v, `N,\.' i ,', /I; \\\ ., ;/// i ,,,\ i% 85`Y, Calvin, Giordano b Associates, Inc. '• SN, A SAFEbuilf COMPANY :f: , /4 ; , V , f i, ;;NNNItiii/ . i ,1',,!,.; , • • ,. k.4 i.‘,0%)s 1,11V',. .• , Aiii,...._ ... 4 V•., ,diof • it u AAA it‘ 41 .4...-• i I 1 TABLE OF CONTENTS �\ ° ���r�"It.'� Tab 1 - Cover Letter&Table of Contents 1 '' 1 r #," '"4): " .', j wilt', i '�`., 'i .' 1 • • Cover Letter 2 y �' # ��,. Table of Contents 4 '„ // Tab 2- Experience & Qualifications 5 . / 2.1 Qualifications of Proposing Firm 6 ,. . 2.2 Qualifications of Proposer Team 26 e 2.2.1 Project Manager 78 t ; M. 2.2.2 Evidence of Prior Working Experience 89 :' ' ,' Tab 3- Approach and Methodology 104 • , • /i. Traffic Engineering &Transportation Planning 105 '. Transportation/Transit Planning 109 - Station Area Planning 114 Bicycle & Pedestrian Planning/Complete Streets 116 • ' Smart Growth & Livable Cities 115 . Integration of Transportation and Land Use 117 ''"'..'• Economic and Financial Analysis 118 . . ' ' Transportation Related Urban Design/Planning 119 • ;, • :. 4, , Computer Visualization/Graphics 120 '' Grant Application Writing 121 = 1,� <F; '. Public Outreach/Public Engagement 122 :rti`. --II"' r. . ,- „ • - , -- 40... _ . : Appendix- Contract Exceptions 123 • Contract Exceptions 124 • '' _y ,$ V t• — ,- 6'1 I: "'' fir is - _-- -- li �...—d. - <.. . ' 1 Cif' TAB 2 ... .. .1 _. , - " : i ii 4 Ft i ; 11 illiF .• .%. ; ri ji ,...,..,, „ . _ . ....... r---,-- ._ is - , .. - . - it*, i. • I , P . . 7_ •-. '.11 MU •/..•11,1 - ......... MIMI NM NM .11 •o 1 f., a. \N., , • igovi-:=a.m.= .' A .--.. '. .. es olo--•is.is ma a 4.40, 1 v0. _ minim-:vs ni s imp aii •**446.„ .. . — — sate, City of Miami Beach et ea is•_ix experience & qualifications 5 Stk. 85 Calvin, Giordano Er Associates, Inc. ge�A A SAFEbuilt COMPANY TAB 2 - EXPERIENCE & QUALIFICATIONS COMPANY'S HISTORY AND QUALIFICATIONS Taking advantage of our diversified staff's experience and Calvin, Giordano & Associates, Inc. (CGA) is a well knowledge is what distinguishes CGA as a professional established multi-disciplinary firm with offices located in consultant and what allows our team to repeatedly complete Fort Lauderdale, Miami-Dade, West Palm Beach, Port St. projects on-time, under budget and exceeding expectations Lucie, Estero, and Clearwater. For 85 years, our firm has while doing so. been providing consulting services to both public and private FOUNDED IN HOLLYWOOD sector clients. From the beginning, much of our reputation was built on repeat business with clients from the public and private 1937 sectors. Our success is reflected in the quality of work we consistently provide and also in the personal approach we take with each client. The winning combination is affirmed by our large number of repeat/long term municipal clients. Because of our diversity, CGA can control the entire process, offering a host of professional services as a one- source partner, or efficiently tackle time-sensitive individual projects, providing customized solutions with handpicked 'A" ' teams of highly experienced professionals. Custom Building 1 370 Exceptional Solutions is the core of our business. CGA strategically provides a broad range of services to meet EMPLOYEES our clients' needs. Our professional services include: • Transportation & Mobility Serving • Transportation Planning • Traffic Engineering • Building Code Services • Civil Engineering/Roadway and Highway Design 6 0 • Coastal Engineering • Code Compliance • Construction Engineering and Inspection (CEI) Municipalities Throughout Florida • Construction Services • Data Technologies and Development 16111l'ArriN • Electrical Engineering 1"1- • Civil Engineering .- • Environmental Services '1111 • Facilities Management • Grant Management&Writing 161 • Geographic Information Systems (GIS) - 11111 • Governmental Services LOCATIONS o ig �pM•.. • Landscape Architecture 11•Clearwater Q---.... • Planning Estero "C' • Project Management G Fort Lauderdale Q • Redevelopment and Urban Design Miami-Dade • Surveying and Mapping Port St. Lucie ;,Y • Water/Wastewater Utilities Engineering , , • • Website Development West Palm Beach City of Miami Beach 1 RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 6 (85;, Calvin, Giordano & Associates, Inc. Sk A SAFEbuilt COMPANY Transportation & Mobilir Since 1996, the CGA Transportation & Mobility Department Following is a list of services the Transportation & Mobility has specialized in the provision of transportation planning Department provides: and traffic engineering services to a variety of municipalities, • Corridor Feasibility Studies offering an in-depth understanding of the regulatoryframework • Lane Repurposing Evaluation and fiscal boundaries under which local governments operate. • Speed and Pedestrian Studies Our division is skilled and responsive to a wide variety of • Traffic Safety Studies and School Zone Evaluation transportation planning and traffic operations requests that • Access Management and Driveway Spacing Reviews may originate from City Staff, Mayor and Commissioners,the • Traffic Signal Warrant Studies/Signal Design public and all the municipality's various clients—developers, • Traffic Forecasting and Needs Assessment contractors and other service providers. • Traffic Impact Analysis Reviews (Based on Traffic The CGA Transportation & Mobility Department workload is Performance Standards) highly specialized and often encompasses unique situations • Preparation/Review of Maintenance of Traffic Plans that are technically complex or challenging within the • Regional Transportation Travel Demand Modeling regulatory framework. As a result, our services can range • Emergency Evacuation Studies and Planning anywhere from the development of traffic performance • Representation at DRC, Planning &Zoning, and City standards for a newly incorporated City, to the design and Commission meetings implementation of new signal technology along a historically • Traffic Calming and Neighborhood Traffic Intrusion congested corridor. Studies From our collective experience managing projects for the • Signal Retiming/Phasing Adjustments Florida Department of Transportation (FDOT); multiple • Traffic Impact Studies Counties - Districts 6, 4 and 2; the Miami-Dade, Broward • Multi-Way Stop Sign Control Evaluations and St. Lucie School Districts; municipal and private sector • Intergovernmental Agency Coordination and transportation projects;we have been able to develop a unique Representation and successful approach that integrates both "agency" and • Comprehensive Traffic Planning "private-sector" perspectives. This approach has proven to • Signing and Marking Plans Preparations and be mutually beneficial for both our public and private sector Recommendations clientele allowing for projects to proceed more efficiently and • Transportation Grant Applications cost-effectively. • Multimodal Corridor Planning Studies • Site Plan Reviews of Proposed Development and Redevelopment Properties • Attendance at City Commission meetings to provide Traffic Engineering Expertise and Support /t � �/% \ IIIIIII . • * IIIF �_ �, ... ... , . s_ _ H d ,r 1, i. Pil 4 ilk. Ill 1111"0. ,111t'� " MB I try '.' ,�_'^.,-)`� 7 Addr .. _ _. - }n h3. . ,cam- .L rC'. - —,- _/ Sok :'85\l4 Calvin, Giordano Er Associates, Inc. k/�VEAR$1�( i�� A SAFEbuilt" I .' COMPANY QUALIFICATIONS SuMMARY AT-A- GLANCE IIE PAERO PB Qualifier AGENCES EXPERNCE WITHIN INROVIDING THE LAST TENSIMIL(10)R YEARS SCOPE (REQOFS UIRED:VICES 5 MINI MT UUM)LIC SECTOR 1. Multimodal Mobility Study and Impact Assessment—Town of Medley 2. Strategic Miami Area Rapid Transit (SMART) Plan — Miami-Dade County 3. Pedestrian Park Bridge Feasibility Study - SR Al A/Collins Ave at 174th St—City of Sunny Isles Beach 4. City Wide Carrying Capacity Study—City of Key West 5. Wickers Sports Complex Parking/ Bike Path Feasibility—City of Key West 6. Traffic Engineering Services—Town of Surfside 7. Bicycle Master Plan &Transportation Improvements Grant Writing —City of Weston 8. Andrews Avenue Roadway Improvements—City of Oakland Park 9. Davie Road Phase I & II —Town of Davie 10. Multi-Way Stop Control Warrant Analyses (Multiple Locations) — City of Key West 11. Comprehensive Plan and Land Development Code Revisions —City of South Miami 12. Middle Beach Recreational Corridor- Phase 2— City of Miami Beach 13. Nova Drive Complete Streets Improvements (CIGP Funded) —Town of Davie 14. Downtown Boca Raton Traffic Study and Corridor Planning—City of Boca Raton 15. Sheridan Stationside Village Land Use Plan Amendment—City of Hollywood 16. Mobility Management—City of Fort Lauderdale City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 8 d x rn arc a CD z- Fo if a9 El <> >_a n if i; __ _M m a =_ 3 ii CD > Cl m Zm 3'''' �m g. i a nF 2a.• o - _ DO fF Q n. -. 3 _ 1 3 m v • - 9 - 3 m 2> z _ O O 8 m ; s o ` G]l i. O • Muldmodal Mobility Study and Impact Assessment-Town al Medley D vi vi .......__:..__........ Strategic Miami Area Rapid Transit n. (SMART)Ran-Miami-Dade iPD fll .. i Pedestrian Park Bridge Feasibiky y�j On --�.__-♦._.____�__�____.__ .�.- Study-SR A10.'Colms Ave at 1741h St _ — pry of Scurvy Isles Beach • (T • _. ____-_ ..,_..._...__.._ ._._.__..__—___ City Wide Carrying Capacity Study - Crty of Key West CD ^! Wickets Sports Complex Pedestrian; ._;_._..__....._.♦.______.._.. ._.__.___..__♦..._.....____._..._.._-_. ._...-0...--...4-.__411-..-_._111...- Bike Pam Feasibility Study ? CityW Key West M . : _..._.__._. _...._..____......_._ Tragic Engineering Services T .. ._..:._.__.._.__......_....._..__._. ......_.._..__ .�.._......�.__..♦..._._111V. Town aEngineiri f Surf 0 O Bicycle Master Plan&Transportation • r�.._._...�....-_0..... •.__..—Iv_....--1----6..._.._-Iv..-it__.-..• •-...._.4-.....Ali........AI-. .•.........._♦-- urrorovemernsorantWneng G City of Weston W rP Andrews Avenue Roadway ZO _ ..♦__ .-._..._.—_- —.._. ._..._____...__. .._.__..___. --IV— Improvement-City of Oakland Park G) Davie Road Blase I&II m = Town of DaWe ._._...._.._. _.._.__...�,,..__.__._—______.�_ Multi-way Slop Control Warrant oS __..._..._.__..__._..._.____.___-.-.--'--...._.+._---II,.__1111-......_�.-- Analyses(Muhiple Locations) o City of Key West 0 O • Comprehensie Plan and Land _..... ..... ... _ .. ............._.._..._....__..... .._._. ..._.._...____........._..__..____.....__11..._ Development Code Revisions oa O ou Cdy at Sth Miami 0 v ..•............_a_._.• _.._,..... -a_.__.._. .__.._._.._...• ..a ........ __.__._..__........._..._.. a... MkldeBeachRecreationalCorridor- m Phase 2-City W Miami Beach 5 Nova Drive Complete Streets ro .....__......�._.__.-�--- .f..___�...-._...�.._.._._.... _ __.i..---.♦.--- ................_ _...♦.._.._......_......._....111_... ImprovementstClGP Funded) m a Town of Davie cm. Downtown Boca Raton Traffic m ... Study and Condor Planning Crty of Boca Balm r Sheridan Stahonslde Village co ...._...._........._...._... .......__....___... _. ,...-..,_......_......_..._........_......_.._.._....,_,..,....._._.._..__..__.._....._.._....-0._.._.._... ._...._...._.._._._.___41- Land Use Amendment m.ry Cry on lloripwood co co m a .,.. .. 41 ‘ . . 0 r.,„ , / : ,_ :.:•,,.. . - . , k,. .. ,f` r ' • ; ',#„ *. -4 , ' r ' ---- ..•- IA 0I Ilk .„ ow- ft-,- 44. tuel .- a . .....„0,16.,._ . . . ._, , . j/ ./ z 'fir \ ... . Chen: MULTIMODAL MOBILITY STUDY Town of Medley AND IMPACT ASSESSMENT 7777 NW 72nd Avenue Medley,FL 33166 Town of FL The Town of Medley has engaged CGA to conduct a Multimodal Mobility Study and Impact Jorge Corzo, PE Assessment to improve the transportation conditions within the Town including bicycling, Director, Capital Projects& Economic walking, and public transit options for South River Drive from NW 116th Way to NW 87th Development Department Avenue. The study length is approximately 7,500 lineal feet and will achieve two primary Tel: 305.887.9541 outcomes: JCorzo@townofmedley.com 1. Conduct a master planning study to identify specific transit and non-motorized Project Date transportation improvements that will become part of work programs for the Town and 03/2021 06/2022 its transportation partners. This study will include an assessment of bicycle facilities, sidewalks, pavement improvements,American with Disabilities Act(ADA) improvements, Services Provided drainage and lighting enhancements. Transit Corridor Planning 2. Conduct a right-of-way and environmental assessment for improvements within the Transportation& Mobility Analysis project limits. Traffic Engineering CGA developed focused,cost-conscious recommendations that build upon existing resources. Multimodal Planning The study focused on linking key Town destinations together including Town Hall, Palmetto GIS Metrorail Station, residential neighborhoods, parks, and key employment areas,as well as key Urban Design destinations in surrounding municipalities. Landscape Architecture The goals of the study are to enhance the existing transportation system and mobility choices Environmental Assessment available to residents, workers,and visitors to the Town, while setting up the potential to build Public Outreach upon future opportunities such as upcoming annexations and the NW 87th Avenue corridor. 3D Renderings The study focused on pedestrian and bicycle transportation projects, as well as enhancing Interagency Coordination access to public transportation. One potential strategy to incorporate was the potential i of identifying ways of incorporating bicycle and pedestrian improvements into other Town $91,287.94 projects such as water and sewer improvements,and roadway resurfacing projects. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 10 -;.* _ ,' / ./ '_ i _ t rm 1.- _ ' 1 ' - -I gENDALL CORRIDOR p Strategic Miami Area _ N e -•�•• ` a ° Rapid Transit(SMART) Plan rr - ' r i+ ��re� 8� TP, ? ..- It', `�. " : s i_ Ptnec,est aw...o�. 1 �, , 1 ° I ..m. Fir- m -• -1`�.!� ' -W' Palmetto Bay I ate, - ® e j " -W^ �y 6 LEGEND - e * * �{ + / , s✓ - 4. � r ^� % Cutlet Ray �.» �Eahnng Merrorn, a.rncomm, •.....- :r. r.adt.# i1 a ai�i i.: ..a.. \C 1 .....ralmr.]Tn-ai Pas I .-.«Eiuro Pal ®K.md.i,Ca.!a Sr7ura DADFTRANstlwAY CORRIDOR ...."1P I II Rauh CO,et. 1/ND Bit lariAR10$VBSDNINGPtAt larlD (T1W -"n .Cr / ®Ndehnaa CrvMr. '.".1.....«... .W. SOP 6 satnoaaert.ma.. y0 / � / y -- BUS EXPRESSwMwor uNsn,eEmntErwnw ! _ _1Y-• maim I • malec Corridor •rb.ida's Turnpike[.pms(North, III MIMI, - (a � U U ,' ..aw �� • SMlami-0aN Er,Vms. •Reach E North 1 , 0 0 0 �Hy r �- •"M.".4"["." •Reach EiPass Central v W .1 1 s � of*' i,e Homestead 0 ,W.Mwm.NOEapteq •Beach Ewell sauth ;Ies - �.t • Honda TUTOR EaPer(.1..1N 1811.0111hrwt Mir te..aYY WY Aar(Y__i I D �.r-.a.....�o.+.u.m.....,.... ti Florida\ City 0.•.-.ae....-.�->«..a«m� � N)...p�..-...m,... Revised February2U18 W .ww....«......w. ...-.--- No. 1tts, { !;_;,I STRATEGIC MIAMI AREA RAPID TRANSIT Miami-Dade TPO (SMART) PLANSi\ 111 NW 1st Street, Suite 920 Miami, FL 33128 Miami-Dade County, FL Miami-Dade Transportation Planning Organization (TPO) Jeannine H. Gaslonde, El Transit& Regional Manager CGA was selected to be one of the General Planning Consultants for the Strategic Miami Area Tel: 305.375.1739 Rapid Transit (SMART) Plan for Miami-Dade County. Of the six (6) rapid transit corridors Jeannine.Gaslonde@mdtpo.org identified by the County, CGA is responsible for the South Dade Transitway Corridor Study; which extends approximately 20 miles from the Dadeland South Metrorail Station south to "' Florida City. CGA is providing professional traffic engineering, transportation planning and 07/24/2017 03/14/2019 transit planning and design services to supplement the Miami Dade TPO's efforts in conducting r` the transportation planning process for the SMART Plan.CGA has assisted in developing a Land Transit Planning Use Scenario Plan, conducted transit planning and transportation related technical activities; Traffic Engineering Charrettes; 3D Modeling;and, public outreach. One of the primary goals of these services is to Transportation Planning develop transit supportive land use scenarios with the ultimate goal of addressing the overall Urban & Regional Planning mobility of Miami-Dade County. Public Outreach Transit Oriented Development Bicycle & Pedestrian Planning I $ 1,450,000.00 $Not Applicable City of Miami Beach 1 RFQ 2023-030-ND 1 General Transportation Planning and Traffic Engineering Consultant Services 11 r a a . . is Wort _,-:•,. ,i, _ ‘ v pr r :., i i 1 W :f • • r � r, H �, ✓ n +f �,.. .ice .: AmommillmSt-. _- ..._ - — 174TH STREET ya bra 4 ,t r A '' eta --s - • COLLINS AVENUE (A1A) i.:licr:t PEDESTRIAN PARK BRIDGE FEASIBILITY City of Sunny Isles Beach STUDY - SR Al A/COLLINS AVE AT 174TH STek 18070 Collins Avenue Sunny Isles Beach, FL 33160 City of Sunny Isles Beach, FL Contact Information at Time of Projec, The project scope consisted in undertaking of research, planning and conceptual design Claudia Hasbun,AICP efforts necessary to assess the need for potential pedestrian and vehicular improvements into (Former Sunny Isles Beach Planning ,and through, Collins Avenue at 174th Street. This intersection is transversed by pedestrians Director) who are accessing the beach through Samson Oceanfront Park. The City of Sunny Isles Beach Planning, Zoning & Resiliency Director at had applied and received a matching grant from Miami Dade County Transportation Planning the Village of Miami Shores Organization to study the feasibility of planning for, and construction of, a pedestrian bridge Tel: 305.795.2207 over Collins Avenue at 174th Street.This elevated bridge was recommended as a high priority hasburnc@msvfl.gov project in the City's Transportation Master Plan. 06/2018 03/2019 A traffic study report was prepared in accordance with the criteria established in the FDOT Traffic Engineering Manual (TEM)and the Manual of Uniform Traffic Control Devices(MUTCD). The traffic study included collection of pedestrian volumes, vehicular daily traffic and speed, Urban Planning as well as peak hour turning movements at the intersection of Collins Avenue and 174th Street. Traffic Engineering An intersection capacity analysis and a 5-year crash review were also completed as part of Multimodal Planning this scope of work. Based on the recommendations of the traffic study, field investigations, Landscape Architecture identification of regulatory and physical constrains and required vertical clearances for bridge Public Outreach design, a 3D model and preliminary conceptual designs were created for the City staff review. Firm's Fees Workshops will also be held to obtain the community's feedback and help in the preparation $69,935.00 of the final conceptual design. Construction Cost $Not Applicable City of Miami Beach I RFQ 2023-030-ND 1 General Transportation Planning and Traffic Engineering Consultant Services 12 4 4:,,\41114,,i,* ti lo • t ..,e, — r i+ . 1 y . f s Y - , ih • V. • tir • ` poi V• \ ', , f t �� `CNN ; k' i 4 4- \ City of Key West CITY WIDE CARRYING CAPACITY STUDY 3132 Flager Ave Key West, FL 33040 City of Key West, FL Coii ac[ IHHfornmation at Time of Project CGA completed a comprehensive traffic study of the entire City of Key West encompassing Gary Volenec more than 15 corridors and 25 intersections. The purpose of the study was to determine the City Engineer carrying capacity of key corridors in the City. The study specifically addressed the numerous Tel: 305.809.3828 vehicle types, including tour vehicles, which are common in the City. The project included Gary.volenec@cityofkeywest-fl.gov several public outreach meetings and surveys to keep residents informed on the study and enabled residents to voice their opinions on a variety of transportation issues. The study also 2012-2016 evaluated traffic counts, speed data, vehicle classifications, corridor travel time runs, multi- modal vehicle attributes, general roadway characteristics, speed limits, parking, cruise ship 'vi r; data, bike lanes, sound levels, and roadway Level of Service (LOS). Planning Traffic Engineering Four different methodologies were utilized to evaluate the City transportation system. A 3D comprehensive model utilizing VISSIM software was one of the methodologies chosen. The $247,000.00 VISSIM model was developed after extensive data collection and was highly calibrated to the existing conditions.The model consisted of eight different vehicle types along with pedestrians $ Not Applicable/ to replicate the multi-modal nature of the City. The findings of the study were documented in the final report which consisted of several recommendations including cost effective solutions to improve multi-modal efficiency in the City. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 13 � { Per' �� ----)*41.1 _ --_ _ 'r — - E ' . ' � H aill 4, ,„.„4„., i' 7.'. @aS A5 ?Al � •s. �, y� fli 71 BIKE LANE . y� .R }r] 4 ., .7 .s r 1 f- r, 1 S t_ , € i • —.tea' . __., -I :4.- — , �+ --- fi_ � p. ;, WICKERS SPORTS COMPLEX PEDESTRIAN / City of Key West BIKE PATH FEASIBILITY STUDYek 1300 White Street Cityof KeyWest, FL Key West, FL 33040 Contact information at Time of Projec CGA was assigned by the City of Key West to complete a traffic analysis for the Crosstown Steve McAlearney Connector project included in the City of Key West Bicycle and Pedestrian Master Plan adopted Engineering Director in February 2019. The traffic analyses included traffic and parking data collection, along with Tel: 305.809.3747 the evaluation of the feasibility for the connection of the bike lanes on Duck Avenue with the smcalearney@cityofkeywest-fl.gov Bike Boulevard on Staples Avenue through the Wickers Sport Complex Park. 0, , , -9 ,l ,„ The report summarized the collection of pedestrians, bicycle and vehicular turning movement 05/2021 -02/2022 volumes, five-year crash review, field review observations, traffic operational analyses at the `,,, `ui`;rs `,evi }k intersection of Duck Avenue and 14th Street and Kennedy Drive and the signalized Pedestrian Complete Streets mid-block crossing. Bicycle Pedestrian Planning Based on the results of our efforts, observations made from our field review analyses and $35,000.00 data collection, CGA provided 2 different conceptual alternatives for the proposed cross-town Cost connector along with drainage recommendations utilizing the methodology included in the Construction $ ot Applicable2009 Manual of Uniform Traffic Control Devices, and the 2018 FDOT Florida Green Book. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 14 i • 0 +{-+ 1.444 4 r . :4 :44' in; *' • • - nr y , . vi •.. lay Tf - •:fi iir r Ij .j.11 ii !I. I i I i li I ''A'.1v,117.' /7i.____:._____=400'.' _ •_ - . _ . A4. ilro Ds r _ ^ rs Town of Surfside TRAFFIC ENGINEERING SERVICESE6 9293 Harding Avenue Surfside, FL 33154 Town of Surfside, FL Contact information at Time of Projec_ CGA has been engaged as the Town Traffic Engineer for the Town of Surfside. The Town of Guillermo Olmedillo Surfside engineering program includes the maintenance of traffic operations for all intersections (Former Town of Surfside Town Manager) and roadways throughout the Town. CGA provides comprehensive traffic engineering services Village Manager at Indian Creek Village including intersection analysis, signalization analysis and design, roundabout analysis and Tel: 305.865.4121 design, roadway level of service analysis, public school traffic operational analysis, Town- GOlmedillo@icvps.org wide traffic modeling, Town-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation. In addition to 2011 2019 general traffic engineering services, CGA reviews site plan applications with respect to traffic engineering impacts on behalf of the Town, responds to citizen inquiries regarding traffic l' i engineering, and coordinates the interests of the Town with Miami Dade County Public Work Traffic Engineering Department of Transportation Division and FDOT District VI. Transportation Planning Finn s Fees $ Not Applicable Cons U uutiorl Cost $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 15 ,,jr ,,,,7* 4a. ii r --N CITY OF WESTON 4 t f' 7 /y , :54 *), ,. - f 1 - i au r. _ 3, raNilicz-i • . err ✓. bk ' 4 1 ' . Plillilill2 ft 12 ft Travel Lane ♦ - Widened Swale `' ... Curb to Remain New Proposed 18 ft & 6 ft Wide Gutter Bicycle Lane ,\ e ,a BICYCLE MASTER PLAN & TRANSPORTATION 6\ City of Weston IMPROVEMENTS GRANT WRITING 17200 Royal Palm Boulevard Weston, FL 33326 City of Weston, FL Contact information at Time of Project The City of Weston, when incorporated, had the beginnings of a bicycle trail system that Denise Barrett-Miller facilitated connectivity along limited corridors. These have been incorporated into the Director of Communications pedestrian network as widened, multi-use trail/sidewalks. CGA has on a phased, segment-by- Tel: 954.385.2000 segment manner enhanced and expanded the connectivity of the cyclists' network to ensure DBarrett@westonfl.org safety, both for cyclists and vehicular drivers, and provided greater recreational opportunities ;,_ within the City.These have included widening sidewalks and adding new bike lanes throughout 03/2012 Ongoing the City with a focus on 'safe routes to school' areas. Of particular importance was providing connectivity to the City's parks and gathering spaces, as well as ensuring that city-wide `;ti, `' facilities were present where needed: access across bridges and bike racks at all municipal Complete Streets facilities.Weston is now recognized as one of the most active communities in Broward County Bicycle Planning for bicycling. Traffic & Operation Safety Studies The Broward Metropolitan Planning Organization (MPO) Complete Streets and other Localized Surveying Initiatives Program (CSLIP), provides funding for small local transportation projects that will Landscape Architecture improve the safety and mobility for all transportation users in Broward County. CGA has been Civil Engineering able to complete grant applications and has been successful securing funding for design and Master Planning construction of dedicated bicycle facilities for the three (3) projects listed in the City's Master Plan: $250,000.00 • Saddle Club Road Bicycle Facilities between Lakeview Drive and Weston Road , • Bonaventure Boulevard Bicycle Facilities between SR 84 south to Indian Trace $11.5 Million (Approximate) • Weston Road between SR 84 south to Indian Trace (This last application was a joint application with the City of Sunrise to connect to Markham Park.) City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 16 I r ' - -_- , - - 1 s �++rs IH , ',\ t" ' _ `. ii 1 ' \\‘‘ 't - { 41 IF 1 .ti 1 \ *i",* • - .-'-- -—Ill , i 1 \ - -I\ '‘, w r �. t I. tpi : ..." / ,i 1` I ! 'u _ tat''4 / j ' _ - 1! - ' II . it ; ; , , ANDREWS AVENUE City of Oakland Park ROADWAY IMPROVEMENTSSk k NE 12k Oa Cityof Oakland Park, FL Oakland Park,, FLL 333 33334 Contact Information at Time of Project The improvements to Andrews Avenue from Prospect Road south to Oakland Park Boulevard Lori Douvris were funded by a Transportation Enhancement grant through the FDOT District 4,which required Project Manager it to follow FDOT LAP submittal requirements.The scope of this project includes construction 954.630.4200 of a landscaped median, reconstruction of existing sidewalks to meet current ADA standards, Lori.Douvris@oaklandparkfl.gov adding bicycle lanes,and a mid-block crossing for pedestrians,turn lane analysis, milling and resurfacing, signing and pavement markings, pedestrian lighting and conventional roadway 2015 2019 lighting modifications.Permitting is required through Broward County Environmental Protection and Growth Management Division (BCEPGMD), Broward County Highway Construction and ` , I Engineering Division (BCHCED), Broward County Traffic Engineering Division (BCTED), and Transportation Grant Writing the City of Oakland Park. Access Management Additional services also provided: Corridor Planning Studies Interagency Coordination • Landscape Architecture Bicycle & Pedestrian Planning • Irrigation Design Traffic &Transportation Engineering • Civil Engineering • Electrical Engineering $ 227,310.00 • Surveying • Paving, Grading and Drainage - ' . • Signing and Markings $ 2,000,000.00 City of Miami Beach j RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 17 • - . T� aw _ , fix,: _. stir -,4' 0 v - - -i I •✓ ..i � • It to - 4 a 3p .� 6, i .` -.lei Rpr .. A f ' \A . f a k .o-- 1 ' w f tr1L I. I ‘ \ u t , Town of Davie 6591 Orange Drive DAVIE ROAD PHASE I & IIS'6Davie, FL 33314 Town of Davie, FL Jonathan Vogt, PE, Town Engineer Phase I:This project, which was partially funded by a FDOT County Incentive Grant, included Tel: 954.797.1097 the widening of Davie Road from 4 lanes to 6 lanes between SR 84 and Nova Drive.The scope Jonathan vogt@davie-fl.gov included adding a median, an additional lane in each direction, bike lanes, a new signal at Nova Drive and Davie Road to accommodate the wider roadway, pedestrian upgrades, tree ,„ relocations and removals, drainage and lighting modifications, utility coordination, and signal 2013-2018 modifications at Reese Road to accommodate proposed dual left turns from southbound Davie Road to Reese Road. This corridor, faced with constrained right of way, had to accommodate Landscape Architecture the widening to six (6) lanes while maintaining right turn lanes where there were existing Civil Engineering ones. Permitting was required through the local drainage district, Broward County Highway Electrical Engineering Construction and Engineering Division, FDOT for work near SR 84, South Florida Water Traffic &Transportation Engineering Management District (SFWMD), and the Town of Davie. Harmonization with private right of Arboricultural Services way and changes to access due to the median, required coordination with the businesses. Surveying Phase II: This phase was funded by a Transportation Enhancement grant through the FDOT D4, Construction Administration' which required it to follow FDOT LAP submittal requirements. It consisted of improvements to Corridor Planning Studies Davie Road from Nova Drive(SW 24th St)to SW 39th Street.The scope included: construction Access Management of a landscaped median, widening existing sidewalks, milling and resurfacing, signing and pavement markings,adding bicycle lanes, drainage,tree relocations and removals, pedestrian $354,000.00 (Phase I) lighting and conventional roadway lighting modifications.This project also included: replacing $288,000.00 (Phase II) the school zone flashing beacon on Davie Road north of SW 37th Street, signal modifications and guide sign assembly at 39 Street. Permitting was required through CBWCD, THISCD, $3,665,749.00 (Phase I) SFWMD, Broward County Highway Construction and Engineering Division (BCHCED), Broward $2,400,000.00 (Phase II) County Traffic Engineering Division (BCTED), FDOT and the Town of Davie. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 18 si. ✓ ti t k y '� • Y ill'1 tt r� ti c. ' t • t:. .. - , - a) - sF STO P .. • .. .. 4ii Illip,„ , _,... . . , • . .. , ,, ,_. le ! ' ♦♦ , -4` .*mow - - • a. , :lip 1 E - t ,5 `. .JCL _ 1; _ .,. TUf I' -.1 �` sue' • - ai •;,..'41; 3,,,ir-t- Ilk. �; .1{ .mo 3 —lee*. A tLi,. ;CM" ,. ;; : : MULTI-WAY STOP CONTROL WARRANT City of Key West ANALYSES (MULTIPLE LOCATIONS) E6 1300 White Street Key West, FL 33040 City of Key West, FL Contact lit CGA was retained by The City of Key West to evaluate the conversion of three (3) two-way/ Ian McDowell one-way stop control intersections to all-way stop conditions within the City. Assistant Engineer The three (3) evaluated intersection locations were: Tel: 305.809.3753 cimcdowell@cityofkeywest-fl.gov 1. Patterson Avenue and 7th Street 2. Amelia Street and Windsor Lane 09/2021 -06/2022 3. Duncan Street and Georgia Street Traffic Operation & Safety Studies The report summarized the collection of pedestrians, bicycle and vehicular turning movement volumes, five (5) year crash review, field review observations, sight distance evaluation exhibits, and data analyses completed at all three (3) locations to potentially warrant a Multi- $ 16,400.00 way/All-way stop condition. Based on the results of our efforts, and observations made from our field review analyses and $ Not Applicable data collection, CGA provided recommendations utilizing the methodology included in the 2009 Manual of Uniform Traffic Control Devices and the 2018 FDOT Florida Green Book to mitigate any potential safety and operational deficiencies found for this effort. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 19 ' ._ ♦f>,} `` + ^•- ` � CITY mu.. t :a,., # s> �_- I YALESECIA 1 / . —, ..\ "STATION fTA10N �.`'�� ,,,........: -- ,...,...„ _, 0- a . _ . �,_ a.. .4' - N EXISTING pU1LO1N05 1 ® PROJECTS UTDERENTIALAt/INNING PNASEiliallimm. id MIIIMUM DEVELOPMENT POTENTIAL 10111\11 iiiria 9 MULTIFAMILY RESIDER-ME USE COMMERCIAL OFFICE USE 577N AVENUE w RETAIL USE PARKING USE Client COMPREHENSIVE PLAN AND LAND City of South Miami DEVELOPMENT CODE REVISIONSEik 6130 Sunset Drive South Miami, FL 33143 City of South Miami, FL Contact Information at Time of Proiec' CGA led the City of South Miami's most recent effort to update both the City's Comprehensive Jane Tompkins Plan and Land Development Code.The City's Comprehensive Plan and Land Development Code Former Planning Director were out of date relative to current best practices and laws.The City's Comprehensive Plan had Tel: 319.573.1049 not received a full review and update in over 20 years,while the City's Land Development Code janetompkins89@gmail.com had been amended in a piecemeal manner numerous times in recent years. Project Date The updated Comprehensive Plan incorporates sustainability throughout all elements,promotes 2016-2020 environmentally aware and strong adaptive approaches that consider the impacts of potential Services Provided sea level rise on land use,transportation, infrastructure, housing (including affordable housing General Planning and infill development) conservation, recreation and open space, capital improvements and Traffic Engineering intergovernmental coordination. Transportation Planning The focus of the Land Development Code rewrite was to protect the character and integrity of single-family. neighborhoods, create a quality urban environment, and streamline the $ 110,000.00 (Land Development Code) development permitting process. The new code provides tools that promote the creation of $44,000.00 (TODD & Related high-quality public spaces, defined by a variety of building types and mixed- uses including Amendments) housing, retail, office, and industrial space. $ 119,000.00 (Comprehensive Plan) The new code incorporates a regulating plan, building form standards, street standards (plan and section), use regulations, descriptive building or lot types, and other elements needed to $ Not Applicable implement the principles of functional and vital urbanism and practical management of growth. In addition to these efforts, CGA worked with the City on the update of its Transit-Oriented Development District. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 20 ft 'T.- -s ' , ', .17.. zal, - . [22 , � ..._:• a+n*11 ' Ali A IIM , , -.. i l. !...........,,,,/"..""" ,,,,,V, . . '7,`T iii. • - •• • tit •••••• ...................„........., \ .... • ,..-- . -----,-,-,;,. _ . L' „, .. - ., ... t "A MIDDLE BEACH RECREATIONAL CORRIDOR — City of Miami Beach PHASE 2611 1701 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 City of Miami Beach, FL Contact intormation at CGA was contracted by the City of Miami Beach to designed and permitted an on-grade, Ariel Guitian ADA-accessible pathway that supports the use of pedestrians and cyclists and an integral Senior Project Coordinator, Office of CIP component of the City's overall resiliency and climate adaptation plan, directly supporting the Tel: 305.673.7071 ext 4105 City's investment in strengthening the dunes for storm surge protection and by providing a ArielGuitian@miamibeachfl.gov critical component of its alternative transportation network. The project is a part of the greater Atlantic Greenway Network(AGN),and comprises a critical component of the bicycle facilities 2012 2019 throughout the City of Miami Beach. It connects Indian Beach Park on the south to the North Beach Recreational Trail at Allison Park with a 2-mile paver walkway, continuing the City's unique branding qualities. Landscape Architecture The path was permitted in accordance with the Florida Department of Environmental Civil Engineering Protection's and the Florida Fish and Wildlife Conservation Commission's regulations, as the Electrical Engineering entirety of the project lies within State-owned lands. The scope of work included extensive Resiliency Design public outreach, brandingand site design, coastal engineering, dune plantingplans, lighting Environmental Permitting g ' g g Construction Administration design, and bidding and construction administration. The project connects business districts, Bicycle & Pedestrian Planning cultural/tourism centers, parks, residential neighborhoods and the beaches, and it completed a major portion of the essential north-south connector of the AGN to facilitate pedestrian and non-motorized transportation throughout the City. $534,000.00 $ 13 Million City of Miami Beach I RFQ 2023-030-ND j General Transportation Planning and Traffic Engineering Consultant Services 21 • - I `! . ` tri M _ F;•1 ! i it,,,,,' NOVA DRIVE COMPLETE STREETS Town of Davie 6591 Orange Drive IMPROVEMENTS (CIGP FUNDED) E6 Davie, FL 33314 Town of Davie, FL Jonathan Vogt, PE, Town Engineer CGA recently completed the design, permitting (SFWMD), Central Broward Water Control Tel: 954.797.1197 District(CBWCD),Tindall Hammock Irrigation&Soil Conservation District(THISCD), Highway Jonathan_Vogt@davie-fl.gov Construction and Engineering Division (BC-HCED), bidding services and post design services for the Nova Drive Improvements project (from Davie Road to University Drive) for Town of Davie. The construction scope of work includes 2521 LF of Exfiltration Trench, 4067 LF of 2014-2020 RCP (12" to 30" diameter), 75 storm inlets/manholes, regrading of swales, adding medians, upgrading ADA compliance, signalization improvements, a new roundabout, bike lanes, and Civil Engineering associated roadway infrastructure improvements. Traffic &Transportation Engineering The eastern commercial end of the corridor was updated from a 3-lane section to a 4 lane Landscape Architecture divided section with bike lanes and wide sidewalks while the western, residential section was Surveying & Mapping widened to accomodate bike lanes and/or sharrows.A roundabout traffic operations justification Post Design Services report with public outreach was required to permit the roundabout in a non-traditional location Complete Streets within in the corridor with the purpose of reducing speeds and allowing easy "u-turns". The Bicycle & Pedestrian Planning project also included upgrading the signal infrastructure at the intersection of College Avenue Corridor Planning Studies and Nova Drive. Access Management Interagency Coordination $459,475.00 $6,443,081.26 City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 22 "' - • -, ii. fig'"- �� • . ::.- fir..+' _ -.alit � _ T:. 14 'ems - ..,`L; -` - `7.; - a.a1' �- yam . liglii �/ .3. '.. '1 1 1 _ L- rela ..„ ,a,' 1— . ti � 1 . - y R id :; 4 a y,, , * i Rii -: , '''- :z�� i11 !!NN !!N N 4, .1 sz � zz ;_ �' ° . 0 Sit - 1. --.. ' At,. striffiw.-ile iliPill - •• - . --... t ! ' DOWNTOWN BOCA RATON TRAFFIC STUDY City of Boca Raton AND CORRIDOR PLANNING6\ 2500 NW 1st Avenue Cityof Boca Raton, FL Boca Raton, FL 33431 Contact Inf: CGA was selected by the City of Boca Raton to provide professional traffic engineering and Rasem Awwad, PE, PTOE transportation planning services for the preparation of a traffic study at the intersection of Traffic Operations Engineer Palmetto Park Road and NE/SE 5th Avenue. The traffic study examined the safety and the Tel: 561.416.3343 operation of the intersection of Palmetto Park Road and NE/SE 5th Avenue and enumerated Email: N/A at least three (3) viable improvement concept plans. As part of our submittal, CGA proposed extending the project limits to include additional intersections to determine the traffic intrusion along NE/SE 5th Avenue from the US-1 intersection.There also was a recently approved mixed 2015 2016 use development called Palmetto Promenade that is under construction and will soon be adding additional trips on to the road network being studied.These approved but unbuilt development Transportation & Mobility Planning projects will be adding committed trips to this corridor,which will affect the subject intersection Corridor Planning Study of NE/SE 5th Avenue and Palmetto Park Road. The additional trips generated for the site were Interagency Coordination looked at when analyzing the intersections. One other local issue affecting this study area and Public Outreach all coastal communities in South Florida is the regularly scheduled bridge openings to allow Firm's Fees for the maritime traffic on the intercostal waterway. This occurs just east of the intersection of $55,000.00 Palmetto Park Road and NE/SE 5th Avenue. Construction Cost CGA utilized Synchro modeling software to analyze the roadway network including the arterials $Not Applicable and intersections in the core Downtown Boca Raton area for existing (short term) and future (long term) planning horizons. This scope of work included an arterial analysis, intersection analysis and safety review of the subject intersections. The final report included context sensitive design alternatives and mitigation including proposed multimodal improvements. CGA performed a quantitative and qualitative ranking of each alternative which included which improvement provided the best level of service and least delay as well as which improvement was the most pedestrian friendly and safest alternative. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 23 WI j` IX, c 1 1.,'-. AN - lity ..inelki... IC till s•; �• w"••r•~�r r+r•,'/i:Sr:rrrrr 66 YY ,sr sr ipt r o,• __� dsgriisa • a Ir•i.•M rrr'f�r .ete- - ' to:: -Ilia:. IC IC PIIIIIIIIIIIPIIIII ` III C. -;' -'.. 411 II i��liti IIII IIIIII �!// (4•�/ 1"'. H/ --.'0• . _ `� 4411,ir . .,...ill' I, _ . i _-,,,,. _ Illl+hlli,, I i i � ►�� t.. I I �. -S 1. :lie ` SHERIDAN STATIONSIDE VILLAGE Pinnacle Housing Group LAND USE AMENDMENT 9400 S. Dadeland Blvd.Suite 100 City of Hollywood, FL Miami, FL 33156 The "Sheridan Stationside Village" transit-oriented development (TOD) land use change was Contact Information at Time of P consistent with the objectives of the City of Hollywood and Florida Department of Transportation Michael D.Wohl (FDOT)to create a''transit village" reflecting 21 st century planning principals.The amendment Vice President proposed to change the land use designation from low medium residential (6-10 units/acre), Tel: 305.854.7100 industrial and transportation to transit-oriented development. The "Sheridan Stationside admin@pinnaclehousing.com Village" is a true mixed-use development integrating the existing Tri-Rail station as a transit Project Date hub along with other providers such as Broward County Transit. Located at the intersection of 2012 2015 1-95 and Sheridan Street,the development plan created a diverse urban village that will foster a live,work, play and ride atmosphere.A 6-acre park will be created within a Live Oak hammock on the site's southern portion, which will preserve an historic coral rock house. Traffic Engineering Transportation Planning The development opportunity was born as a result of the desire of state and local government Urban and Regional Planning to leverage state lands to create new development compatible with mass transit, and to Firm's Fees encourage increased ridership of existing systems. $750,000.00 Construction Cusp Project Highlights: $Not Applicable • Transit Planning • Transit Oriented Development • Urban and Regional Planning • Integration of Transportation and Land Use City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 24 . 6 I'll e .it . s ` i.: , ( -16116' ARP 11 1 !--- 0 1 ti, .:4‘ 4;11rik , r; tis4i1,-- to Y! f 4 \....:,,, ,,jai/iiiic.,--,-= - .,. 's it) City of Fort Lauderdale MOBILITY MANAGEMENT61k 100 North Andrews Avenue Fort Lauderdale, FL 33301 City of Fort Lauderdale, FL Contact information at Time of Project CGA assisted Tindale Oliver and Associates, the City of Fort Lauderdale, and the Downtown Diana Alarcon Fort Lauderdale Transportation Management Association (DFLTMA) with long range system Transportation & Mobility Director planning for the future upgrades to the Community Bus System. Tel: 954.828.3793 The City of Fort Lauderdale was a sub-recipient of a two-year Federal Transportation DAlarcon@fortlauderdale.gov Administration's (FTA) New Freedom Grant through the South Florida Regional Transportation ,. Authority (SFRTA). CGA conducted an analysis of the City's community bus system which 2015-2017 included a review of the current service and development of a comprehensive strategy to create a sustainable, efficient,and customer-centric transit service. Traffic Engineering Consultants scope of work included the development of a community bus master plan, five- Transportation Planning year financial plan, transit needs analysis, operational analysis and route review, security and Transit Planning system safety program plan, fleet replacement plan, staffing plan, and the development of Public Outreach performance measures. Multimodal Planning $ Not Applicable $Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 25 661/4 85 , Calvin, Giordano & Associates, Inc. " e`iARSp A SAFEbuilt COMPANY , t 4 , it i ,i, tea ,'lid . .Y• 1 f. t• . k . ',A 1 � \, v,/k ,7/1i i t• „ i i.p er, f, , _.1, f--- - '1+� _ ' ' \ 1 4 .,� may, A �' "N. " ‘• A • .2 ... 04 . .. ,..... ....s ,,,„ 4.;ve,41. . •• . ME Fr ;; . ' . ,___::: A...-; ' , •;,;••-•. . i ..' ••. . ' "..1 I fr__q41 .1'- ._.!:±issa ,_ .1,...,11 ,..!.....t, . ... .,.,.., 1_,,i,,,. ., •,_.,) .--r • - My Ohl MIA Beach 2.2 qualifications of proposer team City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 26 85 Calvinui(f, Giordano &Associates, Inc. EiA A SAFEb COMPANY X Organizational Chart ea1.GGA Calvin,Giordano&Associates City of Miami Beach Au,, ! : a' 2.BMA BMA Consulting Engineering — LAMBERT City's Project Manager 3. Lambert Advisory o N;i 4 NBS NDS Principal-in-Charge NUTTING Manager >-CL �n 5. Nutting Engineers of Florida Projectg x CGA Chris Giordano,MSC,CCM TOOLE 6. TOOLE Toole Design s1o14 cGA Diana(Rivas)White,PE Traffic/Transportation Mobility/ Traffic Data Collection Planning Landscape Architecture/ Transit Planning Visualizations CUT Salman Rathore,PE NOS Kevin Deal cGAAlex David,AICP cGA Gianno Feoli CGA Pablo Chon Kan-Munoz,El NDSJohn Greist CGA Silvia Vargas,FAICP LEED AP GGi Dominic Mack,Ill,PLA,ASLA CGA Carlos Lemmus CGA Graham Long,AICP CGA Moshiur Rahman,Ph.D TOOLS Kristof Devastey,PE,PTOE,PTP TOOLS Andrea Ostrodka,AICP LEED AP TOOLE Ian Lockwood,PE Surveying&Mapping Civil Engineering/Construction TOOLEJared Draper,AICP Engineering&Inspection(CEI) TOOLS Bonnie Moser CGA CGA Vickki Placide-Pickard Steven Watts,PSM CGAJennaTOOLE Chris Puglisi,PE CGA CGA Nicholas Martinetti,'Nco" an Sandra VillardRobert Vonderahe cr "Nico"Kanelidis,PE CGA Kyle Peets cG„Jorge Cervantes,PE CT Erik Padron,PE Geotechnical Engineering Economic&Financial Analysis Structural Engineering NUTTING Richard C.Wohlfarth,PE LAMBERT Paul Lambert BMAJesus Mustafa,PE NUTTING Stephen Mrachek,PE LAMBERT Eric Liff BMA Donald Spencer,PE AMA Edmundo Zevallos City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 27 685"� Calvin, Giordano & Associates, Inc. v ! \� A SAFEbuilf COMPANY Key Personnel The CGA Team have sufficient staff to support this continuing services contract, we ensure that availability of our staff never goes below 40 percent for our senior staff and 30 percent for our technical support staff, amending our staffing needs as necessary. This is a strategy that we maintain to allow us to meet the impromptu and unexpected demands of all our clients without sacrificing the needs of others. CGA guarantees that we will have the necessary staff to meet all the needs no matter what they are. Our team has the ability to provide additional personnel as-needed. Below is a table showing our key personnel roles in providing services for this RFQ for General Transportation Planning and Traffic Engineering Consultant Services. Key Personnel Role Diana (Rivas)White, PE Project Manager Salman Rathore, PE Traffic Engineer Pablo Chon Kan-Munoz, El Traffic Engineer Moshiur Rahman, Ph.D Traffic Engineer Carlos Lemmus Traffic CAD Designer Alex David, AICP Planner Silvia Vargas, FAICP LEED AP Planner Graham Long, AICP Planner Vickki Placide-Pickard Planning Administrator Sandra Villard Grant Coordinator Jenna Martinet, PE Civil Engineer Nicholas "Nico" Kanelidis, PE Civil Engineer Jorge Cervantes, PE Electrical Engineer Erik Padron, PE CEI Senior Project Engineer Gianno Feoli, ASLA Landscape Architect/ Urban Design/Computer Visualizations/ Graphics Dominic Mack, Ill, PLA, ASLA Landscape Architect/ Urban Design/Computer Visualizations/ Graphics Steven Watts, PSM Surveying & Mapping Robert Vonderahe Survey Technician Kyle Peets Survey Technician City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 28 (85 ', Calvin, Giordano & Associates, Inc. Sok �1,�VEARS A SAFEbuitt COMPANY Subconsultants Role Key Personnel Role Jesus Mustafa, PE BMA Consulting Engineering, Inc. - Structural Engineering Services Donald Spencer, PE BMA Consulting Engineering, Inc. - Structural Engineering Services Edmundo Zevallos BMA Consulting Engineering, Inc. - Structural Engineering Services Paul Lambert Lambert Advisory, LLC - Economic & Financial Analysis Eric Liff Lambert Advisory, LLC - Economic & Financial Analysis John Greist National Data & Surveying Services (NDS) -Traffic Data Collection Kevin Deal National Data& Surveying Services (NDS) -Traffic Data Collection Richard C. Wohlfarth, PE Nutting Engineers of Florida, Inc. - Geotechnical Engineering Services Stephen Mrachek, PE Nutting Engineers of Florida, Inc. - Geotechnical Engineering Services Kristof Devastey, PE, PTOE, PTP Toole Design Group, LLC - Traffic and Transit Planning Services Andrea Ostrodka, AICP LEED AP Toole Design Group, LLC -Traffic and Transit Planning Services Ian Lockwood, PE Toole Design Group, LLC -Traffic and Transit Planning Services Jared Draper, AICP Toole Design Group, LLC -Traffic and Transit Planning Services Bonnie Moser Toole Design Group, LLC -Traffic and Transit Planning Services Chris Puglisi, PE Toole Design Group, LLC -Traffic and Transit Planning Services City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 29 Efkf"85 5 Calvin, Giordano & Associates, Inc. FAR$ ♦ A SAFEbuilt COMPANY Subconsultants Structural Engineering Services k6� BMA Consulting Engineering (BMA) is a company driven to provide Design, PD&E and CE&I '°�°°°' Services to the Transportation Infrastructure Industry using innovative approaches in management, cost-effective designs, and value engineering. BMA is a certified DBE/SBE with FDOT, CBE firm with Broward County, and MBE with the State of Florida to provide a variety of engineering services to the City. �� Economic and Financial Analysis Services Lambert Advisory (Lambert) is an internationally recognized real estate and economic advisory ADVISORY firm. Established on a foundation of knowledge, data,and experience, Lambert works collaboratively with clients and partners to transform places and build stronger communities.Lambert has a specific practice dedicated to assisting municipalities, community and economic development agencies/organizations in strategic redevelopment that range from citywide economic strategic development planning to TOD development and public/private partnership structuring. Lambert has served as the primary economic, market and real estate consultant on more than 50 planning, economic and real estate development initiatives within the State of Florida within the past five years alone and with numerous additional engagements throughout the United States and internationally. Notably, the firm is based in Miami and has worked in more than 60 percent of municipalities within Miami Dade County; including, Miami Beach within which we are currently engaged to provide Economic Development Consulting Services. Traffic Data Collection Ni;l.�,,p;, S Founded in 1989, National Data & Surveying Services (NDS) was established to deliver accurate and cost-effective solutions to our client's traffic,transit and GIS/GPS data collection.NDS is entering our 30th year of successful corporate operations that have established us as one of the foremost,full service, traffic and transit data collection companies in the country. National Data&Surveying Services (NDS) has an outstanding team of 100 professional full time employees that will ensure the successful coordination and completion of any project.With local field crews in 15 major cities throughout the West Coast,the Southeast and the Mid-Atlantic NDS can quickly respond to all project needs. NDS leverages our experience and expertise to deliver accurate and timely data in a professional manner. NDS has experience with many different types of studies and utilizes empirically tested methods and technologies to achieve the most accurate results possible. In addition to standard studies like turning movement counts and ADT (tube counts), NDS has a massive amount of experience with specialized studies such as queue studies,trip generation studies, pedestrian studies, origin/desintation studies,transit ridership surveys, parking studies, speed studies, and customized oral surveys. NDS routinely utilizes the most appropriate collection methods which include manual technicians in the field, radar speed guns, GPS/GIS location, ALPR technology, and drones to efficiently provide the data that is being requested. Nutting Geotechnical Engineering Services E Engilleers Nutting Engineers of Florida, Inc. (Nutting) has been one of the premier geotechnical engineering ++++ 3 1Ar Pabtl LL 6r CamIMM firms in South Florida since its inception in 1967. Prior to this date work was performed under the name Nutting Engineers, Inc.,which originated in 1956 preceded by H.C. Nutting in Miami from 1932 until 1956. Nutting's comprehensive range of services include geotechnical exploration and engineering including soil borings and groundwater well drilling, monitoring of pile installation, groundwork modification and chemical grouting procedures, quality control/quality assurance testing of construction materials, structural inspections (special/threshold) of structures. MUNICIPAL/DISTRICT TYPE PROJECTS: NUTTING has an extensive history working with many local government agencies by providing geotechnical engineering services for hundreds of projects, including but not limited to parks, nature preserves, education facilities, storage facilities, infrastructure, maintenance facilities, backup generators and storage facilities. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 30 Eck (85), Calvin, Giordano Et Associates, Inc. A SAFEbuilt COMPANY TOO L E Traffic Engineering and Transit Planning DESIGN Founded in 2003, Toole Design Group (Toole Design) is the nation's leading planning, engineering, and urban design firm specializing in bicycle and pedestrian transportation. With 130 employees in 11 offices across the country, Toole Design has a national reputation in transportation master planning, Complete Streets design,traffic calming, urban revitalization, downtown street network planning and design,transit accessibility, pedestrian and bicycle research and facility design, one-way to two-way conversions, and a variety of other related areas. Toole Design Brings a wealth of experience helping communities like Miami Beach achieve their multimodal goals. designing complex retrofit projects in challenging urban environments. Our experience includes Florida communities such as Coral Gables, Winter Garden, and Key West, as well as other communities across the country. Toole Design has an outstanding reputation for results-oriented projects. More importantly, our planning process builds momentum among city and elected officials, advocates, and the public to ensure projects and programs move forward immediately upon completion, and often even before the plan is completed. Our focus is in multimodal transportation— developing cost-effective, practical transportation solutions that move people efficiently, while improving the health and quality of life of the community. We are adept at identifying practical solutions that are compatible to the wider transportation context, and in identifying funding sources and implementation strategies that move projects forward. Our project experience includes serving on multidisciplinary teams to create great public and private places, including downtowns, parks, trails, and neighborhoods. Our staff are gifted at soliciting input from public and stakeholders, distilling this information into guiding principles, and applying these principles to develop a future vision that generates excitement and receives broad support. City of Miami Beach I RFQ 2023-030-ND ( General Transportation Planning and Traffic Engineering Consultant Services 31 DIANA (RIVAS) WHITE, PE Director of Transportation and Mobility Sk Diana has 16 years of experience in Florida as a traffic operations engineer. Her experience includes analysis and design of traffic signals, roundabouts, intelligent traffic operations, ,11 roadway safety and the development of traffic studies, such as citywide multi-modal mobility studies, carrying capacity studies, corridor signal re-timing studies, and others. She is a licensed Professional Engineer in Florida and currently holds the Florida Advance Temporary Traffic Control(TTC)certification.She has extensive experience with the Broward MPO Complete Streets & Localized Initiatives Program (CSLIP), the Broward County Surtax Municipal Capital Projects, as well as serving on the Broward MPO Technical Advisory Committee. YEARS WITH THE FIRM RELEVANT EXPERIENCE SMART Plan g Project Engineer. The study tested the effect South Beach Promenade and Multimodal of different land use scenarios on future YEARS OF EXPERIENCE Study transit ridership in the corridor Lead Traffic Engineer. This project completed Miami-Dade County, FL 16 the traffic analyses of two different scenarios Continuing Services Contract for Traffic and for the proposed closure of Espanola Way EDUCATION between Collins Avenue and Washington Civil Projects Avenue to improve pedestrian and Lead Traffic Engineer and Project Manager. BS, Civil Engineering, Florida bicycle connectivity. The feasibility study Responsible for the preparation of Atlantic University, 2006 included the analyses of six (6) different signalization plans, retiming upgrades, peak scenarios, three (3) during the week signing and pavement markings and minor Tau Betta Pi and three (3) during the weekend.The roadways project consisted of two components, Broward County, FL AA, Engineering, Broward the first component is the creation of a Town Traffic Engineering Services Community College, 2002 short-term tactical urbanism strategy to Lead Traffic Engineer. Traffic Engineers on test the proposed closure, which in time continuing services contract for site plan CERTIFICATIONS& LICENSES would become a long-term improvement. applications and traffic engineering task work The project also included coordination orders Professional Engineer- FL #74567 with Miami Dade County Department of Davie, FL (2012) Transportation and FDOT Miami Beach, FL City Traffic Engineering Services Advanced MOT Certification Multimodal Mobility Study and Impact Lead Traffic Engineer on this continuous #76667 service contract for numerous traffic Assessment engineering task work orders; including PROFESSIONAL ASSOCIATIONS Lead Traffic Engineer. The study was grant applications, traffic operation analyses, conducted along South River Drive from NW safety analyses and reviews, signal timing Institute of Transportation Engineers 116 Way to NW 87 master planning study to and design, etc. (ITE) identify specific transit and non-motorized Weston, FL transportation improvements that would American Society of Civil Engineers become part of work programs for the Town Davie Rd Phase 1 & 2 (ASCE) and its transportation partners; The study Signalization Engineer of Record. Included included an assessment of bicycle facilities, the widening of Davie Rd from four to six sidewalks, pavement improvements, lanes between SR 84 and Nova Dr Mast Arm American with Disabilities Act(ADA) Conversions at Nova Dr and Davie Rd, Davie improvements, drainage and lighting Rd and SW 39th St, signal modifications at enhancements Reese Rd to accommodate dual left turns, Medley, FL replacement of existing flasher beacon with solar overhead mast arm school flasher Davie, FL 32 DIANA (RIVAS) WHITE, PE, PAGE 2E6 Nova Dr Corridor Improvements Downtown Boca Raton Traffic Study Broward County Highway Mast Arm Prepared a traffic feasibility study for the Traffic Engineer. Evaluated the traffic Conversion Groups 1 and 2 proposed roundabout at Nova Drive and operations of Palmetto Park Road and Engineer of Record. Design build project SW 73 Way NE/SE 5 Ave and seven surrounding consisting in the conversion of span-wire Davie, FL intersections supported traffic signals to mast arm City Wide Signal Retiming Boca Raton, FL traffic signals at 35 intersection within Lead Traffic Engineer. Performed signal Interstate 75 and Pines Blvd. Broward County retiming for all signalized intersections Traffic Engineer. Evaluated traffic flow Broward County, FL within the City to improve signal improvement strategies and protocols Wickers Sports Complex Pedestrian/ coordination and improve overall to relieve AM and PM peak traffic Bike Feasibility Study efficiency along major corridors of the congestion at this interchange Lead Traffic Engineer. Responsible of City's roadway network Pembroke Pines, FL the traffic analysis for the Crosstown Weston, FL Andrews Ave Pedestrian Safety Study Connector Bicycle project included in the City Traffic Engineering Services Traffic Engineer. Completed a safety City of Key West Bicycle and Pedestrian Lead Traffic Engineer. Traffic Engineer analysis and evaluated the need for adopted Master Plan; The traffic analyses on this continuing services contract for mid-block crosswalks along Andrews Ave included traffic and parking data traffic engineering task work orders between Oakland Park Blvd and Prospect collection,along with the evaluation of Pembroke Pines, FL Rd the feasibility for the connection of the Oakland Park, FL bicycle lanes along Duck Avenue with Town Traffic Engineer Services the Bike Boulevard on Staples Avenue Lead Traffic Engineer. Traffic Engineer on Harding Ave Traffic Signal Improvements through the Wickers Sport Complex Park continuing services contract for traffic Signalization Engineer of Record. Key West, FL engineering task work orders. Included the addition of traffic signal Surfside, FL infrastructure to the intersections of Continuing Services Contract for Traffic ULDR Update and Complete Streets Harding Ave at 88th St, 93rd St, and Engineering and Transportation Planning 94th St,and 96th St to improve traffic Lead Traffic Engineer and Project Manual circulation on the Harding Ave corridor Manager. This contract provides Transportation Planning. Complete Surfside, Miami-Dade County, FL numerous traffic engineering task work rewrite of the City's Land Development orders; including grant applications, Regulations.The key areas included MLK Blvd Corridor Improvements traffic operation analyses, safety analyses new standards related to Complete Signalization Engineer of Record. report preparations and reviews, signal Streets, Parking,Transportation Demand Resurfacing, restoration, and timing upgrades and design, etc. Management, Green Building and rehabilitation of the corridor from east of Key West, FL Adaption Planning the Florida Turnpike to Power Line Road. Key West, FL Pompano Beach, FL 33 SALMAN RATHORE, PE Traffic Engineer E;° ' Salman has over 21 years of experience providing transportation engineering, planning, civil works, construction management and budgeting services. He's worked with City's Traffic Management Centre (TMC) in controlling, integrating and coordinating various transit modes (i.e. City Metro, public transportation, taxis and traffic systems control centres) with an integrated central control unit. This also includes monitoring and overseeing signals for events, incidents, transport delays, road-works and congestion via CCTV and Intelligent Transport Systems. Salman is familiar with US ITS Architecture standards and transportation systems like ramp metering, ATMS, loop detectors and actuated signals. Projects he worked on consist of civil/roadways construction work,transportation master plans and site impact analysis, land use studies, traffic impact studies and developments of regional impact (DRI), traffic operations, safety studies and signal,and stop warrant analysis. YEARS WITH THE FIRM RELEVANT EXPERIENCE and staff(FDOT, City of Miami Beach, City 1 of Homestead, etc.); provided consultancy Dubai Road and Transport Authority(RTA) review of work as an expert in the field of Chief Engineer. Study and prepare short- traffic engineering including managing YEARS OF EXPERIENCE term traffic solutions and plan for long- traffic engineering contracts and preparation 21 term traffic solutions to address traffic of technical documents; represented city congestion/operational issues; study parking clients for project approval at Planning EDUCATION requirements and proposals in order to Board meetings and Commission hearings; solve parking shortage issues and other Coordinated with clients for new business Master of Science, Civil parking related issues; evaluate and study development, engineering and project Engineering, Michigan State public complaints by providing responses/ management including marketing activities; University solutions to RTA customer services; initiating and prepared RFP's, contract scope and fee high-level coordination with stakeholders estimates, mentoring/supervising junior staff MBA, University of Central Florida such as Dubai Municipality etc., to ensure and assisting with implementation of quality high level of coordination for the benefit of control processes. CERTIFICATIONS AND LICENSES public and road users; review traffic impact Miami, FL studies and structural plans at all level sand Professional Engineer provide recommendations; review traffic Traffic Planning and Design, Inc. FL #75281 studies regarding road projects to determine Project Manager for traffic studies on AL #30446 operational need for intersections, bridges construction development projects ranging and to evaluate traffic methodologies carried from$25M -$50M; involved in contract out by the consultants in road projects; scheduling and project reporting to track appraising preliminary and final design actual completion versus target date; drawings of all transportation system responsible for budget tracking, inter- infrastructure projects and highway network disciplinary coordination and forecasting; projects, which include detailed scrutiny and involved in the management, analysis of road layout, marking and locations of and documentation of various traffic devices; continuous review of practices engineering projects, traffic impact at site and taking appropriate measures to studies, DRIs,traffic operations studies and improve the system effectiveness and overall Comprehensive Policy Plan Amendment safety of the customers; and ensuring proper (CPPA) studies. resources and active participation during Maitland, FL projects handover and granting approvals Florida Department of Transportation for inventory and as-built drawings and Project Planner. Facilitated appropriate subsequent follow-up of snags. meetings with all stakeholders to ensure Dubai, UAE understanding of contractual obligations; The Corradino Group assisted City's TMC; managed technical Project Manager. Manged traffic engineering review and coordination of DRIs for various and transportation planning contracts up to construction projects up to$200M. $5M; managed/advised government clients Orlando, FL 34 MOSHIUR RAHMAN, PH.DE;\' Traffic Engineer Moshiur has 10 years of experience in transportation planning, traffic engineering, and policy research. His experience includes travel demand modeling, traffic safety analysis and development of traffic studies,transit research and studies, transportation planning, statistical analysis, GIS mapping and analysis. He has strong quantitative and qualitative analysis skills. He obtained his Doctorate in Civil Engineering from the University of Central Florida in 2018. He completed his dissertation in Econometric Modeling Analysis of Public Transit Ridership for the Orlando Region. He identified the factors that affect bus and rail ridership by using several exogenous variables, including stop level attributes, transportation, and transit infrastructure variables,built environment and land use,and sociodemographic and socioeconomic variables in the vicinity of the stop and conducted a before-and-after study. Additionally, Moshiur has four years of experience in the civil construction field. YEARS WITH THE FIRM RELEVANT EXPERIENCE Safe Routes to School Applications 1 Planner. Developed a plan to improve South of Fifth Street Traffic Calming Study walking and biking environments for students Traffic Engineer. Analyzed the collected traveling to and from 10 selected middle YEARS OF EXPERIENCE traffic data to identify the best locations for and high schools in Miami-Dade County; 10 the traffic calming device installation based This project included identifying safe routes, on the City criteria and guideline, crash data infrastructure improvements, conceptual EDUCATION analysis, field review, and provided summary cost estimates, and creating a safe walking tables map; Analyzed the collected information to Ph.D. in Civil Engineering, University Miami Beach, FL determine infrastructure recommendations of Central Florida, Aug 2018 for the Safe Routes to School application and 17th Street Protected Bike Lanes and recommendations for students' best Safe MS in Civil Engineering, University Busway,Transit Lanes and Shared Used Path Route of Central Florida, May 2018 Conceptual Design Studies Miami-Dade MPO, FL Traffic Engineer. Assisted the City BS in Civil ,En ineerin Bangladesh in implementing it's transformative FDOT D4 Transit Compliance Service Engineering, g Transportation Master Plan;The project Project Manager. Managed the 2020 Un iversity Engineering & Technology, included developing creative designs to and 2022 annual site visits and vehicle Apr 2012 link pedestrians, bicycles, transit lanes inspections; He contacted the agencies and freight deliveries in a dense urban to coordinate the inspection date and CERTIFICATIONS AND LICENSES environment; Collaborated with team to guided his team; His team inspected over SAS Data Mining Graduate assist them to develop concepts design 600 vehicles that received Federal Transit Certificate, 2017 connecting the island's west side to Administration (FTA) Section 5310 and Central Miami Beach, including separated Section 5311 program fund and he also FDOT Multi-Resolution Modeling pedestrian and bicycle facilities;The final prepared the project schedule, project report (MRM)Training Certificate concepts included creative public art, bio- and invoices for this project swales, permeable pavement, and traffic FDOT D4, FL PROFESSIONAL ASSOCIATIONS calming devices, including speed tables, 2020 and 2022 FDOT D6 Biennial Vehicle lane narrowing and traffic circle Inventory and Inspections American Society of Civil Engineers Miami Beach, FL Planner. Assisted the project manager on (ASCE) Citywide Comprehensive Traffic Calming 2020 and 2022 FDOT D6 Biennial vehicle Institute of En ineers, Ban latlesh Studyinventory and inspection projects; He g g Traffi Engineer. Analyzed the collected prepared the project schedule, completed (IEB) traffic data to identify the best locations for the data analysis, prepared the draft reports, the traffic calming device installation, crash and conducted the vehicle inspection data analysis, field review, and provided the FDOT D6, FL summary tables South Miami, FL 35 MOSHIUR RAHMAN, PH.D., PAGE 2Efi 2020 and 2022 FDOT D6 Park and Ride First Mile and Last Mile (FMLM) within D4; Collected the available GIS Facility Inspections and Performance Improvements and Education at Transit shapefiles data for analyzing those from Evaluation Stops various sources, identified the possible Assisted the project manager on 2020 Traffic Engineer. Identified the top 10 approaches to come up with the a FDOT D6 Park and Ride facilities most crash-prone bus stops for each of methodology to define TMZ, shortlisted a inspection and later lead the 2022 FDOT FDOT D4 five counties for pedestrian/ few essential variables, and developed a D6 Park and Ride Facility Inspections bicyclists; He analyzed five-year crash method for determining TMZ project; He prepared the project data to identify the factors behind the FDOT D4, FL schedule, GIS maps, crash data analysis, crashes; He studied 75 police crash City of Stuart Tram/Transportation inspected the park and ride sites, reports for more in-depth crash analysis Network Business Plan Study prepared the summary of deficiencies, and identified the main reasons for the Planner. Evaluated the Downtown Tram prepared the recommendation,and pedestrian/bicyclist crashes near the Micro Transit Program; Assessed tram's evaluated each of the park and ride transit stops potential annual cost and benefits for the facilities and ranked those FDOT D4, FL next 10 years to prepare a business plan; FDOT D6, FL Martin County Freight and Goods Identified alternative funding sources and Traffic Operations and Safety Studies Movement Plan - Martin MPO estimated revenue from those sources Traffic Engineer. He did the preliminary Lead Engineer. Responsible for analyzing Martin MPO, FL studies to identify the crash patterns existing and future transportation and Benefits of Multimodal Investments- at 56 intersections throughout Miami- land use conditions and traffic and truck Dade and Monroe County; He identified to integrate freight design considerations Graduate Systems ResearchPlh Assistant. Office a feasible solution for intersection into the multimodal network;The plan the da eg Updated developments to minimize crashes; identified a freight and freight supportive Model Centraloincludecluida Regional a d Bi cg Developed collision diagram for highly network and short, mid, and long-range d Pedestrian analysis; anepa Prepared crashes prone intersection to identify the projects to review the MPO 2045 Long mobilityand safetyanal sis; Pre d crash patterns Range Transportation Plan;Theproject ridership forecasts forsystemstye LYNX and FDOT D6, FL includedu a significant stakeholdr SunRail lorida transit Evaluatedthein outreach effort that successfully engaged Central Florida; the effects of Plantation Midtown Bridge Improvements alternative land-use scenarios on public PD&E Study and Design Services the private sector, including the trucking transit ridership; Managed 30-year industry, chambers of commerce, local Benefit-Cost of Analysis Traffic Engineer. Assisted the project business, and the commercial and Y SunRail Phase I Central Florida manager by collecting the traffic data, industrial real estate industry crash analysis, preparing the project Martin County, FL SINAMM Engineering Limited schedule on monthly basis for invoicing Assistant Engineer. Assisted the project Plantation, FL Data Collection to Establish a Baseline manager in preparing required documents Village Green Drive Master Plan Data to precipitate a tender/bid for power Traffic Engineer.Analyzed the corridor's Planner. Analyzed the data for vehicle plant construction, cyclone shelter-cum- network performance detected at the school building, bridge construction, three years of crash data, calculated the Miami International Airport (MIA) cargo commercial-residential building annual growth rate, calculated the impact and floral industrysites; Data was of COVID-19 pandemic on the traffic construction; Preliminary work included: movement by using FDOT's historical collected for 111 days, with more than Planning the initial stages of a project, data and analyzed the survey data to 5 million MAC addresses collected; The preparing the Expression of Interest(E01) identify the best alternative results showed a distinct spike in activity for tender, preparing Bills of Quantities Port St. Lucie, FL pre Valentine's Day and provided speeds (BOO)and Cost/Rate Analysis, preparing and travel times on network links technical specifications and method of Young Circle Re-Design Project Phase II FDOT Central Office, FL statements of construction works and Traffic Engineer. Analyzed 18 Development of a Methodology to Identify developing the project schedule/work intersections, traffic delay, queue program schedule by using MS Project length, and Level of Service (LOS) using Traffic Management Zones Application Dhaka, Bangladesh Synchro for existing, no build, and build Planner. Established an innovative conditions for 2040; He also analyzed concept to improve the traffic systems' the traffic growth rate to forecast the operational behavior using real-time traffic volume at each intersection and traffic data from RITIS (HERE data) for converted a one-way traffic movement FDOT D4;Traffic Management Zones to two-way traffic movement along the (TMZs) will allow for better prioritization Young Circle round-a-bout of traffic and incident management to Hollywood CRA, FL improve the overall safety and mobility 36 PABLO CHON KAN-MUNOZ, El61.1 Traffic Engineer Pablo has five years of experience as traffic engineer. He holds a master's degree in Civil Engineering with emphasis on Transportation from FAU and experience on traffic operations, traffic signal design, and automated vehicles. He has worked with state and local agencies developing capacity studies, designing intersections, developing micro mobility studies, and evaluating projects from the traffic point of view. I. YEARS WITH THE FIRM RELEVANT EXPERIENCE Graduate Research Assistant, Florida Atlantic I University Traffic Engineer-Calvin, Giordano & As a graduate research assistant, worked YEARS OF EXPERIENCE Associates, Inc. under the supervision of my advisor Worked on design and evaluation of traffic developing solutions for different customers 5 related studies; designed intersections and requiring technical advice from the conducted field visits for local agencies and Transportation Lab, such as FDOT and MPOs EDUCATION reviewed infrastructure projects according to Boca Raton, FL local and state standards and specifications Masters in Civil Engineering, Florida Broward County/Fort Lauderdale, FL Design Engineer, RQ Ingenieria- INTRA Atlantic University, Boca Raton, FL; Consultores 2021 Las Olas Blvd and SE 3rd Avenue As a design engineer, worked on traffic The project will replace the existing span operations and traffic management plans, as Bachelors in Civil Engineering, wire traffic signal system with a new mast well as pavement analysis and design Universidad de Costa Rica, San arm traffic signal system Costa Rica Jose, Costa Rica; 2017 Broward County/Fort Lauderdale, FL NW 31 st Avenue and NW 19th Street CERTIFICATIONS AND LICENSES Intersection Improvements Professional Engineer in Costa Rica The project will replace the existing span wire traffic signal system with a new mast Engineer Intern No. 1100025965 arms traffic signal system Broward County/Fort Lauderdale, FL PROFESSIONAL ASSOCIATIONS Multimodal Mobility Study Civil Engineers Committee Young Multimodal Mobility Study and Impact CivilEnCeerIA(Costa Rica) Assessment to improve the transportation conditions within the Town including bicycling, walking,and public transit options for South River Drive from NW 116th Way to NW 87th Avenue. The study length is approximately 7,500 lineal feet Medley, FL 37 CARLOS LEMMUS6131 Senior CAD Technician Mr. Lemus has more than 26 years of experience in providing highway, roadway and transportation related CADD production.As a former CADD Technician to various engineering consultants'firms and contractors, Mr. Lemus has developed extensive experience in the CADD production of construction plans for the various components of the transportation projects, as well as experience in the preparation of the electronic CADD delivery submittals to the Florida Department of Transportation (FDOT). In addition to the CADD experience, Mr. Lemus has gained experience in managing various transportation projects for the FDOT District Four. Mr. Lemus is experience in the use of Microstation, Autocad, and FDOT CADD software. Mr. Lemus has worked extensively with the FDOT as well as multiple counties and municipalities on various types of transportation projects. In addition, Mr. Lemus is also bi-lingual,with the ability to speak Spanish fluently. YEARS WITH THE FIRM RELEVANT EXPERIENCE 1 Various LAP Projects in District Four Treasure YEARS OF EXPERIENCE Coast Area Managing and coordination of the LAP 26 project; SR-64 in Indian River County, Murphy Rd. Bridge in Martin County, EDUCATION Crosstown Parkway Bridge in City of Port St. Lucie Bachelors in Architecture, Florida District IV, FL Atlantic University 1-595 Corridor Associate in Arts in Architecture, Project Coordinator/CAD Manager that Broward Community College provided QA/QC to the construction plans to the 1-595 Corridor Roadway Improvements project, which consists of the reconstruction and widening of the 1-595 mainline and all associated improvements to frontage roads and ramps from the 1-75/Sawgrass Expressway interchanged to the 1-595/ 1-95 interchange for a total project length of approx 10.5 miles Davie, FL Bridge of Lions Rehabilitation/Restoration CAD Manager to produce the CAD files for construction plans. The objective of the rehabilitation was to preserve as much of the original bridge as possible St. Augustine, FL Ocean Avenue (SR-804 Over the ICWW, Boynton Beach Bridge Reconstruction CAD Manager to produce the CAD files for the construction plans. The objective of the design of the new bascule bridge construction was to design an innovative structure to improve safety and to provide sustainability to the volume of the existing traffic capacity at the Boynton Beach area Boynton Beach, FL 38 ALEX DAVID, AICP Director of Miami-Dade Office I Planning Sik Mr. David brings expertise acquired over many years with both private and public planning ,11 organizations. Having formerly worked with the Miami-Dade County Planning Department and Office of the County Manager and Miami-Dade Public Schools he specializes in both current and long-range planning and development issues. He has extensive experience working with local, regional, and state agencies and is committed to providing government clients with the expertise and assistance needed to achieve local planning and development goals while meeting regional and state planning requirements. During his tenure as a consultant, Alex has had the privilege of assisting Miami-Dade County and 31 of the County's 35 municipal governments in planning and zoning matters, development projects and specials projects and has worked in other communities in Central and South Florida. Alex also has a reputation for building intergovernmental partnerships. He has also served as the Interim Community Development Director for the Town of Cutler Bay and as Zoning Administrator for the City of North Miami where he was staff to the Board of Adjustment. YEARS WITH THE FIRM RELEVANT EXPERIENCE Comprehensive Plans and Updates 6 Assisted in authoring numerous plans and/or Miami-Dade County SMART Plan -Miami- subsequent amendments and updates YEARS OF EXPERIENCE Dade County TPO FL 37 Project Manager completed the South Zoning, Land Development and Reviews EDUCATION Dade Transitway Corridor Land Use Scenario and Visioning Planning Study As on call planner has assisted in authoring MBA, Barry University Miami Dade County, FL numerous codes and amendments, reviewinglarge-and small-scale development projects BS Geography (Urban Planning), Miami-Dade County Attorney's Office - FL Pennsylvania State University Miami-Dade County General Planning Services Land Use Planner/Expert Witness- Assists as necessary, the City Attorney and CERTIFICATIONS AND LICENSES services performed include preparation for Zoning Official on development reviews and American Institute of Certified depositions and court appearances special planning and zoning related tasks Planners No. 015953 Miami Dade County, FL Hialeah, FL FDOT D 6 General Plannin Services 116051 American Planning Association No. Land Use Planner/Expert Witness services Assisted in the preparation of the Town's first being performed include expert witness and Land Development Regulations and Growth PROFESSIONAL ASSOCIATIONS litigation support services Management Plan, on-call development Miami-Dade County, FL review services Miami-Dade County Transportation Aesthetics Review Committee Eminent Domain Cutler Bay, FL (Chair) Evaluated properties with respect to cost, Land Development Regulations and General Miami Dade CountyPlanners environmental, safety, long range planning Planning and alternative locations Assistednng in the preparationVillage's Committee (Former Chair) Homestead and Bal Harbour Village, FL of the Villa e's first Land Development Regulations and on- Citizens' Oversight Committee for Florida Power& Light call planning services Public School Facility Planning in Planning, Zoning and Expert Witness- Indiantown, FL Miami-Dade County (Member) services performed include acquiring the Staff Working Group for Public necessary approvals for a proposed LNG Annexation Studies School Facility Planning in Miami- facility Authored numerous Annexation Studies for Dade County (Member) Homestead, FL municipalities wishing to expand municipal boundaries American Planning Association - Indian Creek Village Planner FL Florida Chapter(FAPA) Legislative Rewrote the Village Comprehensive Plan Policy Committee (Member) and and Land Development Regulations, on-call General Planning &Zoning Gold Coast Section Board Member) planner As on-call planner assists in the review of Past-City of Miami Beach Design Indian Creek Village, FL proposed large-scale developments Review Board (Former Vice Chair) South Miami, FL 39 SILVIA E. VARGAS, FAICP, LEED APElk' Principal Planner Silvia is a professional planner with vast experience throughout the U.S. and abroad. After starting as a public sector planner in the Florida Keys, Silvia's subsequent private practice spans planning projects at every scale, in urban, suburban and rural contexts. She has directed numerous region-wide, county, and municipal comprehensive plans, many of which have • !' + received national or state awards for planning excellence from APA and other professional organizations. Silvia has also led community visioning processes, parks and open space plans, regulatory codes and design standards, university campus master plans, community revitalization processes, and placemaking initiatives. Silvia is a skilled Project Manager and an imaginative, dynamic facilitator,and storyteller who specializes in designing and executing creative public engagement processes. Her background and experience give her great competence and sensitivity toward the challenges of collaborating with diverse stakeholders in the planning process. YEARS WITH THE FIRM RELEVANT EXPERIENCE Land Use Plan, Major Street Plan and 4 Ordinances Update North Bay Village Planning Services Assisted the City of Mobile in updating the YEARS OF EXPERIENCE Serves as the Village Planner, providing day- City's Future Land Use Plan and Major Street 29 to-day planning and zoning service as well Plan as well as leading special assignments Mobile, AL EDUCATION North Bay Village, FL , UniversityComprehensive Plan and LDC Analysis Master of Urban Planning, Town Center North Overlay Re-Visioning Reviewed and made recommendation of Kansas (1993) Led the execution of a values-driven public regarding the effect of existing policies and Bachelor of Arts, Architectural engagement re visioning project for the City regulations on the City's economic vitality Studies, University of Kansas (1991) Sunny Isles Beach, FL Winter Park, FL CERTIFICATIONS AND LICENSES Indiantown Land Development Code Pontificia Universidad Javeriana Campus Developed and implemented the public Master Plan American Institute of Certified outreach and information program for CGA- Bogota, Colombia Planners (AICP) No. 087875 led Land Development Code preparation LEED Accredited Professional process -the Village's first Universidad de la Sabana Campus Indiantown, FL Master Plan (Legacy) Zoning Code Update Chia, Colombia PROFESSIONAL ASSOCIATIONS Developed the public outreach and Treasure Coast Research Park (TCERDA) engagement plan for this CGA project which Master Plan American Planning Association involves updating the City's 50-year old St. Lucie County, FL (APA) Zoning Code Pembroke Pines, FL University of South Florida Tampa Research U.S. Green Building CouncilCampus (USGBC) PlanlT, Pompano! Master Plan Update Designed and executed the public Tampa, FL HONORS engagement strategy for the City of Pompano Beach's recent Comprehensive Plan Update University of South Florida Tampa 2005 Fellow of the American Institute of Pompano Beach, FL Campus Master Plan Update Certified Planners (AICP), Class of Tampa, FL 2020 Transit-Oriented Development District (TODD) Florida Gulf Coast University Campus Distinguished Alumna, University of Led the preparation of an amendment Master Plan Kansas School of Architecture and to modernize the City of South Miami's Fort Myers, FL Design, Class of 2017 TODD zoning district, including testing the University of Miami School of Medicine proposed amendments through massing Master Plan LEADERSHIP studies Miami, FL APA Board of Directors, Director at South Miami, FL Large 2022 - Present AICP Commissioner, Region III (2016-2020) 40 GRAHAM E. LONG, AICP6\ Planner llMr. Long has over 16 years of experience in Planning and Government Relations. He has experience ranging from Public Outreach and Intergovernmental Affairs, to Comprehensive Planning and Development, Land-Use Regulation, and Share Services Initiatives. As an advisor to elected officials, he has developed and implemented policies such as green energy initiatives infrastructure improvements, downtown revitalization, sustainable growth, community development and neighborhood preservation. Working as a political consultant, he has experience with all levels of government, navigating bureaucracies and building out new processes and initiatives. He has assisted with 2020 Census outreach coordination, comprehensive plan updates, zoning code development, hazard mitigation planning, energy efficiency programs,and local/regional transportation mobility. YEARS WITH THE FIRM RELEVANT EXPERIENCE Shared Services Program Manager—Office General Planning Services—: of the County Executive Advisor on inter-municipal Shared Provides general services, research and Services initiatives, including green energy YEARS OF EXPERIENCE analysis, as well as procedural assistance development and infrastructure revitalization, 16 related to plan review, inspections, zoning creating streamlined project implementation review, and permitting applications. strategies. Responsible for planning and EDUCATION Deerfield Beach, Oakland Park,and Hillsboro executing the public and inter-governmental Beach, FL process to create a county-wide Shared B.A. American Studies: the Built Services Plan. Environment and Urban & Regional Comprehensive Planning and Zoning Code Planning,The George Washington Revisions Nassau County, NY University, Washington, D.C. Develop zoning regulations and Legislative Assistant-U.S. House of modifications, providing recommendations, Representatives CERTIFICATIONS AND LICENSES best practices, procedural streamlining and Legislative assistance, policy development, code reorganization. Provide updates for research &analysis for Transportation and American Institute of Certified Comprehensive Plans, including research Infrastructure, Housing,Tourism, LGBTQ Planners (AICP) #32840 and analysis, and outreach efforts assistance issues and Small Business. Co-contributor with GIS projects and mapping, annexation to Problem Solver's Caucus infrastructure PROFESSIONAL ASSOCIATIONS plans, land-use and density issues. task-force report: Rebuilding America's American Planning Association North Miami Beach, North Miami and Infrastructure Florida Chapter/Intergovernmental Margate, FL Washington, D.C. Chapter Planner II & Community Visioning Program Independent Political Consultant Manager—Nassau County Planning Multiple political campaigns as Campaign LGBTQ Congressional Staff Commission Manager, for national and local offices. Association, Member, 2017 -2018 Land-use regulation and analysis for Responsibilities included messaging and individual and comprehensive planning/ speech writing, media relations, outreach Board of Directors, City of Glen Cove development projects, and the County plans, developing campaign materials, Community Development Agency, Master Plan. Served as the manager of the planning events and campaign strategies. 2009- 2012 county Community Visioning and Downtown New York and California Revitalization initiatives, involving policy development, event planning, community outreach, consensus-building,and several public conferences. Mineola, NY 41 GIANNO FEOLI, ASLA Director, Landscape Urbanism and Design Elk Mr. Feoli leads the Landscape Department in creative design strategies for urban environments with specialties including urban design, contextual analysis,and branding. He has experience ti, .0 in coordinating design implementation within built-out urban environments, public outreach, and report preparation, where he will lead the effort in the creation of a graphically-rich, easily legible report. His experience has encompassed a wide array of project-types, and his strengths lie in client responsiveness, project organization, public outreach, connectivity t0 plans, streetscapes and urban interventions, park design, and form-based urban designs and planning strategies. YEARS WITH THE FIRM RELEVANT EXPERIENCE Rolling Oaks Park Passive park design with trails and custom Doral Boulevard Beautification Master Plan signage Streetscape master plan and frontage zoning Miami Gardens, FL YEARS OF EXPERIENCE recommendations 23 Doral, FL Dania Cove Park Waterfront passive park with shoreline North Beach Oceanside Park stabilization, lawn areas, boardwalk and EDUCATION 30-acre beachfront park design educational signage Master of Landscape Architecture Miami Beach, FL Oakland Park, FL Florida International University Lloyds Estate Resiliency Project Harbor Isles Dog Park (FIU) School of Architecture Miami, Drainage improvements with environmental Dog park and bio-swale passive drainge Florida education components elements Oakland Park, FL North Bay Village, FL B.A., Architectural Studies Florida Middle Beach Recreational Corridor-PH 2 Civic Park International University (FIU) School New 2-miles of multi-use trail on state- Passive ve park ithCrandon dcustom artwork and of Architecture Miami, Florida owned lands specialty design treatments PROFESSIONAL ASSOCIATIONS Miami Beach, FL Location Society of Landscape Middle Beach Recreational Corridor- PH 3 Built& Urban Form Study American Architects Replacement of wooden boardwalk with a Development standards study to promote multi-use trail on state-owned lands redevelopment and public outreach The Underline Design Advisory Miami Beach, FL Wilton Manors, FL Committee Co-Chair Oakland Park Station City-wide Urban Forestry Master Plan Event plaza design in the Culinary District Urban forestry master plan and inter- Oakland Park, FL departmental implementation tool-kit 98th Street Park Miami Beach, FL Community park with playgrounds, Gateway Features restrooms and synthetic turf areas Entry feature sculptural element design and Bay Harbor Islands, FL permitting with FDOT-D6 92nd Street Park Doral, FL Community park with flexible lawn, parking Corridor Zoning & Redevelopment Study and a dog park Form-based code zoning for redevelopment Bay Harbor Islands, FL areas with a focus on embedding good Beachwalk Master Plan design articulation requirements as an Multi-use trail design on state-owned lands incentive based program Surfside, FL Doral, FL 42 DOMINIC JAMES MACK, III, PLA, ASLA Landscape Architect 61.11k Mr. Mack is a Landscape Design professional, with over five years of experience in landscape '_, and urban design, including park design and planting design for both publicly-funded and private projects. Mr. Mack has experience as an architectural fabricator and three-dimensional modeler for landscape architectural and furniture design. He contributes his experience in the _. creation of communication graphics, 3-dimensional renderings, providing schematic designs, fabrication strategies paired with parametric design, and the development of construction technical drawings.Mr.Mack is proficient in Rhino 3D,Sketchup,AutoCAD,the Adobe Creative Suite(i.e. Photoshop, Illustrator, InDesign, etc.),and other integral pieces to programs such as Grasshopper, Lumion, Rhino CAM, and Podium. YEARS WITH THE FIRM RELEVANT EXPERIENCE North Bay Road Oceanside Park 4 Performed technical tasks including SW 2nd Avenue Streetscape Project FTL preparation of site plan drawings, fabrication YEARS OF EXPERIENCE DDA strategies,and construction document 5 Performed technical tasks including detailing preparation of site plan drawings,fabrication Sunny Isles Beach, FL EDUCATION strategies, and construction document Master of Landscape Architecture + detailing. Contributed to the selection of Sunny Isles Beach Pedestrian Bridge Environmental Urban Design, Florida materials, palettes, lighting and branding Overpass Park Study International University, School of elements Performed technical tasks including Architecture, Miami, Florida-2018 Fort Lauderdale, FL preparation of 3D modeling and rendering, site plan drawings,fabrication strategies, CERTIFICATIONS AND LICENSES Middle Beach Recreational Corridor Phase III and construction document detailing Performed technical tasks including SunnyIsles Beach, FL Registered Professional Landscape preparation of site plan drawings, fabrication Architect, Florida No. LA6667598 strategies, and construction document City-wide Urban Forestry Master Plan PROFESSIONAL ASSOCIATIONS detailing Urban forestry master plan and inter- American departmental implementation tool-kit; Miami Beach, FL American Society of Landscape assisted in the development of graphics and Architects (ASLA) Paradise Park report documentation Broward Section Chair, Executive Developed preliminary design of conceptual Miami Beach, FL Committee -ASLA Florida, 2018- site plan for a promenade focused on 2019 enhancing pedestrians' experiences through Urban Form & Density Study Member-at-Large for Public ample sidewalks, furnishing, plazas and Development standards study to promote water features redevelopment and public outreach; lead Relations + Marketing, Executive Key Biscayne, FL graphic designer for production of report Committee -ASLA Florida, 2019- Wilton Manors, FL 2022 North Beach Oceanside Park Public Relations + Marketing Chair, Developed conceptual design, produced Medley TOD Visioning Study 2020 Conference Committee - full illustrative package for DRB approval, Development standards study to promote ASLA, 2019-2020 assisted in production of construction redevelopment; lead graphic designer for documents, leading construction production of report and all visual graphics SELECTED AWARDS + administration services Medley, FL PUBLICATIONS Miami Beach, FL Southridge and Wilbur Bell Playgrounds 2020 Design Award of Merit, SIB 90th and 91st Streetscape Study Two playground designs focsued on the Pedestrian Bridge Park Performed technical tasks including benefits of nature play; lead designer and 2020 Outstanding Study Award/ preparation of site plan drawings, fabrication project manager assisting in conceptual 2021 Design Award of Merit, Wilton strategies, and construction document design, production of construction Manors Urban Form & Density Study detailing documentation,and construction 2021 Design Award of Merit, Cooper City, FL administration 9 Miami, FL Himmarshee Streetscape 2021 Design Award of Honor, Miami Beach Urban Forestry Master Plan 43 VICKKI PLACIDE-PICKARDeN Planning Administrator Vickki has over 16 years of public sector experience in Community Development.She specializes in developing and managing Federal, State and local grant programs. She has extensive experience in Affordable and Workforce Housing Development, Economic Development Strategies, Neighborhood Planning and Public Engagement. With her experience, she brings — to the CGA team a true and tested insight of what cities across the US need to envision for their community. A- YEARS WITH THE FIRM RELEVANT EXPERIENCE City of Miramar- Project Manager 1 Working with the City to provide CDBG City of Deerfield Beach - Legislative and Program Management to the City including YEARS OF EXPERIENCE Community Affairs Director interpreting the federal regulations, Developed and implemented the City's compliance, reporting, budgeting, develop 17 intergovernmental relations efforts policies and procedures for various CDBG and ovresaw the City's Grant Program, activities EDUCATION community outreach and Affordable Housing Miramar, FL Programs Lighthouse Point PlanningAdministrator Master of Public Administration, Deerfield Beach, FL g Florida Atlantic University, Boca Water Supply Update Raton, FL City of Coral Springs-Community Currently working with the City to update Development and Housing Administrator its Water Suppl Plan pursuant to state B.S., Health Administration, minor As the Housing and Community statutes in order to strengthen the links in Business Administration, Florida Development Administrator and provided between regional water supply plans and Atlantic University, Boca Raton, FL operational management to several federal, comprehensive plans prepared by local state and local entitlement grant program governments CERTIFICATIONS AND LICENSES for affordable housing, community and Lighthouse Point, FL economic development projects including Planning Administrator-St. Lucie County Certified Housing Development CDBG, CDBG-DR, CDBG-DRI, HOME, SHIP Completed the County's Emergency Professional #0812-03 NSP grant programs Coral Springs, FL Management Local Mitigation Strategy PROFESSIONAL ASSOCIATIONS which identifies the natural hazards that may Community Redevelopment Associates of affect the county and assesses risks and American Planning Association Florida-Special Projects Coordinator vulnerabilities of the natural hazards (APA)- Florida Planning Association Oversaw grant administration, compliance St. Lucie County, FL and fiscal management for the State Housing Planning Administrator-City of Margate Board Member for the Florida Initiative Partnership funds for various Currently working with the City on an update Atlantic University School of Public contractual Cities to substantial portions of the City's Code Administration since 2019 Pembroke Park, FL Margate, FL Florida Atlantic University- Program Planning Administrator-City of North Port Member of the Florida Community Assistant Currentlyworkingon an update to the City's Development Association Board Organized and coordinated the Center's p y since 2014 g Unified Land Development Code including outreach programs including the capacity revising for consistency with the City's National Forum building workshops Comprehensive Plan and other regulatory Membere ofPublic Administrators Forum for South Fort Lauderdale, FL plans and documents and updating FloridaBlack Chapter for consistency with State and Federal regulations Grant Professional Association North Port, FL 44 SANDRA VILLARDE6 Grant Coordinator Sandra has over 10 years of public sector experience in Community Development. She r .,.. .-. . specializes in Affordable Housing programs, managing and administering Federal, state, and local funded grant programs. YEARS WITH THE FIRM RELEVANT EXPERIENCE Broward County Housing Authority As an Intake Specialist, Ms. Villard CDBG Grant Administration maintained caseloads of 350 families to Currently working with the City to provide administer vouchers and certificate under YEARS OF EXPERIENCE CDBG grant administration services, the following special programs Family 10 including interpreting the federal regulations, Unification,VASH, HOME, El Jardin-MOD compliance, reporting, budgeting, REHAB,and regular Section 8 Voucher EDUCATION developing policies and procedures for program for affordable housing. Completed various CDBG activities and reviewed Housing Assistance Payment Master of Business Administration, Miramar, FL contract and other administrative documents Florida International University to be executed. As well as interviewed Grant Administration and determine eligibility of participants in CERTIFICATIONS AND LICENSES Currently provand ng grant administration rcompliance with HUD Regulation for the for CDBG and other grant programs for Section 8 program. She Coordinated with Florida Licensed Realtor#SL- the City, which includes interpreting the staff, program participants and landlords 3468823 federal regulations, compliance, reporting, to resolve issues and solve problems by plans, budgeting, developing policies and explaining and applying established policies Florida Notary Public Signing Agent procedures for various CDBG activities and practices. Along with ensuring that Commission #GG277232 Homestead, FL errors/discrepancies were corrected related Grant Writing and Grant Administration to various BCHA programs, and assured Certified Housing Choice Voucher/ Provides grant writing and grant compliance with SEMAP indicators. Nan McKay administration services to the City Broward County, FL Vero Beach, FL Broward County-WIC Health Department PROFESSIONAL ASSOCIATIONS Ms.Villard managed and administered Member of the Association WIC program benefits to eligible low- International Certified Professional and moderate-income clients based on Accounts (AICPA) income guidelines. She complied, coded, categorized, audited,verified, processed Member of Miami Association of information and data of pregnant, mothers, Realtors infants,and children. Along with organized and collecting medical data for final review Young Professional Network(YPN) by a healthcare professional for WIC medical eligibility. Broward County Urban League Broward County, FL 45 JENNA MARTINETTI, PE60A- , -. Director of Engineering / Civil Engineer Ms. Martinetti has over 18 years of engineering experience and has managed a large variety of projects related to roadway, site plan improvements, water, wastewater, and stormwater Ili infrastructure projects in the South Florida area. Her project management experience also includes design and retrofit of parks, roadways, water mains, sewage force mains, lift stations, ' fuel station, site design and stormwater projects as well as site planning, modifications, "" ' permitting, bidding documents, engineering during construction and project close-out. Ms. Martinetti's highway design experience includes design for milling and resurfacing, widening, roadway reconstruction, safety improvement projects, ADA upgrades and compliance, drainage improvements, signing and pavement markings, traffic control plans, storm water pollution prevention control plans and complete streets incorporation. Her experience also includes utility coordination, participation in the quality control process, and LAP coordination, including agency certification assistance. YEARS WITH THE FIRM RELEVANT EXPERIENCE Nova Drive Complete Streets and Roadway i Dania Cove Park Improvements Improvements Project Projectania formImprovements design and Project Manager and EOR for Nova Dr to YEARS OF EXPERIENCEManagerg Davie Rd to east of University Dr, to widen installation of park improvements a portion of the corridor from 2 lanes to 4 18 Dania Beach, FL lanes, add bike lanes, safer sidewalks, a new EDUCATION Rolling Oaks Park roundabout, lighting, landscaping B.S. Civil Engineering Florida State Senior Civil Project Manager for the design Davie, FL and construction of an ADA complaint SW Quadrant Drainage Improvements University Magna Cum Laudea pedestrian trail and associated retention g p Senior Project Manager for major CERTIFICATIONS AND LICENSES areas within the park enhancements to the existing drainage Miami Gardens, FL system within the City's SW Quadrant to Registered PE, State of Florida No. byutilizing reduce the floodingpressurized 69035 Oak Grove ParkP Senior Civil Project Manager for the injection walls Advanced Work Zone Traffic Control design permitting and engineering during Hallandale Beach, FL Local Agency Program & Florida construction for improvements to the NE Quadrant Drainage Improvements Highway Administration Certification existing park Project Manager for the rehabilitation of and Recertification CBT North Miami, FL the drainage system within the City's NE FDOT Specifications Package Windmill Park Quadrant Preparation Senior Project Manager for the design Hallandale Beach, FL FDEP Stormwater, Erosion Control & of a 14 acre site redevelopment for site Water Main Replacement on NE 2nd St Sedimentation Qualified Stormwater improvements to an existing park Project Manager for the replacement of 1300 Management Inspector Coconut Creek, FL LF of exiting water main in a residential OSHA 10-Hour Construction Safety Pine Island Park neighborhood and Health. Senior Project Manager for the complete Dania Beach, FL reconstruction and re-design of the City's Water Main and Force Main Subaqueous PROFESSIONAL ASSOCIATIONS signature 24 acre park, funded by the City's Crossing of the Dania Cut-off Canal American Society of Civil Engineers GO Bond Project Manager and EOR for the Plantation, FL replacement of the existing Engineering Society P water and al Society of Professional Davie Road Complete Streets Phase I and II sewage force mains under the Dania Cut- National Senior Project Manager for two phases of off Canal via horizontal directional drill to Engineers complete streets design for Davie Road accommodate the proposed dredging of the Greater Hollywood Chamber of Davie, FL canal Commerce,Trustee Davie Road Phase III Roadway Improvements Dania Beach, FL Greater Dania Beach Chamber of Senior Project Manager and FOR for Davi Water Main Replacement on NE 2nd Ave Commerce Active Member Road from Orange Drive to SW 39th Street FOR for the replacement of 8000 LF Hallandale Beach Area Chamber of Davie, FL of existing water main in a residential Commerce Active Platinum Member neighborhood Dania Beach, FL 46 JENNA MARTINETTI, PE, PAGE 2 Hallandale CRA Resiliency Demonstration SR 870/Commercial Boulevard, FDOT Parking Lot District IV Provided two schematic layouts for the Project Manager and FOR for the design, parking lot for the City to decide which permitting and post design services for conceptual layout they wanted the RRR project Hallandale Beach, FL Tamarac, FL Dania Casino and Jai-Alai Sage Beach Condominium Senior Project Manager for site deign PM and FOR for civil site design for for the onsite and offsite improvements condominium complex located east of required to upgrade the existing Jai-Alai AlA oh Hollywood Beach facility to accommodate a casino Hollywood, FL Dania Beach, FL Mount Sinai Medical Center Employee Parking Garage Expansion Design Build Part of a design build team for a new parking garage facility on the main campus and CGA responsible for civil site including demolition of existing utilities within the footprint of the new garage, re- routing utilities as needed, new utilities to accommodate the parking garage, ADA compliant sidewalks and connectors for the site,and harmonization of the garage entrance/exits perimeter road and the future conditions of the perimeter road Miami Beach, FL Broad Causeway LAP Project Senior Project Manager for design and construction document preparation for adding a paved shoulder to the Causeway and replacing the pedestrian handrail along the waterways bridge Bay Harbor Islands, FL Rickenbacker Causeway In-house Project Manager with Hardesty and Hanover, the engineering firm on the design build team with Kiewit Construction for the rehabilitation of the Rickenbacker Causeway's West Bridge and the Rehabilitation and expansion of the Bear Cut Bridge Miami-Dade County, FL Fronton Boulevard Roadway Improvements Senior Project Manager for the improvements to Fronton Boulevard in order to upgrade the existing Jai-alai facility to accommodate a casino Bay Harbor Islands, FL 47 NICHOLAS "NICO" KANELIDIS, PE Project Manager/ Civil Engineer Sik Mr. Kanelidis' background experience encompasses site design, civil, geotechnical, surface water management, water, and wastewater services for both the private and public sector. He also had significant involvement with his prior firm in representing Sunshine Water Control District as District Engineer working on numerous Capital Improvements Projects.As a Project ;I : = Manager at CGA, his responsibilities include preparing contract proposals, developing and managing project schedules, hydrologic and hydraulic modeling, developing quantity take- offs and cost estimates, preparing various engineering plans and technical specifications, permitting, bidding assistance, project management during construction, addressing Contractor RFI's, reviewing shop drawings, negotiating and reviewing change orders, as-built reviews, and final project certifications. As an engineer with both design and field experience, he is versatile in his ability to perform the tasks at each individual project stage. YEARS WITH THE FIRM RELEVANT EXPERIENCE SE 2nd Ave and 7th St Water Improvements 8 Project Manager for a water main Riverwalk Seawall Assessment replacement project within a residential Project Manager for a seawall and dock community that included over 6,000 LF YEARS OF EXPERIENCE assessment to investigate settled pavers of new 12" water main, valves, hydrants, 11 and wing walls, utilities that had become services,asphalt milling and resurfacing, submerged from detached support, and and new pavement markings and signage. EDUCATION provide recommendations for repair and/ Dania Beach, FL or replacement. Scope included above e SE 36th Ave Streetscape Civil Engineering, University of and below water surface inspections, P Florida, 2011 documenting site pictures, and preparing a Project Manager for a streetscape summary/recommendation report inclusive improvements project in a residential B.S., Civil Engineering, Florida State of exhibits. neighborhood that included roadway University, 2009 Fort Lauderdale, FL reconstruction, landscaping, irrigation, drainage infrastructure, lighting, pavement Andrews Avenue Forensic Seawall markings,and signage. The project was CERTIFICATIONS AND LICENSES Assessment unique in that the north half of the road Professional Engineering License, Project Manager for a forensic seawall belonged to Boynton Beach and the south Florida No. 78536 assessment to investigate shallow sinkholes half to Delray Beach.Therefore, coordination that had developed upland of the seawalls. played a key role with each design decision Florida Department of Environmental Scope included bathymetric survey, above and milestone submittal review. Protection Stormwater, Erosion, & and below water surface inspections, Boynton Beach, FL Sedimentation Control Inspector documenting site pictures,and preparing a Memorial Regional Hospital Lift Station and Certification Inspector No. 40536 summary/recommendation report inclusive of exhibits with canal cross sections, section Force Main details of the seawall structural system, and Project Engineer for a large-scale lift station 3D renderings. and force main replacement project on Fort Lauderdale, FL Memorial Regional Hospital's main campus. The project included a 10-foot diameter wet North Galt Shops Streetscapes and Parking well triplex pump station, over 650 linear Improvements feet of 12-inch and 8-inch gravity sewer Parking improvement project that included main, and over 3,000 linear feet of 4-inch new landscape, irrigation, decorative light to 20-inch diameter force main. The force poles, curbing pavement, striping, signage, main design consisting mostly of horizontal sidewalk, drainage infrastructure, and directional drilling. Project responsibilities geometric traffic improvements. included assisting with lift station design Fort Lauderdale, FL calculations, preparing a hydraulic model of the existing system and proposed improvements, and providing internal quality control review of design plans. Hollywood, FL 48 NICHOLAS "NICO" KANELIDIS, PE, PAGE 2E6 Sewer Pump Station D-41 Replacement Bamford Park and University Drive Reuse Lloyd Estates Industrial and Residential Project Manager for a 600 LF municipal Water Main Extension Improvements sewer main replacement and redirection Project Manager for a reuse water main Project Engineer for water and drainage and pump station replacement project. project with over 9,000 linear feet of improvements including 14,000 LF Fort Lauderdale, FL 3-inch through 16-inch diameter pipe. of drainage pipe and structures with Sewer Pump Station B-10 Rehabilitation Pipe design included both open cut exfiltration trench, 6,000 LF of water Project Manager for a triplex municipal and horizontal directional drilling. The main, and a new drainage pump station. sewer pump station rehabilitation project. primary purpose of the project was to Oakland Park, FL Fort Lauderdale, FL switch irrigation sources to reuse water in order to fall in line with Broward County's Bid Pack 8 Infrastructure Improvements Hendricks Isle Small Water Main regional water resource management Project Engineer for water and sewer Replacement Design Criteria Package strategies and alternative water supply improvements project including 18,000 Project Manager for preparing a design development projects. The design and LF of water main, 800 LF of drainage pipe criteria package for a small water main construction was partially grant funded. and structures with exfiltration trench, replacement project in a residential Davie, FL 2,500 LF of sidewalk, rehabilitation of a neighborhood. Scope included sewer pump station, and installation of approximatelyigorhoo 3,500 linear feet of Industrial Way Drainage Improvements four sewer combination air valves on the new 8-inch water main, new services, Project Manager for a drainage existing force main network. hydrants,valves, and an aerial waterway improvements project in an industrial Oakland Park, FL crossing. neighborhood. Scope included Water Reclamation Facility Disinfection Fort Lauderdale, FL approximately 425 linear feet of and Compliance Upgrades exfiltration trench with 24-inch pipe, Wastewater Treatment Plant Drying Bed catch basins, manholes, full-depth Project manager for water reclamation Replacement roadway reconstruction/regrading, facility improvements at the City of Project Manager for a concrete dude concrete curb, sidewalk, swale regrading, Boca Raton's Utility Services Complex. drying bed replacement project at the and driveway reconstruction. Scope included flash mixer building City's Utility Services Complex. Boynton Beach, FL rehabilitation, yard piping for the flash mixer building drain, new compliance Boca Raton, FL CDBG 47 - NW 10th Street Drainage and 9 sampling building inclusive of Biscaya Island Subaqueous Water Main ADA Improvements compliance and control panels with new Crossing Project Manager for a drainage process instruments, rehabilitation of Project Manager for a water main improvements project in a residential the chlorine contact chamber, and a new replacement project within a residential neighborhood. Scope included solar panel system spanning over the approximately 140 linear feet of chlorine contact chamber. community that included a subaqueous water main installed by horizontal exfiltration trench with 15-inch pipe, Boca Raton, FL directional drilling. catch basins, roadway reconstruction, System III WTP Carbonic Acid System Surfside, FL sidewalk replacement/regrading, swale Project Engineer for the design and re-grading, and driveway reconstruction NE 57th Street Water Main Replacement Hallandale Beach, FL permitting of a carbonic acid system Project Manager for a residential water at the Town of Davie's System III WTP main replacement project where water Natalie's Cove Drainage Improvements The existing direct carbon dioxide gas quality and age of existing infrastructure Project Engineer for the design and injection system was modified to add a were the primary issues. modification of a stormwater conveyance pressurized solution feed (PSF) panel, Fort Lauderdale, FL system for drainage improvements in the dual carrier water booster pumps, and local neighborhood. carbonic acid diffuser that will inject Lift Station No. 18 Rehabilitation Cooper City, FL the carbonic acid into the treatment Project Manager for a municipal lift Croissant Park Water Main Replacements process prior to the filters. The existing station rehabilitation project located Project Manager for residential project system injects carbon dioxide gas post within a residential neighborhood filters and consist of a storage tank, gas Davie, FL to replace over 16,000 LF of undersized feed panels,and gas diffuser that will and deteriorating water main with DIP be maintained as back-up.The existing Bayshore Drive Drainage Improvements and HDPE pipe.The primary installation 30 inch diameter pipe that connects the Project Manager for the analysis and methods included pipe bursting and lime softening treatment unit to the filters design of drainage system and traffic horizontal directional drilling. was replaced and a new baffle box was improvements in the Central Beach Fort Lauderdale, FL added to increase reaction time with the Alliance Neighborhood located off A1A. carbonic acid. Fort Lauderdale, FL Davie, FL 49 JORGE R. CERVANTES, PESk Electrical Engineer Mr.Cervantes has 34 years of experience in designing lighting and power systems for roadways, parks, manufacturing, commercial, recycle water and sewer pump station electrical design, residential and educational buildings, engineering project fee estimates, lighting consultant expert witness. His experience includes lighting verification and/or recertification of roadway, recreational parks,parking structures and outdoor parking areas.He is an expertise in AutoCAD. YEARS WITH THE FIRM RELEVANT EXPERIENCE edition requirements. Utilizing latest low voltage LED rail mounted fixtures and proper Pine Island Park Renovation spacing, the FDOT Greenbook requirements Renovation of the existing parking lot area were met YEARS OF EXPERIENCE lighting, new sidewalk decorative lighting, Bal Harbour Island, FL 34 upgrade of sports lighting and poles as required, new soccer fields,and new Three Island Reuse Water Main concession, restrooms and park recreation The existing pump control panel was to EDUCATION office buildings replace with a new control panel to meet the Electrical Engineering (1986), Plantation, FL Client's requirements and needs University of Oklahoma- Norman, Waterford Park Renovation Hallandale Beach, FL OK Pump Renovation of the existing tennis courts, SW Quadrant Drainage Station volleCERTIFICATIONS AND LICENSES racquetball l urt, basketball courts and The pump level n Isto the rm key maintain twothe 125 racquetball courts and new pickleball courtsduring by running PE Florida No. 45832 Davie, FL HP pumps Hallandale Beach, FL SW 2nd Avenue-FTL DDA Florida Building Code 2020, 7th This road contains sidewalks and paved Golden Shores Pump Station Rehabilitation Edition Significant Code Changes road. Design and coordination of the street The pump station is the key to maintain the Certification lighting levels per FDOT water level during storm by running two 75 Fort Lauderdale, FL HP pumps Sunny Isles Beach, FL Middle Beach Recreational Corridor and North Shore Open Space Park Renovations Roadway and Street Lighting Renovation of the existing sidewalks and Design, coordination and supervision. beautification of the open spaces Design numerous street lighting upgrades Miami Beach, FL and improvements Davie, FL BonaventurePark SW Quadrant Drainage Control Structure New Parkrkconstruction for the beautification The control structure is the key to maintain of the surrounding areas proper water level in the canal by allowing Weston, FL the motor gates opening and closing Raymond P Oglesby Preserve Park Hallandale Beach, FL Renovation Lift Station #18 Renovation of the existing parking lot area Electrical design coordination and design lighting, new sidewalk decorative lighting of the proposed sewage pump station, Pembroke Park, FL coordination with local utility companies Pedestrian Bridge Davie, FL Design and coordination of the bridge lighting levels as per FDOT Greenbook 2016 50 JORGE CERVANTES, PE, PAGE 2 90th Avenue Sanitary Sewer Roadway Lighting Improvements Improvements Evaluate client needs and provide Electrical design coordination and design roadway lighting improvements for of the proposed sewage pump station, College Avenue from SR 84 to Nova Drive coordination with local utility companies and Nova Drive from David Road to east Cooper City, FL of University Drive Lift Station B10 Davie, FL Construction administration management 1955 Tyler Building and project close out The 100kW natural gas generator is sized Fort Lauderdale, FL to maintain critical areas of the building operational during electrical power Davie Road Extension Phase III outrageous This road contains sidewalks, pedestrian Hollywood, FL crossways and paved road Davie, FL Built& Urban Form Study Development standards study to promote Nova Drive redevelopment and public outreach This road contains sidewalks, cross Wilton Manors, FL interceptions, roundabout, pedestrian crossway and paved roads City-wide Urban Forestry Master Plan Davie, FL Urban forestry master plan and inter- departmental implementation tool-kit College Avenue Phase II Miami Beach, FL This road is classified as a collector road. This road contains sidewalks, cross Gateway Features interceptions, roundabout, pedestrian Entry feature sculptural element design crossways and paved roads. Design and and permitting with FDOT-D6 coordination of the street lighting levels Doral, FL per as per FDOT Greenbook 2016 edition Corridor Zoning & Redevelopment Study requirements Form-based code zoning for Davie, FL redevelopment areas with a focus on North Lake Boulevard embedding good design articulation This road contains sidewalks and paved requirements as an incentive-based road. Design and coordination of program the street lighting levels as per FDOT Doral, FL Greenbook 2016 edition requirements Weston, FL Spring Boulevard This road contains sidewalks and paved road. Design and coordination of the street lighting levels as per FDOT Greenbook 2016 edition requirements Weston, FL Catalina Drive This road contains sidewalks and paved road. Design and coordination of the street lighting levels as per FDOT Greenbook 2016 edition requirements Weston, FL 51 ERIK PADRON, PE CEI - Senior Project Engineer/ Program Manager --466k. Mr. Padron has over 27 years' of construction experience in the South Florida area. He will handle all escalated issues, Work Order's, Supplemental Agreements and will be the main contact for the CEI Department. Prior to working at CGA, Mr. Padron worked for FDOT District _ 4 in the Construction and Maintenance Offices. He then worked in District 6, as Resident Engineer, in the Marathon and South Dade offices. Following that, he created the Heartland Operations office in District 1, with a staff of 64 employees, across six counties, in the role of Operations Engineer. Mr. Padron also worked as a Contractor in Jacksonville, District 2.As well as a CEI with Ocala Operations, District 5, Hard Rock Stadium in Miami,and Florida's Turnpike. Mr. Padron is a Florida PE with a B.S. Degree in Civil Engineering from the University of Florida and Master Degree in Structural Engineering, from Florida International University. YEARS WITH THE FIRM RELEVANT EXPERIENCE FDOT District 5 -Ocala Operations Center 4 Widening, milling and resurfacing of the Florida's Turnpike Enterprise; Project FM 1-75 ramps at SR-200. Also included YEARS OF EXPERIENCE #'s 435605-7-52-01 South Florida DMS drainage improvements, lighting, Improvement and Replacement; 443878-1- signalization, earthwork, guardrail, barrier 27 52-01, Southern Service Plazas; 443634-1- wall, curb and gutter, ADA improvements 52 01, South Florida CCTV installations including sidewalks& ramp reconstruction, EDUCATION Projects consisted of the demolition and landscaping,detection,si temporary traffic control and Bachelor of Science in Civil construction of 17 new ADMS Cantilevered MOT with11 litter removal,and mowing. Engineering, of Florida Structures, CCTV camera poles, power MOT c phases University services, ITS cabinets with transferswitch, FDOT District 5 Ocala, FL Masters of Science in Civil and generator pads, along the approach Jacksonville Transportation Authority (JTA) - Engineering Structural, Florida streets to Sawgrass Expressway, Homestead Mandarin Road International University exit at 288 St and 137 Ave, and Lake Worth Project scope included one mile of drainage Rd improvements with RCP inlets, swales, CERTIFICATIONS AND LICENSES South Florida, FL outfalls, specialty drainage, sidewalks, Collins Ave (SR A1A) Decorative Lighting specialized turnouts, ramps, sod,tree PE FL #59446 removals, erosion control, and daily MOT TIN #P3652007214 (from Bayview Dr to 192nd St) control of closures and flaggers Project included the removal of existing Jacksonville Transportation Authority (JTA), CTQP conventional lighting poles, installation of FL Earthwork Level 1 new pole foundations or rehabilitation of existing pole foundations, installation of new FDOT District 1 - Resident Engineer Sebring Earthwork Level 2 decorative poles, installation of electrical Operations Final Estimates Level 1 conduits and wires and MOT supervision Managed three offices,with Maintenance Final Estimates Level 2 Sunny Isles Beach, FL and Construction responsibility over Hard Rock Stadium Pedestrian Bridges and six counties. Managed staff of 64 state QC Manager employees and over 40 consultants and ACI Level 1 (Concrete Field) Tunnels; Project FM #'s 440858-1-58- oversight of projects included: 01/440858-2-54-01 Lake Drive Reconstruction in Sebring, SR70 Advanced MOT Project consisted of the construction of a Widening in Okeechobee; SR60 Widening IMSA Traffic Signal Level 1 pedestrian bridge over the Turnpike exit ramp in Okeechobee; SR70/441 Intersection and a pedestrian bridge over NW 199 St and Reconstruction in Okeechobee, and many two tunnels under Don Shula Dr others Miami Gardens, FL FDOT District 1, FL 52 STEVEN M. WATTS, PSMEPik Director of Survey 1. Mr.Watts has over 37 years of experience,33 years as a licensed Florida Professional Surveyor and Mapper. Having spent his entire surveying career working in South Florida, he is extremely knowledgeable of the rules, requirements and specifications for completing surveying and mapping projects in the tri-county area. He specializes in architectural and engineering design type surveys, land acquisition, easements, title research, and computer mapping. YEARS WITH THE FIRM RELEVANT EXPERIENCE General Surveying & Mapping Services- 7 Hallandale Beach CRA Director of Survey Calvin, Giordano & Boundary surveys for City owned CRA YEARS OF EXPERIENCE Associates, Inc. development parcels Director of Survey he is responsible and Hallandale Beach, FL 37 involved in all aspects of the company's surveying and mapping projects General Surveying & Mapping Services EDUCATION Fort Lauderdale, FL Boundary, Topographic and Design Survey BSLS, Purdue University, 1984 SRWRF Hurricane Hardeningfor Road Facilities Maintenance Area and Copans y Road for the City Utlizing a Leica 3D Scanner prepared as- Coconut Creek, FL CERTIFICATIONS& LICENSES built survey of the exterior envelope of five buildings at the Southern Region Water NE 13th Street Complete Streets Projects Florida PSM No. 4588 Reclamation Facility as part of the Hurricane Survey Project Manager for Complete Streets Hardening Evaluation project design of NE 13th Street from NE 3rd Ave to Palm Beach County, FL the EEC Railroad tracks Fort Lauderdale, FL General Surveying & Mapping Services Boundary and Topographic Surveys, As-Built GIS Base Mapping - Broward County Surveys, Legal Descriptions, City Limit Property Appraiser's Office Determinations and General Surveying Property Appraiser's GIS-Base Mapping Services for the City Projects North Lauderdale, FL Broward County, FL General Surveying & Mapping Services Route Surveys for Streets&Alleyways Wiles Road Terminus Linear Park, Coral Survey Project Manager for the topographic Springs City Hall North Site data collection and route survey for Coral Springs, FL approximately 12,000 liner feet of streets General Surveying & Mapping Services within the project limits including an as-built Boundary and Topographic Surveys: inventory structures storm drainage and sanitary Community Park, Canal Point Park; Legal Wseest Palm Beach, Descriptions: Pedestrian Easement Coral West Palm Beach, FL Springs Medical Center Lakes of Carriage Hill: Utility Locating and Pompano Beach, FL GIS Mapping Town of Palm Beach Plat Review Survey Project Manager for the collection Project Manager for the survey review of of as built water and sanitary sewer proposed record subdivision plats submitted infrastructure in the Lakes of Carraige Hill to the Town development Palm Beach, FL Broward County, FL 53 ROBERT W. VONDERAHE611-1 Senior Survey Technician Mr. Vonderahe has over 26 years of experience in all facets of land surveying from starting out on a field crew progressing to party chief and then into an office role as a survey technician to now project manager. Mr. Vonderahe is responsible for the firm's land development survey projects, which include all stakeout calculations preparing field packages for survey crews, processing survey data and preparing as-built surveys, plot plans, sketch and descriptions. His additional responsibilities include managing field crew operations, equipment issues and working with the firm's fleet manager. YEARS WITH THE FIRM RELEVANT EXPERIENCE The Bristal at Sayville 4 Boundary and topographic survey of subject Bridges South parcel and a defined corridor of a variable Performs calculations for all construction width New York State Highway YEARS OF EXPERIENCE stake out and construction as-built data for Sayville, NY 26 all infrastructure within the Bridges South development Village of Great Neck Palm Beach County, FL Provided surveying services for infrastructure EDUCATION improvements including topographic surveys A.A.S., Nassau Community College, Northwood Hills Subdivision with above and below ground utilities for Civil Engineering Project surveyor for the 4 miles of route refurbishing roadways, curb, traffic calming, survey for the Northwood Hills Subdivision bus shelters, parking improvements and West Palm Beach, FL sanitary and stormwater sewer systems Passenger Gangway, Port of Palm Beach Great Neck, NY Project suveyor for the as-built survey of the Manhasset-Lakeville Water District passenger gangway foundations of Port of Boundary and topographic surveys, as- Palm Beach as necessary for the structural built surveys, easement sketch and legal design of a new gangway descriptions Palm Beach County, FL Manhasset, NY FPL Caloosa Substation Parcel -Beeline The Chatham at North Hills Highway Boundary and topographic survey of the Project surveyor for the preparation of an subject parcel and defined corridors of ALTA/NSPS Land Title Survey for a proposed variable width New York State Highways site of a new FPL substation North Hills, NY Palm Beach County, FL Water Utilities Department Project surveyor for the topographic surveys for a portion of PBCWUD Treatment Plants 2, 3, 8, 9 and 11 Palm Beach County, FL Alleyways Surveyor coordinator for various alleyways within the City of West Palm Beach requiring engineering drainage design West Palm Beach, FL 54 KYLE PEETSSIN Survey Technician / Survey Party Chief Mr. Peets has two (2) years of experience as a survey technician and survey party chief with the firm. His knowledge of field survey procedures and the logistics of collecting field data coupled • with his knowledge of AutoCAD assists in the efficient preparation of surveys and map. He is a -. certified Remote Pilot for small unmanned aircraft system. YEARS WITH THE FIRM RELEVANT EXPERIENCE 2 Academic Village Parking Lot Survey Technician for the engineering YEARS OF EXPERIENCE design survey of the parking lot facility at the 3 Academic Village School complex Pembroke Pines, FL EDUCATION Hendricks Isle Water Main Replacement Florida Atlantic University Survey Technician for the required survey (attending) data to prepare a design criteria package (DCP) to replace and upsize an existing Palm Beach State College (attended) water main, (3,600 If)along Hendricks Isle Fort Lauderdale, FL CERTIFICATIONS AND LICENSES Bridges South -Palm Beach Remote Pilot Certificate Survey Party Chief for the construction (Smallo Unmanned Aircraft System) stake out and construction as-built data for y ) all infrastructure within the Bridges South development AutoCAD -Civil 3D - Preparing base Palm Beach, FL maps, alignments, profiles, plan and profile sheets Northwood Hills Subdivision Survey Party Chief for the 4-miles of route Confined Spaces survey for the Northwood Hills Subdivision West Palm Beach, FL Water Utilities Department Survey Party Chief for the topograhic surveys for a portion of PBCWUD Treatment Plants 2, 3, 8, 9 and 11 Palm Beach County, FL 55 Jesus Mustafa, P.E. . COILS 4417, SENIOR ENGINEER 2 Trans ortation Infrastruect & novati PROFESSIONAL REGISTRATION: PROJECT EXPERIENCE: Florida PE # 43809 Broward County Continuing Engineering Services EDUCATION: for Traffic, Roadway, and Civil Projects — BSCE, 1986 California State University at Long PNC2119168P1-CGA. Design services for Beach. MSCE and Post-Graduate Studies at improvements for the urban signalized intersections in CSULB (1988); University of Florida (1991); UCF the City of Fort Lauderdale. Improvements include (1999); Project Management Certificate (1999) and structural support systems, utility coordination, & Construction Management Certificate NSU (2006). permitting. WA No. CGA-07: NW 31 Ave & NW 19 St; CGA-06: Las Olas Blvd. & SE 3rd; WA#CGA-13 Lyons CERTIFICATES: Rd and Winston Park Blvd Int. Advance Temporary Traffic Control Cert. #77929 FHWA Bikeway Selection Guide SR 202 at San Pablo Road, Diverging Diamond Interchange, Duval County, FDOT D2, FPID FHWA Improving Intersection Safety 439467-1-52-01. CSI for final Signing & Pavement NHI Safety Inspection of In-Service Bridges (2019) Markings, Pavement, and Temporary Traffic Control OSHA Fall Protection Course (2019) Plans. Design included lane shifts, Truck rampand FDOT PD&E Training. g FDOT LRE training parking radius design, Autoturn, Lane Closure FDOT Specifications training analysis and Signal Timing. CSI reduced construction schedule 9 months. YEARS OF EXPERIENCE: 34 Contract #E6J97 Repair/Rehabilitation of Bridge BIO: No. 900101 (7-mile bridge), SR-5/ Overseas Jesus Mustafa has worked in highway, interstate Highway Over Moser Channel, FDOT D6. BMA's design, major and complex bridges, PD&E, and scope of work includes pre-construction inspection planning projects since 1986. Mr. Mustafa's project and post-construction inspection and design of management experience includes highways, temporary supports at 17 Piers. Jesus' bridges, interchange modifications, multi-level responsibilities included: design of Temporary interstate projects, depressed facilities, and tunnels. Support System, support inspection of the existing Mr. Mustafa has two national bridge design-build pier-column to be repaired as well as the bridge awards from the Design-Build Institute of America superstructure prior to bridge jacking and after bridge and the American General Contractors. has been jacked and locked in place. A 1A/Peter P. Cobb Rehabilitation over ICWW, FDOT District 4. BMA Scope included the bridge rehabilitation of superstructure and substructure, and scour countermeasure drainage revetment analysis for the final stage for a complex marine mattress system that extended more than 1000-ft. across the ICWW. Extensive agency coordination included: FDOT, US Army Corps of Engineers (USACE) and Section 408; South Florida Water Management (SFWMD); US Coast Guard (USCG); National Marine Fisheries Service (NMFS); US Fish and Wildlife Service (USFW). City of Dania Beach, Bridge No. 864031 located at NW 1st Street at C-10 Canal, Inspection, Scoping, and Repair Plans on the bridge. Dania Beach, FL. BMA served as Specialty Engineering responsible for complete rehabilitation of existing bridge and approach roadway for the navigable bridge in Dania Beach. to prepare repair plans for work including material specifications, quantities, construction estimate, and provided cursory site inspection of the repairs. Mr. Mustafa served as Project Manager and EOR. Permits obtained included Section 408; South Florida Water Management (SFWMD); US Coast Guard (USCG). Broward County Design Services for Wiles Rd from University Drive to Riverside Drive, Broward County (R2113749P1). The purpose of the project was to widen the road from 4 lanes to 6 lanes. The proposed six lanes widening will transition to the existing 4 lanes at the beginning of the project,just west of University Drive. BMA was responsible for the design of walls, mast arms, and miscellaneous structures. Mr. Mustafa served as Senior Structural Engineer. I I' a �.� c� 56 Donald F. Spencer, P.E. SENIOR ENGINEER 1 Trans; ortation Infrastruct r & novatibrf PROFESSIONAL REGISTRATION: PROJECT EXPERIENCE: Florida PE # 35807 Broward County Continuing Engineering Services EDUCATION: for CES in Traffic, Roadway, and Civil Projects Bachelor of Science Civil Engineering Contract Na: PNC2119168P1-MEL Design new Clemson University 1967 mast arm (HAWK) signal, design replacement of existing span wire system with new mast arm traffic TRAINING: signal system at various intersections, replacement of FHWA LRFD existing damaged mast arms. Design services FDOT Load Rating included Utility Coordination, TTTC plans, and FDOT Design Manual and LRFDLTS-1 miscellaneous structures: YEARS OF EXPERIENCE: 40 • MEI-001: Design Services for Coconut Creek Parkway & Banks Road Intersection Improvements. BIO: • MEI-005: SE 3 Avenue & SE 1 Street Crossing Donald Spencer has worked in interstate design, Improvements new mast arm HAWK signal system. major and complex bridges, PD&E, and planning • MEI-006: Design Services for Mast Arm projects. His expertise encompasses structural Replacement at Andrews Avenue & NW 56 Street. design for a broad range of transportation facilities, • MEI-007: Design Services for Wiles Road Fiber including bridges and retaining walls. He has also Optic Network Improvements. reviewed and signed and sealed inspection reports • MEI 010 Design Services for Coconut Creek for bridges and mast arms. Parkway Fiber Optic Network Improvements. Mr. Spencer is familiar the Florida Department of • MEI-013E: Design Services for Coral Ridge Dr & Transportation design applications for Mathcad. He Westview Dr/Wyndham Lakes Blvd. Intersection has designed mast arms using this software, He has Improvements. used several Bentley (Leap) software applications • MEI-012E: Design Services for Coral Springs Dr & for bridge design and is familiar with the steel sheet Westview Dr Intersection Improvements. piling design software from Pile Buck. He has Broward County Continuing Engineering Services prepared Ancillary Structures Reports [FDM 261.7] for CES in Traffic, Roadway, and Civil Projects that encompass a Condition Evaluation for all Contract No.: PNC2119168P1-CGA. Signalization existing sign, signal, lighting, ITS support structures improvements, structural support systems including and adheres to FDOT Structures Manual, Volume 3 foundations, signing and pavement markings, records —Modifications to LRFD Specifications for Structural research, utility coordination: Supports For Highway Signs, Luminaires and Traffic • CGA-06: Las Olas Boulevard and SE 3 Avenue Signals (LRFDLTS-1) design practices. Intersection Improvements. • CGA-07: Design Services for NW 31 Avenue and NW 19 Street Intersection Improvements. • CGA-13 Design Services for Lyons Rd and Winston Park Blvd Intersection. Broward County Design Services for Wiles Rd from University Drive to Riverside Drive,Broward County (R2113749P1). The project widens the road from 4 lanes to 6 lanes. The proposed six lanes widening will transition to the existing four lanes at the beginning of the project, just west of University Drive. BMA was responsible for the design of walls, mast arms, and miscellaneous structures. Mr. Spencer served as Senior Structural Engineer. County Project No. P-5351-1, FM#:242172-1-58-01 CR 4050(E. Orange Ave./Silver Beach Ave.)over the Halifax River Volusia County, Florida(2021). BMA conducted a review for the as-built condition of the bridge sidewalk overbuild areas for the landings located along the Veterans Memorial Bridge. The main area of work focused on Latex Overlay Evaluation and Drainage design. l� a « c 57 Edmundo M. Zevallos p SENIOR DESIGNER Tranti ortation Infrastruct & novati PROJECT SPECIFIC EXPERIENCE: EDUCATION: • MBA, American Inter-Continental University. Broward County Continuing Engineering Weston, Florida. 2010. Services for CES in Traffic, Roadway, and Civil • BS in Civil Engineering, Catholic University of Projects Contract No.: PNC2119168P1-MEI. Guayaquil. Ecuador, 1993. Professional engineering and related services for traffic, roadway, and general civil engineering YEARS OF EXPERIENCE: 19 projects. Design, engineering, study, analysis and Blo: evaluation, implementation, and construction Mr. Zevallos has eighteen years of experience as a support. Bridge Designer. His responsibilities have ranged • MEI-001 Design Services for Coconut Creek from geometry and layout of retaining walls and Parkway and Banks Road Intersection concrete bridge structures, to complete detailing for Improvements Category 2 steel bridges, to Structural Department • MEI-005 SE 3 Avenue and SE 1 Street Crossing CADD Manager responsible for overall production. Improvements. The project will install a new mast Mr. Zevallos has hands-on experience with design, arm traffic HAWK signal system. plans production, and processes required to • MEI-006 Design Services for Mast Arm maximize quality, profitability, and efficiency. Other Replacement at Andrews Avenue and NW 56 tasks have included monitoring workflow, familiarity Street (SW Quadrant) with current bridge design codes, proposals and • MEI 007 Design Services for Wiles Road Fiber pursuits, and on-going projects including Optic Network Improvements conventional design, Districtwide Contracts, and • MEI 010 Design Services for Coconut Creek Design-Build. Parkway Fiber Optic Network Improvements • MEI-012E: Design Services for Coral Springs Dr & Westview Dr Intersection Improvements. Broward County Continuing Engineering Services for Transportation and GEC Projects Contract No.: RFP No. PNC2114364P1 (2020-2021). BMA provided Design Services for Signing and Pavement marking for the Copans Rd Sidewalk Improvement project. Edmundo served as Senior Designer. Broward County Design Services for Wiles Rd from University Drive to Riverside Drive, Broward County (R2113749P1). The project widens the road from 4 lanes to 6 lanes. The proposed six lanes widening will transition to the existing four lanes at the beginning of the project, just west of University Drive. BMA was responsible for the design of walls, mast arms, and miscellaneous structures. SR 916/NW/NE 135th Street from NW 6th Avenue to West of US-1/SR-5/Biscayne Boulevard, FDOT, District 6 (2015-2021). This two-part project consists of Resurfacing, Rehabilitation, and Restoration of SR 916/NW/NE 135th Street from NW 6th Avenue to west of US-1/SR-5/Biscayne Blvd. [FPID: 429346-1-32-01] and Safety Improvement to the intersections of SR 909/West Dixie Highway at SR 916 and SR 915/Memorial Hwy. at SR 916. Edmundo performed structures design of the SR 916 bridge over Biscayne Canal (C-8), Mast Arm designs, and Retaining Wall designs. SR 50 from Lockhart Road to East of Remington Road, Hernando County, FDOT District 7(2020). Three phase projects to reconstruct inside median, add lanes to the outside. BMA was responsible for the preparation of Maintenance of Traffic Plans (TTCP) for construction contract T7446. Edmundo served as Senior Designer responsible for preparation of plans in AutoCAD 3D. Bridge No. 864031 located at NW 1st Street at C-10 Canal, for the Inspection, Scoping, and Repair Plans on the bridge. Dania Beach, FL (2018). BMA provided Specialty Engineering responsible to prepare repair plans for work including material specifications, quantities, construction estimate, and provided cursory site inspection of the repairs. Edmundo worked as Senior Designer. Wage 58 r. 'cN $ p Paul Lambert 4 Managing Principal EDUCATION Master City Planning, Massachusetts Institute of Technology; Cambridge, Massachusetts. 1991 • Bachelor of Arts, Urban & Regional Planning, Miami University; Oxford, Ohio. 1989 Paul Lambert founded Lambert Advisory in 1995 and is engaged by clients to provide expert market, financial, strategic guidance and P3 advisory services associated with real estate and economic development efforts. Paul's clients have included Samsung Corporation,The Queen Emma Foundation, University of Pennsylvania, Harvard University, Port Miami, as well as the cities of New York, New Orleans and Tampa. He has served as advisor to sovereign wealth funds and some of the nation's largest charitable trusts. Between 2005 and 2007, Paul managed the post-Hurricane Katrina neighborhood rebuilding planning process ('Lambert Plans') on behalf of the City of New Orleans. Currently, Paul is heading the development of Miami Wilds, a theme park and associated entertainment development with an estimated $1.0 billion investment requirement adjacent to ZooMiami and in a collaborative effort with Miami Dade County. CAREER (1995-present) Managing Principal. Lambert Advisory LLC. Built general real estate and advisory practice from a single person firm to multi-office corporation which maintains global private and public sector client base. Primary areas of focus include market and financial feasibility analysis, economic development, joint venture and partner identification and public/private venture structuring for public and private sector clients. Extensive experience among a diverse range of real estate uses including but not limited to: housing, retail/entertainment,office, industrial,hotel, marina, recreational and cultural. Major private sector clients include Swire Properties, Simon Group, Royal Caribbean, Carnival Corporation, MANA, and Samsung Corporation. Notable public sector clients include City of Pompano Beach, Miami Dade County, City of Miami, City of Hollywood, City of Hallandale Beach, City of Ft. Lauderdale, City of Boca Raton, New York Economic Development Corporation and the City of New Orleans. (1991-1995)Consultant,Senior Consultant,Manager.Arthur Andersen LLP/Goodkin Research Responsible for conducting and managing real estate and economic analysis throughout United States,the Caribbean,and Latin America in Real Estate Services Group of Arthur Andersen, LLP. Managed teams of staff related to large scale due diligence efforts. Major clients included: GE Capital, Swire Properties,Wharf Holdings, Exxon/Trammell Crow, and Arvida Properties. 1:4'f'' 59 ADVISORY s Eric Liff Mk • Principal ► �- t . i EDUCATION j�1110 ! Bachelor of Science, Real Estate Management& Development; University of Southern / California, Los Angeles, CA. 1990 Eric Liff brings 25 years of experience providing economic and financial advisory services to both the private and public sectors. He has worked with numerous national and international corporations providing economic, strategic and investment guidance in real estate acquisition, development planning and asset repositioning. His advising work also includes mixed-use and resort development throughout the U.S., Central America and the Caribbean. Over the course of his career, Eric has served as project manager to more than fifty municipal and governmental agencies on initiatives ranging from economic development and neighborhood revitalization to complex financial and partnership structuring. CAREER (1999 to Present) Principal. Lambert Advisory, LLC. Principal of this global economic and real estate advisory firm. Primary areas of focus include master planning and land use strategy, market and financial feasibility analysis (including residential,commercial, hospitality,and marinas),affordable housing,transaction/partnership structuring, and operations analysis. Major private and/or not-for-profit clients include:Swire Properties,WC Bradley Companies, Madison Marquette, LendLease, among others, Notable public sector clients include City of Miami, City of Naples, Broward MPO, City of Hollywood and City of St. Petersburg. (1998 to 1999) Director of Acquisitions. WorldStar Resorts, LLC. WorldStar is a resort/vacation ownership development Company, an entity of Starwood Capital. Responsible for acquisition and development activity, including corporate and/or asset identification, deal structuring, demand analysis, due diligence and strategic positioning. (1996 to 1999) Manager. KPMG Peat Marwick, LLP. Manager in the Real Estate Consulting Group of KPMG Peat Marwick and actively involved in acquisition, disposition, and underwriting engagements for firms such as CS First Boston, Morgan Stanley, Prudential, and Heller Financial. Additionally, Mr. Liff has managed a number of major workout transactions and litigation related support engagements. AFFILIATIONS AND MEMBERSHIPS Urban Land Institute (ULI), Member since 1998-South Florida/Caribbean District Council ULI Technical Assistance Panel (TAP)—South Florida/Caribbean District Council 60 ADVISORY J t, ) National Data R&Surveying Services John Greist FLORIDA AREA MANAGER Mr. Greist's expertise includes field operations, project if, _ coordination, project estimation, client management/ - communication and scheduling/employee management. He has successfully managed large turning movement count projects, machine tube counts, and has also assisted in the successful coordination and collection of specialized studies throughout Florida. He has also piloted several new types data EDUCATION collections Bachelors in Business Administration/Management Florida International University PROJECT EXPERIENCE SPACE COAST TPO PROJECT MANAGEMENT Space Coast TPO Traffic Count Program —2021, 2022 EXPERIENCE ❖ 532 Volume machine counts (additional Speed & Class ADTs 15 with varying durations along with some TMCs and Ped counts) SCHEDULING MANAGEMENT POLK COUNTY TPO/TINDALE OLIVER 15 Polk County 2019 Traffic Count Program - 2019 DATA COLLECTION ❖ 263 Speed &Volume machine counts (varying MANAGEMENT durations) 5 All with NDS DAVID PLUMMER & ASSOCIATES Miami Freedom Park Traffic Project- 2018 ❖ 57 Turning movements counts with pedestrians, bicycles and heavy trucks ❖ 43 Speed &Volume machine counts (varying durations) TAMPA DOWNTOWN PARTNERSHIP 12/2018 ❖ 13 field techs doing parking occupancy for 25,000 public parking spots, public parking garages and on-street through the downtown Tampa, for 3-days FDOT D4 Contract C9Y93 with Kimley-Horn 1/2021 ❖ 30 Turning movements counts with pedestrians, bicycles and heavy trucks ❖ 8 Volume machine counts (varying durations) 61 SKevin Deal CHIEF OPERATIONS OFFICER National Data&Surveying Services BACKGROUND EDUCATION Mr. Deal has amassed a great deal of experience in every aspect of the data B.S. in Production &Engineering collection industry. His expertise includes field operations,administrative operations, program development, R&D and companywide quality control. He YEARS OF EXPERIENCE has successfully managed over 35,000 projects from inception to completion which 17 have at times included customized study development as well as customized deliverables. Mr. Deal oversees the annual collection of approximately 20,000 PROJECT MANAGEMENT EXPERIENCE Turning Movement Counts, 25,000 Automatic Traffic Recorder Counts,and 17 thousands of specialized studies. SCHEDULING MANAGEMENT PROJECT EXPERIENCE 17 OCTA(Orange County Transportation Authority) I Orange County,CA 2005, 2007,2009,2011,2013,2015,2021 DATA COLLECTION MANAGEMENT In 2021,the contract requirements included: 17 ❖ 101:3-Day Turning movement counts ❖ 48hr Pedestrian/Bicycle/e-Scooter counts PROFESSIONAL CERTIFICATIONS ❖ 50:24hr Volume machine counts NA Historically,the contract included: ❖ 200: (3-Day)Turning Movement Counts ❖ 12,000 miles:Travel Time runs(2015) New York State DOT I New York,NY 12021-Current NDS is the on-call traffic data collection company for NYCDOT.Annual data collection consists of approximately ❖ 2,800:3-Day Class machine counts ❖ 2,500:3-Day Volume machine counts ❖ 180:50hr Non-Intrusive classification counts ❖ 100:Turning movement counts with varying collection requirements New York City DOT I New York,NY 12019-Current NDS is the on-call traffic data collection company for NYCDOT.Annual data collection consists of approximately ❖ 3,208:7-day,9-day,or 14-day Volume machine counts ❖ 2,860: 1-day,2-day,or 3-day Turning movement counts requiring various hours of collection as well as sub-classification of vehicles and pedestrians. ❖ 606: 1-day,2-day,or 3-day Pedestrian counts ❖ 719: 1-day,2-day,or 3-day Bicycle counts of requiring various hours of collection as well as sub classification of cyclists. ❖ 184 Spot Speed Radar Counts Los Angeles DOT I Los Angeles,CA 2005-Current NDS is the on-call traffic data collection company for LADOT.Annual data collection consists of approximately ❖ 700:Average daily traffic counts ❖ 300:Turning movement counts requiring heavy trucks, buses(school vs. metro), pedestrians(adults vs.children),and bicycles. Other studies such as travel time,parking,pedestrian and bicycle screenline counts,and spot-speed radar surveys City of Sacramento I Sacramento,CA 2005—Current NDS is the primary firm conducting all traffic counts for the City of Sacramento under a Master Services Agreement and has been since 1998. NDS annually collects approximately: ❖ 300:Speed machine locations ❖ 64:4hr Turning movement counts 62 Richard C. Wohlfarth, PE Principal/ Director of Engineering PROFESSIONAL EXPERIENCE: Mr. Wohlfarth, P.E. is the Director of the Engineering Department which includes —50 professional and technical personnel. He also has overall responsibility for the Special Inspection, Construction Materials Testing and Geotechnical Engineering Divisions where he directs training, quality system review and personnel evaluations. His responsibilities include report review, FORMAL EDUCATION: signing and sealing geotechnical engineering, structural inspection and University of Florida, laboratory testing reports for the company, providing contract negotiation and administration, budget estimating and project management. Gainesville, Bachelor of Science, Civil Engineering Mr. Wohlfarth, a Delray Beach resident, has 35 years of experience (29 with NEF) in various aspects of geotechnical engineering which include determining feasibility of site development, foundation design analysis and PROFESSIONAL recommendations, providing engineering evaluation for bridge and roadway REGISTRATIONS: construction, pavement design for roadways, roadway subgrade stabilization Registered Engineer- by geotextiles and other means, design of shoring systems for utility trenches State of Florida #50858 and other deep excavations, dewatering methodology for trench and other excavations and backfill procedures, setting up and monitoring pile load tests, Registered Building Inspector- ' and providing value engineering for foundations. State of Florida BN #3580 PROJECT EXPERIENCE: SBCCI #6528 • City of North Miami Beach (do Consultants): ACI Level 1 #991175 o Proposed Sanitary Force Main, Sunshine Industrial Park UBCI o New Traffic Circle, NE 173rd Street PROFESSIONAL o Proposed Bike Path, 183rd Street AFFILIATIONS: Norwood Oeffler Water Treatment Plant Florida Engineering Society *Past Chapter President • City of Miami Beach (do City and/or Consultants): National Society of o Neighborhood #8E Sunset Islands 1 and 2 Professional Engineers o Bayshore #8D Sunset Islands 3 and 4 Deep Foundation Institute o Hibiscus and Palm Islands Pavement Study American Society of Civil o Central Bayshore S. Neighborhood Improvement Engineers o Espanola Way Streetscape • Miami-Dade County, various departments: Various Drainage Improvements: SW 125th Avenue, Miami, NW 102nd Street, Miami, SW 131st Street & 89th Court, Miami Drainage Improvements for Project East Westchester at 3 locations including the construction and installation of drainage structures, french drains, miscellaneous drainage improvements, misc. roadway restoration, concrete curb and gutters, and sidewalks 3 Nutdng E Engineers ,vr,,.,, 63 Y Neintb 04e Comma.enl Stephen Mrachek, PE 4: r Senior Project:Engineering PROFESSIONAL EXPERIENCE: 44f'. Mr. Mrachek joined the team in February 2017 and serves as a Project Manager/Engineer. His responsibilities include preliminary site studies, geotechnical explorations to determine site preparation, feasibility studies for land development, foundation design analysis and recommendations, workload FORMAL EDUCATION: analysis, observation of piling installations, pile load tests, classification of in- University of Florida, situ soils and field/laboratory materials testing. Mr. Mrachek's experience Gainesville, Bachelor of includes construction layout, prepare surveys and as-builts for approval from Science, Civil Engineering clients, contractors and the county, collection of field data, layout of structures, buildings and roads and ensuring quality of work being performed in the field by maintaining correspondence between the office and the contractor. PROFESSIONAL REGISTRATIONS: Mr. Mrachek has 17 years of experience in the field of geotechnical engineering Professional Engineer and construction management throughout Florida via previous employers. Project experience includes deep foundation, major earthwork, roadway and State of Florida #70784 high-rise construction projects. Qualified Stormwater PROJECT EXPERIENCE: Management Inspector ,= City of North Miami Beach (c/o Consultants): #36236 City of North Miami Beach Storage Yard, 2101 NE 159th Street USACE Quality Management NDWWTP NT-2C High Level Disinfection Facilities, 2575 NE 156th for Contractors Certification Street 10 Hour OSHA Construction NDWWTP NT-2C High Level Disinfection Well Pump Station, 2575 NE Safety and Health 156t" Street NE 10th Avenue Drainage Oleta River State Park p City of Miami: 15th Avenue Drainage Improvements Design of hardscape/ landscape improvements and redesign of drainage between SW 8th Street & SW 7th Street • City of Dania Beach (c/o consultants), projects include but are not limited to: Dania Beach Watermain Replacement c SW 43rd Terrace Stormwater Improvements • City of Hollywood: Proposed installation of—64,000 If of water main in the boundary areas of Johnson Street to Hollywood Boulevard and North 60th Avenue and North 53rd Avenue Proposed Installation of —60,000 If of water main and sewer replacement Nutting 3Engineers , .r 64 TOOLE DESIGN 4 E. KRISTOF DEVASTEY, PE, PTOE, PTP . v€ 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 / CERTIFICATION considered, including roundabouts, protected intersections, raised crosswalks 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 FOOT 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 65 TOOLE DESIGN 4111t. 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 a new park stretching from the quiet residential area at the north end of the district Triangle Land Conservancy: to the more urban, mixed-use south end.The plan for the park reflects public input 2001-2003 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 66 TOOLE DESIGN IAN LOCKWOOD, PROFESSIONAL ENGINEER Amp LIVABLE TRANSPORTATION ENGINEER PROFESSIONAL In the 1990s, Ian was the City Transportation Planner for West Palm Beach,where HIGHLIGHTS he led some of the first arterial calming, road diet, and flush street projects in the Years of Experience:35 country. Ian considers pedestrians to be the "canary in the coal mine"for cities. Over Toole Design:2014-Present the last 20 years, he has honed a design approach for maximizing walkability that he applies to projects at every scale, ranging from trails,to campuses,to downtowns, AECOM:2001-2014 to tourist areas. In 2005, Ian helped define the term "Complete Streets,"an idea (Gtatting Jackson legacy firm: about inclusive design that has spread across North America.The "Path-as-Place" 2001-2009) doctrine—that trails,corridors,and streets should be places rather than places City of West Palm Beach,FL: to simply pass by—informs all of Ian's work,which includes designing flexible- 1996-2001 use public spaces,the design of Main Streets, downtown revitalization initiatives, J.P.Braaksma&Associates,Ltd: one-way to two-way street restorations, and highway removal projects, all with 1987-1996 the goal of increasing social and economic exchange. Ian is currently interested in popularizing design techniques so that ensure blind people can comfortably EDUCATION / navigate and participate in the public realm. CERTIFICATION Loeb Fellow in Advanced SELECTED PROJECT EXPERIENCE Environmental Studies, Bonita Beach Road Visioning,Bonita Springs, FL Harvard University:2012 Bonita Beach Road is an 8.5-mile long arterial road that serves many roles, ranging from a hurricane evacuation route to access to the downtown. Ian collaborated Master of Civil Engineering, with the design team,various agencies,and stakeholders to redesign the street Carleton University: 1995 to reduce its barrier effect, be inclusive of pedestrians and cyclists, better serve Bachelor of Civil Engineering, the businesses, and better reflect the identity of the community. He also helped to Carleton University: 1987 develop a supporting street network to provide better development parcels, spread Professional Engineer:ON traffic loads,and increase walkability. Ian provided support services to the City in the process of changing the transportation plans,capital improvement plans,and APPOINTMENTS/ related policy plans of the City,two counties,the MPO, and the State of Florida to be AFFILIATIONS consistent with the community's desired direction for the street. Ian also reviewed Route 31/Flemington site plans and,on behalf of the City, helped several developers adjust their site and Smart Growth Project, access plans to be consistent with the vision. ITE Project of the Year Restoring Function to Young Circle, Hollywood, FL Journey through Hallowed For several decades,Young Circle has posed image, barrier, and walkability Ground Corridor Plan, Pennsylvania Historic problems in downtown Hollywood. Ian led a charrette to redesign the 1000-foot- Preservation Award wide circle in collaboration with the Community Redevelopment Agency(CRA), FDOT,developers, and the general public. Ian used a balance of public education, Charter Award,University creative solutions, and respect for the historic intent of the circle to build a of California,Santa Barbara, Master Plan,Congress for the consensus for the design of the circle. Ian and his team also helped the CRA with New Urbanism some integrated development on the edge of circle, some network planning issues, and access issues on Hollywood Boulevard.The analyses of the concept show a win-win with better environments for all the users of the circle(i.e., pedestrians, cyclists,transit users, motorists, and businesses). OTHER RELEVANT EXPERIENCE Dillard Street Complete Streets Project,Winter Garden, FL 67 TOOLE a DESIGN } JARED DRAPER, AICP 4 SENIOR PLANNER a. PROFESSIONAL Jared has a blend of public and private planning experience in multimodal HIGHLIGHTS transportation projects, Land use planning, and site design. He has experience Years of Experience: 12 with public facilitation, corridor and small area planning, land development, and Toole Design:2016-Present long range planning efforts. His work has enabled communities to realize the value and benefits of planning solutions that are attractive and reflect the local City of Commerce City,CO: character. Jared brings strong Complete Streets experience and has utilized 2011-2016 GIS and on-the-ground site assessments to develop streets for all users. He has Ten at the Top:2010-2011 the ability to balance the needs and the context of a community with innovative transportation solutions that improve functionality and address local needs. EDUCATION / CERTIFICATION SELECTED PROJECT EXPERIENCE Master of City and Bentonville Bikeway Designs, Bentonville,AR Regional Planning, Jared is serving as Deputy Project Manager for the design of four critical bicycle Clemson University:2011 connections in Bentonville.These projects were first conceived as part of the Bachelor of Arts, regional NWA Bike Infrastructure Plan and generated instant support from Spanish Language and Sociology, Bentonville leadership. In extending and connecting the Razorback Regional NC State University:2008 Greenway throughout the city,these projects will have a variety of bikeway types, American Institute of including shared-use paved trails,on-street protected bike lanes, and neighborhood Certified Planners greenways.Jared is helping to direct public outreach, concept design,final design, cost estimating, and bid package preparation. APPOINTMENTS/ AFFILIATIONS Raleigh Greenway Master Plan Update, Raleigh, NC American Planning Association Jared is serving as the Project Manager for the Raleigh Greenway Master Plan Update that will develop an action-oriented path forward to implementing a world- Association of Pedestrian and class greenway trail network. He is leading a public outreach effort that is designed Bicycle Professionals to actively listen to voices throughout the diverse Raleigh community.Jared is working with local staff to develop methodologies and data collection practices that will prepare the City to measure success and respond to existing and future needs. The final plan will not only provide direction to enhancing user experience but will also clarify trail design components to increase safety and connect to a larger mobility network throughout the City. Graham Downtown Master Plan,Graham, NC Jared served as Deputy Project Manager for this Plan that plays a critical role in the future of Downtown Graham as it establishes creative recommendations focused on increasing public gathering space,increasing safety for pedestrians and bicyclists, and identifying stormwater and sewer updates to keep up with growth for an aging system.Jared co-led the project team through a variety of public engagement events and meetings along with developing concepts for the Court Square during a design workshop.He was a critical piece of the writing and review of the draft and final plans. OTHER RELEVANT EXPERIENCE ARC Bicycle and Pedestrian Safety Action Plan,Atlanta, GA FHWA Bikeway Selection Guide Training 68 TOOLE DESIGN „iiii CHRIS PUGLISI, PE SENIOR ENGINEER PROFESSIONAL Chris is a talented and experienced transportation engineer focused on innovative HIGHLIGHTS solutions to solve the needs, goals, and objectives of clients and stakeholders. Years of Experience: 14 His primary professional background is in traffic signal design and operations in Toole Design:2021-Present both constrained and multimodal environments. His experience actively managing and maintained traffic signals gives him insight into limitations and constraints of Jacobs:2016-2021 the innovative technology he recommends in design.At Toole Design, Chris works KDL Engineering:2009-2013 in multidisciplinary teams and applies his experience to help influence design decisions to ensure safe pedestrian, bicycle, and transit operations at signalized EDUCATION / intersections. He is effective in his communication regarding traffic signal design CERTIFICATION and operations to the design team, the client, and the public. Master of Science,Civil and SELECTED PROJECT EXPERIENCE Environmental Engineering, Georgia Institute of New Orleans Mobility Planning and Design On-Call: Moving New Orleans Bikes Technology:2008 Algiers General DeGaulle Traffic Analysis, New Orleans, LA Bachelor of Science,Civil and As Project Manager,Chris is overseeing the preparation of 100% plans, Environmental Engineering, specifications, and estimate(PS&E) packages for two signal reconstructions along Georgia Institute of General de Gaulle Drive. Reconstruction design includes sidewalk, curb, signing, Technology:2006 pavement markings, signal equipment,and associated wiring. Professional Engineer:GA Berkeley Southside Complete Streets, Berkeley, CA As signal design lead for the project,Chris is overseeing the development of the signal APPOINTMENTS/AFFILIATIONS modification design through construction documents for three of the four project American Planning Association corridors within the Southside neighborhood;a total of 10 intersections.Chris is providing design expertise specifically on incorporating bicycle signals,bicycle detection,and transit Georgia Planning Association signal priority at existing signalized intersections,while working with a multidisciplinary Institute of Transportation consultant team.The plans will be publicly advertised for bid in Spring 2023. Engineers Peachtree Street Redesign Study,Atlanta, GA Georgia Section of the Institute As a traffic engineer,Chris provided input to the project team about traffic of Transportation Engineers operations and measures of effectiveness(MoE)for the Peachtree Street Shared Street demonstration project.Utilizing "Big Data,"Chris was able to utilize resources readily available through ATSPM (Automated Traffic Signal Performance Measures) and RITIS(Regional Integrated Transportation Information System).These resources provide historical and real-time speed,travel time, and vehicle delay for effective comparison of the project's performance. 15th Street LIT Lane Connection and Pedestrian Improvements,Atlanta, GA As traffic engineer,Chris provided transportation planning and engineering services to create an east-west bicycle lane connection across Midtown.The project team engaged with adjacent property owners and stakeholders to understand curbside needs and concerns, as it relates to a feasible route and design considerations.An existing conditions analysis was performed to evaluate four different alternatives, including vehicle operations, multimodal level-of-service(MMLOS), and bicycle travel time. Providing quantifiable metrics for bicycles provide additional tools to aid decision-makers with understanding the pros and cons of each alternative. Upon selecting a preferred alternative,a concept design,including signal modifications to accommodate bicycle operations where necessary,were provided to the client for a quick-build implementation. 69 T00LE DESIGN BONNIE MOSER LANDSCAPE DESIGNER PROFESSIONAL Bonnie is a landscape designer who is passionate about creating strong, HIGHLIGHTS sustainable urban places. She has a wide variety of experience both in the Years of Experience:9 eastern United States and internationally. Bonnie is extremely talented in Toole Design:2017-Present developing visualization products to assist the public and key decision-makers in understanding the design intent of recommendations. She is adept at US Peace Corps:2015-2017 perspectives, SketchUp renderings, photo simulations, branding and marketing, LittleJohn Engineering:2014-2015 and gateway and wayfinding signage. AECOM:2012-2014 SELECTED PROJECT EXPERIENCE Krent Wieland Design:2011-2012 Spartanburg Regional Pedestrian Plaza and Circulation Design,Spartanburg, SC As an urban designer, Bonnie helped transition short-term improvement EDUCATION / strategies to constructed solutions to the hospital campus.The goals of the CERTIFICATION project were to improve safety and circulation for pedestrians and vehicles alike. Master of Landscape Bonnie's roles included design, construction documentation, and construction Architecture,University of administration of the pedestrian plaza, patient drop-off area, and pedestrian Florida: 2011 receiving zone. Bachelor of Science, Agriculture Education, Designing Downtown Denison Phase One, Denison,TX University of Florida:2008 Bonnie served as a landscape designer for phase one of the reconstruction of Main Street in Denison.The project transformed the first three blocks of Main Street into a flush festival street inclusive to all ages and mobilities with a lush landscape, brick travelway, place making elements, and two pocket parks. Bonnie completed a pocket park and landscape conceptual design, construction documentation,and project visualizations. Phase one construction concluded in early 2022. Mary Black Rail Trail Neighborhood Connectivity Review,Spartanburg, SC Bonnie worked as the lead designer to make connectivity improvements to the Mary Black Rail Trail from the neighborhoods that surround it.The goal of the project is the improve safety and accessibility to the trail through designating primary connections and recommending design tools specific to road conditions. Bonnie's role included analysis and design of the connectivity network as well as the creation of content and graphics of a design recommendations guide. Greenwood City Center Master Plan, Greenwood,SC As an urban designer, Bonnie is working with a team to update the Greenwood City Center Master Plan.The plan will guide Uptown Greenwood toward responsible, suitable, and sustainable growth. Bonnie's role included concept development during the Design Workshop and content development for the plan. Peachtree Street Shared Space Study,Atlanta, GA As one of the lead designers, Bonnie worked with the team and public to create a shared space along Atlanta's underutilized downtown main street.The flush street was designed and space was reallocated to be flexible and encourage more pedestrian use while allowing for a variety of modes and uses.The project resulted in a temporary installation of the shared space that is under evaluation for permanent construction. 70 sk �:4 a Er,t 85 `s Calvin, Giordano Associates, Inc. YEAF$ a ,\� A SAFEbuilt"COMPANY Licenses and Certification of Firm and Key Personnel Proposed State of Florida Department of State I certify from the records of this office that CALVIN, GIORDANO& ASSOCIATES,INC.is a corporation organized under the laws of the State of Florida, filed on June 27, 1985. The document number of this corporation is M 17373. I further certify that said corporation has paid all fees due this office through December 31, 2022,that its most recent annual report/uniform business report was filed on March 29, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under un hand and the Great Seal of the State of Florida ' :, s r at Tallahassee,the Capital, this the Twenty-ninth dap of.,lfiarrh, 2022 O = e4;'..--:till ." ' 4Q#411411.)lige4 e '1''''c - Secretary of State Tracking Number:6156571477CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication ' City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 71 ��85) Calvin, Giordano & Associates, Inc. Sok t4\ A SAFEbuilt COMPANY A o® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYTY) 10/4/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME ACT Symone White RBN Insurance Services PHONE FAX 303 E Wacker Dr Ste 650 (ac.No.EXtI 312-856-9400 (A/C,No):312-856-9425 Chicago IL 60601 AADDRESS: swhite@rbninsurance.com INSURER(S)AFFORDING COVERAGE NAIC ft INSURERA:Hartford Fire Insurance Co. 19682 INSURED SAFELLC-01 INSURER B:Great American E&S Ins.Co. 37532 Calvin,Giordano&Associates,Inc. 1800 Eller Drive INSURER C:Hartford Casualty Insurance Co 29424 Suite 600 INSURER D.Bridgeway Insurance Company 12489 Fort Lauderdale FL 33316 INSURER E:Twin City Fire Insurance Co. 29459 INSURER F:Lexington Insurance Company 19437 COVERAGES CERTIFICATE NUMBER:1973107686 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MMIDDIYYYY) EMITS A X COMMERCIAL GENERAL LIABILITY 83UENZV3951 10/3/2022 10/3/2023 EACH OCCURRENCE S 1,000,000 AAGEICLAIMS-MADE I X I OCCUR PREM SESO(Ea occuE ence) S 1,000,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY S 1,000,000 GENE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY I X I ZCT I J LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: S C AUTOMOBILE LIABILITY 83UENPY9100 10/3/2022 10/3/2023 COMBINED SINGLE LIMIT S 1,000,000 _ (Ea accident) X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS y HIRED y( NON-OWNED PROPERTY DAMAGE S AUTOS ONLY _AUTOS ONLY (Per accident) Excess Auto Liab.• S 1,000,000 D UMBRELLA LIAB X OCCUR 8E-A7-XL-0002079-01 10/3/2022 10/3/2023 EACH OCCURRENCE S 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE S 5,000,000 I DED X RETENTION$n S E WORKERSCOMPENSATION 83WECE0623 5/12/2022 5/12/2023 X I STATUTE I I ER I AND EMPLOYERS'LIABILITY ANYPROPRIETORARTNER/EXECUTIVE Y/N /P E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED' N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 II yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 B Professional Liability TER 2861558 10/3/2022 10/3/2023 Each Claim/Aggregate 10,000,000 F Excess Liab(2nd)Layer 011170891 10/3/2022 10/3/2023 Each°cc/Aggregate 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) *Excess Auto Liability Buffer Policy: Endurance American Specialty EXT30025875000 10/3/2022-2023 For bid purposes only CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Calvin,Giordano&Associates,Inc. 1800 Eller Drive#600 Fort Lauderdale FL 33316 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 72 .r85`IV'ff Calvin, Giordano & Associates, Inc. i." YEARS S ge a^� A SAFEbuitt"COMPANY BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1,2021 THROUGH SEPTEMBER 30,2022 DBA: Receipt#:'1F '.1 Business Name:CALVIN GIORDANO & ASSOCIATES INC Business Type: Owner Name:ORVNU L re1oiwMNO Business Opened:0?/0-7;I Business Location:1600 ELLER DR 600 State/County/Cert/Reg:EEc.0O.5.14 FT L.AUDERDALE Exemption Code: Business Phone:954-921-7781 Rooms Seats Employees Machines Professionals 13: For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid a. � 1 Local Business Tax Receipt LBT Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 7216234 RECEIPT NO. RENEWAL BUSINESS NAME/LOCATION 7500302 EXPIRES CALVIN GIORDANO& SEPTEMBER 30, 2023 ASSOCIATES INC 2103 CORAL WAY STE 810 Must be displayed at place of business MIAMI, FL 33145-2637 Ox * kE Pursuant to County Code s' rfrti Chapter 8A—Art.9&10 E OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED CALVIN GIORDANO&ASSOCIATES 212 P.A./CORP/PARTNERSHI BY TAX COLLECTOR INC P/FIRM rim CUPIC rin0nAN0 PRFC 99.00 08/15/2022 Employee(s) 22 FB514 INT-22-388142 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RLCEIPT NO.above must he displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. MIAMI For more information,visit www.miamidade.00v/taxcollector City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 73 I ;�85 . Calvin, Giordano & Associates, Inc. Eik VRS �►EA A SAFEbuile COMPANY Licensee Details Licensee Information Name: CALVIN GIORDANO 81. ASSOCIATES, INC. (Primary Name) Main Address: 1800 ELLER DRIVE SUITE 600 FT. LAUDERDALE Florida 33316 County: BROWARD License Mailing: LicenseLocation: License Information License Type: Registry Rank: Registry License Number: 514 Status: Current Licensure Date: 01/09/1987 Expires: 407., TAT OiFIORIOA �I fi('( •r "w1u1IioR1DA 4l 131'1 50ate of Alaribar BOARD OF PprrOZIAL GILmEERS BOARD 01 PRO{{WNUNAI I WW1. ils..b of Il.ofnsvnnl£i it,ns rou Pablo Antonio Chen Kan Munoz =gym a' °ir"m�,:. 11111V1.11110 amuRlrn a. Iaw,er e + p..f......1...1...I..4..4..---..../ler......... WHITE.DIANA RA I I10E1 MI MAN MI AM "'.V`A"j/"-'t"Y"r."' 0.1.,,,,A. A.M enfiaeare -Yntew i..J..1..�/�Ii .b.r ..*. " � Nan _� y,.H . .....h. _siG..- ,FBPE 1 mi id Certificate of Completion AICPDIANA WNIiE _ THE AMERICAN INSTITUTE OE-. 11111 Nax Completed o Em.lea Dehan.ncm or i: CERTIFIED PLANNERS Transortanan Temporary alaNlc I Control irTCI rcl Advanced Counc. ALPX A.L)AY1D _I SQ.VIA ELENA VARGAS �� C urRwk�aa... N.....a..y,..LIM .1. µ�- MR FDOTt .2 --__ - City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 74 &1/4 rr a 85 ; Calvin, Giordano & Associates, Inc. �,YEARS I �e� A SAFEbuitt COMPANY I#b • •s-`. kvn7a rr Silvia Vargas - d rRerrogr:4-leongfRSeugtilrx4r HOME CONTACT US MYgcr DI T • - ONLINE SERVICES LICENSEE DETAILS 2:3331 PM 6✓,3,022 tEED ADOPVIITED PROF fSSIONAt This is a business tracking record only. -"•,.,, Apply fora trcense Click here for information on Crow to verify that ens busenss is Inn pedy licensed. • Verity a Licensee Licensee Information ��(l,�j 12 View Food&Lodging Inspections Name CALVIN GIORDANO&ASSOCIATES INC morsel Need +Illy-�'. t l✓ Main Address. 1800 ELLER DR SUITE 600 File a Complaint FORT LAUDERDALE Florida 33316 County. BROWARD Cnmmuxsg Education Course Search Th,badge was issued to yranam tong on a December 2020. License Information - YewAppllcatlon Status License Type. Landscape Architecture Business Information ,,,,y Find Exam Infoimauon Rank Business Info Unlicensed Activity Search License Number: Status Current HOST Delinquent Invoke&Activity Licensure Date: 0T/1212021 to of C List search fiery„ ert Expires dA :a dA Special Qualifications Qualification Effective E n AICP CERTIFIED AICP Certified Issued by American Instants of Certified planners(AIM AICP<eNfied planners have a nigh level ampere.,knowledge, �•� ;T>-- 1 li I'l and ethical commitment to best serve communities.They have deep STATE Of PiObcA dbpr �..- STATE Of fnOa,OA planning knowledge and significant professional achievements, DEPARTMENT OF e11LMESS AND PROFESSIONAL REPARATION including demonstrating responsibility and resourcefulness while BOARD OF LANDSCAPE ARCNITECTUIIE ROAR,OF PSOLESMO uAE ENGINEERS applying a planning process evaluating multiple Imparts toe ,.., ..n....r.m..:.N-„wa.s,,.,i, .r.-.... .,..v.tw-..tl•,u:r ..........:.....: community,and Influencing public decision making In the pubic renss,,w.oF CHATS Mt',MC.srnfrt. ....y.p<uA.nRNT.r.parasar..,c. In Wrest They pledge to uphold ethical standards of practice and continuously pursue professional education. MACK DOMI NIC LAMES III AANELIDIS,NICHOLAS WILLIAM Type:Certification level:Intermediate m ,.., ..,i. .)✓ Ca Wm TNN rt sass Additional Derain r� ` i . .e 00 .>_ L:11..11ron...tar. Skills hwewe.I.wswwwww rM emoinw rew....--�.....,_r... o^wE nnionea eroe.mkx.alnl. oi..wry .n<c 111 brrkeu,sssal� 2„f'+;rkt ma Owraemme.ow a.. awme,.,.msumwz,r,.w,«.as.wmenmx ,,.. .,....r..w—...a.a.. r�N.M�r of I .,a.a,._e.r...r ..—...e_rr�r._a.a....... 01) *I BPI ...f - Certificate of Completion SEMI OF noawA QUALIFIED demo Martinet, BOARD°.PROFESSIONAL ANGKYEAS STORMWATER MANAGEMENT I „n r..,. uutrC.a(.,e.MCRIMArAIVIES N • lrJcPFe'T() ,. Nos Ceentlatedaoveidauapartn.enr ot af ov a<,wru ar.r;aMMS,uru S Transportation Approved Temporary Traffic .. .-...NM.1E}..t a Conool ITTCI Advanced Coyne. I,-iina \1,it11nclti,I',Ll, MARTINETTI.IENNA REE las fMUT,niaii unto tile,euAhn4d mnare% — .,. 0514..,.,,. rim„ oMlti.nt„1r1 too o lannen arLorin., - .n --- m Erman Arrgr.P, ._, .....,—.._ v-i +.r.� .�Ste. Rf'f01 4rBPf ,:,, 41 l;iq Mar rt OF FLORIDA .s' STATE OF FLORIDA BOARD Or PROFESSIONAL ENGINEERS eOARD Of PROFESSIONAL ENGINF ERS CERVANTES.JORGE RICARDO PADRON.FRIK ewkmFrR'allaWYa mil City of Miami Beach i RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 75 Eek (85,) Calvin, Giordano & Associates, Inc. EARsiA SAFEbuilt COMPANY Florida Oetmnmmna ofAgriculture and Consumer Services Dieision of Consumer tier tirts Lkensc Nn.:LB6791 card of Professional tiuneyon and Mapper, 209f Apalachee P►nay Tallahassee,Florida 32399-6500 fixpiratton Date E'chn,ary 28,2023 Professional Surveyor and Mapper Business License Under the pmsisrons ofrtaptor-: l _.. CALVIN,GIORDANO&ASSOCIATES.INC • 1800 ELLER DR STE 600 FORT LAUDERDALE,FL 333164211 n NICOLE-NIKKI'FRIED COMMISSIONER Of AGRICULTURE lM„aroma,awl h pr.-moan oast-near vane•fore....saheb are roes New„lamed menaced by(leper ITT Rome Suess Florida Deparnrrenl of Agriculture and Consumer Scones Dirisiun of Cnneumer Nervicrs License No.:LS45ss Board of Professional Surseyors and Mappers 21109.spalachee Meet Tallahassee.Florida 321w-0500 Exptralion Date February 28,2023 Professional Surveyor and Mapper License Under the provisions of Chapter 472.Florida Statutes STEVEN MICHAEL WATTS 2611 NE 50TH STREET �, LIGHTHOUSE POINT,EL 33064 n I*? NICOLE'MKIO"FRIED COMMISSIONER OP AGRICULTURE ors n e rends m a<Froksewel u wyer IS mapper awe roe.ud Wrest.e rno.n s5a.e Ir k<oed at required by Osper 4TF,Freer Sera r i.UNITED STATES OF AMERICA lire CERTIFICATE NO. DEPARTMENT OF TRANSPORTATION—FEDERAL AVIATION ADMINISTRATION h.TEMPORARY AIRMAN CERTIFICATE PENDING THIS CERTInESTHAT N, KYLE ROBERT PEETS V. 2640 NE 52ND CT LIGHTHOUSE POINT FL 33064 DATE OF BIRTH HEIGHT WEIGHT HAIR EVES SEX r NATIONALITY vl. 2/26/1998 70 IN. 185 BROWN BROWN M USA ix. has been round to be properly qualified and Is hereby authorized In accordance nith the conditions of issuance on the reverse of this certificate to exercise the privileges of REMOTE PILOT RATINGS AND LIMITATIONS xii.SMALL UNMANNED AIRCRAFT SYSTEM xiii. THIS IS mAN ORIGINAL ISSUANCE OA RESSUANCE OF DATE OF SUPERSEDED AIRMAN CERTIFICATE 6 THIS GRADE OF CERTIFICATE N BY DIRECTION OF THE ADMINISTRATOR EXAMINERS DESIGNATION NO.OR INSPECTOR'S REG.NO. ¢ ■.DATE OF ISSUANCE are SIGNATURE OF EXAMINER OR INSPECTOR Z MANAGER,AIRMEN CERTIFICATION SR DATE DESIGNATION EXPIRES 04/01/2022 07:42:43 AM IACRA ESIGNED APPLICATION FAA Form 6060-4(13-713)USE PREVIOUS EDITION Application Number:3223581 IACRA Equrvelent XIV.CONDITIONS OF ISSUANCE This is an interim certificate issued subject to the approval of the Federal Aviation Administration pending the issuance of a certificate of greater duration. It becomes void— 1. Upon the receipt of a certificate of greater duration to replace it 2. Upon a finding by the FAA that art error has been made in its issuance; 3. Upon a finding by the FM that is was issued illegally or as the result of fraud or mis-representation; 4. Upon the refusal or failure by the holder to accomplish a flight check by a Flight Standards Inspector if so requested;and 5. In any case,at the expiration of 120 days from date of issuance. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 76 t 85 6N l'I ' Calvin, Giordano & Associates, Inc. A SAFEbu(lt COMPANY Professional Engineer MUSTAFA, JESUS A NASSER Primary Prof Engineer Current,Active 02/28/2023 Professional Engineer SPENCER, DONALD FRANKLIN Primary Prof Enng 35g7 Current,Active ineer 02/28/2023 ea OeLea da ww ,,` FBPE •,. t : if BPI 0 ' STATE OF FLORIDA - STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSEE)UNDER THE THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471,FI ORIDA STATIITFS PROVISIONS OF CHAPTER 471,FLORIDA STATUTES WOHLFARTH,RICHARD CHASE MRACHEK,STEPHEN JOHN JR. 524 NW 14TH STREET 464a SUNRISE BLVD DELRAY BEACH FL 33444()OC8 DELRAY SEACr4 FL 33445 ( LICENSE NUMBER,PESOBSB L _i __LICENSE NUMBBB:PE7071;4 I EXPIRATION DATE,FEBRUARY 28,2023 EXPIRATION DATE:FEBRUARY 21E 2023 Always vents keener wave as MN brtlatrenne.can Always mity lir rose...ewe at MyFlondal:my corn �. '' O Do not aXr It.,document in any form Do not alter this docunent in a,lam. F Thisb your Banos.It b unlawful for anyone other Una p4IICeaOet to woothb doalnem. OSp inn n your license.It IS unlawful for anyone other than the licensee to use nth d m ocuent. Professional Engineer DEVASTEY,JANKRISTOF ROBERT Primary 78230 Current,Active Prof Engineer 02/28/2025 City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 77 Eek (a��85�, Calvin, Giordano ErAssociates, Inc. rIJ' A SAFEbuilt•COMPANY '• ; ' ' ' ii" f/it. ---. '• kr ra !It]Tf'fr' \!,-.11 I* Opt!IIII t. '' , `•► 1. .f _ y �` ,' Ili, killotit 7 It u _ I '� 4 7�I lit,r.„: ,s, d. . u t r �' 't.ts , 7- ,,—, _. ,. . ; ' (jr 5 i i • "i . t , R h r, • 44: ► K r qfr' i;ill, ff II 11 . • y{. i- _ .•tc ,• ma's ;I t�� i! I'd, it dl > �t ar ^� �Ji :�� V j t Y ;ate — Ott _. `-- . 1 _Tff, 1111 i( ' i 4. 1j j ' � ,y r n j T - ,'t n L•Yi- ' .,, .Iv F ^" .. City of•harm Beach '2.2. 1 project manager City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 78 EikG s 85 , Calvin, Giordano Er Associates, Inc. a �Y`' A SAFEbuflt COMPANY - Diana (Rivas) White, PE Project Managerfig > :' • Traffic Engineering 1.4�f*P ._ Traffic Operations 0'" , . Complete Streets4 LAC PIP '', Bicycle&Pedestrian • / ` '-i z' Planning&Design 1 O Diana (Rivas) White, PE, is CGA's Director of Transportation and Mobility Department will lead all Traffic and Transportation efforts related to this contract. She has more than 16 years of professional experience and has accomplished a great deal of Municipal and Government experience. 4, Ai& She has successfully led numerous traffic and transportation . i planning projects with focus on Traffic Operations, Multi- f modal Mobility Studies, Carrying Capacity Studies, Corridor `f 1 •� ,Signal Re-timing, Complete Streets g g p Traffic Calming and Safety Analyses. Diana currently serves as City Traffic Engineer for the n !r ` City of Weston and sits on the Broward Metropolitan Planning ov ~ Organization (MPO) Technical Advisory Committee (TAC) as a / / ;i f representative for the City of Weston. ‘ - / Diana has vast experience with Safe Streets for All (SS4A) and '' Complete Streets and Localized Initiatives Programs (CSLIP) and has assisted with the award of almost$25 million dollars in grants to assist with the design and construction of bicycle and pedestrian improvements over the last five (5) years. - -- , Complete Streets and Context Sensitive Classification: ,,,*• �� Diana has assisted in the development of Complete Street and t 0 - Transportation Demand Management Policies for the Cities of ,' ,. ` �, - Key West and Weston, both municipalities have shown strong desires to: IP- ilkr • Expand their existing bicycle andpedestrian network and ..% = '�4L, map family friendly boulevards and protected bicycle , __ _ . —�, lanes/intersections on high speed or high volumes streets. �°- • Adopt goals to become bicycle and pedestrian friendly communities(stress-free)by engaging with the community ,-�� -' -�iiqz--- in connecting the blocks and building consensus around .- z - key issues of concern. ,r)�,d=, rop. �R• - These two policies align with the adopted Miami Beach aJ� 'W - - Transportation Master Plan that was built on a mode share goal QP��� � ,... .- , and modal prioritization strategy, which places pedestrians first; • transit, bicycles, and freight second; and private automobiles `'! _-_' third. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 79 (8yEA5s Calvin, Giordano Er Associates, Inc. Silk %, RS AAA `S�.deA SAFEbuilt COMPANY Diana along with her traffic staff and CGA team has completed The study focused on pedestrian and bicycle transportation the traffic feasibility studies for Espanola Way and Drexel improvements as well as providing cost sensitive solutions Avenue within the South Beach Promenade area. These for enhancements to public transportation. A technical studies explore alternatives for public right-of-way (ROW) advisory committee (TAC) was formed with participants from improvements, both short- and long-term in nature. FDOT, Miami-Dade County, Miami Transportation Planning These Connectivity Feasibility Studies have helped to Organization (TPO), adjacent municipalities as well as Town identify and assess existing transportation conditions staff. Different alternatives were discussed with TAC and the and recommendations for multi-modal transportation preferred concept was finally developed and presented to the improvements to create livability by providing walkable Town Council and the public. sidewalks, improved and connected bicycle facilities, With extensive knowledge in Complete Streets, Traffic character landscaping, streetscapes. Operations, and the National Association of City Diana and herteam recently completed the Multimodal Mobility Transportation Officials (NACTO) latest guidelines in Urban Study and Impact Assessment along South River Drive in the Street and Bikeway design and experience with numerous Town of Medley. This was an extremely challenging corridor Florida municipalities and maintaining agencies, Diana brings as the current ROW was limited by the canal easement to the a unique understanding of the today's latest transportation north and numerous encroachments encountered within the trends to provide tangible solutions to a wide array of projects. ROW during the development of the study, such as buildings. O BORDER WIDTH VARIES(8-17'OUTSIDE ROW) O SIDEWALK ! O BIKE LANE I 0 EXISTING OVERHEAD UTILITIES •:,o. • 'J • • O TRAVEL LANE(SOUTH) ' _s 0 LEFT-TURN LANE .40! ' - 0 TRAVEL LANE(NORTH) O RIGHT-TURN LANE v ' 0 RETAINING WALL(OUTSIDE ROW) �/ /milmm•r� 10 PROPOSED SMALL TREE CANOPY —'---�/ i, / . 11 PROPOSED SMALL TREE CANOPY '/__ , O ~ /0 ® ti. 44 0 0%• ' -'e A_ . - ZA/ 4 \ 07 q .........::. . . A _ , .. ••,• 0 i 11' . „ • ••••••... ...• . _ 11' 0 • ••••..... ..••• ...• • . •. • . • 11 .• .• • .. • VARIES . 8'-17' City of Miami Beach 1 RFQ 2023-030-ND 1 General Transportation Planning and Traffic Engineering Consultant Services 80 Sok r y .`� 85'�+, Calvin, Giordano & Associates, Inc. \��VEAR^�� ��� A SAFEbuilC COMPANY QUALIFICATIONS SUMMARY AT-A- GLANCE EXPERIENCE AND CAPACITY IN PERFORMED GENERAL TRANSPORTATION PLANNING Qualifier AND TRAFFIC ENGINEERING WITHIN THE LAST TEN (10) YEARS FOR THE PROJECT MANAGER(REQUIRED: 3 MINIMUM) 1. Multimodal Mobility Study and Impact Assessment—Town of Medley 2. South Beach Promenade Multimodal Study and Plan Development—City of Miami Beach 3. Pedestrian Park Bridge Feasibility Study- SR Al A/Collins Ave at 174th St—City of Sunny Isles Beach 4. Wickers Sports Complex Parking/Bike Path Feasibility—City of Key West 5. City Traffic Engineer—City of Weston 6. Continuing Services Contract for Traffic, Roadway, and Civil Projects—Broward County 7. N Miami Avenue and 95th Street Intersection Improvements—Miami-Dade County City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 81 a t A1 pip ti. .. . •-If - '; . lik Orois, i 4k : ./ . MULTIMODAL MOBILITY STUDY Town of Medley AND IMPACT ASSESSMENTESI\ 7777 NW 72nd Avenue Medley, FL 33166 Town of Medley, FL The Town of Medley has engaged CGA to conduct a Multimodal Mobility Study and Impact Jorge Corzo, PE Assessment to improve the transportation conditions within the Town including bicycling, Director, Capital Projects& Economic walking, and public transit options for South River Drive from NW 116th Way to NW 87th Development Department Avenue. The study length is approximately 7,500 lineal feet and will achieve two primary Tel: 305.887.9541 outcomes: JCorzo@townofmedley.com 1. Conduct a master planning study to identify specific transit and non-motorized Project Date transportation improvements that will become part of work programs for the Town and 03/2021 06/2022 its transportation partners. This study will include an assessment of bicycle facilities, sidewalks, pavement improvements,American with Disabilities Act(ADA) improvements, Services Provided drainage and lighting enhancements. Transit Corridor Planning 2. Conduct a right-of-way and environmental assessment for improvements within the Transportation & Mobility Analysis project limits. Traffic Engineering CGA developed focused,cost-conscious recommendations that build upon existing resources. Multimodal Planning The study focused on linking key Town destinations together including Town Hall, Palmetto GIS Metrorail Station, residential neighborhoods, parks, and key employment areas, as well as key Urban Design destinations in surrounding municipalities. Landscape Architecture The goals of the study are to enhance the existing transportation system and mobility choices Environmental Assessment available to residents,workers, and visitors to the Town, while setting up the potential to build Public Outreach upon future opportunities such as upcoming annexations and the NW 87th Avenue corridor. 3D Renderings The study focused on pedestrian and bicycle transportation projects, as well as enhancing Interagency Coordination access to public transportation. One potential strategy to incorporate was the potential of identifying ways of incorporating bicycle and pedestrian improvements into other Town $91,287.94 projects such as water and sewer improvements,and roadway resurfacing projects. City of Miami Beach I RFQ 2023-030-ND 1 General Transportation Planning and Traffic Engineering Consultant Services 82 i• Illi,jil ' sr— 011001.- !' 1,'f \ ' 4 .lad/id.. E ;.\• wl� s IT ' t , fark. ..,. ..,i, , s ;i r 1 � L j � 'i' r 1,# 1`�-i1 1f { r 4 ' - ,.„..--,, . '-'1.4,- . # - ... .,,.,,,;. ._, 1 _--_,ri,- _ , Vii,Is ii,P , ,,.. - : ..„-,41. ‘.r- - '7‘ ' - ; t . _ • 01) I ' ,- • . SOUTH BEACH PROMENADE MULTIMODAL City of Miami Beach STUDY AND PLAN DEVELOPMENTEilk 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 City of Miami Beach, FL .;ontaat IflioritiaDon at Time of Prc.: The project consists of a two-phased approach to providing much needed and improved Jose Gonzalez, PE, Director pedestrian linkages between Lincoln Road and Ocean Drive through Espanola Way.The impetus Transportation & Mobility Department for the project is to provide an enhanced connectivity promenade that is highly branded, TeL 305.673.7000 x6768 provides wayfinding, and is supportive of the local businesses dependent on foot-traffic for josegonzalez@miamibeachfl.gov survival.The project consists of two components.The first component is the creation of a short- ; term,tactical urbanism strategy to do a pilot-test of the ideas,which include the partial closure 08/2021 Ongoing of Espanola Way 'East' (between Washington and Collins Avenues), the pedestrianization of 14th Place linking the successful improvements made by the Betsy hotel to both Espanola Way 'East' and Ocean Drive, the creation of an art component at Plaza de Espana to heighten Urban Planning & Design visibility, and the removal of parking along Drexel Avenue between Espanola Way's Plaza de Traffic Engineering Espana and Lincoln Road to create wider, ample walking areas. This pilot project will lead Transportation Planning to future, long-term improvements that will include the creation of a woonerf, pedestrian- Landscape Architecture priority street with landscaping,public space components,art,and lighting improvements.The Architectural Visualizations project's scope includes the development of all tactical urbanism components, the feasibility Corridor Planning study for the woonerf improvements, traffic analysis for the closures to the various impacted Bicycle & Pedestrian Planning street segments, and a visioning plan to create a cohesive experience that celebrates culture, Interagency Coordination supports local commerce, and prioritizes pedestrian connectivity. The project also includes coordination and project review for methodology and feasibility with Miami-Dade County. $ 195,000.00 $Not Applicable City of Miami Beach I RFQ 2023-030-ND j General Transportation Planning and Traffic Engineering Consultant Services 83 ■ �. W -. f •,_---� W 1 h- , - s ~ rr- . `. �-�'* •r mod'-14-'Z*� ,.,,• � ,J �.',n' x � � +� P =-T j is e - J l c ..- A' is _ 1 ; irlir } _ .` 1. :�� Y . '- , ;•4_ . T.V Ti ` fix' 'c. . i _. 1 174TH STREET -—44.04644.1.46: d' COLLINS AVENUE (A1A) 1 iwi PEDESTRIAN PARK BRIDGE FEASIBILITY City of Sunny Isles Beach STUDY - SR Al A/COLLINS AVE AT 174TH STE6 18070 Collins Avenue Sunny Isles Beach, FL 33160 City of Sunny Isles Beach, FL Contact Information at Time of Project The project scope consisted in undertaking of research, planning and conceptual design Claudia Hasbun, AICP efforts necessary to assess the need for potential pedestrian and vehicular improvements into (Former Sunny Isles Beach Planning ,and through, Collins Avenue at 174th Street. This intersection is transversed by pedestrians Director) who are accessing the beach through Samson Oceanfront Park.The City of Sunny Isles Beach Planning, Zoning & Resiliency Director at had applied and received a matching grant from Miami Dade County Transportation Planning the Village of Miami Shores Organization to study the feasibility of planning for, and construction of, a pedestrian bridge Tel: 305.795.2207 over Collins Avenue at 174th Street.This elevated bridge was recommended as a high priority hasburnc@msvfl.gov project in the City's Transportation Master Plan. Project Date A traffic study report was prepared in accordance with the criteria established in the FDOT 06/2018 03/2019 Traffic Engineering Manual (TEM)and the Manual of Uniform Traffic Control Devices(MUTCD). �-ervices Provided The traffic study included collection of pedestrian volumes, vehicular daily traffic and speed, Urban Planning as well as peak hour turning movements at the intersection of Collins Avenue and 174th Street. Traffic Engineering An intersection capacity analysis and a 5-year crash review were also completed as part of Multimodal Planning this scope of work. Based on the recommendations of the traffic study, field investigations, Landscape Architecture identification of regulatory and physical constrains and required vertical clearances for bridge Public Outreach design,a 3D model and preliminary conceptual designs were created for the City staff review. Workshops will also be held to obtain the community's feedback and help in the preparation $69,935.00 of the final conceptual design. $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 84 q ,, v 1 - i Y - -- — it ft d/6- - 1. ,.411111:. . i ` • s , - BIK€ LANE - . ogre , - ,-mit,, ....., 4: .:, t, _ . . - -...., - . r, to w 1:72 -- ....,_..., ,..r, . . -; ,I ,. i,„..„.. - . . ,_ , wig - •.-re'-' .11,1 ,,• 111 - ;y.. Y - - ,� .. ./ .t'- /- /'4 _ -'ate - 0 •-- . - r.- i; . - 'fiet r1_ K - — --- _r ... -. - t t • — .) " •... - WICKERS SPORTS COMPLEX PEDESTRIAN / City of Key West BIKE PATH FEASIBILITY STUDY 1300 White Street Key West, FL 33040 City of Key West, FL CGA was assigned by the City of Key West to complete a traffic analysis for the Crosstown Steve McAlearney Connector project included in the City of Key West Bicycle and Pedestrian Master Plan adopted Engineering Director in February 2019. The traffic analyses included traffic and parking data collection, along with Tel: 305.809.3747 the evaluation of the feasibility for the connection of the bike lanes on Duck Avenue with the smcalearney@cityofkeywest-fl.gov Bike Boulevard on Staples Avenue through the Wickers Sport Complex Park. 05/2021 02/2022 The report summarized the collection of pedestrians, bicycle and vehicular turning movement volumes, five-year crash review, field review observations, traffic operational analyses at the • intersection of Duck Avenue and 14th Street and Kennedy Drive and the signalized Pedestrian Complete Streets mid-block crossing. Bicycle Pedestrian Planning Firm's Fees Based on the results of our efforts, observations made from our field review analyses and $35,000.00 data collection, CGA provided 2 different conceptual alternatives for the proposed cross-town connector along with drainage recommendations utilizing the methodology included in the 2009 Manual of Uniform Traffic Control Devices, and the 2018 FDOT Florida Green Book. $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 85 t "' - - 7- _ ' - .: a !-;7V. - Iligaills. 4It * tali ." - - ' 7.4?".- ...,--A e . 1� , , P 0 :,,. s : ili .V : i/ n AL ie,l` City of Weston CITY TRAFFIC ENGINEER 17200 Royal Palm Boulevard Weston, FL 33326 City of Weston, FL Contact Information ui i ii,le. u' rrc;;,; CGA has been engaged as the City Traffic Engineer for the City of Weston since 1996.The city Denise Barrett-Miller traffic engineering program includes the maintenance of traffic operations for all intersections Director of Communications and roadways throughout the City. Tel: 954.385.2000 DBarrett@westonfl.org CGA provides comprehensive traffic engineering services including intersection analysis, Project Date signalization analysis and design, roundabout analysis and design, roadway level of service 1996 Ongoing analysis, public school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and • -''c neighborhood traffic mitigation. General Traffic Engineering Consulting Services In addition to general traffic engineering services, CGA reviews site plan applications with Site Plan Reviews respect to traffic engineering impacts on behalf of the City, responds to citizen inquiries :- ;,„ :. ;; regarding traffic engineering, and coordinates the interests of the city with Broward County $224,000.00/year Traffic Engineering Division and FDOT District IV. $ Not Applicable City of Miami Beach I RFQ 2023-030-ND ( General Transportation Planning and Traffic Engineering Consultant Services 86 w e. e s,,. < i 1•. ��,. in 'I" _ a ` ,, r ! y • — F 4 t _ 'a .ter ., "F. wr- i,, .., , , ' ' 101,4 i'_ • i 1� - . •- _r • /'i G ,rit CONTINUING SERVICES CONTRACT FOR Broward County Board of County TRAFFIC, ROADWAY, AND CIVIL PROJECTS Commissioners 1 N University Drive Broward County, FL Plantation, FL 33324 CGA won a continuing services contract with Broward County's Highway Construction and Contact Information at Time of Project Engineering Division (BCHCED) for traffic and roadway improvement projects. The projects Carolina Vargas under this contract range from mast arm upgrades, intersection improvements,ADA upgrades, Project Manager Intelligent Transportation System (ITS), school flasher upgrades and Construction Engineering Tel: 954.577.4572 and Inspection (CEI) of other County managed projects. cvargas@broward.org As part of this contract, CGA has to honor the commitment for 26% CBE participation, as projects under this contract come from many different County funding sources, such as MAP Oct 2020-Ongoing Broward/Surtax. CGA is currently entering year 3 of this contract with the County and has performed the following list of projects: Landscape Architecture • Atlantic Boulevard (Coral Springs Drive to SR-7) Civil Engineering • Pine Island Road (Oakland Park Boulevard to McNab Road) Electrical Engineering • Foster Road and NW 2 Avenue Mast Arm Traffic Engineering • Tyler Street and North 19 Avenue Roadway Engineering • NW 31 Avenue (Broward Boulevard to Commercial Boulevard) Surveying • Las Olas Boulevard and SE 3 Avenue Construction Administration • Andrews Avenue and NW 26th Street • SE 2 Avenue Mid-Block Crossing (South of SE 2 Terrace) $Varies by Project • Broward Estate and Oakridge Elementary School • NW 27th Avenue & Polk Street Intersection Improvements • Lyons Road and Winstor Park Boulevard Intersection Improvements $Varies by Project City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 87 It i• 1,;', 4,- a - ,*� f� .`� 1 ice. ' -^R' { �'--c a at^ + 'tt'''' r: 'iV '"lt r ft 4, ^ fie, . If • yy� ,.t.. -...- ...42 __ , ,,.„ , ,....._ _ Oislii- Ai.- , ._, N MIAMI AVENUE AND 95TH STREET Miami-Dade County INTERSECTION IMPROVEMENTSEi'6 Department of Transportation Miami-Dade County, FL & Public Works y 111 NW 1st Street, Suite 1510 The scope of the project consisted in the conversion of the span-wire supported traffic signal Miami, FL 33128 at N Miami Avenue and N 95th Street in Miami-Dade County. This project is currently under construction. CGA along provided traffic, civil, electrical engineering design services, plans Roberto Moralejo, PE preparation, utility coordination, permitting, coordination with adjoining projects, minor Traffic Eng. Division Section Head roadway reconstruction and paving, signing and pavement marking, ADA compliant sidewalk Tel: 305.375.2030 reconstruction,traffic signal construction, installation of underground conduit and interconnect Roberto.Moralejo@miamidade.gov cable, installation of monitoring devices (video detection), installation of vehicle pre-emption Project Date systems necessary to provide the traffic signalization improvements in accordance with 03/2020 10/2020 Miami-Dade County Department of Transportation & Public Works and Florida Department of Transportation Standard Plans and Specifications. :jot vices Provided Traffic Engineering Civil Engineering Electrical Engineering $45,850.00 $325,000.00 City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 88 t=85 �, Calvin, Giordano & Associates, Inc. Sk N7Ptt EA A SAFEbuilt'COMPANY lo iiip,w- . ,. s• { II M■ �; , ,,p t , . . ,,,,eAi 1 , i ,,,, ... :,, ,, 1 . , , P 1 . . ' `yrr 'ty } ,'' , 11 5: , r Cifiadifis. - • lik, I , i„. 4 , . , illithe; .„.. , . ;' ' .;4-Erif-:, IAA, N ' ,'" ' , 4 '‘.•:, !:' ,Sk . X•-;)'*.":;4••:: .. .. • ' City of Miami Beach 2.2.2 evidence of prior working experience City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 89 Sok I t 85 '�, Calvin, Giordano Er Associates, Inc. �ta`e A SAFEbuilt COMPANY QUALIFICATIONS SUMMARY AT-A- GLANCE EVIDENCEPRIOR THATPROJECTS.THE PROPOSED TEAM HAS SUCCESSFULLY COLLABORATED ON Qualifier 1. South Beach Promenade Multimodal Study and Plan Development—City of Miami Beach 2. Multimodal Mobility Study and Impact Assessment—Town of Medley 3. Wickers Sports Complex Pedestrian/Bike Path Feasibility Study—City of Key West 4. Strategic Miami Area Rapid Transit (SMART) Plan—Miami-Dade County 5. Mobility Management—City of Fort Lauderdale 6. Heron Bay Feasibility Assessment—City of Parkland 7. City Traffic Engineer Continuing Services Contract—City of Key West 8. City Traffic Engineer—City of Weston 9. Continuing Services Contract for Traffic, Roadway, and Civil Projects—Broward County 10. Davie Road Phase Ill—Town of Davie 11. Middle Beach Recreational Corridor- Phase 2—City of Miami Beach 12. Fort Zachary Taylor State Park Parking Lot Improvements—City of Key West City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 90 Eek (85 ;;� Calvin, Giordano Er Associates, Inc. VYFARS, a\s A SAFEbuili COMPANY Evidence of Prior Working Experience Below please see the matrix of CGA and our subconsultants prior working experience as a team. 6 C CJ C/) CU CO C C6 U - 70 O C) O to C = Q 0, 0 W T C) 0 0) O C C COd CO N N CMO Q COv_ CU LU i of 0C Cu cism 00 0 O U onz z F— South Beach Promenade Multimodal Study and Plan Development • + City of Miami Beach Mullimodal Mobility Study and SNA Impact Assessment Town of Medley •- a Wickers Sports Complex Pedestrian/ Bike Path Feasibility Study • 0 City of Key West Strategic Miami Area Rapid Transit (SMART) Plan • • W'` Miami-Dade TPO • Mobility Management + i • City of Fort Lauderdale Heron Bay Feasibility Assessment gni City of Parkland City Traffic Engineer Continuing Services Contract * • • ,; City of Key West ts, City Traffic Engineer City of Weston 0 0 0 • 0 Continuing Services Contract for Traffic,Roadway,and Civil Projects • fi 6 4 Broward County Davie Road Phase Ill Town of Davie 0 0 Middle Beach Recreational Corridor- Phase 2 • • City of Miami Beach Fort Zachary Taylor State Park Parking Lot Improvements 0 0 r:it City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 91 ,. . . • ', ' ' i f ,,� 1. ' le_ .0 F\\ 7. r .I+ ° - "w 1 •r' "...An 1 . il , 411 .' - � II 1 1: 1_114* Latriol , ;01 ,j" , ''.- .1 ' -; t..... * e u t 11 / A. - . ilk •' — :f SOUTH BEACH PROMENADE MULTIMODAL City of Miami Beach STUDY AND PLAN DEVELOPMENTEli4 1700 Convention Center Drive, 3rd Flom Miami Beach, FL 33139 City of Miami Beach, FL. co, ',:ict Information at Time of Project The project consists of a two-phased approach to providing much needed and improved Jose Gonzalez, PE, Director pedestrian linkages between Lincoln Road and Ocean Drive through Espanola Way.The impetus Transportation & Mobility Department for the project is to provide an enhanced connectivity promenade that is highly branded, Tel: 305.673.7000 x6768 provides wayfinding, and is supportive of the local businesses dependent on foot-traffic for josegonzalez@miamibeachfl.gov survival.The project consists of two components.The first component is the creation of a short- term,tactical urbanism strategy to do a pilot-test of the ideas,which include the partial closure 08/2021 Ongoing of Espanola Way 'East' (between Washington and Collins Avenues), the pedestrianization of 14th Place linking the successful improvements made by the Betsy hotel to both Espanola Way 'East' and Ocean Drive, the creation of an art component at Plaza de Espana to heighten Urban Planning & Design visibility, and the removal of parking along Drexel Avenue between Espanola Way's Plaza de Traffic Engineering Espana and Lincoln Road to create wider, ample walking areas. This pilot project will lead Transportation Planning to future, long-term improvements that will include the creation of a woonerf, pedestrian- Landscape Architecture priority street with landscaping,public space components,art,and lighting improvements.The Architectural Visualizations project's scope includes the development of all tactical urbanism components, the feasibility Corridor Planning study for the woonerf improvements, traffic analysis for the closures to the various impacted Bicycle& Pedestrian Planning street segments, and a visioning plan to create a cohesive experience that celebrates culture, Interagency Coordination supports local commerce, and prioritizes pedestrian connectivity. The project also includes ,;,; ; coordination and project review for methodology and feasibility with Miami-Dade County. $ 195,000.00 $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 92 a . r> , . , _ * „... I Sr , J ,,-j pIll . . i, el 00,060•410,,., r41. , ' c .1f _. . _ . E • r • ..,„ . i / /' ' f .. ..„,otp,H. 1.,._ / . : t i ,,. ; MULTIMODAL MOBILITY STUDY Town of Medley AND IMPACT ASSESSMENT 7777 NW 72nd Avenue Town of Medley, FL Medley. FL 33166y The Town of Medley has engaged CGA to conduct a Multimodal Mobility Study and Impact Jorge Corzo, PE Assessment to improve the transportation conditions within the Town including bicycling, Director, Capital Projects& Economic walking, and public transit options for South River Drive from NW 116th Way to NW 87th Development Department Avenue. The study length is approximately 7,500 lineal feet and will achieve two primary Tel: 305.887.9541 outcomes: JCorzo@townofmedley.com 1. Conduct a master planning study to identify specific transit and non-motorized Project Date: transportation improvements that will become part of work programs for the Town and 03/2021 06/2022 its transportation partners. This study will include an assessment of bicycle facilities, sidewalks, pavement improvements,American with Disabilities Act(ADA) improvements, Services Provided drainage and lighting enhancements. Transit Corridor Planning 2. Conduct a right-of-way and environmental assessment for improvements within the Transportation & Mobility Analysis project limits. Traffic Engineering CGA developed focused,cost-conscious recommendations that build upon existing resources. Multimodal Planning The study focused on linking key Town destinations together including Town Hall, Palmetto GIS Metrorail Station, residential neighborhoods, parks,and key employment areas,as well as key Urban Design destinations in surrounding municipalities. Landscape Architecture The goals of the study are to enhance the existing transportation system and mobility choices Environmental Assessment available to residents, workers, and visitors to the Town, while setting up the potential to build Public Outreach upon future opportunities such as upcoming annexations and the NW 87th Avenue corridor. 3D Renderings The study focused on pedestrian and bicycle transportation projects, as well as enhancing Interagency Coordination access to public transportation. One potential strategy to incorporate was the potential of identifying ways of incorporating bicycle and pedestrian improvements into other Town $ 91,287.94 projects such as water and sewer improvements, and roadway resurfacing projects. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 93 111111":- . r y -- _ 4 �N S 114— �_ 4_, _____.. srO'. .e....)' 04. i 1 -- -- _,� - _ . _ _ . BIKE LANE - �- -_ _' ' �'CC� -i 1 -� . t a.: • _ ir, r 0 . -,.tea.,,, .`.T _ - - - h S - Lryt1 „ t- . - _ _ — , - - -um- _ J WICKERS SPORTS COMPLEX PEDESTRIAN / City of Key West BIKE PATH FEASIBILITY STUDY6k 1300 White Street Cityof KeyWest, FL Key West, FL 33040 Contact Information at Time of Project. CGA was assigned by the City of Key West to complete a traffic analysis for the Crosstown Steve McAlearney Connector project included in the City of Key West Bicycle and Pedestrian Master Plan adopted Engineering Director in February 2019. The traffic analyses included traffic and parking data collection, along with Tel: 305.809.3747 the evaluation of the feasibility for the connection of the bike lanes on Duck Avenue with the smcalearney@cityofkeywest-fl.gov Bike Boulevard on Staples Avenue through the Wickers Sport Complex Park. 05/2021 02/2022 The report summarized the collection of pedestrians, bicycle and vehicular turning movement volumes, five-year crash review, field review observations, traffic operational analyses at the S, rvice; Provcleri intersection of Duck Avenue and 14th Street and Kennedy Drive and the signalized Pedestrian Complete Streets mid-block crossing. Bicycle Pedestrian Planning -i ;;; . Based on the results of our efforts, observations made from our field review analyses and $35,000.00 data collection, CGA provided 2 different conceptual alternatives for the proposed cross-town connector along with drainage recommendations utilizing the methodology included in the 2009 Manual of Uniform Traffic Control Devices,and the 2018 FDOT Florida Green Book. $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 94 i r Sax sa _ wl a , . .1 . iii ge -:-..A-:. 40'. -''- .' -`. � 1 ` 3«(3KENDALL CORRIQOR©0 Strategic Miami Area 1 Rapid Transit (SMART) Plan •1 1 E 1 c1 . - .i �� -,.. '® FDOTh MIA aEF)ADE i'— -lity , l _ a --rt Putrnetto Bqr /�~ f/ • '� t� 6 LEGEND PAID TRANSIT COMMIS et .,,...d.� • - = * 1`» =FMWngM Magma �Ye.a.eanMm 4...... _r ....up:. ti e' ;a'_ . ,.... \,k14 ( .....E yTnrd B E.a.ww cmidor ... . PQIT'y I .....Existing via aKeM.II Cp.dd.r SOUTH DADE'RAt lWAY CORRIDOR I ��'ca"IA'e LAND USE SCENIARIO&V61tiE8tGPAWING typo ,•••" PO0 '�,,°q i� _ ■him.,come. • .':. •• - -n h0'J // -— BUS IXRMUSW MIAOW S BARD TRANSIT SW - mast/ 1 - • Aayee Corridor •Redda'slun.d.EA...(WAN • ± V .,- V 0 1'° moss. .o'• �..+ •aa.d.E NanF. • SMi..-0adeF ) IP.' c) a)1 l.f ,r 0416, / •NW.Mim.Dade E.aieu •BMI FaPen Cn.. i► % r• cl ; '— , / Homestead • ,... wwF b.,.x •finch Now South • ..e Er"' • Honda's IVTIPM..6ia•..6.00 00,5-2060..w.N.—Mwno.s WY.•••••lu 6.0..0 E ..... ..�,—`Y-.- IIy PIOrlda City (� .,,.n.�,-....._..,.,�n,..n.�., 4 ,fie \N/••ro...o.—..,.* Revised February 2018 Client STRATEGIC MIAMI AREA RAPID TRANSIT Miami-Dade TPO (SMART) PLANSk 111 NW 1st Street, Suite 920 Miami, FL 33128 Miami-Dade County, FL Contact Information at Time of Prc; Miami-Dade Transportation Planning Organization (TPO) Jeannine H. Gaslonde, El Transit& Regional Manager CGA was selected to be one of the General Planning Consultants for the Strategic Miami Area Tel: 305.375.1739 Rapid Transit (SMART) Plan for Miami-Dade County. Of the six (6) rapid transit corridors Jeannine.Gaslonde@mdtpo.org identified by the County, CGA is responsible for the South Dade Transitway Corridor Study; which extends approximately 20 miles from the Dadeland South Metrorail Station south 07/24/2017 03/14/2019 to Florida City. CGA is providing professional traffic engineering, transportation planning and transit planning and design services to supplement the Miami-Dade TPO's efforts in conducting the transportation planning process for the SMART Plan. CGA has assisted in Transit Planning developing a Land Use Scenario Plan, conducted transit planning and transportation related Traffic Engineering technical activities; Charrettes; 3D Modeling; and, public outreach. One of the primary goals Transportation Planning of these services is to develop transit supportive land use scenarios with the ultimate goal of Urban & Regional Planning addressing the overall mobility of Miami-Dade County. Public Outreach Transit Oriented Development Bicycle & Pedestrian Planning $ 1,450,000.00 $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 95 r.q - iP _ �r .�LL1, \.'.,' - i•n „ „ ,, .l . ` .11th J ' liwitir f 4K., , _ ., it:ri A tfl:. )) l• , 42 City of Fort Lauderdale MOBILITY MANAGEMENTeN 100 North Andrews Avenue Fort Lauderdale, FL 33301 City of Fort Lauderdale, FL Contact Information at Time CGA assisted Tindale Oliver and Associates, the City of Fort Lauderdale, and the Downtown Diana Alarcon Fort Lauderdale Transportation Management Association (DFLTMA) with long range system Transportation & Mobility Director planning for the future upgrades to the Community Bus System. Tel: 954.828.3793 The City of Fort Lauderdale was a sub-recipient of a two-year Federal Transportation DAlarcon@fortlauderdale.gov Administration's (FTA) New Freedom Grant through the South Florida Regional Transportation Project Date Authority (SFRTA). CGA conducted an analysis of the City's community bus system which 2015-2017 included a review of the current service and development of a comprehensive strategy to create Services Provided a sustainable, efficient, and customer-centric transit service. Traffic Engineering Consultants scope of work included the development of a community bus master plan, five- Transportation Planning year financial plan, transit needs analysis, operational analysis and route review, security and Transit Planning system safety program plan, fleet replacement plan, staffing plan, and the development of Public Outreach performance measures. Multimodal Planning $Not Applicable t;,()r; C icior ,- $Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 96 l ____ i- - • .F._ ._ @., '-r rkLi.r:t• .-."Ti,;:r. -".i, - If 1 ' f-, r t IA., -r � ., 4.7 •, j ?-IF ., i oft I-v.---17- j411-' ___,-:..41.--- _ J : 111 • J ' t �y {' sr- _ 'fit ,t 4." :i i ^.,.1 :, `,� _. .. ; �° Jam, - ^L ✓ i ir,j, 1 a 4 ,� e Le : f'wr r aHIrmik.. i City of Parkland HERON BAY FEASIBILITY ASSESSMENTeN 6600 University Drive Parkland, FL 33067 City of Parkland, FL Contact Information at Time of Projeci CGA was engaged by the City of Parkland to provide Technical Assistance through an existing Nancy Morando Professional Services Agreement to assist in this project. CGA teamed with Lambert Advisory, City Manager who provided economic development expertise for the redevelopment proposal of Heron Tel: 954.757.4170 Bay. The work items provided to the City allowed City staff time to review and allow for City nmorando@cityofparkland.org Commission the review and discussion of the redevelopment of Heron Bay. 03/2022 11/2022 The economic and market assessment provided by Lambert aligned more with an order-of- magnitude evaluation that provided the City and planning team with adequate information ?,,- .+ r i�'rt needed to help City staff make an informed decision for strategic steps. This included a Economic Development preliminary financial analyses and observation of development challenges (i.e. Accessibility), Planning Services as well as discussion around public/private partnership(P3) opportunities for City to consider. Transportation Planning CGA Transportation and Mobility Department provided a traffic projection for the future Forecasting Planning estimated build-out year based on preliminary assumptions for the desired land uses and Public Outreach densities consistent with the adjacent roadway network. r ;�.. $28,500.00 r $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 97 i �- - L' 4.- g W i. r' 1+!~!� '/ ,,,. '""7f } :b. ONE WAY i a ( 11{ •+ ' 1 , , + r il r tv. - I ! � � wow..]u _, 0 ri. .._ 44 ; AA _ - : a I ti4' >1,i ,"tt a - :1 v- Ir '4. _ tea - e q — L -.i1-11; CITY TRAFFIC ENGINEER City of Key West CONTINUING SERVICES CONTRACTS'6 1300 White Street Cityof KeyWest, FL Key West, FL 33040 CGA has been engaged as the City Traffic Engineer for the City of Key West. Gary Volenec City Engineer CGA provides comprehensive traffic engineering and transportation planning services Tel: 305.809.3828 including: Gary.volenec@cityofkeywest-fl.gov • Intersection analysis • Signalization analysis and design 2010 Ongoing • Roundabout analysis and design, • Roadway level of service analysis ,'_ '„' ''{ • Public school traffic operational analysis Traffic Engineering • Traffic calming Transportation Planning • Citywide traffic modeling Planning Review Services • Citywide corridor signal timing progression analyses and reviews Urban Planning • Neighborhood traffic mitigation studies and implementation Architectural Visualizations In addition to general traffic engineering services, CGA reviews site plan applications with $ 150,000/Year respect to traffic engineering impacts on behalf of the City. CGA also responds to residents inquiries regarding traffic engineering, bicycle and pedestrian planning and design, and $ Not Applicable coordinates the interests of the City with Monroe County and FDOT District VI. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 98 Plir .- A , *-_ — ra✓�r- '^T; ' -ems -' i * -- 1=i.a�. � •lb. -.Yid �Y d_• - 16 Ilikaalt' 4It * ih.- • i .. , ,_ . .. - _ - ,, .,.. 7ip. - - -1 . ' '''..--,-**---- ' k I 310P1 der Nam^ - sy ." . . e , OP i . - , Atc,, , ' _ . pop . NN City of Weston CITY TRAFFIC ENGINEERek 17200 Royal Palm Boulevard Weston, FL 33326 City of Weston, FL Contact Intorn iation at Time of Pro CGA has been engaged as the City Traffic Engineer for the City of Weston since 1996.The city Denise Barrett-Miller traffic engineering program includes the maintenance of traffic operations for all intersections Director of Communications and roadways throughout the City. Tel: 954.385.2000 DBarrett@westonfl.org CGA provides comprehensive traffic engineering services including intersection analysis, Pik ,,.7 signalization analysis and design, roundabout analysis and design, roadway level of service 1996-Ongoing analysis, public school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and v `'o- F 'i<Y cl neighborhood traffic mitigation. General Traffic Engineering Consulting Services In addition to general traffic engineering services, CGA reviews site plan applications with Site Plan Reviews respect to traffic engineering impacts on behalf of the City, responds to citizen inquiries regarding traffic engineering, and coordinates the interests of the city with Broward County $224,000.00/year Traffic Engineering Division and FDOT District IV. Constructiofi CUst $Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services 99 ,,N ‘'a 0' 1 IP'` ; :;ram .;, K `r ' _4i: li J -ate= .�. ,..f. .r 4y:4` �y,,'.S'"'r��.r;14.-- `y,,. 4s'1=:�. .•-NET, f �. e. a 4 �t • , - • 1 � t a ,- ,,,„ CONTINUING SERVICES CONTRACT FOR Broward County Board of County TRAFFIC, ROADWAY, AND CIVIL PROJECTS6\ Commissioners 1 N University Drive Broward County, FL Plantation, FL 33324 CGA won a continuing services contract with Broward County's Highway Construction and Cur , ;;; i- form Engineering Division (BCHCED) for traffic and roadway improvement projects. The projects Carolina Vargas under this contract range from mast arm upgrades, intersection improvements,ADA upgrades, Project Manager Intelligent Transportation System (ITS), school flasher upgrades and Construction Engineering Tel: 954.577.4572 and Inspection (CEI) of other County managed projects. cvargas@broward.org As part of this contract, CGA has to honor the commitment for 26% CBE participation, as projects under this contract come from many different County funding sources, such as MAP Oct 2020 -Ongoing Broward/Surtax. CGA is currently entering year 3 of this contract with the County and has performed the following list of projects: Landscape Architecture • Atlantic Boulevard (Coral Springs Drive to SR-7) Civil Engineering • Pine Island Road (Oakland Park Boulevard to McNab Road) Electrical Engineering • Foster Road and NW 2 Avenue Mast Arm Traffic Engineering • Tyler Street and North 19 Avenue Roadway Engineering • NW 31 Avenue (Broward Boulevard to Commercial Boulevard) Surveying • Las Olas Boulevard and SE 3 Avenue Construction Administration • Andrews Avenue and NW 26th Street • SE 2 Avenue Mid-Block Crossing (South of SE 2 Terrace) $Varies by Project • Broward Estate and Oakridge Elementary School • NW 27th Avenue & Polk Street Intersection Improvements • Lyons Road and Winstor Park Boulevard Intersection Improvements $Varies by Project City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services100 ,i V I A A or N 1 41111101.01.10. // CURB'NR) -_: — id 0 El) V „. 4 t . „. . 1 Ar . . u, , MMR9 WC WU UHE 13+MEDVM Er ,URN W ' I WC A 1101 MKO INE . !NN 1 t n 1 10'R1711I OF MY e1Y WI 7qm UN 10 NA law 1 Town of Davie CRA DAVIE ROAD PHASE III 6591 Orange Drive Davie, FL 33314 Town of Davie, FL This project,for the Town of Davie Community Redevelopment Agency(CRA) and the Town of Jonathan Vogt, PE Davie (Town) is to revitalize the downtown area on Davie Road from Orange Drive to SW 39th Town Engineer Street which is currently a 5-lane road with a two-way left turn lane.The scope include milling Tel: 954.797.1113 and resurfacing the existing roadway, constructing medians with landscape and irrigation, jonathan_vogt@davie-fl.gov street lighting upgrades to LED, and pavement markings and signage to include a shared outside lane to accommodate bikers as another means of transportation. 2019 -Ongoing The project plans included modifications at the intersection of Davie Road and SW 39th St. to accommodate a northbound U-Turn, modifications to the alignment to provide wider sidewalk on the east side of Davie Road just north of Orange Drive, and replacing existing lighting on Traffic Engineering the bridge between Orange Drive and Griffin Road.A Pedestrian Study for evaluation of marked Roadway Design crosswalks at mid-block and uncontrolled approach locations along the limits of the corridor was Signing & Marking performed. Permitting was required through Central Broward Water Control District(CBWCD), Drainage Broward County Highway Construction and Engineering Division (BCHCED), Broward County Lighting Traffic Engineering Division (BCTED), Florida Department of Transportation (FDOT), South Landscape & Irrigation Plans Florida Water Management Department(SFWMD), and the Town of Davie. $393,935.00 $ Not Applicable City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services101 I' i 7. a !, '�++ ' %,+ .a4 w - 1. '4 .r ' N r, oi„ Pv�. 0 - lakili` � P;K. ' •- '* 1 `w'' - • IA a , w. ; A n - ligr, r •� - k ` � � 'ate ii.,,,,,,I. �. f tAl V' ',, - ' _ o • ,... ;". w „la • 4‘ , MIDDLE BEACH RECREATIONAL CORRIDOR — City of Miami Beach PHASE 2eik 1701 Meridian Ave, 3rd Floor Miami Beach, FL 33139 City of Miami Beach, FL Contact Information at Tlinc u, o;,, CGA was contracted by the City of Miami Beach to designed and permitted an on-grade, Ariel Guitian ADA-accessible pathway that supports the use of pedestrians and cyclists and an integral Senior Project Coordinator, Office of CIP component of the City's overall resiliency and climate adaptation plan, directly supporting the Tel: 305.673.7071 ext 4105 City's investment in strengthening the dunes for storm surge protection and by providing a ArielGuitian@miamibeachfl.gov critical component of its alternative transportation network. The project is a part of the greater Atlantic Greenway Network(AGN),and comprises a critical component of the bicycle facilities 2012 2019 throughout the City of Miami Beach. It connects Indian Beach Park on the south to the North Beach Recreational Trail at Allison Park with a 2-mile paver walkway, continuing the City's r',i, -, unique branding qualities. Landscape Architecture The path was permitted in accordance with the Florida Department of Environmental Civil Engineering Protection's and the Florida Fish and Wildlife Conservation Commission's regulations, as the Electrical Engineering entirety of the project lies within State-owned lands. The scope of work included extensive Resiliency Design Environmental Permitting public outreach, branding and site design, coastal engineering, dune planting plans, lighting Construction Administration design, and bidding and construction administration.The project connects business districts, cultural/tourism centers, parks, residential neighborhoods and the beaches, and it completed i '. a major portion of the essential north-south connector of the AGN to facilitate pedestrian and $534,000.00 non-motorized transportation throughout the City. $ 13 Million City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services102 k Atmorar Ilikt . :°II _J --.. fi 4sA7? Ittlitilni - e u ,w- . _ • kT - ,_ - ;'j,' , FORT ZACHARY TAYLOR STATE PARK Florida Department of Environmental PARKING LOT IMPROVEMENTSek Protection Agency Cityof KeyWest, FL 3800 Commonwealth Boulevard 260M, MS520 Florida Department of Environmental Protection (FDEP) Agency obtained CGA for the design, Tallahassee, FL 32399 permitting, and construction services for this parking lot improvements project on the state- owned lands located at the Fort Zachary Taylor State Park within the City of Key West, Florida. Ms.Teri Carron Preconstruction Project Manager CGA's design included existing gravel limerock scarification and recompaction before asphalt Tel: 850.245.2721 paving to seal the overflow parking lot to serve the Zachary Taylor State Park. Parking lot Theresa.Carron@dep.state.fl.us modifications included driveway connectivity to provide additional parking during peak season park attendance. Project includes modifying drive aisle locations, parking lot reconfiguration, 09/2021 Ongoing ADA accessibility, pavement marking and signage,tree removal and proposed plantings,along with drainage modifications to newly permitted project through FDEP and SFWMD. Services Provided Landscape Architecture The construction phase is currently in the bidding process. Civil Engineering Surveying Construction Administration $52,589.00 $335,576.00 (Estimated) City of Miami Beach I RFQ 2023-030-ND j General Transportation Planning and Traffic Engineering Consultant Services103 „,.„,,._...,,, - , ,,,. - , , .,.,.....„,„ .. .,,..„:„.,„,,....,..,,,,,,,, , ,:: .., , , , . ,. . , ,\, ., , . -, �. TAB 3 •,. ,. . ..., .,,,,, _, ., r > ;fitPI ,#�' ` - �. ,%Villa .4. , f 1 s II�I1\11UI I w• y - _ ' r . t,r• Si II”' �, .... City of Miami Beach approach & methodology 104 eek ;r85 ; Calvin, Giordano & Associates, Inc. \, f A SAFEbuilt COMPANY APPROACH & METHODOLOGY Traffic Engineering & Transportation Planning Services , The CGA Traffic Engineering Team and Transportation Planning Division specializes in the provision of transportation planning and traffic engineering 2 services to a variety of municipalities including several coastal communities ,, with barrier islands, offering an in-depth understanding of the regulatory -": :4:. -,i , framework and fiscal boundaries under which local governments operate. l Our division is skilled and responsive to a wide variety of transportation planning • ���l;c 4* and traffic operations requests that may originate from City Staff, Mayor and , • , � Commissioners, the municipalities' residents, and all the municipality's various "�` ' clients - developers, contractors and other service providers. CGA staff has been involved in transportation planning and traffic engineering contracts with the Florida Department of Transportation (FDOT) and many other public and T is GI, :,"11' i; private agencies throughout the State of Florida providing similar services to those required by the City of Miami Beach. Since its inception, CGA has served as a OUTH 907 professional consultant to various municipalities throughout South Florida, many �i !r6 Afton Rd of which have been repeat clients for more than twenty-five (25)years. 1 'I' Traffic Operations ti When the need arises for a traffic study, the traffic team will actively pursue �i the use of the latest industry technology, such Advanced Traffic Management ,' Systems and Intelligent Transportation Systems, to achieve efficient traffic '�.� operations. Staff will utilize macroscopic and microscopic simulation models with Synchro/Simtraffic, HCS+,VISSIM and CORSIM to keep traffic flow moving ;,':. with minimal conflicts which creates optimal travel time. Y ` `L - - This analysis can be used for the preparation of: - • Traffic Impact Studies • Traffic Signal Retiming Studies -Traffic Signal Optimization and Operational Analysis -MOM • Transit Signal Studies • Conceptual Engineering and design alternatives Joffe �,, In . . `� Parking Studies - Parking Utilization, Shared Parking Analysis ~ • Traffic Signal Warrant Analysis • Roundabout Analysis • Turn Lane Warrant Analysis • Project Trip Generation, Trip Distribution, Trip Assignment and Internalization •`,y: h' • Arterial Link Analysis r '- • Queuing Analysis and Studies • Traffic Modeling and Simulation • Congestion Management Process and Design Traffic Forecasting • i '' • Access Management Studies STOP City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services105 Elkr ; (85'�''� Calvin, Giordano Er Associates, Inc. k4�\ A SAFEbuitt COMPANY Traffic Safety 4�111/ r."- Many traffic and transportation issues are related to traffic ISO - #! safety. The CGA Team develops and implements innovative .*Wit -- methods, materials and technologies for transportation safety .:•1v*°'''". of the transportation network. We work closely with FDOT, .• Counties Traffic/Transportation Departments, Metropolitan , Planning Organizations (MPO) and local agencies in Florida, = •i i 14 -'--,-_ as warranted, to establish and develop data driven solutions '' :,IIM 1 I■ 1 r f'_' to safety issues in the transportation system. In identifying ' "'b'* $Am-- , and managing safety issues, CGA will utilize safety analysis �' _� — tools such as Signal Four Analytics, the Highway Safety Manual, PEDSAFE and BIKESAFE. CGA is committed to '_,-- use the appropriate data collection and analysis strategies to determine the countermeasures and prioritization for ti implementation. r These tools can be used for: ' • Safety Planning and Analysis • • Crash Data Management and Analysis V' • High Crash Location Review L-` 1•- •• - • Roadway Safety Audits ' - _ s' '' ' .•. _ t • Pedestrian Safety Studies • o + - , ,;,• $^- r • • Bicycle and Pedestrian Safety Action Plans• ' • w."� '�' y r • Qualitative Assessment • -' :�;_ y'♦ r ,'A' '�', • Strategic Highway Safety Plans . •• ,: r� / ' The CGA Team looks to complete projects that reduce ..•'r 'tea. ;f_ ;`'-y'., i = ' ,�• GIN and immediate or future risk or addresses a safety hazard pi ., .. '� T _ r or safety need. The City has installed Rectangular Rapid il� ___ - .- • __ ._ -worm _4 _ - Flashing beacons along a number of road segments including - ._ '— _ _ � Alton Road in order to provide for advanced notification of — " - _ - a midblock crossing. The CGA Team has the expertise in -•;.-.-..---_- '" - evaluation of high accident/crash locations and has been using Signal Four Analytics to evaluate these locations for t. other municipal clients such as the Cities of Weston and - Pembroke Pines. Signal Four Analytics is a program developed by the 0 % , ,: tj-I , University of Florida, which evaluates crash data from the r _ Florida Department of Highway Safety and Motor Vehicles. e_ .i - - Crash Data is updated nightly and are geo-located, which _ T s _ s:> . • allows them to be shown on an interactive map and be _ �'°``°' presented as a spatial distribution of crashes. Intersection _ `' and road segment crash data analysis can be performed for / ltilq certain timeframes to evaluate types of crashes (vehicle/ "' bike/ pedestrian), time of day, road condition and other - — — --- variables through the use of Signal Four Analytics. Signal Four Analytics is a critical tool in synthesizing crash data and ` evaluating citywide assessment of locations with potential for safety improvements. This can serve as an impetus for _ `at Z. potential Capital Improvement projects in the future. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services106 (�Elk .85 Calvin, Giordano Er Associates, Inc. a ,Vela A SAFEbuilt COMPANY The bubbles shown on the exhibit below, represent the different locations with crashes and the numbers in the bubbles represent the number of crashes at the respective locations over a 5-year review period. A priority list is then created for future funding based on a certain threshold value of crashes (like 50+ crashes) and study these locations for potential future capital improvement projects. Crash diagrams are also created to show the location and type of the crash. A similar map/list can be generated for only bicycle related crashes to help update projects included as part of the Transportation Master Plan and/or the Bicycle and Pedestrian Master Plan or even to support different multi-modal driven grants including ones offered as part of the Miami-Dade TPO localized initiative programs. F. wNN. , .r',ow , -F.r et-i.. . COY ♦ , ,...10.0 0 . t TOTAL M OF INCIDENTS■152 CASES har66.66 s s a, e. . . rl 4i der 0 . .. 4 .- �yiynw.� ♦ .. ....... i - :. •Yip Traffic Design .,, ' The CGA Team leverages traffic engineering expertise in order a a,,-, r, to provide design solutions that consider traffic operations, 4, ,r;Yti, , 4, � 4 traffic safety, context sensitivity and constructability within t• - the transportation infrastructure network. ,, . __+ 4> Expertise and Services include: ,.'max Ot, �` ' , `/"�` • Traffic Signal Design r,`.-. 4; Or 'r • Pavement Marking and Signage Design ;� -..1 • Neighborhood Traffic Calming Design ;r r 6 .t....;z,-, e. / gym y • Roundabout and Traffic Circle Design . - .,,. 11 • Pedestrian Midblock Crosswalk Design �y - ; ` ,mii, : v, • Crossings at Uncontrolled Approaches . 'il• 1 �k;, �.'s` .1�-.'_ '; • Safe Routes to School Design rr i r,. ;, `" " • Corridor Improvement Concept Design - . k.# �I �- p w • Maintenance of Traffic/Traffic Control Design ..4. -:,_, -~ - - - • Intelligent Transportation Systems Design - - City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services107 (851 Calvin, Giordano & Associates, IncElk ‘tZEN7,9 A SAFEbuilt COMPANY A typical work authorization request related to traffic design generated by the City staff or a resident would be handled in the following manner: • Schedule a meeting with the Director of Public Works and other relevant staff at the City to discuss the issue or request in specific detail to establish the methodology for the completion of the traffic design services. The methodology would include the identification of the key issues and define which design services are necessary. • A field visit will be scheduled to determine and observe actual field conditions and identify any specific design constraints early in the process such as such as: apparent right of way issues or apparent utility concerns. • A basis of design memo would be prepared to define the parameters of the scope of work for the work authorization. For example a traffic signal design modification project's, basis of design memo would establish the need for new topographic survey services, geotechnical investigation and testing, structural analysis, subsurface utility engineering and aerial base mapping services. • A preliminary opinion of probable cost would be prepared based on the initial basis of design memo and parameters agreed upon by City staff. • A determination of the design submittals required (30%, 60%, 90% and Final Construction Documents) would be made and discussed with The City and a final schedule would be created which would define the deliverable dates for this work authorization. • The work authorization's notice to proceed would be issued and the design services would commence utilizing the agreed upon Computer Aided Design and Drafting (CADD)tools such as Open Road/MicroStation and AutoCAD—as well as Geopak, Civil 3D, Auto TURN and GuideSIGN. ,. A • .a1W•" " **I * i fii ilf. la '-.'' Olt ''.A,I "I — ,4 ( I! _... AgeilL .._.: -;. - �_Aar -. - z s"• .2, - _ y 85 t Calvin, Giordano Er Associates, Inc. 608k �� q+�so A SAFEbuilt'COMPANY Transportation / Transit Planning The CGA Team completes transit planning efforts for pr government agencies including establishment of short term and long term vision plans. CGA is committed to assisting with '-••• the assessment of service performance and goals, expansion k 4 1• ,, , 40 c of dedicated transit routes and service, evaluation of corridors and determination of ridership and transit demand forecasts. ki CGA Transportation Engineers and Planners have expertise - with urban design, neighborhood community planning and sustainability, which assists in the development of public --7: .__ ` " transportation solutions that transforms places into vibrant, livable, sustainable communities. CGA Transportation Engineers and Planners has the expertise -- to assist with the Transit Oriented Development Planning with the creation of compact, walkable, mixed-use communities ilt - centered around high quality transit and rail infrastructure. • Transit Development Plans, including Rapid Transit Plans i , - • Transit Corridor Planning _� II �� i . i ,, ,�, •,i Mobility Hub Station Area Planning 1 af? yam;, -s a;_!, � • Transit Oriented Development (TOD) _ • Feasibility and Alternatives Analysis e • Transit Capacity and Quality of Service As-needed support from our subconsultant Toole Design, they will also provide transportation/transit planning. !Iirgq Transportation Planning If a community plans for cars, it gets cars. If it plans for people, ,/ it becomes a place. We propose a "people-centric" approach " �,. ,��\ - to Transportation Planning that helps increase safety, comfort,•.. •-' 't`;. and connectivity for the City of Miami Beach. Toole Design = ' ,• iiii has extensive national experience completing transportation „ ,; J studies that serve the needs of multiple user groups. We also understand the importance of having our analyses fit the a f ' ` `"` -. of the project and we developour approach, metrics, .,,,feu..,,, 'rill I objectivesP 1 PP '�� and assumptions to address the specific project needs. The W ;i++iii'",., results of our analyses form the basis of recommendations that solve a range of transportation problems in areas such as arterial systems, traffic signal operations, intelligent - • transportation systems, and the interface between autos and I other travel modes (e.g., bus, heavy vehicles, cycling, and -A. walking). Clients across the country rely on our studies to turn I roadways into sustainable, safe and comfortable places that foster social exchange and promote economic growth. I We also believe that the analysis results should inform ....,.,s I II f1411:. W 1 r ,.A project decisions, not drive them. While we are mindful that s transportation studies must consider the transportation needs . f4 '• - - of all users (regardless of travel mode, age, and physical II y __ ability), we also realize that these projects influence broader -11:- ,= _ .-, i-1, ► factors such as economics, livability, health, social interaction, r and civic identity. We understand that the success of a project City of Miami Beach I RFQ 2023-030-ND l General Transportation Planning and Traffic Engineering Consultant Services109 (80, Calvin, Giordano Fr Associates, Inc. Sek A SAFEbullt COMPANY is highly dependent on how it impacts the surrounding community, 4• their environment, their quality of life and their economy. ,,\ _., _ T Consequently, we make sure that our studies convey and consider Z lyk \ -. more than just crash, congestion and delay statistics—we also , ,, \ iv , address what really matters to the users of the system: safe, 111,E , reliable and equitable access to jobs, education, and recreation. ., ; . , We recognize that these types of tasks will require expertise in data '' analysis, scenario modeling, prioritization, illustrative renderings/ -, - '' visualizations, design, and integrating public engagement.We also know that the various user demographics have different needs, , ar desires, ability levels, and travel patterns that manifest themselves !" ! V r, '. depending on the numbers and types of users and the context. _ _ p 9 Yp r 1 We have completed transportation projects for more than 250 ` - • communities throughout the U.S. and our team brings extensive , expertise in all aspects of transportation, bicycle, pedestrian,trail, and micromobility planning and design. From existing conditions - _' --1 analysis and public outreach for corridors and neighborhoods, �y . to trail masterplans and implementation plans for entire cities, counties, regions, and states; we have extensive experience °^v working on all scales. Our general approach to Transportation Planning is based on the following guiding principles: Build a Connected Network for Everyone - The tasks from this contract are meant to address the needs of users of all ages and abilities for a variety of trip purposes. Identifying who uses and potentially could use the facilities, their origins and destinations, - their trip purposes, and the obstacles/high-stress locations are ,;` important to building an effective and well-used network that ,. meets the needs of the community. Individual facilities need to be ti" t comfortable to use and also link to surrounding communities and destinations. Context and Design Details Matter - During the development of k71' II � - L - recommendations, it is important that the communities' values �y" •' • I • ��r�''' 4�� and the forms and functions of the streets be used to help -L - shape the designs, so they contribute to the place and increaseii. `' community identity and pride. To the greatest extent feasible, our recommendations will be practical and inclusive of cyclists, pedestrians, people with disabilities, motorists, and emergency ,.." § . services. Issues such as utilities, drainage, curb ramps, lighting, '. „ 9. street trees,and traffic control will be considered early onto ensure that the design recommendations are feasible and cost-effective. F .Ait'f` : �• ' , Beyond simply serving as active transportation corridors, these �' '" facilities will help to foster and strengthen existing community . interactions and connections, increase equity, catalyze economic '. . fig growth,and contribute to a stronger sense of place in Miami Beach. .- ' Be Bold but Realistic - Concepts are worthwhile, but change can c-{;. .1'._ only occur if the projects are built. Our goal is to ensure that our '`� i ,r i projects have community support and are feasible. Our project ' '� I } ' .a ,.. k team has seen numerous active transportation projects through f i -:"'l] i ► O 1 Y to construction, and we have successfully addressed a variety of , . , - challenges such as physical constraints, limited funding, diverse __ -_ stakeholder interests, operations and maintenance challenges,and -y Y T f �'- __- ��4. - . safety problems. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services110 Sok I (85' Calvin, Giordano & Associates, Inc. A SAFEbuilE COMPANY Transit Planning or r !- Access to transit service is a foundational component of a safe, sustainable 4 1 transportation system. We need to think beyond the transit station and focus on ''" ,.'- the connections to neighborhoods and destinations to ensure safe and continuous ' i i connectivity from when you leave the door to arriving at your destination. While • - ,• . .�. we understand that the primary goal of transit providers is to transport passengers ,'to 0 � to and from their homes, jobs, and other destinations, it is also important to note •sii 071 ing !— " that these transit trips are made door-to-door, not stop-to-stop. Whether by foot, 'II wheelchair, bicycle, or other assistive device, everyone who uses transit is a R•I t. fa i • - �' i pedestrian at somepoint so, pursuinga safe transit system begins with a safe and `_ 1' -I ' Y 9 --'� 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 4 t v • 1, --ii•■ conducted extensive studies on the multimodal issues common to many U.S. - transit corridors, such as bicycle and pedestrian crossings at transit corridors, • - A+- , - -�_ Ili bicycle and pedestrian access to transit (including first-/last-mile access and . ` . —1610.1 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 that bicycle _ %-. ``- • and pedestrian access and circulation are incorporated from the outset (and in turn leveraged as crucial tools for reaching ridership goals); we have experience - - :, co-locating bikeshare with transit; and we have developed innovative designs for ,5_e separated bike lanes and transit stops. j. In our approach to each task,we will leverage our transit expertise working for both , - - small communities and major cities, including work with large, multijurisdictional _ ,' transit agencies across the country. Starting from the earliest planning stages •and working all the way through project engineering, we consider all modes of `y P transportation as well as land use, housing, economic development, environment, and public health considerations to create functional and inviting public spaces for " • • all.Across ourteam's practices,we share a collective commitment to equity-based •1 solutions centering community voice and participation.Engaging communities and ;• 4.. stakeholders from the beginning to the end of a project process is a cornerstone ��"It.,. ^I of our approach. To create culturally, economically, and environmentally sensitive " "�' 5� designs requires the voices of the community, and we are adept at translatingce `. • '' ' feedback and distilling it into design solutions. I _ _ ,f,"r . - In addition to our work on individual transit routes and systems,Toole Design has `' 1 also developed comprehensive design guidance for several federal and regional authorities focused on accessibility and safe intermodal connections. We have used authored or co-authored numerous national publications focused on transit for FHWA, ITE, and the National Academy of Sciences. Examples of our 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) X - ''''' w • Process Guide for Creating Accessible Pathways to Transit Services (ITE) •_ _ - - ,_ • Alameda-Contra Costa Transit Design Standards 41 • MBTA Design Guide for Access hi, • 2019 AASHTO Guide forthe Development of Bicycle Facilities(forthcoming, - / includes detailed guidance on transit-related design features) ' City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services111 r� (85) ''; Calvin, Giordano & Associates, Inc. 6Ink 14\ A SAFEbuflE COMPANY Data Collection NDS performs all tasks in accordance with the procedures and Colli Ave/SR A1A&Espanola Way Peil specifications identified in the Manual of Uniform Traffic Control s:11nur Turning Noremem Quint Devices, the FHWA Traffic Monitoring Guide, and the Highway p 2,.,.02,p002 . �,..., y6,„,,, Capacity Manual. 6.�� SOUTHBOUND D..625,102, 1 0100.Vi.W W 11 us 0 1 200 in OW.JJCO. i Site Data 920000 0O90ge ,.9., .09 ;fit 0 6 4.11 seen 2:9060 02 Oft i w I 0640 gb A. k 12 263 0 ! 266 nl 41000.0mry NDS will provide detailed site data for all counts requested.This — " ., + 4 U 4 - �en °. data will be recorded on-site,while data collection equipment is 0 ° 0 0 6 t 0 0 15 122 100 C installed, and with supporting photographs e s O r 0 '0 .weber 0 c a 0 , m Intersection Turning Movement Count Equipment I : fp t ®ss 9 c e . 9 0 , NDS utilizes proprietary video camera systems for turning , M . b 0 0 movement counts, pedestrian counts, bicycle counts, and - » %i 41 t e w — W other multi-modal or micromobility observations. Our units Obl� ' 40 ° 9* >� 0 •" M""'" contain the most technologically advanced hardware available J5 f z_ "°' "' ' '" T11 ' `°°" —1 .L_ IfJ 10 .. 2„ . ,.. r 2J to. for temporary data collection. These systems are capable of „®ro NORTHBOUND o;o recording for any duration of time and in extreme weather e r— «-•.,.,„.• - o I— conditions. NDS camera units are built with extremely low "''"°°"' KT1M°°'° lux rated cameras sensors, allowing for visibility in all lighting J;f c L oo', , I : -, t ; ; J=z�L conditions. NDS units are capable of capturing any size .; °•gym* -4 A� .... t co intersections, segments, and other points of observation —1'$ T -` •° -1a s- through the use of one or more synced cameras. This includes `"' ' #I 8 : small rural intersections, large multi-lane urban signalized ,1%'`L '"°" t " t "r J''cL_ intersections, small or large roundabouts, and intersections 07®% 0 N. t I t t I t ;fib :: with cut-out movements such as slip ramps.The NDS system's SD card storage can support up to 5 days of continuous video footage before replacement. NDS cameras are mounted at the base of an existing infrastructure element using an aluminum chassis with non-harmful rubber pads as contact points. NDS can utilize a variety of infrastructure elements for installation, such as poles, street signs, and trees. Installations do not obstruct visible signage. If available infrastructure is not present, NDS utilizes custom-built heavy duty base plates, placed safely outside of the public right-of-way for installation. Each camera contains a telescopic pole that extends over 21 feet vertically for an unobstructed view of the intersection or other desired point of view. NDS camera units do not require external power for operation. NDS video files record in 30-minute .avi file formats and will be converted to .mp4 formats for delivery as specified by the RFP All videos contain date and timestamp information clearly displayed during review. Videos are recorded in 30 frames per second, in 480p resolution, 1.5mbps, and playable on Windows Media Player (although we highly recommend VLC, a free-to-download player). Cameras may be used for Turning Movement Counts, Volume/Class Segment Counts, Screenline Counts, Delay Studies, Gap Studies, Queue Studies, and many more observation-based studies. Methodology Field staff review all locations in advance of field deployment to locate existing infrastructure for installation. In coordination with the scheduling department,field staff will determine a safe place to park and an appropriate work safety plan.The number of cameras installed per site is determined by multiple factors including: safety, intersection size, intersection configuration, overall visibility, and probability of obstruction. Intersections with offset approaches within one hundred fifty (150)feet of one another at their nearest points will be considered one intersection. Prior to equipment installation, NDS local Field staff perform an on-site initial assessment of each location in an attempt to identify anything that may interfere with the equipment or jeopardize the accuracy of the count effort. If something is identified, the Operations Manager will be notified immediately and the count will be placed in a pending status until the Operations Manager provides further direction. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services112 Si\ (85) Calvin, Giordano Er Associates, Inc. A SAFEbuilt COMPANY Data will be collected per the following conditions (unless otherwise specified): • Monday PM through Friday AM • 06:00-19:00, 06:00-20:00, or 24 hours • Videos will be reviewed for pedestrian, bicycle, and vehicle classifications • Pedestrian activity will be separated by crosswalk (or crosswalk area) and by direction of travel in the crosswalk (or crosswalk area) -the crosswalk area is defined as an area 50 ft within the intersection proper • Bicycle activity will be separated by crosswalk (or crosswalk area) and by direction of travel in the crosswalk (or crosswalk area) -the crosswalk area is defined as an area 50 ft within the intersection proper • Bicycle activity in the roadway will be separated by movement and by direction Installation Cameras are harmlessly secured to existing infrastructure off the roadway using thick rubber pads at all contact points, strapping, a chain, and a lock to prevent theft, vandalism, and movement. The process for installation includes: • Securing the chassis/pole to existing infrastructure using two (2) lashing straps, ratchet straps, or metal straps;a lock and chain are used to prevent theft • Raising the telescopic pole to 21 ft in height • Turning on the camera unit • Placing an SD card in the DVR and programming the DVR to record for the duration of time requested • Using a video viewer to verify the required field of view Checks For multiple day studies,field staff will perform a daily check at all locations to ensure that the equipment is in working condition. Removal The equipment retrieval process removes all visible evidence of the camera unit. Data After the data collection period has ended, video files are promptly transferred to NDS' centralized video server for data reduction, quality review, and data delivery preparation. The intersection video footage will be made available upon prior request. NDS does not use algorithmic video software for video reduction but has instead spent well over a decade building a human driven video team with various levels of quality control.Through numerous empirical studies, NDS has determined the accuracy of algorithmic video watching to be between 90-95% accurate with several limitations pertaining to FHWA classification groupings, general flexibility, and other observation-based studies. In response to these limitations, NDS utilizes an in-house video reduction team along with a multi-stage QAQC process that consists of extremely detailed and tedious training protocols for all video watchers. Our video team is broken into two departments;the video review team and the video spot checking team. Further details are outlined below in the section titled "Quality Control/Processing" below. Data reduction for roundabouts will include origin-destination tracking for all legs and vehicles. Data reduction for all other intersection configurations and classifications are performed using standard counting methods that track the approach and departure for all classified items at each intersection. In addition to these methods, the video team submits an internal report detailing traffic conditions (incidents/accidents) and field observations to the NDS project team for review, communication as necessary with the City and the CRTPO, and inclusion in the site data. Data and video preparation and submission details can be found in the section below titled "Data Preparation and Submittal." City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services113 `85 's Calvin, Giordano E Associates, Incelk IticEARV A SAFEbui@`COMPANY A successful vision relies on planning for the mix of land and the densities of workplaces and homes, putting in place the necessary regulations and guiding the design and quality to create livable and vibrant communities. The CGA team has been able to plan mobility options for Miami-Dade County residents and visitor to promote economic competitiveness. Part of our experience includes our involvements with the development of the Strategic Miami Area Rapid Transit(SMART) South Corridor (South Dade Transitway) Plan. Recognizing that transit supportive land use plays a critical role in the success of major rapid transit investments, The SMART Plan's intent is to help achieve county and community goals through the integration of transportation land use planning and development of strategies.The projects associated with this initiative are intended to significantly improve transportation mobility throughout Miami-Dade County, providing a world-class transit system that will support economic growth and competitiveness and link the County more effectively to the local, regional and national transportation network.All the individual corridor studies evaluated the implementation of a cost-effective rapid transit system and infrastructure improvement along the Transitway as part of an overall interconnected rapid transit network. The CGA team shows a strong understanding of station planning that can be demonstrated through countless projects across the country and locally, including: • SMART Plan (South Dade Corridor) • TCRP B-38: Guidelines for Providing Access to Public Transportation Stations • City of Fort Lauderdale Mobility Management/Transit Master Plan • Project Management Experience for numerous Transit-Oriented Development (TOD) programs CHAISE IIE SERIES-PUBLIC INVOLVEMEN I C:HAKL I IL SERIES-PUBLIC INVOLVEMENI Summary of Votes for Exercise 2 fpalo goo o'a 0a„iaaotuk< Summary of Map Comments o g wR�aer �Y- . City Center(Example 1) City Center(Example 2) ' 1 lorbinablen��1 At Naran,a There s t ,� a lot of development s planned and under ( "- am9sw awl mns[rutYton 11 44.44' ) ( nd that i ¢ I. en of the vbn O ! A.,, 3 t- 7 0...., 5 y r - _ , At SW 152 st.City r g I e wJ: 'y\V and mwn Cancers In j - ` - ` adjacent park i it _ _} At Cutler Bay Move stanon to SW 10001 ' .t {4 At Princeton Cons der Town Center(Example 1) Town Center(Example 2) - a trolley that would go • '� At Perr ne/Quail Roost D K`'. ` +gtrough the AG Reserve to a 3 Z there is a TOD along Wert side ` \l g tourists and others to planned nation farms and markets. 1.' % - ICI if _ �. -. I i' m-between Princeton one th UDB. , . � �•a. j�i'-` � ' ag Kultural lands as a- n -• �- Goulds Future Parking for • t - farms.< buses(BRT)around SW 122th '* Ap, j P'I Rom$ Ave and SW 232nd Street on ' -U side of stanon At Marlin Rd-Need a rasl Neighborhood Center Ire(Ex rime 1) Neighborhood Center(Example 2) stanon p _ At N ja.Nees " ' afford bl b[no[ ter,' scnrd- do asm c e - �1 La 1 ILL B tt bke —.. number of recreanpnal _ V L 4 •,�{ r b cycl sts At SW 344th Sr:The s'-.u!" t ° r t� _ ' - lOt be loops In front I I � of the Walmart on the •! .}'d4,� w" q At SW 344th St Need a y•r East side Charrette Series-Public Involvement 52 Charrette Series-Public Involvement 58 City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services114 C 1 �+85�; Calvin, Giordano & Associates, Inc. AI+d A SAFEbuilt COMPANY i \ The CGA team creates transportation solutions for all users Civil Engineering, Roadway and Highway Design and modes of transportation in order to improve the quality The CGA team has extensive experience in the design of life and support livable communities. CGA Transportation of roadways and highways. Our Roadway & Highway Engineers and Planners create streets for everyone no matter Design Division works with the FDOT, as well as many of who they are and how they travel. CGA is committed to our municipal clients to design interchange modifications, planning and designing transportation infrastructure facilities roadway widening projects including regarding, drainage with an emphasis placed on the joint use of transportation and striping, median modifications, complete streets grant corridors by pedestrians, cyclists and public transit vehicles. improvements, and intersection upgrades as well as turn CGA Transportation Engineers and Planners are recognized lane additions or other offsite improvements required for new as leaders in the combining Placemaking with Thoroughfare developments. Expertise and Services include: Design together. CGA has created Complete Streets Manuals and Updated Government Agency Policy Regulations and • Resurfacing, Restoration and Rehabilitation projects Framework, which allows flexible design decisions to fit • Roadway design, bicycle lanes, sidewalks, signing varied conditions. CGA's planning and design solutions will and pavement markings, signalization include design of the entire traveled way in order to enable • Street design incorporating urban concept safe and efficient access for all transportation users in the emphasizing mixed- use facilities built environment. Expertise and Services include: • Complete Streets Manual Development • Complete Streets Regulatory Policy Implementation • Bicycle and Pedestrian Facility Infrastructure Planning • Lane Repurposing Studies -4,&. ,.! - - ., .;opie- - - - .. . f_ !� ors ` , Nj (` _...fr __ ~ .�+s, f- ..• S 1 3WO • cite bike ,0; = ,,r . . • r Citi Bike Miami — �— tom . iii r nJ City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services115 Aw• '" ..4 - .• k , -el • '''.4 ,, ,,,. ....4„ , , . 4,,,oir , ,j; , ,)* — ,4 .' ' ' .--rig' ; ' .' ,,),, '11411111P • . ''' .1,"4.410 ..‘ ' ia: .1'4. Jr : .•...,4.,, t, Wr- si•t••; *- )'• .',.'11...`.• 14 : ), * ‘.4.*. .":4.?”,:it . , OU --.........,_,...., - a . ' __� JAk 7`ic `- - _ Yr i 1. _ • ''‘' A mi, ---- r' " .M'rref '1.4'.r R ! om• . .i ' Ai- C( �4 • `" e .. • ♦ K 1 4r' rn1rf r!'n' th 41 I ►Vpflllle r tipc' The Miami Beach Transportation Master Plan was built on . a mode share goal and modal prioritization strategy, which ! , places pedestrians first; transit, bicycles, and freight second; _ u and private automobiles third; which are the clear goals of a F �` . ` livable City.By understanding key factors such as connectivity, safety and affordability, opportunities for active transportation ' '°' ' (physical activity) can be created and areas that need a better `r''"• f : ' transportation system can be identified. . . • ; The CGA team constantly reviews high-quality Bicycle and .*..4 ,-. - lti 2'- "" "' Pedestrian Network Plans and evaluates best practices. Smart L ' Th. Growth America launched a National Complete Streets Coalition { ' program to encourage the development and implementation ' : f - " ==. of Complete Streets policies and professional practices t nationwide. The program places emphasis on the need for � � ,� 11. ';_ complete streets policy to ensure the design and maintenance " safe streets, as well as to guide transportation planners and •� engineers to construct right of way to accommodate all .t 1.v7►'� s slit expected modes of transportation. • •- i" . - , •�,. 4• ' � .,► According to Smart Growth America's Dangerous by Design .f k 't . 2022 report,the Miami,Fort Lauderdale,and West Palm Beach M :-., _ ; •- " region of Florida is the 14th most dangerous metropolitan area _. \ in the country by Pedestrian Danger Index (PDI), which is based on pedestrian fatalities. _ .rf"' ..-.t *. ' ' City of Miami Beach 1 RFQ 2023-030-ND i General Transportation Planning and Traffic Engineering Consultant Services116 sak i 85��,; Ca[vin, Giordano & Associates, Inc. gtt A SAFEbuilt COMPANY Integration of Transportation and Land Use The CGA team has undertaken the role of both leading and The CGA Team has the experience and is a leader in context supporting planning and zoning departments in several sensitive transportation and urban planning because we communities for more than twenty-five (25) years. CGA understand the importance and interconnectedness between has handled all the planning and zoning activities for the land use and transportation decisions. Cities of Weston, West Park, and the Village of Estero since Land use patterns can have as big of an impact on the walking their incorporations, along with many other municipalities in and bicycling environment as transportation facilities and South Florida. We have developed policies and procedures infrastructure.In order to develop an understanding of the land for planning and zoning reviews, as well as modified and use and urban design environment in the City, this element updated all comprehensive plans. encompasses a review of existing development patterns and CGA also leads the Planning Departments (including the future land use visions with an eye for understanding how Transportation Element), codes of ordinances and land the existing and future development supports multimodal development regulations. mobility. Zoning codes, planning documents, and vision CGA also assists the Planning Departments for a number of plans will be reviewed to identify changes that will enhance municipalities within Florida: multimodal comfort and accessibility; sustainability; and overall livability based on based on: • Village of Miami Shores Land Use Patterns and Destinations - existing land use, • North Bay Village land use densities, site design; tourism, entertainment, • Town of Cutler Bay educational, employment, health, and other destinations. • City of South Miami Development Opportunities - understanding of vacant and • City of North Miami Beach underutilized properties, redevelopment potential, parcel ownership and size. While these are long-established municipalities, CGA has Future Land Use - vision plans; current or proposed formalized the development process and created standards development plans. for applications, including timeframes for completion of tasks. Land Use Regulatory Framework - CRAs, future land use, CGA's planning staff possesses a thorough and complete zoning. understanding of planning processes and transportation Cultural and Historical Sites - understanding where concurrency standard from both a public and private opportunities exist for preservation and building upon the perspective and from municipal to state authority. CGA staff historical character of a landmark or area. Stakeholder participate in, and regularly attend conferences and seminars involvement in addition to the technical analysis will determine at the local, state and national levels in order to keep updated origins and destinations to develop a vision for the location of on trends in urban design and planning, transportation potential catalyst sites for redevelopment. Such involvement planning and traffic engineering. may include stakeholder interviews, charrettes, or working with neighborhood associations to ensure that the vision is supported by the public. 14" , 1... ,t ____ , . . ' -',--,,,'''..T.4F- V-- •ii. e ,, , n IIII Ar ip191 r Ifir- t - .. 1. q ` I.7 r y Calvin, Giordano Et Associates, Inc. , i85A,1 ��c i A SAFEbuilf COMPANY Economic and Financial Analysis Market and Development Analysis: Any market and development analysis is driven by the ability to aggregate comprehensive levels of data and effectively analyze the information to provide a meaningful link between physical/ regulatory planning and economic reality. This is a core ,x component of Lambert's practice having completed feasibility -- t.34, analysis, financial evaluation and economic/fiscal impact sr 61.0.41, studies for a myriad of projects ranging from a single-use is t,�_�', property to a major mixed-use master plan to city-wide ., Iran I. - economic development strategy. It is this experience that will ""•` �'~wl helpsupport a broad range of transit planninginitiatives, as m.oiiiii -.; , PP 9 ptsjpii L_ii. I ►e• �b well as the resultant potential redevelopment. ! a: II�'�, Lambert Advisory (Lambert) will assist in market analyses - an` 'a'' ...�y �;� ye! ..,��+� associated with City-wide transportation planning. There are _ ,� - a number of prospective objectives that can be undertaken 4 t f. I .j , as part of the broad scope of services outlined in the RFP , ,� s' , 4: r-c:_ including: identifying areas with potential economic growth ;� resulting from improved transit; completing market studies for `R':� ( . — potential redevelopment opportunities among a wide range of housing and commercial uses; enhancing employment • opportunities and access to job growth; understanding the ,la1 �- ..: ii . ^ _ s feasibility of potential redevelopment that will be supported by `-- BC maximizing leverage among both public and private resources; ® TIM and, assessing the potential economic benefits and value „ • - • , capture potential of proposed, transit related development/ r I--: ,; • , redevelopment. _ _ - Financial Feasibility: While the market study identifies ,�,� - opportunity and need, as well as provide the critical inputs of '�` • _ performance (ie. lease rates, sale prices, stabilized occupancy, • . - 1 absorption, phasing, etc.), the financial analysis effectively 1 . ✓ . • r tests the feasibility of a particular development and/or E -- investment. Both Principals of the firm started their careers ` working within the real estate consulting division of (what was ,x then) one of the Big 5 accounting groups. Since that time, Lambert has created highly complex financial models that dive 1 • well below simple estimates of net operating income (N0I) 4 , from operations, and into complex debt and equity structuring, ,I • I ,. ti partnership "waterfall," return-on-investment (ROI), internal rate of return (IRR) and residual land value. Additionally, the ..�. ability to prepare comprehensive financial models provides a -- a key resource to long-term economic development planning �� h - and, especially, as it relates to tax increment financing (TIF), '� ' affordable/mixed-income housing, and/or creation of incentive k A, r programming. 1ii : •ov TAR~: .„ f1zE City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services118 (85 � ;' Calvin, Giordano & Associates, Inc. 681/4 A SAFEbullt COMPANY Transportation Related ' s' Urban fesinn / Piannina The CGA Team has the experience and is a leader in context sensitive transportation and urban planning because we , ' understand the importance and interconnectedness between land use and transportation decisions. Land use patterns can have as big of an impact on the walking and bicycling environment as transportation facilities and infrastructure. In order to develop an understanding of the land use and urban design environment in the City, this element encompasses a review of existing development patterns and future land use visions with an eye for understanding how the existing and future development supports multimodal mobility. - Zoning codes, planning documents, and vision plans will be '�� �� � ` reviewed to identify changes that will enhance multimodal _. .. , - comfort and accessibility; sustainability; and overall livability I. ''- ,• 'r . ‘S4_ , 4 based on based on: - _ ,r ,... • I ----__ Land Use Patterns and Destinations -existing land use, land ,. - == -' - - - use densities,site design;tourism,entertainment,educational, � ,;• c c z e us u employment, health, and other destinations. - ■ - 1 • Development Opportunities - understanding of vacant and _ _ -+— -;i underutilized properties, redevelopment potential, parcel 4 l 8 1 ;R,,,.-w� ownership and size. - Future Land Use - vision plans; current or proposed _ :Nt'` _ F• development plans. - 1 '�-A 1.., P • Land Use Regulatory Framework - CRAs, future land use, ` zoning. . . ; • -., i` Cultural and Historical Sites - understanding where • • g • 4 opportunities exist for preservation and building upon the �!�--- - - - - - historical character of a landmark or area. This process will -i # - _ - • Wit► ° � __ , rely on stakeholder involvement in addition to the technical v. s - % analysis to determine origins and destinations and to - f • develop a vision for the location of potential catalyst sites for redevelopment. Such involvement may include stakeholder t ... e'-+ _ interviews, charrettes, or working with neighborhood , associations to ensure that the vision is supported by the t L public. J , • Itt City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services119 1 \tr Ee 85 � Calvin, Giordano & Associates, Inc. ll A SAFEbuilt COMPANY Computer Visualization/Graphics We have extensive experience in creating exterior improvements and infrastructure visualization for all types of municipal, commercial and institutional projects including park improvements, streetscapes, roadways, downtown development areas, multi-family housing, mixed use, retail and a whole multitude of other projects. We own several licenses of the most cutting-edge software and are capable to dedicate a team of -""' individuals to the creation and preparation of visualizations. Our 04 services allow viewers to visualize, walk or fly through a property — ..,-____ before it is built. We can bring a project to life. We utilize our - = : , talents in the broad field of 3D rendering to create highly realistic i, : ) . " .. , fs- renderings and visualizations, 3D animations, plan and section 1- '• ,i V t renders and just about everything in between. We employ a small 'r 4 team of passionate 3D Artists who specialize in the creation of 4'� , .�r computer-generated images and animations. We live to create fe , •.4 _ , stunning images that help our clients communicate their vision to .� the public, regulatory agencies, stakeholders, and throughout the design decision-making processes. CGA's visual artists are also highly trained in technical skills of engineering, landscape design, urban design and planning. This facilitates for greater accuracy in the rendering components to meet regulatory and real-life constructability conditions and its a- _ implement-ability. Additionally,because of CGA's vast 3D signage, " FA "r feature, furnishings, local materials, and vegetation libraries and , our robust rendering programs and work-flows, we are able to --, add almost limitless detail to an image to reflect the scope of •W work of any project. This means we are not restricted when it _'*'_:t` comes to integrating trees, shrubs, furnishings, and detailing 40 r�', , '• the unique conditions into a scene that will make it relatable and '' ili believable. While most 3D rendering companies cut corners , by limiting their availabilities of materials to the basic packages _ that are available with software, we have extensive access to a multitude of South Florida-specific materials and vegetation and are able to place a large number of trees and have accurate scale, reflections, shadows, lighting, and color bounces for a more realistic approach. For unique features, we are capable to model those from scratch in detail to mimic existing context and existing conditions to remain or those being impacted. Additionally, our . workflow employs an extensive post-development phase where we are capable of imbuing renderings with ambience and tangible qualities that will make it feel much more photo-realistic,including • - a,; P light artifacts (glares, etc.); spatial textural qualities (air and dust r_,.�.. . particles that trap light, fog, etc.); and photo-coloring to create a sense of time of day and uniformity in light qualities. -I i In addition to accurate renders, CGA is able to provide numerous ��, camera angles for a reduced price. The bulk of the work we do is -•- -- _ k — 1�-- , _ -. . in the initial setup of the scene,beyond this point shifting a camera - around and making whatever changes are needed is typically — less involved on this end, as a result, we are able to provide less 01$4 ` expensive options for 3D rendered packages, provided that they --- don't require additional extensive photo post-production. — City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services120 'i85 �� Calvin, Giordano Er Associates, IncEck ��VE,RS� ��a s A SAFEbuilt COMPANY Grant Application Writing 1\'' -- 4, ' There are certain times of the year when grant opportunities to fund transportation/transit improvement projects become Ar.N t , �.0 "* available to federal agencies, metropolitan planning f' , v- organizations, counties, municipalities, etc. The passing - - -, f . - of the Bipartisan Infrastructure Law creates more funding ....1 : opportunities to all these agencies, but many of these are :" nationally competitive discretionary grants. CGA has vast - w ''� {�. experience with transportation grant writing application and "• " = ; procedures and has been successful in securing funds to assist with design, construction and CEI costs in numerous '0 . mei + ''`~' ` ' municipalities within Broward County, as well as the cities of • Vero Beach and Key West. ! ✓ • Most of these grants were awarded to complete street projects with an emphasis in bicycle and pedestrian infrastructure as well as corridor capacity improvements. Recognizing the best program to assist with the funding of transportation/ c --- �' - transit improvement projects along with providing a realistic ) schedule for the completion of all the program deliverables Ca � '" .likrA ." of the are two of the most valuable steps when choosing the ;of '�"' most appropriate program. We have also assisted the City of P = : Miami Beach recently with the completion of the deliverables for the Safe Streets for All (SS4A)Application Grants Program for the Drexel Avenue "Woonerf' to connect Lincoln Road to Lummus Park. The SS4A program funds regional, local, and Tribal initiatives through grants to prevent roadway deaths and serious injuries and aligns the City's Vizion Zero Plan. - - T' r 4*-',-N , yid { F: + A 4. , r• �,, . ill ' ✓ :+/ <: Fa 1i 41R, } 4r _ +, illyAt, . 0 Mill^r - • ... City of Miami Beach 1 RFQ 2023-030-ND 1 General Transportation Planning and Traffic Engineering Consultant Services121 Skx i t 857, Calvin, Giordano Fr Associates, Inc. �EARs A SAFEbuilt COMPANY Public Outreach / Public Engagement Ft mig Identification of the correct and appropriate audiences for the engagement process is critically important during the planning and design stages of different transportation improvement projects. The projects have many audiences to consider in the community outreach too and engagement process: those who will live, work, and play near the Aliiiiillars identified project sites, as well as potential new stakeholders moving in ,,, or from surrounding areas. ;�;, i. �& CGA's Team has identified the following critical public engagement and T outreach tools to inform and gather information that may or may not be -- '1 ----: necessary depending on the scope of work: . N/1 Print resources (brochures, door hangers, etc.) • Preparation of E-newsletters and E-mails 1 iiii• • Multi-media website 1 • Stakeholder group meeting/workshops Formal briefings to elected bodies 4 • Social media write-ups and updates • Media releases • Online questionnaires/surveys • Informational kiosk along the project area • Project signs ° •uaSNE MUCH WE PLACES•SOMA ACTIYElIpll Oh0.1fiY MM 1RE FOR •FIWREU•C OS F I ; lism C 2 iff... .-- - I,- i,, wilv.' --iiir7-73 _ I MI Low , aa My - •".4 '''\ r i 1111 M i 1'14 7.- T ithav ---- . T- Y r '11.10P Os :E ,t "--"41111111:411411r m r APOIMPOO City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services122 APPENDIX , _ . ..... :LW: , 1- I I/ - ... _ _ r 54141 ri:; 7 * ---- . .kor." , /6 '4.41:-t,;°‘ V.- . - ' . .' ' AI. Ihr • Ma. V i:\''..N ,._._..,1r.. ---. ....---:.or w i ' , , ,•,7 4 1 ' Mtit ~`�* v _ • -r. _, • '1116 - ,..:,iL.AL ..• . 4 i �'viiiit ,z /_ . 1*,e4. , ... . ,lf,,, . ___, ----, - el AI - �� f "1"1"11 r k # ‘ if" g I-° II orr, 41 _ y - _ ___ tit - • --AD ' j,.� ' • 1' ' . P\ ,,, .‘,.1 . , 1 \- "IV C' ,,- ... , 4,1 111111411S lief -3 • Liar - • 001 ' ..if: , .1 • . • ,- . 'i ,, . .144 • 7, - 1 giludDZJInraitiak contract exceptions City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services123 85 � Calvin, Giordano Er Associates, Inc. �f VEARS \ � A SAFEbuilt COMPANY Acceptance of the City Contracts and Agreement Terms The CGA Contract and Legal team have carefully reviewed the contract terms presented in the Sample Agreement in the RFQ. We respectfully request the following modifications to the agreement terms: Page 54 of the RFQ: 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 third party 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. Add this paragraph at the end of 12.1: NOTWITHSTANDING ANY PROVISION OF THIS AGREEMENT TO THE CONTRARY, IN NO EVENT SHALL EITHER PARTY BE LIABLE TO THE OTHER FOR CONSEQUENTIAL, INCIDENTAL OR OTHER INDIRECT DAMAGES, EVEN IF ADVISED OF THE POSSIBILITY OF SUCH LOSSES AND REGARDLESS OF WHETHER THE REMAINING REMEDIES FAIL OF THEIR ESSENTIAL PURPOSE. THE TOTAL AGGREGATE LIABILITY OF CONSULTANT UNDER THIS AGREEMENT SHALL NOT EXCEED THE GREATER OF THE AVAILABLE LIMITS OF INSURANCE OR THE AMOUNT PAID BY CITY TO CONSULTANT 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, ' amages resulting from the Consultant's errors and/or omissions or any combination thereof. Page 63 of the RFQ: 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 and shall not be unreasonably withheld. 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. City of Miami Beach I RFQ 2023-030-ND I General Transportation Planning and Traffic Engineering Consultant Services124 , 77.7-. • ...,,,,-.,,, ;;,. . ' el_ , . .,. ..,,r1 ilk- +` ass. t:�— .�� NW ter- _ R UN `nAla APACE. ' ;r,: it. � A Yam.. - '`r I' '� '. -. - :s � . � _ ---* 111 C i t it 4,. I �./ A a F ?. ' JJ _ ; widingustom olut� ns _ . r .. ,.. x4i. . , (850 . / '..4. 1,,---, Elk . k