Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement between CMB & ALTA Planning + Design, INC
DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND ALTA PLANNING + DESIGN, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2023-030-ND RESOLUTION NO.2023-32516 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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.............................................................................1fi ARTICLE 7. COMPENSATION FOR SERVICES.....................................................................1fi ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS.......................I........18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS........................................................18 ARTICLE 10. TERMINATION OF AGREEMENT................................................I....................19 ARTICLE 11. INSURANCE REQUIREMENTS........................................................................20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS...................................................22 ARTICLE 13. ERRORS AND OMISSIONS.............................................................................22 ARTICLE 14. LIMITATION OF LIABILITY..............................................................................22 ARTICLE15. NOTICE..........................................................................................................23 ARTICLE 18. MISCELLANEOUS PROVISIONS......................................................................27 SCHEDULES: SCHEDULE A - SCOPE OF SERVICES SCHEDULE B - CONSULTANT SERVICE ORDER SCHEDULE B-1 - CONULTANT COMPENSATION SCHEDULE C - HOURLY RATE SCHEDULE SCHEUDLE D - APPROVED SUBCONSULTANTS 2 DocuSign Envelope ID. C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ALTA PLANNING + DESIGN, 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 ALTA PLANNING + DESIGN, INC , a California corporation having its principal office at 711 SE Grand Avenue, Portland, OR 97214, (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 ALTA PLANNING + DESIGN, INC , and, if successful, execute an agreement with the Consultant pursuant to the RFQ, and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows - ARTICLE 1. DEFINITIONS 1 1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents The following terms shall have the meanings specified herein unless otherwise stated herein ADDITIONAL SERVICES: Additional Services" shall mean those services, in addition to the DocuSign Envelope ID: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 architecUengineer 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 DocuSign Envelope ID. C2374BAC-86B1 -4905-8A1 1 -A6D39EOE4B50 Contract No 23-030-i13 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. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall rnean the legally binding agreement between City and Consultant for performance of the Work covered in the Contract 5 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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) 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 9 DocuSign Envelope ID. C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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. DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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: 2 7 1 Term: The term of this Agreement shall commence upon execution by the City DocuSign Envelope ID C2374BAC-86B1-4905-8All-A6D39EOE4B50 Contract No.23-030-03 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 Protect, 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 frorn 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 29 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 91 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 and remain Fable 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 (1) 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 "Protect 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, 1O DocuSign Envelope ID C2374BAC-86131-4905-8A11-A6D39E0E4650 Contract No.23-030-03 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 riot 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 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No,23-030-01 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 be authorized (without limitation) to transmit instructions, receive information, and interpret and 0 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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-conforrmance 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. 33 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall Issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the 13 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 Additional Services, and an arnended Project Schedule (if applicable). "Not to Exceed" shall mean 14 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 S_urv_eys & 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 Geotechnicala engineering Providing geotechnical engineering services or site surveys. 15 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-01 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 7 1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions U DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-03 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. T3 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 RFO 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 Accounts Payable: payabies cDmlamlbeachfl.gov 17 DocuSign Envelope ID: C23741BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 81 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 Protect, 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-86131-4905-8A11-A6D39EOE4B50 ('ontract No.23-030-03 94 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 1o. 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 Services satisfactorily performed and accepted up to the termination date (as set forth in the City's 19 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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. D Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's 20 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 c/o EXIGIS Insurance Compliance Services 11 4 Waiver of Subrogation -- Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers - Insurance must be placed with insurers with a current A M. Best rating of A.VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA) Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida 11.6 Verification of Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P O Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(a7riskworks.com 1 1.7 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-A6D39EOE4B50 Contract No.23-030-03 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 riot constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY 22 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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: alinahudakarTiianiibeactifl.gov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 3'0 floor, Miami Beach, Florida 33139 Attn: Jose R. Gonzalez, P.E., Director Email: lose.gonzalez(a)miamibeachfl.Aov All written notices given to the Consultant from the City shall be addressed to: ALTA PLANNING + DESIGN, INC; 711 SE Grand Avenue Portland, OR 97214 Attn: Alia Awwad Ph 404-272-4926 23 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-0;0-03 Email: almawwad(d)-altago,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, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City 16 4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 164,2 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, mays (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth 24 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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. 166 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(&MIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RI 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 17A 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 subconsultanls 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-A6D39EOE4B50 C(intract No.23-030-03 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 contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration 27 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 18 5 LAWS AND REGULATIONS: 18 5 1 The Consultant shall, during the Term of this Agreement, be governed by at Applicable Laws which may have a bearing on the Services involved in the Project 18.5.2 Protect 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. 1852 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 Protect documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2A 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-Verifv 18 53 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, PO DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-010-01 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. 18,5.32.1 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 185.3 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 (il) 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, 29 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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-8661-4905-8A11-A6D39EOE4B50 ('ontract No.23-030-03 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. 189 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, professiona! liability, or property damage pursuant to the terms or provisions of the Agreement. 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided 18 10.4 This document incorporates and includes all prior negotiations, correspondence conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained In this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written It is further agreed 31 DocuSign Envelope ID: C23741BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 Do uSigned by. FABBBAOBFB5E4CF_. Rafael E. Granado, City Clerk Date 7/19/2023 1 3:46 EDT CONSULTANT ALTA PLANNING + DESIGN, INC. tVh�fj�,jon — CITY OF MIAMI BEACH: i / jiz AI , a T. Hudak, City Aanager Signature/QF^s�! Vice President, as duly authorized. Steven Frieson Print Name Date Jun 28, 2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION -A)j RCity Attorney Dat 33 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 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 Short and Long Range Transportation Planning As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. 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. 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 Develop demand or market forecasts, including utilizing transportation forecasting models Prepare project layouts and capital cost estimates necessary to support planning studies Evaluate transit operating scenarios utilizing operational models and other tools. Develop cost estimates for Implementation, operations, and maintenance. 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 Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach 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: C23746AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 The Consultant learn should be knowledgeable in a Issues affecting urban development/ redevelopment, b Issues affecting environmentally sensitive environments with significant land use constraints, Stakeholder Identification and communication, Meeting facilitation, Group decision -making processes; Establishing effective working relationships with community and learn members and 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 developmenUfinancial 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 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: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-03U-03 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 Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian -scale development and transit and non -motorized -accessible site plans 10 Computer Visualization/Grail ics 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 SCHEDULE B CONSULTANT SERVICE ORDER Al Setvices Contract• Dept CSO# M� .ile I u:ier r City awarded oonbnuing oorroact. for AiE ser foes for a project wha=e estimated cost of �onstrxlion dorms not exceed $4 million Cdy awarded oonbnutrtg oorttract for study planning activity or other services whose casts ere estimated to not exceetl $500,000. City awarded prgect specific contract not subject to CCNA W"dations for continr cig contracts Q,' a c oraj dts I:SD. t.t11�11ir1 syrrea to tvo u! Se/NOhs wrHcnt r_. ItY :N:K1l:I t:mlx:Yal Aalerf = aid the tenrc. a•rtetxns MKS rre. efC*"ttd 0 the ADLW40(er rt ecl txntratt hehpem IM OIV ad ar (amAiNg Ccneut.sll ddralty atir"% ItW rru at" tenor and owdtturs d►fl aWly Iu !Fe arrk reg rdbru oI 4wow %ad tths nme and nxdborn 8e dvJuded heten w n ." allauhneM to %* CSO My dewTim kmr It+e Vntse tt wr'tN agea•oa W Iweln 0AI rctjare a rt,&We at$m act ^imf Irj UY C" 37 DocuSign Envelope ID. C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 SCHEDULE B-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 (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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-03 SCHEDULE C CONSULTANT HOURLY RATE SCHEDULE CATEGORIES HOURLY RATE', Project Principal Senior Project Manager $ 275.00 $ 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 _ _ Landscape Architect Planner $ 130.00 $ 130.00 $ $ 130.00 110.00 Graphic Designer Landscape Architect - Associate _ $ 106.00 Senior CAD Technician $ 90.00 Engineering Intern $ 90.00 CAD Technician $ 75.00 Clerical $ 75.00 Administrative Assistant $ 75.00 39 DocuSign Envelope ID: C2374BAC-86B1-4905-8Al l-A6D39EOE4B50 Contract No.23-030-03 O&WI:111il4�11 APPROVED SUBCONSULTANTS Subconsultants: 1. DRMP, Inc. (DRMP) 2. City, LLC (City) 3. Infinite Source Communications (ISC) 4. Florida Transportation Engineering, Inc. (FTE) 5, Jarret Walker + Associates (JWA) 6. James Lima Planning + Design (JLP+D) 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. a� PASSED AND ADOPTED this day ATTES MAR 3 1 2023 Rafa I E. . ranado, City Clerk RP10 Gelber, Mayor hL .� ER APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attomey .. 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 Citys 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, I nc. H.W. Lochner Inc. HBC Engineering Company Kimley-Horn and Associates, Inc. Kittelson & Associates, Inc. Marlin Engineedng, Inc. Metric Engineedng, 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 Govemment 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, I nc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano & Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Horn and Associates, Inc. 7 (tie) EXP U.S. Services, Inc. 9 AECOM Technical Services, Inc. 10 Choice Engineering Consultants, I nc. 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 PO.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 I nc., Gannett Fleming, I nc., H.W. Lochner I nc., and Kimley-Hom and Associates, I nc. to be well qualified firms for specific tasks relating to general transportation planning and traffic engineering services. Marlin Engineering, Inc., Alta Planning + Design, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., and H.W. Lochner Inc. have provided general transportation planning and traffic engineering services to the City for approximately five (5) years and are multidisciplinary firms that have experience with various local municipalities. The Corradino Group, Inc. is a large firm that has vast traffic engineering experience providing services such as traffic calming studies and master plans to local municipalities such as the Town of Cutler Bay and the City of Fort Lauderdale. Moreover, it is an incumbent providing traffic engineering consultant services to the City of Miami Beach since 2020. The Street Plans Collaborative, Inc. created the City's Bicycle Pedestrian Master Plan and Street Design Guidelines to help expand the City's transportation priorities, and their team is made up of innovative transportation engineering and technical planning firms. Finally, Kimley-Horn and Associates, Inc. is a full -service, multidisciplinary consulting firm with 55 years of experience and was selected to provide program management services for the Intelligent Transportation System and Smart Parking System project for the City. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of pre -qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with Marlin Engineering, Inc., as the first - ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth - ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Horn and Associates, 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 C itywid e Is this a "Residents Right Does this item utilize G.O. to Know" item, pursuant to Bond Funds? Citv Code Section 2-14? No No Legislative Tracking Transportation and Mobility/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 48 of 1292 ATTACHMENT A RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Dan[Fawaz C '41 Rogello Madan Y G Luis Soto x e Collin Worth C C . Low Aggregate :, Totals s Y c Cu"Utiw Quantitative Subtotal Qualitative Quantitative Subtotal -Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Marlin Engineering, Inc. 92 5 97 1 86 5 91 1 81 5 86 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 1 15 2 Alta Plannin + Desi n Inc. 85 5 90 4 76 5 81 10 81 5 86 4 93 5 98 1 19 3 The Street Plans Collaborative Inc. 79 5 84 9 84 5 89 3 79 5 84 1 6 92 5 97 2 '1 20 4 Calvin Giordano & Associates, Inc 90 3 93 2 83 3 Be 7 93 3 96 1 88 3 91 12 22 5 Gannett Fleming,Inc. 86 3 89 71 85 3 86 4 80 3 83 8 90 3 93 1 29 6 H.W. Lochner Inc. 87 3 90 4 81 3 84 9 89 3 92 2 83 3 86 16. 31 7 Kimle -Hom and Associates Inc. 90 0 90 4 87 0 87 5 75 0 75 17 95 0 95 5 31 7 EXP U.S. Services Inc. 78 5 83 jQ 70 5 75 13 75 5 80 11 90 5 95 5 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 73 115 75 5 80 11 91 5 96 4 : 42 11 Nelson/Nygaard Consulting Associates, Inc. 65 5 70 12 71 5 78 12 78 5 83 8 88 5 93 10, 42 11 Florida Transportation Engineering, Inc. 65 5 1 70 1121 85 1 5 90 2 72 5 77 16 83 1 5 88 13 43 13 Kittelson & Associates Inc. 65 3 68 16 78 3 81 10 78 3 79 13 92 3 95 5 '. 44 14 HBC Engineering Company 71 6 76 1111 63 5 68 16 79 5 84 8 6 85 18 51 15 Callan E ineerin Grou Inc. 65 6 70 12 69 5 74 14 74 5 79 13 83 5 88 13 52 16 Metric En ineerin Inc. 60 3 63 18 61 3 64 18 78 3 81 10 83 3 86 16 .. 62 17 Prosser Inc. 60 5 65 17 60 5 65 171 70 1 5 1 75 1171 83 1 588 13 84 16 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 311 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). 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? All: 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. 1 I ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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. 07: Who will be the Project Manager on behalf of the City of Miami Beach? A7: The services are not being sought for a specific project. When a project is identified, a Project Manager will be assigned. 08: The SOW items listed in the RFP do not match up with requested services in tabs 2 and 3. Please clarify if you are looking for all the services in the SOW and the proposal tabs, is one of the list more relevant? If both are relevant, please describe the difference or connection between them. A8: Consultants are expected to assist the City with the planning, technical, managerial, and administrative efforts related to transportation studies or other planning -related activities listed in SOW and Tabs 2 and 3. Activities listed in SOW and Tabs 2 and 3 may not be all-inclusive. Q9: Other than the SECTION 1 — BID CERTIFICATION FORM. are there any additional forms needed to be turned in upon submission? A9: Consultant is to submit with its response the bid submittal questionnaire, filled out and submitted electronically, and all pertinent documentation that complies with Section 0300, Subsection 4. Electronic Proposal Format through the "Line Items" attachment tab in Periscope S2G. Q10: In the prebid meeting, there was mention that this contract will be replacing the existing contract due to end in 2023. Can you please provide the name(s) of the incumbent? A10: The incumbents are Alta Planning & Design, Inc., H.W. Lochner, Inc., Kittelson & Associates, Inc., Marlin Engineering, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., HNTB Corporation, and Nelson -Nygaard Consulting Associates, Inc. Q11: Should we include the RFQ pages in our proposal response? A11: The electronic submittal should be tabbed as enumerated in Section 0300, Proposal Submittal Instructions and Format, Sub Section 4, Electronic Proposal Format, and contain a table of contents with page references. 012: Should we include certification of good standing/certification to do business in Florida/licenses (firm and individual) in our proposal response? Al2: Provide the licensure for the team members. The City can locate the firm's licensure online. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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 015 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMSEACH 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. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 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 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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, xt,)at?zz� Z��O�� Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre -Proposal Sign -in Sheet 7 1 ADDENDUM N0.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEAC H 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 NATALIA DELGADO TITLE CONTRACTING OFFICER COMPANYNAME CMB NATALIADELGADO@MIAMIBEACH FL.GOV • 305-673-7000 X26263 MILOS MAJSTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMajstorovic@miamibeachfl.aov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA meouveia@chacompanies.com (786) 749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA jhignite@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 en¢@corradino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irene@streetplans.ora 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE cony@ street plans.oEg 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM vivek.reddy@aecom.com 305.704.6440 HAIDER TAUB CIVIL ENGINEER AECOM h.iider.talib@aecom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnery@aecom.com 305.804.6689 CAROLINA PACE CALTRAN ENGINEERING GROUP, INC. cpace@caltranaroup.com 786-456-7700 JULI CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES !Campbell@cRasolutions.com 954-766-2740 DIANA WHITE DWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrancis@choiceen¢.com 786-250-5526 YULET MIGUEL SENIOR ENGINEER - CIVIL CHEN MOORE AND ASSOCIATES ymiguel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP jennifer.borses@exg.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbcenaineerinaco.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimlev-horn.com 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR KITTELSON AND ASSOCIATES, INC. hhannaford@kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR IMETRIC Brandy.Pleas@metricenp.com 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mriebe@nelsonnyRaard.com 510-506-7587 RAFIQALCIASEM IPROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIE FABIAN ACCOUNT MANAGER ISAFEBUILT !Fabian@SAFEbuilt.com 786-481-8366 M I A M I B E AC H 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). RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Friday, December 23, 2022. All proposals received and time -stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial -In Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Conference ID No: 320 559 520# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael GranadoC�miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adogmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, xaZA-V� Z�)Zoz Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #3 12/12/2022 MIAMI BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfi.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). 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 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, VJ 1,P• .; Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #2 12/5/2022 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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). 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 Q-in a m FT 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 RafaelGranadogmiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2023-030-ND 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: Short and Long Range Transportation Planning As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. MIAMI BEACH c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; MIAMI BEACH c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long- range transportation plans and projects would also be helpful. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the CRY- - 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; MIAMI 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 IRIFQ 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: 992197 065 Deadline for Receipt of Questions November 25, 2022 @ 5:00 p,m. ET Responses Due December 12, 2022 9 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 Delgado 305-673-7000 x26263 Natalia DelQado@miamibeachfl. 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 rafaelgranadoomiamibeachflaov 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 MIAMI 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/procuremenUfor-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 supportgbidsync.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/vss/Vendors/default.aspxx) 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 vendorsupportgmiamibeachfl.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/ciy-hall/procuremenYhow-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.miamibeaclifl. o�v/city-hail/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: hLtps://www.miamibeachfl.gov/city-hall/t)rocurementlstandard-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 S2Ggperiscopeholdings.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, 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 Ex erience & 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. MIAMI BEACH ch and Methodo 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: Experience and Qualifications 70 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 $250,000.01 — $2,000,000 3 Greater than $2,000,000 0 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: Qualitative Points Proposer A 82 Proposer • 74 Proposer C 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 Low Aggregate Rank 1 1 2 1 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 /01AM1 BEACH Special Conditions 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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. 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). 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. 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. Licensure. Consultant (defined as the Firm) shall be a Planning, Architectural, or Engineering firm authorized to conduct business in the State of Florida at the time of bid. 6.1 Throughout the term of any resulting agreement, the Consultant shall assure that all work on any City project is performed by licensed individuals, in accordance with the requirements of the State of Florida. MIAMI BEACH APPENDIX B MIAMI BEACH Sample Contract 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXX FOR XXXXXXX DISCIPLINE: XXXXXXX RESOLUTION NO. XXXXXX TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE1. 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 ARTICLE15. NOTICE.............................................................................................................255 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW..................................................................296 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS...................................................28 ARTCILE 18. MISCELLANEUS PROVISIONS...............................................................29 SCHEDULES: SCHEDULEA.............................................................................................................................36 SCHEDULEB.............................................................................................................................38 SCHEDULEC.............................................................................................................................39 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 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, A 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 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 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). V, 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re - performance of any non -conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final 10 acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s), Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 11 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 12 2.19 SUBCONSULTANTS: All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant. Payment of subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, 13 information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.2 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the 14 City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (4-15%) 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 IN 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 103, 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 uu-14101119-0 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation - Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 23 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com 11.7 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 24 Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Raul Aguila, Interim City Manager Email: raulaguila@miamibeachfl.gov With a copy to: City Manager's Office 25 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX XXXXXX XXXXX Attn: XXXXX Ph: XXXXX Email: XXXXXXX All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian am 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@MIAMIBEACH FL.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, W. 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 W 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 RAFAEL E. GRANADO, CITY CLERK Date Attest Signature/Secretary Print Name Date 35 CITY OF MIAMI BEACH: DAN GELBER, MAYOR Signature/President Print Name 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 Estimated calendar days to complete this work: Original Service Order Amount: Total From Previous Additional Service Orders: to be considered part of this Agreement. Fee for this Service Order is Lump Sum/Not to Exceed amount $ of: Total Agreement to Date: $ Dept. Director Date Assistant City Manager Date City Manager Date 36 Consultant Days Date 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 SCHEDULE C APPROVED SUBCONSULTANTS 39 MIAMI BEACH APPENDIX C MIAMI BEACH Insurance Requirements 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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 c/o 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-miamibeachC�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 SUNBIZ & PROPOSAL RESPONSE TO RFQ DIVISION OF CORPORATIONS 'w�,,�r■r•�ls� un of R rich wrbzUr Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by MON Number Foreign Profit Corporation ALTA PLANNING + DESIGN, INC. Filing Information Document Number F09000003824 FEI/EIN Number 68-0465555 Date Filed 09/25/2009 State CA Status ACTIVE Principal Address 711 SE GRAND AVE PORTLAND, OR 97214 Changed: 12/22/2022 M iling Address 711 SE GRAND AVE PORTLAND, OR 97214 Changed: 12/22/2022 RegisteredAgent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed: 12/22/2022 Address Changed: 12/22/2022 Officer/Director Detail Name & Address Title Director, VP, Treasurer Mangle, Kathrine 711 SE Grand Avenue Portland, OR 97214 Title Director, VP Gilpin, Joe 5337 Park Avenue Tuscaloosa, AL 35406 Title President, Director Hondorp, Brett 304 12th St. Suite 2A Oakland, CA 94607 Title CEO, Chairman of Board of Directors Hudson, George 711 SE Grand Avenue Portland, OR 97214 Title Corporate Secretary, VP, Director Lozano, Natalie 711 SE Grand Avenue Portland, OR 97214 Title Director, VP Hayes, Matthew 111 E. Chapel Hill Street Ste. 100 Durham, NC 27701 Title Director, VP Rose, Michael 711 SE Grand Avenue Portland, OR 97214 Title VP, Chief Financial and Administrative Officer, Director Sullivan, Carolyn 711 SE Grand Avenue Portland, OR 97214 Title VP, COO, Director Frieson, Steven 617 W 7th St. Suite 1103 Los Angeles, CA 90017 Title VP, Director Young, Deven 304 12th St. Suite 2A Oakland, CA 94607 Title VP, Director Duchon, Emily 617 W 7th St. Suite 1103 Los Angeles, CA 90017 Title Director Roberts, Jessica 711 SE Grand Avenue Portland, OR 97214 Annual Reports Report Year Filed Date 2020 04/16/2020 2021 04/09/2021 2022 04/08/2022 Document Images 04/08/2022 -- ANNUAL REPORT 04/09/2021 -- ANNUAL REPORT 04/16/2020 -- ANNUAL REPORT 04/09/2019 -- ANNUAL REPORT 02/20/2018 ANNUAL REPORT 04/15/2017 -- ANNUAL REPORT 07/14/2016 -- ANNUAL REPORT 03/21/2016 -- Reg. Agent Change 02/28/2015 -- AMENDED ANNUAL REPORT 02/10/2015 -- ANNUAL REPORT 06/11/2014 -- AMENDED ANNUAL REPORT 02/07/2014 -- ANNUAL REPORT 01/28/2013 -- ANNUAL REPORT 02/06/2012 -- ANNUAL REPORT 01/14/2011 -- ANNUAL REPORT 03/30/2010 -- ANNUAL REPORT 09/25/2009 -- Foreign Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted Solicitation No: Solicitation Tdle: BID NUMBER PROJECT TITLE BIDDER'S NAME. Age Planning ♦ Dnign Inc NO. OF YEARS IN BUSINESS 29 NO. OF YEARS IN BUSINESS LOCALLY. 13 NO OF EMPLOYEES 181 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS NIA BIDDER PRIMARY ADDRESS IHEADOUARTERS) 711 BE Gnnd A—m CITY. Portland STATE. Oregon ZIP CODE- 97214 TELEPHONE NO.. (503) 230-N52 TOLL FREE NO. FAX NO BIDDER LOCAL ADDRESS'. Mum, Park -433 PI— Real, Sulte 275 CITY: Boca Raton STATE. Florida ZIP CODE: 33432 PRIMARYACCOUNT REPRESENTATIVE FORTHIS ENGAGEMENT AIIa Ax d ACCOUNT REP TELEPHONE NO 404.272.4926 ACCOUNT REP TOLL FREE NO ACCOUNT REP EMAIL. allaaane d@*Itago— FEDERAL TAX IDENTIFICATION NO.. 990466666 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: Matt Hayes Matt Hayes SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt MH Addendum 1 Addendum 6 Addendum 11 MH Addendum 2 Addendum 7 Addendum 12 MH Addendum 3 Addendum 8 Addendum 13 MH Addendum 4 Addendum 9 Addendum 14 Addendum 5 1 1 Addendum 10 1 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly c r indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affi FIRST AND LAST NAME RELATIONSHIP 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY Bates. At time of request by the City., bidder shall request that Dun 8 Bradstreet submit its Supplier ualifier Report directly he ity, 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. SECTION 5 - REFERENCES AND PAST PERFORMANCE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: City of Kirkwood, MO Contact Individual Name and Title: Jonathan D. Raiche, AICP, Planning & Development Services Director Address: 212 South Taylor Avenue Kirkwood, MO 63122 Telephone: 314-984-5926 Contact's Email: raichejd@kirkwoodmo.org Narrative on Scope of Services Provided: Kirkwood Vision Zero Plan Alta helped the city of Kirkwood develop a systemic and data -driven Vision Zero action plan that is aimed at alleviating, and ultimately eliminating, traffic deaths and severe injuries in Kirkwood. Data, community engagement, and leadershi. - and - guidance from the projectA0A0A0A0AOAOA A A-IA❑A❑A❑A❑AOAOA¢AOAOAOAOAOA❑AOAOAOA❑AOAOAuA0AOA0AOA❑AOA❑AC Task Force and Steering Committee championed this year -long planning effort. The plan is built on data such as a systemic safety analysis that examined the leading causes of severe crashes, and robust equity analysis that identified the cityA0AGA-_AOA❑AOAOAOA❑A❑AOAOAOACA_AgA0A0A0A0A0A0A❑AOAOA❑AOAOA❑AOAOA❑A❑AOA❑A❑AOAC High Injury Network (HIN), where the most severe crashes occurred. This data informed the specific set of safety strategies and countermeasures that were foundational to the plan. Community input was another critical component of the plan. The team held multiple public engagement and pop up events, created a Vision Zero website, hosted a virtual public meeting, conducted walk audits, and installed demonstration projects. All of which gave the community opportunities to engage with the planning process and provide input. Finally, the projectA❑A❑AOA❑A❑A❑A❑A❑AOA❑A❑A❑A❑A❑A❑A¢AOA❑AOA❑AOA❑A❑AOA❑A❑A❑A❑A❑AOA❑A❑AOA❑A❑A❑AC Task Force and Steering Committee -❑ provided leadership - and guidance that helped sustain the planAOA❑AOAOAOA❑A❑AOAOAOA❑AOA❑AA❑A¢AOA❑A❑A❑AOA❑A❑A❑A❑AOA❑A❑A❑A❑A❑A❑A❑AOAOA❑AOAI momentum and success. Reference No.2 Firm Name: City of Miami Beach Contact Individual Name and Title: Jose R. Gonzalez, PE, Transportation Department Director Address: 1688 Meridian Avenue, Suite 801, Miami Beach, FL 33139 Telephone: (305) 673-7000 Contact's Email: josegonzalez@miamibeachfl.gov Narrative on Scope of Services Provided: Meridian Avenue Bike Lanes Meridian Avenue is one of Miami BeachiCIs main local streets, connecting Dade Boulevard to Lincoln Road. The roadway serves multiple commercial hubs and connects to residential neighborhoods and is lined with on -street parking. The City retained Alta to transform Meridian Avenue into a more multimodal corridor and to integrate dedicated bicycle facilities. Alta engaged the community to gather input on desired improvement elements and worked with the City to mitigate on -street parking impacts. Alta then prepared full design plans and Construction Administration services for redesigning Meridian Avenue between 16th Street and Dade Boulevard. The design included installing separated bike lanes along the corridor, facilitating safe bike crossings at intersections, and minimizing impacts to on -street parking. Construction for the bike lane facility was completed in 2020, making it the first separated bike facility in Miami Beach. Reference No.3 Firm Name: City of West Palm Beach Contact Individual Name and Title: Kevin Volbrecht, PE Director of Engineering Services Department Address: 401 Clematis St. 4th Floor PO Box 3366, West Palm Beach, 33402 Telephone: (561) 494-1091 Contact's Email: kcvolbrecht@wpb.org Narrative on Scope of Services Provided: West Palm Beach Mobility Plan The City of West Palm Beach made a commitment to create a community that is economically vibrant and competitive, environmentally sustainable, and socially just and accessible. This has led to expanded transportation options such as the City Circuit, City trolley, and SkyBike (bikeshare) services. Alta worked with the City of West Palm Beach to develop a collaborative and innovative approach to transportation planning, design, and implementation, leveraging current and new mobility technology and strategies. To advance the Downtown Mobility Plan, the Alta Team oversaw the analysis and concept design of the Downtown Vision elements that focused on multimodal mobility. Additionally, Alta led multiple efforts recommended by the Plan, including: Datura and Evernia Streetscape Improvement Project. The streetscape project consisted of re -imagining two parallel corridors in the Downtown core to create a place -based, people -oriented design. Alternatives included creating shared curbless streets, converting from two-way to one-way, and integrating linear parks. Tamarind Avenue Transit Corridor Design. The corridor design included adding channelization islands, controlled midblock crossings, as well as traffic warrant analysis and justification for a signalized intersection. Alta is currently managing the intermodal transit center redesign along Tamarind Avenue, a historic station that serves multiple transit modes. SECTION 6 — SUSPENSION, DEBARMENT. OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? = YES Q� 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? O= YES 0 NO SECTION 8 - LGBT 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? 0 YES pO NO SECTION 9 - BYRD ANTI -LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -Lobbying Amendment Certification Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Matt Hayes Matt Hayes SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Matt Hayes Matt Hayes SECTION 11 — CONE OF SILENCE 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 =ps://Iibrary..municode.com/fi/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI 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. SECTION 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.miamibeachfi.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? p� YES © NO Bidder adopts the City of Miami Beach Code of Business Ethics? p� YES NO SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://Iibra[y..municode.com/fi/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 - NON-DISCRIMINATION The Non -Discrimination ordinance is available at: h—ftps:Hlibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR_S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 15 - FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 - PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: bftps://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 S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service - disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? YES F12 -1 NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? YES F-G-] NO kApkl�� &7� RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services City of Miami Beach, Florida Tab 1 Cover Letter and Table of Contents /i 1 alta Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DECEMBER 23, 2022 Re: Request for Qualifications (RFQ) 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services RE: Dear Ms. Delgado and Members of the Selection Committee, In our work as active transportation consultants, there are few cities that inspire us as much as Miami Beach. We have enjoyed designing safer bike lanes and sidewalks for your citizens, centering the pedestrian experience of the City through traffic calming, and creating demonstration projects that have inspired positive changes to the City's infrastructure for those who bike and walk. Now, more than ever, the city has a need for resilient, sustainable multimodal planning and design. The Alta Planning + Design, Inc. (Alta) team offers a strong combination of unique qualifications for this project: A nimble and responsive team: Our team cares about your project and success as much as you do and will focus on a truly collaborative approach to achieve that success. Project Manager Alia Awwad, PE, will combine 19 years of experience in innovative transportation engineering and planning with her local experience working with the City to implement tasks focused on safer, practical designs that accommodate all road users. Working with Alia, Stephanie Garcia will serve as Assistant Project Manager, drawing upon her experience in multimodal transportation planning with a specialty in regionally focused Complete Streets and public engagement strategies throughout South Florida. Our subconsultant team consists of DRMP Inc. (DRMP), Cityfi, LLC (Cityfi), Infinite Source Communications, DBE, MBE Business (ISC), Florida Transportation Engineers, Inc. (FTE), Jarrett Walker + Associates (JWA), and James Lima Planning + Design (JLP+D). We will keep things simple for you, with dedicated project teams that share administrative resources and communication tools. This means efficiency and partnership for the City. Local experience: Our team has extensive experience in civil and transportation engineering design integrated with a deep understanding of community and stakeholder engagement. In 2020, Alta completed the first separated bike line in Miami Beach on Meridian Avenue. In addition, Alta completed the Tamarind Avenue Corridor Design for West Palm Beach, leading a team to re -imagine the existing car -oriented corridor design and create a transformative vision for the street. Interdisciplinary Expertise: As a leader in Complete Streets design, Alta continues to move innovative projects from conceptual design through construction. As a multi -disciplinary team, we will implement an integrated approach to offer the City solutions that consider a range of angles, which leads to plans and designs that are context -appropriate, implementable, and forward -thinking. This work is about the citizens of Miami Beach. Our designs empower a young student to walk to school if they wish and that those who cannot afford cars have a safe way to bike or walk to work. Our team knows how to balance the technical requirements of roadway engineering and design with the concerns, desires, and dreams of the community. We are excited about this project and look forward to hearing from you. Please contact me at (561) 287-6179 or aliaawwad@altago.com. Alia Awwad, P Project Manager I Main Point of Contact Alta Planning + Design, Inc. 433 PLAZA REAL, SUITE 275, BOCA RATON, FL 33432 Table of Contents 1. Cover Letter.........................................................................................................1 2. Experience and Qualifications......................................................................3 2.1 Qualifications of Proposing Firm....................................................................................4 2.2 Qualifications of Proposer Team................................................................................22 2.2.1 Project Manager Qualifications and Experience......................................71 2.2.2 Evidence of Prior Working Experience...................................................... 72 3. Approach and Methodology........................................................................73 Urban Bikeway Design Guide Alta is at the forefront of best practices for multi -modal network design and has authored or contributed to guidance such as the FHWA Measuring Multimodal Network Connectivity Guide and NACTO's Don't Give Up on the Intersection. Tab 2 Experience and Qualifications 0 �*+c" -- ---'••.� is � t 2.1 Qualifications of Proposing Firm Our work brings about positive change by creating places that are geared towards moving people rather than cars, connecting community members to daily needs, and empowering every person to live an active, healthy life. Alta Planning + Design (Alta) is a leader in the research, design, and advancement of progressive multimodal facility design. Our staff has specialized expertise in creating context -sensitive design We provide services ranging from master plans to construction documents. Alta staff are skilled at improving operations for, and reducing conflict between, motor vehicles, bicycles, and pedestrians. We understand that the success of multimodal projects demands a fully integrated approach that balances vehicular needs with bicycle and pedestrian connections that are safe and convenient; secure bicycle parking that meets latent demand; well - designed wayfinding signage, and protected pedestrian and bicycle access through roadway crossings. Alta provides complete planning services, including design, alternatives analysis, environmental documentation, property acquisition strategies, maintenance and management plans, and funding strategies. We are experienced with addressing the technical and community issues and objectives associated with streetscape, and sees that applicable standards are met, the intended users are well -served, and conflicts and impacts are avoided. Full Services Overview • Active transportation plans • New Mobility • Urban design and landscape architecture • Transportation and traffic engineering • Greenways and corridors • New mobility strategy, workflow, policy, and program evaluation • Bicycle and pedestrian integration with transit • Bicycle and pedestrian facility design guidelines • Civic analytics • Trail safety and sustainability audit • Signage and wayfinding • Construction documentation and administration • Safe Routes to School programming and infrastructure • Public engagement, equity, and inclusion • Technical assistance and training • Education, encouragement, branding, and marketing services • Complete Streets Design • Industry leader for trail design • Concept plans and preliminary design • Management of Interdisciplinary teams Above: N Street Cycle Track Design, Lincoln, NE (Alta design and implementation). Our approach creates opportunities for people to choose how they move through a community, while enhancing the function and character of a street through traffic calming, streetscape elements, and green infrastructure. Alta is experienced with addressing technical and community issues, seeing that applicable standards are met, the intended users are well served, and conflicts and impacts are avoided. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services A THE ALTA TEAM IS THE RIGHT TEAM FOR THIS PROJECT Our team will collaborate and be flexible, providing the leadership needed to manage on -call tasks that implement creative and innovative multimodal strategies that address both the current and future needs of the City of Miami Beach (the City) and enhance livability and experience for visitors, residents, and business owners alike. The Alta team has the experience and expertise to deliver scope items including, but not limited to, building stakeholder consensus, establishing evaluation criteria, collecting and reviewing data, identifying potential alternatives, conducting traffic and parking analysis, preparing conceptual and full design plans and preparing cost estimates. Our team represents the best local talent. The Alta team commits familiar and experienced professional staff; brings reliable processes that have delivered similar projects on time and within budget; and provides innovative design and engineering thinking that has successfully delivered projects of similar nature and complexity. With subconsultants DRMP, Cityfi, LLC, Infinite Source Communications (ISC), Florida Transportation Engineers (FTE), Jarrett Walker + Associates (JWA) and James Lima Planning + Design (JLP+D), we have assembled a full -service team that can deliver projects at many different scales and across a broad array of disciplines, including short and long range transportation planning and design, transit operations planning, facilities planning and development, public participation, financial planning and analysis, environmental sustainability analysis, transit intermodal facility development, transportation related urban design services, transit -oriented development, computer visualization/graphics and grant application assistance. Alta Design Philosophy., Put Community Needs First. Alta developed our in-house design capabilities to avoid unnecessary compromises and prioritize community intent and vision. Our understanding of the flexibility available within state and local design standards allows us to implement projects as originally envisioned. We regularly hold trainings for our design and engineering colleagues and are invited to speak at conferences to help others learn to implement human -focused Complete Streets within the bounds of complex regulatory requirements and processes. Our technical approach is based on providing the right team for each project. Our approach includes analyzing existing conditions, working with stakeholders to develop and refine designs, then leading construction documentation, permitting, bidding, and construction administration. We adhere to a strict quality control process and deliver projects on budget and schedule. Resilience built into our projects. We build resilient and future -ready communities. Through our work we help communities realize the environmental and economic benefits of implementing green infrastructure, including resilient urban canopies, additional habitats for pollinators and other wildlife, and stormwater directed back into the ground. Project Spotlight Alta led a project that directly engages with combating urban heat and implementing resiliency principles: Canoga Park Urban Cooling project. Alta's Los Angeles office led this project with Streets LA of the City of Los Angeles. This project combines first/last mile solutions with urban cooling strategies. The project is in the San Gabriel Valley, where extreme heat is an ongoing public health concern. Using strategies such as cool paving, new landscape and shade structure placement, the project developed a toolkit of recommendations for three different typologies: major corridors, local streets, and shared -use paths. Recommendations from this project informed the community plan updates LA is currently conducting. As part of the existing conditions analysis for this project, a robust existing conditions report was created that examines climate concerns. The workshop activities included heat -measuring related activities. CLICK HERE to read more on this project. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services G Subconsultant Partners ODDRMPfoundedDRMP, Inc. (DRMP) was in 1977 by a group of engineers and surveyors who recognized a new trend formulating in the marketplace. Today, DRMP has expanded to 19 offices throughout Florida, Georgia, and North Carolina. The firm continues to be ranked annually in Engineering News-Record's "Southeast Top Design Firms" and "Top 500 Design Firms" in the United States and remains focused on the same core principles it was founded upon —expertise, quality, leadership, trust, and respect. • Cityfi, LLC (Cityfi) is in the business 0 00 of urban change management. They help 00000 cities, towns, states and regions, as well as •0000 9 Ca+Y� private companies and critical stakeholders, 1, understand and navigate the increasingly complex urban landscape, identify common goals and build durable partnerships for positive action. Cityfi focuses a great deal on technology, but in the context of what is good for communities, citizens, and the long- term health of our environment. Working by inspiring community action, advising organizational leadership, developing strategic road maps, and facilitating public - private partnerships, Cityfi integrates public policy, urban design, economic development, capacity building, and civic innovation to achieve measurable outcomes to create more livable, sustainable, and efficient communities. CQ INFINITE SOURCE Infinite Source Communications COMMUNICATIONS GROUP (ISC) is a full -service DBE, MBE Business communications firm, specializing in public relations (PR), marketing, public information (PI), website development and graphic design. ISC is 100 percent local with our main office located 15 minutes from City Hall. ISC has conducted public outreach on more than 300 projects ranging from all phases of transportation and infrastructure improvement projects, disparity studies, special events, and public safety marketing campaigns for a number of transportation driven government agencies, businesses, non-profit organizations and municipalities in South Florida and Nationwide. ISC have executed outreach in every municipality and census designated neighborhood in Miami -Dade County, and possess relationships with municipal representatives, major stakeholders and community groups throughout the area. T Florida Transportation Engineering, Inc. (FTE) is _. a professional civil engineering firm founded in 1989 and is a certified SBE, DBE and W/ MBE firm with a staff of ten Professional Engineers, nine technical, and 24 support personnel. FTE's headquarters is in Punta Gorda and has offices strategically located throughout Florida in DeFuniak Springs, Fort Myers, Lakeland, Miami, Tallahassee, and Tampa. This allows FTE to provide services to all state and municipal agencies in the state. Jarrett Walker + Associates (JWA) was founded in 2011 by Jarrett Walker, who wrote the book Human Transit. Jarrett has been consulting in public transit planning and policy since 1993. Today, JWA is a leader in transit network planning, policy development, stakeholder involvement, and expert advice. The firm is based in Portland, Oregon with an office in Arlington, Virginia, but we work worldwide, with experience across the US and Canada, as well as in Europe, Australia, and New Zealand. In Florida, they have conducted workshops in Tampa and Orlando, led county -wide network plans for Palm Beach County, developed a long-term city transit plan for West Palm Beach, and, most recently, helped develop the Better Bus Network for Miami -Dade County. JLP+D James Lima Planning + Design (JLP+D) makes the aspirational attainable. Specializing in the economics of placemaking'", JLP+D is an industry leader in urban strategy consulting. JLP+D envisions, develops, and implements transformative initiatives to create more vibrant, equitable and resilient places for all. For public, private, and non-profit clients, JLP+D's expertise in real estate, planning, and economic development helps identify and generate untapped market demand, unlock a location's unique potential to better attract talent and investment, and devise the governance and financing mechanisms to capture the value created, with an aim to maximize public benefits for communities. With passion, knowledge, and experience spanning a range of fields, the JLP+D team combines strong technical and analytical rigor with a uniquely personable process to find unconventional and effective solutions to pressing issues related to economic opportunities, resilience, and equity. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 6 Meridian Avenue Bike Lanes MIAMI BEACH, FL 1 2019-2020 Meridian Avenue is one of Miami Beach's main local streets, connecting Dade Boulevard to Lincoln Road. The roadway serves multiple commercial hubs and connects to residential neighborhoods and is lined with on -street parking. The City retained Alta to transform Meridian Avenue into a more multimodal corridor and to integrate dedicated bicycle facilities. Alta engaged the community to gather input on desired improvement elements and worked with the City to mitigate on -street parking impacts. Alta then prepared full design plans and Construction Administration services for redesigning Meridian Avenue between 16th Street and Dade Boulevard. The design included installing separated bike lanes along the corridor, facilitating safe bike crossings at intersections, and minimizing impacts to on -street parking. Construction for the bike lane facility was completed in 2020, making it the first separated bike facility in Miami Beach. CLIENT City of Miami Beach CONTACT Jose R. Gonzalez, PE Transportation Department Director City of Miami Beach (305) 673-7000 josegonzalez@miamibeachfl.gov KEY STAFF Mike Repsch, PE, Principal -in -Charge Alia Awwad, PE, Project Manager ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 7 MIG11TlIN[ 1 Remen ,top .t lrre..meG.ICw�ter .t T.1 _..p... OK r•.►�Of% GORR.oREE c—RRETrE ""'' West Palm Beach Downtown Mobility Plan WEST PALM BEACH, FL 1 2017-2020 The City of West Palm Beach made a commitment to create a community that is economically vibrant and competitive, environmentally sustainable, and socially just and accessible. This has led to expanded transportation options such as the City Circuit, City trolley, and SkyBike (bikeshare) services. Alta worked with the City of West Palm Beach to develop a collaborative and innovative approach to transportation planning, design, and implementation, leveraging current and new mobility technology and strategies. To advance the Downtown Mobility Plan, the Alta Team oversaw the analysis and concept design of the Downtown Vision elements that focused on multimodal mobility. Additionally, Alta led multiple efforts recommended by the Plan, including: Datura and Evernia Streetscape Improvement Project. The streetscape project consisted of re -imagining two parallel corridors in the Downtown core to create a place -based, people -oriented design. Alternatives included creating shared curbless streets, converting from two-way to one-way, and integrating linear parks Tamarind Avenue Transit Corridor Design. The corridor design included adding channelization islands, controlled midblock crossings, as well as traffic warrant analysis and justification for a signalized intersection. Alta is currently managing the intermodal transit center redesign along Tamarind Avenue, a historic station that serves multiple transit modes. jT TR.j �. twl CLIENT City of West Palm Beach CONTACT Kevin Volbrecht, PE Director of Engineering Services Department City of West Palm Beach (561) 494-1091 kcvolbrecht@wpb.org KEY STAFF Matt Hayes, AICP, Principal -in -Charge Alia Awwad, PE, Project Manager ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services Which factors are most important to you in prioritizing alta improvements for access to bus stops? KEY FACTORS WE CAN MEASURE Bus Equity Safety Essential Connectivity Connectivity Previous Ridership Near stops serdog Near stops where the Destinations for Walking for Biking Planning d'Wrse, t Wentncame most sew�re pedestrian Near sw r w se ,, Near stops where there Near stops here there Nev(stops with Nem foe mon users ne h6ariloodf and fx ie croshes I , In w bus stops g � senrors, youth, and are lewrr direct paths to are lever direct parts to recommendations from occur. persons wdh disabita- wolf to the stop bike to the stop. post city pions. i = — - _ - ► l 11V 15% + 15% ♦ 14% + 14% + 14% + 14% + 14% PUBLIC B COMMITTEE TO INFORM WHICH FACTORS CARRY MOST WEIGHT (EQUAL IMPORTANCE SHOWN FOR EXAMPLE ONLY) Final Prioritized €^ a Draft o ? Ma & List r Prioritized Filter out locations with �` P Ma & List bus access improvments Begin site specific P of Bus Stops already in progress .., `' analysis of top e locations for for Access City staff to confirm final recommended bus Improvments map and list access improvements GoDurham Transit Planning and Operations Analysis DURHAM. NC 1 2020-2022 The GoDurham Better Bus Project aimed to evaluate and prioritize transit in Durham, NC, laying the foundation for a greatly improved rider experience for transit users in the community. The project consisted of designing street, sidewalk, and bus stop improvements that provide safe access to bus stops, enhance comfort at bus stops, and improve bus service on GoDurham routes. Alta used an array of data to generate seven analysis factors, including ridership, equity, safety, essential destinations, connectivity for walking and biking, and previous planning recommendations. Alta generated three new connectivity metrics to evaluate transit ridership and access in Durham and accompanying graphics to delineate the process and findings. A robust public engagement initiative was led by teaming partners Three Oaks and J Turner Consulting, who gathered feedback from community members at individual bus stops. The team will use this feedback and the seven analysis factors to prioritize transit access improvements along bus routes. Project website: https://durhamnc.gov/4372/GoDurham-Better-Bus-Project CLIENT City of Durham (Owner) WSP, Inc. (Prime) CONTACT Brian Taylor, AICP Transportation Planner Department of Transportation City of Durham (919) 560-4366 ext. 36423 brian.taylor@durhamnc.gov KEY STAFF Spencer Finch, PE, LEED-AP, Principal -in -Charge Jason Reyes, Project Manager Mike Repsch, PE, Engineer Tom Natwick, PE, Engineer Chris Allen, PE, Engineer Matt Hayes, AICP, Planner Jennifer Baldwin, Planner ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 9 St. Petersburg Pilot and Demonstration Guides ST. PETERSBURG, FL 1 2021 The City of St. Petersburg was awarded a $50,000 grant by Forward Pinellas to develop a Demonstration and Pilot Project Guide (Guide) for community -oriented pop-up projects, as well as City -led pilot projects. Alta led the research of relevant best practices, the establishment of a demonstration and pilot project application process, as well as a specific template for the application, Site Selection/Prioritization and stakeholder involvement through online surveys, stakeholder meetings, and one on one outreach. The Guide was developed to be used by community members as a tool to help coordinate successful demonstration projects in St. Petersburg, The Guide aims to provide a consistent approach to demonstration projects through a formalized process and typical examples. Santa Monica Beach Path Signing, Striping, and Graphics Design SANTA MONICA, CA 1 2011-2013 Alta worked with the City of Santa Monica to complete design plans for bike path striping and signage for various locations along the Marvin Braude Beach Bike Path Trail and the associated pedestrian path within the City of Santa Monica. The goal of this project was to develop progressive signage in accordance with the California Manual of Uniform Traffic Control Devices, striping plans for specific and typical pedestrian crossings along the bike path and other ground markings to minimize user conflict and keep pedestrians on the pedestrian path and cyclists on the bike path. This world class trail has a wide variety of users including bicyclists, pedestrians, inline skaters, skateboarders, dog walkers and tourists on Segways. Alta provided construction management services, supervising the on -the -ground application of the striping and graphics. CLIENT KEY STAFF City of St. Petersburg Joe Gilpin, Principal -in -Charge CONTACT Alia Awwad, PE, Evan Birk Project Manager Engineering and Capital Improvements Manager City of St. Petersburg (727) 839-4165 evan.birk@stpete.org CLIENT KEY STAFF City of Santa Monica Emily Duchon, PLA LEED AP, Project Manager CONTACT Michelle Glickert CLICK HERE to read Senior Transportation more on the project. Planner City of Santa Monica (310) 458-2204 michelle.glickert@smgov.net ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 10 New Mobility + Complete Streets 2.0 BROWARD COUNTY, FL 1 2019 Transportation technology is rapidly changing travel behavior in the 21st Century. To help local, regional, and state partners prepare for uncertainty and readiness, the Broward MPO hosted a one -day new mobility + Complete Streets workshop. The workshop covered not only what new mobility is but also shared strategies for developing productive public policy and responsive street design. Alta led the workshop instruction and logistics. Workshop logistics included development of the workshop advertising material and coordination of the "day of workshop agenda. Instruction at the workshop included presentations as well as small group exercises. The policy group exercise was a roleplay game with participants assigned different stakeholder roles responding to assigned technology scenarios. The complete street group exercise was an exercise to build a complete street cross section by applying new mobility technology to different street contexts. TIGER V Grant Application & Map-21 Project Prioritization Study LEE COUNTY. FL 1 2016-2017 The proposed Lee County Complete Streets Initiative is a regional multimodal and connected transportation network that will serve the residents, businesses, and visitors of the rapidly growing Sunbelt community of Lee County and the Fort Meyers region located in Southwest Florida. Working closely with the MPO and local advocates, the Alta team submitted an application for the USDOT TIGER Grant Program with the goal of closing the gaps in a network of priority on- and off-street walking, bicycling, and transit connections. The application requested $10.5 million and included 55 letters of support. As part of the grant application, Alta prepared a Benefit -Cost Analysis that quantified the value of transportation, health, and air quality benefits that will result from the TIGER investment. The grant was successfully awarded $10.4 million. u Fr- CLIENT KEY STAFF Broward County MPO Alia Awwad, PE, Principal Jean Crowther, AICP, CONTACT Principal Ricardo Gutierrez Mobility Program Manager Broward County MPO (954) 876-0044 gutierrezr@browardmpo.org Following the development of the TIGER V grant application, the Lee County MPO contracted with the Alta team to develop a study of current funding mechanisms for bicycle and pedestrian projects within the Lee County MPO jurisdiction. Alta developed recommendations for improving the local funding processes to better access those funds and for updating the criteria used in prioritizing bicycle and pedestrian projects. The project builds upon the MPO's previous Bicycle and Pedestrian Master Plan and includes a custom guide to assist local municipalities in seeking funding for bicycle and pedestrian projects and in successfully implementing them. CLIENT KEY STAFF Lee County MPO Jean Crowther, AICP, Principal CONTACT Don Scott MPO Director Lee County MPO (239) 330-2241 dscott@leempo.com ALTA PLANNING + DESIGN. INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 11 Pruneridge Avenue Complete Streets Corridor Study SANTA CLARA, CAI 2020-2022 Alta led a Complete Streets corridor study on Pruneridge Avenue identified improvements for people walking, bicycling, driving, and taking transit. The preferred concept, approved by City Council in 2022, included a road diet that will repurpose a travel lane for protected bicycle lanes and improved pedestrian crossings. Alta conducted extensive existing conditions and safety analyses using GIS and field visits to obtain data on parking utilization, safety, connectivity, bicycle level of stress, and pedestrian level of service along the corridor. Alta compiled this data and developed a range of corridor concepts that were presented to the community for feedback and refinement. Alta generated feedback by sharing these concepts through online and virtual meeting platforms. Over 600 people participated in the project. Alta developed a Complete Streets plan for Pruneridge Avenue that will meet the needs of all users and increase multimodal connectivity in the City of Santa Clara. Grand Avenue Mobility Plan OAKLAND, CA 1 2019-2021 Alta assisted the City of Oakland and AC Transit in the development of the Grand Avenue Mobility Plan. This three-mile Complete Streets study evaluated how a four -lane roadway can enhance transit service and improve pedestrian and bicycle facilities along the corridor. As the prime consultant, Alta led the roadway evaluation that includes origin -destination and cut -through traffic analysis, level of service analysis, crosswalk yield analysis, and bicycle level of traffic stress analysis. Alta supported community engagement efforts and led the development of conceptual design alternatives and a final preferred corridor concept. Concept 02 \i 4, fi alu CLIENT City of Santa Clara CONTACT Carol Shariat Principal Transportation Planner City of Santa Clara (408) 615-3024 shariat@santaclaraca.gov L7 CLIENT City of Oakland and AC Transit CONTACT Hank Phan Transportation Planner City of Oakland (510) 444-2489 hphanC@oaklandca.gov KEY STAFF Alia Awwad, PE, Principal Emily Duchon, PLA LEED AP, Project Manager CLICK HERE to read more on the project. KEY STAFF Alia Awwad, PE, Principal ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 12 North Beach Trail Improvements SANTA MONICA, CA 1 2017-2020 Santa Monica is a world-renowned destination, and its beachfront attractions draw scores of locals and visitors alike. Alta worked with the City of Santa Monica to widen the oceanfront Beach Trail that connects North Santa Monica to the Pier and Muscle Beach —two of the City's most popular attractions —to better serve the wide variety of users. This trail expansion project will better accommodate the high volume of people who use the trail and increase user safety and comfort by widening the trail and separating pedestrians and those on wheels. Alta led the community outreach for the project, as well as the concept design for the trail. The team also led the signing and striping construction documentation and management services, ultimately supervising the on -the - ground application of the striping, graphics, and signage. The goal of the signage and striping project was to develop progressive markings that form an identity for the trail while minimizing user conflict between pedestrians and cyclists. Alta supervised the on -the -ground application of the striping, graphics, and signage. West Maui G reenway Master Plan MAUI. HI 1 2021-2022 Alta worked with the Maui Metropolitan Planning Organization (MPO) to develop the West Maui Greenway Master Plan. When complete, the greenway will provide safe and welcoming recreation and transportation opportunities for the community, separated from traffic in West Maui. It will create needed connections between communities and destinations, while becoming an attraction for residents and visitors. The plan is oriented around five goals: fostering community, bringing joy, strengthening connectivity, promoting safety and comfort, and ensuring feasibility. It also aims to see that this major community asset highlights the diverse history, landscape, and culture of the region while providing safe and comfortable connections to local destinations. Alta led the development of this Master Plan, including conducting public engagement, evaluating and prioritizing route alternatives, and developing design guidance and visualizations. Alta also helped the MPO pursue implementation funding through a Safe Streets and Roads for All (SS4A) grant application. CLIENT KEY STAFF City of Santa Monica Emily Duchon, PLA LEED AP, Project Manager CONTACT Britt Storck, PLA Senior Brian Ochoa Landscape Architect Project Manager Joe Gilpin, Senior Planner Santa Monica, CA 90401 and Designer (310) 458-8721 brian.ochoa@smgov.net CLICK HERE to read more on the project. CLIENT County of Maui CONTACT Lauren Armstrong Executive Director Maui Metropolitan Planning Organization (808) 270-8216 lauren@mauimpo.org KEY STAFF Alia Awwad, PE, Principal Spencer Finch, Senior Engineer Kim Vol Data Analyst Marguerite Schumm, Art Director CLICK HERE to read more on the project. ALTA PLANNING 4 DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 13 Connecting to Transit Campaigns KING COUNTY, WA 12022-ONGOING CLICK HERE to read more on the project. Alta is leading Metro's Connecting to Transit campaign, which includes several programs that seek to improve access to transit without building additional parking capacity. Alta is using culturally sensitive messaging to help market these services to the public and encourage people to use modes other than driving alone to take transit, whether by walking, biking, carpooling, or emerging modes of transit. Alta is leading the outreach, marketing, and communications efforts to get the word out about these new services. New offerings include priority carpool parking permits, more and improved bike parking, partnerships with first/last mile services, such as Via, and more. Alta employs community outreach, guerilla marketing, direct mail, traditional and social media, and other techniques to communicate to various audiences. Connect Beyond: Charlotte Metro Regional Transit Plan CHARLOTTE, NC I COMPLETED IN 2021 As part of a team, Alta led planning services for the development of a regional Mobility Hub Framework to support major transit corridors; a regional Transportation Demand Management strategy; and research on Emerging Mobility trends for this 12-county, bi-state regional transit planning initiative for the Charlotte metropolitan region. Within this work, Alta developed assessment and recommendations for emerging mobility including micromobility. Additional tasks included supporting and leading stakeholder outreach for new mobility services and TDM and developing recommendations to be applied to support regional investments in high -capacity transit. How To USE SE Sea ne yviafu-tYw TO TRANSIT Y rrw •�]Lr�rYitl QVoaq tr.a.trwr� aWw.aMl�aly� �Bob non•rsYd raywnrr e.�vawzftsan>s uw �11 �r.d ca..altres.�a lr SdYrAtlOr Olt ■ yr...�. � w_9-ho... ■ C .. o� mHo� •M Mgt�brglw^� _ NNW— CLIENT King County Metro CONTACT Lisa Philbrook Chief of Marketing and Promotions King County Metro (206) 477-8200 lisa.philbrook@kingcounty.gov CLIENT Centralina Council of Governments (owner) HDR (Prime) CONTACT Jason Wager, AICP CEP Principal Planner (704) 591-9308 jwager@centralina.org KEY STAFF Stephanie Garcia, Planning Associate Jean Crowther, New Mobility Advisor Julia Campbell, New Mobility Advisor Marguerite Schumm, Art Director KEY STAFF Matt Hayes, AICP, Principal CLICK HERE to read more on the project. This Regional Transit Plan includes innovative transportation solutions to enhance mobility and access for people living in and visiting the region and sets the foundation for a unified public transportation network that allows residents and visitors to seamlessly cross municipal, county, and state lines using publicly available mobility options. The project seeks to elevate public transportation as a preferred mobility choice and community assets; to grow the region's national and global competitiveness as a region, including attracting industry, growing businesses and retaining jobs; and to promote upward social mobility by providing better access to jobs, workforce housing services, medical facilities, educational resources and other destinations to those that may not have access to other means of transportation. The Plan can be viewed here. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 14 Subconsultant Key Experience Project Info & Firm Description Titusville Causeway Multi- This study is being provided through a Professional Engineering Services Contract that DRMP Trophic Resiliency and Shoreline has held with Brevard County for over 20 years. The shoreline along the eastern approach of Stabilization the Titusville Causeway (also known as the A. Max Brewer Memorial Parkway Bridge) has been 2020 - 2021 subjected to erosion for decades. The erosion has resulted in significant destabilization and loss of sandy beach frontage following Hurricane Irma. This shoreline erosion has negative Contact: impacts on the ecology of the Indian River Lagoon (IRL) and the community that uses this Carolina Alvarez public access are for recreation. Natural Resources Management Department The project purpose and design methodology will increase the resiliency conditions for water Stormwater Program Engineer quality in the Indian River Lagoon through nutrient reduction, decreased turbidity from an (321) 350-8405 eroded shoreline, and improved localized water clarity. The Wave Attenuation Device (WAD) Carolina.Alvarez@brevardfl.gov arrays will provide the front line of defense against wind driven wave energy with a modeled 90% wave energy dissipation. The WAD arrays will quickly develop into a nearshore reef Key Staff: structure providing marine habitat and life cycle functions for aquatic life cycles. Ryan P. Mitchell, PE Shanda W. Ryder A Feasibility Report and 60% design have been completed with a specific focus on coastal resilience with a several factor approach. The near shore Wave Attenuation Devices (WADS) DRMP create a near shore breakwater reef, substantially dissipating wind driven wave energy, which is largely responsible for the Causeway erosion. Behind the WAD's leading into the Causeway, seagrass beds will be restored in shallow waters, further reducing wind driven wave energy and promoting habitat for marine life. Native clams will be distributed throughout the seagrass restoration beds to improve water quality and increase the benthic habitat diversity. The final major project component will be the Titusville Causeway shoreline re -nourishment and stabilization plan with associated permits authorizations. Native vegetation will be planted to restore the ecological functions that a stabilized, vegetated Causeway shoreline provides to fish and wildlife. Specifically, species such as shore birds, horseshoe crabs, fish nursery habitat and seagrass dependent species will be achieved through the multi -faceted design approach. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 15 Patrick Air Force Base Living Patrick Air Force Base (PAFB) needed a firm to provide ecological services for the design to Shoreline Restoration reconstruct and restore sections of the shoreline that was damaged after Hurricane Matthew. 2017 - 2018 DRMP delineated the wetlands and conducted seagrass and mangrove surveys for the restoration project. Contact: Mark James DRMP provided ecological services for the restoration of shoreline that was damaged after Patrick Air Force Base, Hurricane Matthew along Banana River at PAFB. The environmental resource permitting Project Manager required extensive coordination with state and federal agencies. Mangrove and seagrass Department of the Air Force surveys were conducted to minimize and avoid impacts to these communities. As part of the mark.james.1@us.af.mil design, DRMP coordinated with PAFB staff and developed a planting plan to restore native (321) 494-3235 vegetation that was impacted during construction. The planting plan is intended to be used as on -site mitigation to offset the wetland impacts because of construction. Key Staff: Maria Bazemore, PWS Kyle Brown, PE Juan Gonzalez, PE DIN& r' The restored shoreline will prevent future storms from damaging PAFB, and it will improve water quality of the Banana River. The replanting of the shoreline will also provide habitat for wildlife, including the threatened west Indian manatee and endangered sea turtle. SHIFT 305 Miami -Dade, Miami -Dade County is made up of 34jurisdictions and has a complex geography and array Miami, FL of stakeholder needs. It is a fast-growing region with both population and climate impact 2022 - Ongoing pressures. The County recently reintegrated transit and public works/transportation to better deliver holistic planning and services. Contact: Carlos Cruz-Casas The agency needed to move swiftly, communicate clearly, and identify and implement Chief Innovation Officer priorities that serve key outcomes for the public. While public transit service is a backbone, Miami -Dade County Department transit service needs enhancements for efficiency. First and last mile connectivity is crucial. of Transportation and Public The shift in shared mobility, from ridehailing to scooter sharing has provided both risks and big Works opportunities to move Miami -Dade forward. Carlos.Cruz-Casas@miamidade. gov Cityfi provided multiple services over the course of consecutive contracts and engagements (786) 442-5248 for the County. The Shared Mobility Plan is an effort to plan for, and to utilize all shared modes more effectively throughout Miami -Dade; recognizing that public transit is the backbone and could be boosted by reallocation of street space and an array of new public/private shared Key Staff: services to fill the lanes. Cityfi developed a Social Impact Calculator to support ongoing, Karina Ricks data -driven decision -making that focuses on how each transportation and infrastructure Camron Bridgford investment creates various social impacts. The open -source tool allows Miami -Dade County to Karla Perlata evaluate the trade-offs of capital planning decisions by incorporating economic, environmental and equity -based metrics into project scoring. Cityfi also identified key barriers internally Cityfi to reach project goals and began an organizational assessment to identify next steps to resolve conflicts or resource deserts contributing to inaction. Working with partner agencies, leadership and stakeholders within the Department, Cityfi is developing the framework for a strategic plan and a two-year action agenda to swiftly, transparently and with public accountability implement projects and service improvements to advance public priorities. ALTA PLANNING + DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 16 Downtown Intermodal Downtown West Palm Beach is confident that significant growth and change will occur in the Transportation Plans coming decade. New residents, businesses, and students will be living, working, learning, and Compilation and Workshops playing in Downtown. With the increase in development density in Downtown, travel patterns West Palm Beach, FL will change. Plus, new services like Brightline, regional transit expansion, and a new bike share 2022 system are making it increasingly possible to conveniently travel using options beyond driving. Contact: The goal for this project is to establish a shared vision for mobility and community design in Valerie Neilson Downtown. This shared vision will include graphic communication of what change looks like, Executive Director research of public investment needed to achieve the vision, and a synthesis of the Palm Beach Transportation transportation and development projects currently being planned. Cityfi supported the Palm Planning Agency (TPA) Beach TPA in two workshops with the aim of identifying the main challenges that Downtown VNeilson@palmbeachtpa.org West Palm Beach is facing and identifying next steps to grasp the key opportunities. (561) 725-0818 Key Staff: Karina Ricks Camron Bridgford Karla Perlata Cityfi MovePGH and Guaranteed Basic Although a hilly city and northern climate, Pittsburgh has high rates of transit, walk and bicycle Mobility Pilot Pittsburgh, PA mode share. However, not all communities have close access to high frequency transit lines. September 2019 - Present Emerging shared mobility services provided an opportunity to expand last -mile connections to transit, but only if these multiple separate mobility services could be integrated into a Contact: convenient, intuitive, and easy to use mobility system. Kim Lucas Director, Department of Mobility In 2018, the City issued a Request for Demonstration. In this call, the City asked that shared and Infrastructure mobility providers self -organize into a coalition providing a diversity of mobility services. Any kimberly.lucas@pittsburghpa.gov proposed coalition must integrate with and be additive to the existing public transit system (412) 255-8850 and nonprofit bikeshare. Cityfi served as a strategic advisor to both the City Department of Mobility and Infrastructure Key Staff: and the selected coalition - the Pittsburgh Mobility Collective (PMC) led by Spin. The PMC Karina Ricks was hailed as the nation's first Mobility as a Service (MaaS) deployment. Cityfi facilitated the Camron Bridgford program aiding in design of Service Level Agreements for equitable distribution of services, Karla Perlata physical and virtual mobility hubs, state level authorizations for operations, and public engagement. Cityfi The MaaS program enabled another important demonstration - one of the country's first Guaranteed Basic Mobility (aka UBM) programs. The demonstration targeted a neighborhood with residents that experienced transportation insecurity - the inability to reliably meet the travel necessary to satisfy basic household needs. The GBM program provided participating residents with multiple services offered by PMC partners as well as "coaching" to use them (such as adult bicycle riding lessons and training in how to unlock a scooter). Cityfi advised program design as well as design of the associated academic research project. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 17 City of Miami Beach On -Call Services (Traffic Impact Studies and Transportation Planning and Traffic Engineering), FL 2013 - 2019 Contact: Traffic Impact Studies Michael Belush michaelbelush@miamibeachfl.gov (305) 673-7514 Transportation Planning and Traffic Engineering Jose Gonzalez JoseGonzalez@miamibeachfl.gov (305) 673-7514 Key Staff: Oliver Rodrigues, PE, PTOE Claudia Lamus, PE Charles Sloan FTE FTE provided general transportation planning and traffic engineering consulting services, on an as -needed basis, for the City of Miami Beach. FTE reviewed over 60 traffic impact studies for the City and attended Planning and Zoning Board meetings under this contract. FTE provided general transportation planning and traffic engineering consulting services, on an as -needed basis. FTE provided services for traffic circulation, one-way to two-way street conversion, and conceptual alternatives study on W. 42nd Street. In addition, FTE prepared the traffic circulation feasibility study on Sunset Island IV evaluating a stop control vs. a roundabout intersection. City of Miami Beach First FTE performed a traffic circulation and analysis of the conceptual alternatives between Alton Street Traffic Circulation Road and Washington Avenue. This study supported the redesign to enhance the corridor with and Conceptual Alternatives decorative pavement, improved drainage, and enhanced aesthetics. Services included crash Analysis, FL analysis, on -street parking and valet operation, and analysis of conceptual alternatives. The 2018 - 2020 project is in the South Point district of the City. Contact: Luis Soto, PE City of Miami Beach luissoto@miamibeachfl.gov (305) 673-7080 Key Staff: Oliver Rodrigues, PE, PTOE Claudia Lamus PE, Charles Sloan FTE City of Miami Freedom Park FTE provided peer review services for the proposed development which includes a Major (MFP) — Traffic Impact Study League Soccer stadium (MLS), a commercial complex, office space, a hotel, a youth sports Review, FL soccer field, and a public park. The task includes a review of the TIS including its trip 2018 - 2020 generation, trip distribution, and capacity analysis of the surrounding network, traffic calming Contact: evaluation for the adjacent neighborhood, and a parking analysis review. Collin Worth The analysis is being checked for operational conditions during a typical business day and on Bicycle Coordinator the days of an event at the stadium, both weekdays and weekends. Since the Soccer Stadium cworth@miamigov.com is not a typical land use included in ITE, alternative methodologies were considered including (305) 416-1725 data provided from other stadiums and Shared Parking methodologies published by the Urban Key Staff: land Institute. Oliver Rodrigues, PE, PTOE, Claudia Lamus, PE FTE ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 18 Various Public Engagement Services, Miami -Beach, FL 2015 - Ongoing Contact: Convention Center Tish Burgher Communications Manager Tish.Burgher@dot.state.fl.us (305) 470.4277 R.I.S.E Guide: Tonya Daniels, Miami Beach Marketing & Comms Director TonyaDaniels@miamibeachfl.gov (305) 673.7575 x6940 Blue Green Stormwater Nelson Perez-Jacome, Miami Beach, City Engineer 305.673.7080 NelsonPerez-Jacome@ miamibeachfl.gov Key Staff: Monica Diaz, Wanda Calixte ISC Park Project: Convention Center Park ISC is in charge of spearheading all community outreach activities as it relates to the construction of the new Convention Center Park. The team assisted with the execution of the groundbreaking ceremony, generated a project fact sheet in English and Spanish, construction advisories and disseminates information via door-to-door and Constant Contact. All materials were developed using the R.I.S.E. Guide templates and vetted through the Communications Office. We also maintained an events calendar to assist with adjacent event coordination that would affect this work such as Art Basel and Design Miami and special events at the Botanical Garden and Holocaust Memorial. Special Project: R.I.S.E. Guide ISC was charged with developing a comprehensive style and protocol guidebook to serve as a resource for City employees, as well as consultants to communicate and engage with Miami Beach residents. ISC was responsible for meeting internally with the City's ULI Communications Sub -Group and utilized ISC's Miami Beach field experience to generate this comprehensive style guide for communicating externally to the public. ISC was also responsible for generating collateral templates and reporting framework. ISC worked directly with the Marketing and Communications office to generate a Frequently Asked Questions section on Resilience with the intent for internal departments. Blue Green Stormwater Infrastructure, Road Elevation Strategy, and Neighborhood Project Prioritization As a a subconsultant, ISC worked with Jacobs, PWD, and Marketing and Communications to plan and execute citywide community meetings to discuss the City's latest efforts on the Blue Green and Flood Mitigation efforts. ISC was responsible for working to prepare all meeting presentations, interactive engagement activities and visual displays for public viewing. ISC developed the PIP for educating the public, conducted project research, developed meeting materials and assisted the City with disseminating the meeting invitations via Every Door Direct Mail (EDDM), door-to-door distributions, and e-blast notifications. ISC was able to utilize the City's existing resources and work with the team to place advertisements in the Miami Herald, post on social media, and stream the meetings live via MBTV and Facebook. Drive Safe Krome Avenue This campaign was developed in partnership with Florida Highway , Aggressive Driving Marketing Patrol. The campaign involved 15 partners and 15 events that led to Campaign, Miami -Dade County a total of 1,334,608 media impressions. The campaign generated 2014 - 2015 2,295,889 public impressions in total through unique outreach which included outreach events, partnerships, e-blasts, social media, media Contact. kits, website banners, and street team promotions. The ISC team was Carlos Sarmiento, Traffic Safety tasked with branding items in English and Spanish for the campaign Programs Coordinator that included: a logo, posters, three car decals and postcards, videos - STAY OUT 01 TMr •l'"` carlos.sarmiento@dot.state.fl.us and speeches. ISC planned and executed pop-up events that were 3— (305) 470.5473 tailored to the campaign's demographics and was the first firm to ROAD Key Staff: implement car decals as a marketing tool for this campaign. These Monica Diaz events included student outreach at different Miami -Dade Public Schools, special events such as the Transportation Summit and pop-up s•�■ �•• ®e ISC events at various gas stations. Districtwide Public Communications Services for Miami -Dade and Monroe Counties 2011 -2022 Contact: Tish Burgher, Communications Manager Tish.Burgher@dot.state.fl.us (305) 470.4277 Key Staff: Monica Diaz Wanda Calixte ISC ISC is spearheading design public outreach for two of the largest reconstruction and road raising projects within FDOT District Six. Under this contact, ISC has handled numerous design projects within the City of Miami Beach referenced. Additional work includes planning and implementing Community Awareness Plans, developing and disseminating project materials to the community in -person, via mail and e-mail distributions, working with local elected officials and other government agencies. ISC develops press releases website project pages, project videos, and other graphics and collaterals at the request of the Department in English, Spanish and Creole. Achievements included the launch of a FDOT Public Information Process Style Guide, Implementing Electronic Archive System, the development of an Agency Stakeholder Database, and creating a Public Information QA/QC Process Form. These PI processes are currently utilized as FDOT communication standards for all PI consulting firms serving the Department. In an effort to facilitate communication efforts with the community, ISC encouraged the PI Office on the use of FDOT social media including Facebook, Twitter and YouTube. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 19 West Palm Beach Citywide Transit Study. FL 2018 Contact: Uyen Dang, Principal DDEC uyen@ddec.com (813) 380-6574 Key Staff - Scudder Wagg Jarrett Walker � sj D DAiI rA z v FERN D 4� O' g n OKUC"OSEE l i I 1 LA KEVi F, Vr' West Palm Beach is a dense and walkable city in a largely suburban and car -oriented county. The transit service that the county transit agency (Palm Tran) was providing was insufficient for the level of density and walkability that the city intends. The City had been running a limited, downtown -focused trolley service, but felt it needed to JWA expand its transit offerings city-wide and better coordinate transit services provided by the county agency. As a subcontractor to Alta Planning & Design, JWA led the development of the transit components of the plan. Key issues included: • Designing a network that complemented county services instead of competing with them. • Integrating citywide needs with downtown circulator markets. • Locating and identifying rough specifications for a new downtown transit center and revisions to the layout of the Tri-Rail transit center. • Exploring different downtown routing possibilities while still showing flexibility in response to actions the county might take. • Building understanding among civic leaders about the need for the City to lead this issue. Miami -Dade County JWA was hired by Transit Alliance and Miami -Dade County to redesign the county bus Better Bus Project, FL network and work with municipalities to look at improvements to city trolley networks. To help 2019 -2020 stakeholders and the public understand the conflicting goals of transit network design, JWA worked with county and local staff to create two concepts: one that kept the county's existing Contact: coverage and one that focused on allocating more resources towards high ridership goals. The Azhar Chougle concepts included resources from municipal trolleys. Integrating the trolleys with Miami -Dade Former Director Transit service showed the benefits of reduced duplication and the value of a seamless network Transit Alliance of Miami that could get more residents to more places sooner. (971) 374-3540 az@asmatraz.com JWA guided our local partners at Transit Alliance on the surveying and outreach efforts around these two concepts, which included dozens of public meetings and thousands of survey Carlos Cruz-Casas responses. Based on public outreach, staff recommended a blend about half -way between the Assistant Director, Miami -Dade two concepts. JWA facilitated a second Core Design Retreat to design the recommended New County Dept. of Transportation Network that went before the public and elected officials for review. and Public Works In both the Concepts and the Draft Plan phases, JWA helped guide a conversation around (756) 442-5248 equitable outcomes through measures of job access and proximity to service for people of color, cruzc@miamidade.gov people in poverty, as well as looking at workforce access and access to affordable housing. Key Staff: The Covid-19 pandemic forced the redesign process to pause during the spring of 2020 and Jarrett Walker presented an opportunity to develop a more adaptable network to deal with the uncertainty Scudder Wagg of pandemic recovery. JWA worked with County staff to develop a Final Better Bus Network, Ricky Angueira including a Resilience Plan that prioritized routes and corridors and provided a decision -making Alvaro Caviedes framework to help County staff prepare for an uncertain future. In October 2020, the Board of County Commissioners endorsed the Final Better Bus Network and the Resilience Plan and JWA directed County staff to implement the new network. County staff are currently working on the implementation of the new network. ALTA PLANNING + DESIGN. INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 20 Arch Creek Basin: Urban Land Institute Advisory Services, Miami -Dade County, FL 2018 Contact: Katharine Burgess Former Vice President of Urban Resilience Urban Land Institute katharine.burgess@ smartgrowthamerica.org (202) 207-3355 Key Staff: James Lima JLP+D Jacksonville Downtown Riverfront Activation, FL 2021- Present Contact: Mari Kuraishi President, duPont Fund mkuraishi@dupontfund.org (904) 353-0890 Key Staff: James Lima Yuxiang Luo JLP+D JLP+D President James Lima served as the Vice Chair of the Urban Land Institute Panel on which Local Office Principal Walter Meyer served, that provided advisory services and recommendations for Arch Creek Basin, a historic, low income, and flood vulnerable neighborhood with the potential to become Miami -Dade County's first pilot Adaptation Action Area. The Panel considered what long-term planning and development strategies would provide the most resilient outcomes and other community benefits. The Panel proposed a vision that would increase the resilience and preparedness of Arch Creek Basin, enhance social equity, and create opportunities for all Arch Creek Basin's residents. The Panel's recommendations fall into four main categories: 1. Building social resilience in the community, especially among vulnerable populations. 2. Encouraging a more resilient and connected development pattern at the future transportation hub on high ground. 3. Managing water by restoring some of Arch Creek Basin's historical, natural systems. 4. Using the Adaptation Action Area framework to address governance, financing, and implementation. Funded by the Jessie Ball duPont Fund, the Riverfront Study and Activation Plan was initiated to serve as a resource for the City of Jacksonville in the planning and development of the future Riverfront. JLP+D is serving as the economic advisor to prepare a funding analysis and governance strategy to advance the implementation of the Activation Plan. Unlocking the greater potential of the Saint Johns River presents a major opportunity to benefit Jacksonville in the years to come. From inclusive programming, community wellbeing, and greater health, to the city's enhanced economic competitiveness, a more activated waterfront helps build the path to Jacksonville's long-term vibrancy, livability, and prosperity. To prepare the governance and funding strategy, JLP+D interviewed local stakeholders from public, private, and non-profit sectors and conducted an analysis with 21 case studies to illustrate the potential of different approaches for consideration. Specifically, JLP+D investigated and evaluated diverse potential funding sources, such as government contribution, earned income, real estate value capture, various forms of private contributions, and program partners' in -kind contributions. JLP+D's analysis emphasized the need for the plan's alignment with different funders' goals and priorities, as well as continued collaboration among project partners and champions. To advocate for greater collaboration and funding, JLP+D also made the economic case of investing in downtown waterfront, combining industry and demographic data analysis with case studies that demonstrated the value of a greater waterfront to existing and new residents, businesses, and the overall wellbeing of the city. ALTA PLANNING + DESIGN, INC. RFo 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 21 2.2 Qualifications of Proposer Team Organizational Chart PRINCIPAL -IN -CHARGE Mike Repsch, PE (Alta) CITY PROJECT MANAGER CITY RESIDENTS AND STAKEHOLDERS PROJECT MANAGER Alia Awwad, PE (Alta) ASSISTANT PROJECT MANAGER Stephanie Garcia (Alta) I QA/OC LEAD Matt Hayes, AICP (Alta) -------------------------- -------------------------------------------------------- Short-and Long -Range Transportation Planning Multimodal Feasibility Study and Conceptual Design Spencer Finch, PE, LEED AP (Alta) Joe Gilpin (Alta) Tom Natwick, PE (Alta) Alia Awwad, PE (Alta) Mike Repsch, PE (Alta) Chris Allen, PE (Alta) Jennifer Baldwin (Alta) Emily Condon, PLA, ASLA (Alta) Transportation Corridor Studies Stephanie Garcia (Alta) V Christiansen (Alta) Joe Gilpin (Alta) Jennifer Baldwin (Alta) Matt Hayes, AICP (Alta) Jason Reyes, AICP (Alta) Chris Allen, PE (Alta) Traffic Impact Studies Alia Awwad, PE (Alta) Matt Fralick, PE (Alta) Oliver Remy Rodriguez (FTE) Claudia Lamus (FTE) Bharathi Chigurupate, PE (DRMP) Demand and/or Market Forecasts David Wasserman (Alta) Kim Voros (Alta) Yuxiang Luo (James Lima) Project Layouts and Cost Estimates Mike Repsch, PE (Alta) Tom Natwick, PE (Alta) Brandon Bergeron, PE (Alta) Transit Service Planning and Operational Analysis Alia Awwad, PE (Alta) Jason Reyes, AICP (Alta) Jarrett Walker (Jarret Walker) Alvaro Caviedes (Jarrett Walker) Ricky Angueira > (Jarrett Walker) Scudder Wagg (Jarrett Walker) Multimodal Traffic Counts Oliver Remy Rodriguez, PE, PTOE (FTE) Claudia Lamus, PE (FTE) Transit Operations Planning Alia Awwad, PE (A) Jarrett Walker (Jarret Walker) Alvaro Caviedes "(Jarrett Walker) Facilities Planning and Development Tom Natwick, PE (Alta) Jason Reyes ') (Alta) Emily Condon, PLA, ASLA (Alta) Public Participation ISSUE BASED GROUP FACILITATION AND DECISION MAKING Stephanie Garcia (Alta) Alia Awwad, PE (Alta) V Christiansen - (Alta) Jennifer Baldwin (Alta) Matt Hayes (Alta) Jason Reyes, AICP (Alta) Monica Siaz (ISC) Walna Calixte'` (ISC) Karla Peralta Paredes (Cityfi) Karina Ricks (Cityfi) STAKEHOLDER IDENTIFICATION AND COMMUNICATION Alia Awwad, PE (Alta) Matt Hayes, AICP (Alta) Jennifer Baldwin (Alta) Stephanie Garcia (Alta) V Christiansen (Alta) PRESENTATIONS/ COLLABORATION WITH COMMUNITY AND TEAM MEMBERS Alia Awwad, PE (Alta) Matt Hayes, AICP (Alta) Stephanie Garcia (Alta) Monica Siaz . (ISC) Walna Calixte (ISC) MEDIA STRATEGIES, PRODUCTS, EVENTS Zane Taylor (Alta) Marguerite Schumm (Alta) Monica Siaz (ISC) Financial Planning and Analysis Spencer Finch, PE 5, (Alta) Yuxiang Luo (James Lima) Ben Margolis (James Lima) Karla Peralta Paredes , (Cityfi) Environmental Sustainability Analysis Ashley Haire, PhD, PE, ENV SP Spencer Finch, PE, LEED AP (Alta) Ryan P. Mitchell, PE (DRMP) Shanda W. Ryer (DRMP) Transit Intermodal Facility Development Jean Crowther (Alta) Alia Awwad, PE (Alta) Jarrett Walker (Jarret Walker) Scudder Wagg (Jarrett Walker) Transportation Related Urban Design/ Livable Cities and Smart Growth/Land Use Joe Gilpin (Alta) Britt Storck, PLA (Alta) Emily Duchon, PLA, LEED AP (Alta) Emily Condon, PLA, ASLA (Alta) Karina Ricks (Cityfi) Karla Peralta Paredes (Cityfi) Camron Bridgford (Cityfi) (S) = Spanish Speaking Transit Oriented Development Jarrett Walker (Jarret Walker) Karina Ricks (Cityfi) Camron Bridgford (Cityfi) Jean Crowther (Alta) Julia Campbell (Alta) Computer Visualization/ Graphics Donny Donoghue (Alta) Zane Taylor (Alta) Marguerite Schumm (Alta) Ricky Angueira ,�I (Jarrett Walker) Karina Ricks (Cityfi) Grant Application Assistance Alia Awwad, PE, Alta Spencer Finch, PE 5 (Alta) Stephanie Garcia (Alta) Matt Hayes, AICP (Alta) Jennifer Baldwin (Alta) Project Control and Management Alia Awwad, PE, will serve as the main point of contact for the City, backed by our full management and support team in this chart. ADDITIONAL SERVICE: CIVIL ENGINEERING SUPPORT ADA Accessibility Chris Allen, PE (Alta) Preliminary (Concept) Design Emily Condon, PLA, ASLA (Alta) Chris Allen, PE (Alta) Survey and SUE Blake Bussard. PSM (DRMP) Matt Floyd, PSM (DRMP) Rufus Swift (DRMP) Green Infrastructure Spencer Finch, PE (Alta) Chris Allen, PE (Alta) Lighting/Signaliza tion Patsy Fuschetto, PE (DRMP) John A. Florez, PE (DRMP) Bharathi Chigurupate, PE (DRMP) Signing and Marking Christine Dalickas, PE (DRMP) Ricardo W. Daubon, PE (DRMP) ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 22 alta Alia Awwad, PE Project Manager Alia's interest in transportation planning and engineering stems from a passion in providing safe, convenient, and sustainable transportation options and creating livable places. Alia's experience in both the public and private sectors allows her to understand the policy and planning nuances that local jurisdictions encounter and ON -CALL SERVICE AREAS manage. Additionally, Alia's background in roadway design, traffic analysis, and context - Short -and Long -Term sensitive transportation planning projects enables her to lead, communicate, and Transportation Planning implement innovative and practical solutions to transportation issues. Transit Operations Planning Transit Intermodal Facility Relevant Experience Development Public Participation Miami Beach Bike Assessment, Miami Beach, FL Grant Application Assistance Alia served as Alta's project manager on this assessment of the City's bicycle and Project Control and pedestrian facilities. Alta crafted an assessment that included relevant best practices, Management applicable installation mechanisms, and the next steps the City needs to undertake to YEARS AT ALTA work towards a connected bike and pedestrian network. 3 years Meridian Avenue Bike Lanes, Miami Beach, FL YEARS OF EXPERIENCE Alia served as Project Manager for the bike facility implementation along Meridian 19 years Avenue. Alia oversaw the integration of protected bike lanes along the corridor, design interventions at complex intersections, and travel lane and parking tradeoffs. EDUCATION MCRR Georgia Institute of West Palm Beach Mobility Plan, West Palm Beach, FL Technology, 2010 To advance the Downtown Mobility Plan, Alia helped oversee the analysis and BS, Civil Engineering, concept design of the Downtown Vision elements that focused on multimodal mobility. University of Minnesota, 2003 Additionally, Alia led multiple efforts recommended by the Plan, including re -imagining AREAS OF EXPERTISE Datura and Evernia Streets, managing the trolley study, and serving as Engineer of Transportation planning Record on the Tamarind Avenue streetscape improvement project. Alia is also currently Roadway design managing the intermodal transit center redesign along Tamarind Avenue, a commuter - Traffic analysis rail station with historical components that serves multiple transit modes. Urban planning West Terry Multi -Use Path Design and BUILD Grant Application, Bonita Springs, FL Civil engineering Alta is leading the design of the City of Bonita Springs first signature trail. The goal for REGISTRATIONS the West Terry multi -use path is to serve as the first segment of a larger network that Professional Engineer: will connect people safely to parks, schools, Downtown, natural areas, and other local FL (#76279); GA (#035234); AL and regional destinations. Alta is leading the design for the path, taking it from concept (#2954); DC (#PE923247); NJ to construction. Alia led the development of the $20 million BUILD grant application (#24GE05623300) that focuses on implementing this Complete Streets project. PROFESSIONAL HIGHLIGHTS Hillsborough MPO Vision Zero Corridors, FL NCHRP 17-63: Guidance for the Alia served as Alta's Project Manager for two high -priority Vision Zero corridor plans Development and Applications in Florida. Building off of the MPO's Vision Zero Action Plan, Alia led the evaluation of of Crash Modification Factors, and 03-112: Operational and the High Injury Network corridors, including system -level analysis, countermeasures Safety Considerations in development, design improvement recommendations, and public engagement efforts. Making Lane Width Decisions on Urban and Suburban Downtown Land Use Planning Amendment, Fort Lauderdale, FV Arterials, Panel Member As the City's traffic engineer, Alia led the traffic analysis and justification process for the City's Land Use Planning Amendment (LUPA) application to the Broward County Planning Council to add 5,000 dwelling units to its Downtown core. 'Completed prior to joining Alta ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 23 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Public Participation Grant Application Assistance Project Control and Management YEARS AT ALTA < 1 years YEARS OF EXPERIENCE 8 years EDUCATION MS, Urban Planning and Policy Design, Politecnico di Milano, Italy 2014 BS, Civil Engineering, National University of Colombia, Colombia 2012 AREAS OF EXPERTISE Complete Streets Active Transportation Master Plans Design guidelines Walking Audits Community outreach Public involvement Tactical Urbanism alta Stephanie Garcia Assistant Project Manager Stephanie has a background in Civil Engineering and Urban Planning. She brings over eight years of experience working on mobility projects including Complete Streets, community engagement and outreach efforts, design and policy guidelines, grant applications, bike and pedestrian plans, tactical urbanism, and walking audits. Prior to joining Alta, Stephanie established the Tactical Urbanism and Walking Audits program for the Metropolitan Planning Organization in Broward — the Walking Audits program received a recognition from the Federal Highway Administration safety office as a Vision Zero noteworthy practice. Relevant Experience Tactical Urbanism Program, Broward MPO, Broward, FL* As Project Manager, Stephanie established the program and worked with the Broward MPO, municipalities and the County to identify priority quick build projects throughout the service area and across multiple municipalities. Experience implementing pilot projects (at least 6 months duration), test innovative ideas and safety countermeasures, such as: road diets, curb extensions, sidewalk extensions, mid -block crossings, refuge islands, protected bike lanes, etc. The program included call for projects, MOU, MOT, public outreach, walking audits, workshops, conceptual design, volunteers' recruitment, marketing, built and site operation management, data collection, report back to community. Complete Streets Community Engagement Program, Broward, FL* As Project Manager, Stephanie led the community engagement events of the Broward MPO Complete Streets Initiative. These efforts were in partnership with municipalities and local stakeholders (Broward BCycle, Broward Health, FDOT, Tri-rail, Brightline, bike shops, Circuit, etc.). The community events focused on engaging and educating the community on Complete Streets elements and projects in their cities, as well as bike safety. The core events were conducted countywide with the support of the lead city, including bike rides (let's go biking!); Walking tours, walking bus (Let's go walking!); Scavenger Hunts (let's go Broward!), Groundbreaking, ribbon cutting events, etc. Ribbon cutting/Groundbreaking Complete Streets Design Guidelines, Broward, FL* events Stephanie assisted with the development of the guidelines and provided reviews Grants of the content and structure of the document. Chapters such as green/blue infrastructure, end of trip facilities, Broward Complete Streets efforts and milestones, PROFESSIONAL Complete Streets policy commitment map, were added to the final document. HIGHLIGHTS 2022 Smart Growth Partnership Award -Tactical Urbanism NE 3rd Avenue project 2021 Roadway Safety Award- FHWA and the Roadway Safety Foundation recognized the Complete Streets Master Plan and Wilton Drive Complete Streets project 2020 FHWA recognition of the Walking Audits program as a Vision Zero best practice Walking Audits Program, Broward, FL* As Project Manager, Stephanie worked with municipalities to conduct walking audits in the high priority corridors of the Complete Streets master plan. With the support of City staff and AARP, 6 walking audits were conducted throughout Broward; FDOT, county, local businesses and community representatives participated in the various walking audits and walked the corridor, provided feedback and helped identify safety issues and recommendations to improve the corridors. The recommendations were incorporated, and immediate safety issues were addressed. *Completed prior to joining Alta ALTA PLANNING 4 DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 24 0 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Project Control and Management YEARS AT ALTA 9 years YEARS OF EXPERIENCE 22 years EDUCATION ME, Environmental Engineering, University of Hartford, 2001 BS, Civil Engineering, University of Hartford, 2000 alta Mike Repsch, PE Principal -in -Charge Mike is a Principal and Professional Engineer with 22 years of experience. He has a vast, diverse background working on challenging active transportation projects throughout the United States. His ability to provide multi -disciplinary services from planning to engineering makes him a unique asset to any team. Mike has spearheaded numerous projects from inception through design and development. Mike's highlighted projects include greenway and bikeway design, green infrastructure design, multimodal corridor studies, transportation system improvements, and transit and access plan for pedestrians and bicyclists. Relevant Experience Meridian Avenue Bike Lanes, Miami Beach, FL Mike served as Principal -in -Charge for the Meridian Avenue Bike Lane project. The project consisted of the design of the design of approximately half a mile of bike facilities. Design tasks included signing and marking plans, integrating bicycle lanes, accommodating signalized pedestrian mid -block crossings, and mitigating conflicts between the different modes of transportation. Tamarind Avenue, West Palm Beach, FL Mike served as Principal -in -Charge for the Tamarind Avenue design project. The AREAS OF EXPERTISE project design consisted of various pedestrian improvements from Fern Street to Greenway design Banyan Boulevard. The design included median islands, RRFB's, curb ramps, and Bikeway design signing and pavement marking upgrades. Multimodal corridor studies Green infrastructure design West Palm Beach Mobility Plan, FL Transportation system To advance the Downtown Mobility Plan, Mike helped oversee the analysis and improvements concept design of the Downtown Vision elements that focused on multi -modal ADA design mobility. Additionally, Mike provided engineering oversight and QA/QC. REGISTRATIONS Okeechobee Boulevard Corridor Study, West Palm Beach, FL Professional Engineer: AL (#39324-E); AR (#19538); Alta was selected by the city of West Palm Beach to perform a corridor study of a CT (#25098); DC (PE#920415); 1.5-mile segment of Okeechobee Boulevard, the gateway corridor into downtown. DE (#20331); FL (#79870); The corridor has significant challenges including high volumes, number of lanes, high GA (#039011); IL (#062066470); MD (#47150); MA (#51298); travel speeds, crash occurrences, multiple train tracks and a lift bridge that often NC (#33609); PA (#PE084236); disrupt access and accessibility to downtown creating an inhospitable environment SC (#31691); TN (#123787); for pedestrians, bicyclists in the community. Mike served as Project Engineer for the VA (#0402053544) study. West Terry Street Multi -Use Path Design and BUILD Grant Application, Bonita Springs, FL Alta led the design for the City of Bonita Springs' first signature trail. The goal for the West Terry multi -use path was to serve as the first segment of a larger network that will connect people safely to parks, schools, Downtown, natural areas, and other local and regional destinations. Alta is leading the design for the path, taking it from concept to construction, and led the development of the $20 million BUILD grant application that focused on the implementation of this Complete Streets project. Mike was the Project Manager for this effort. ALTA PLANNING + DESIGN. INC. RF02023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 25 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Public Participation Grant Application Assistance Project Control and Management YEARS AT ALTA 11 years YEARS OF EXPERIENCE 22 years EDUCATION MA, Geography, University of North Carolina, Chapel Hill, 2002 BS, Biology (Specialization in Environmental Science/GIS), Samford University,1999 alta Matt Hayes, AICP Quality Assurance/Quality Control Lead Matt is a Vice President of Alta and brings 22 years of experience leading multimodal transportation and greenway planning efforts across North Carolina and the Southeast. As a recognized leader in the bicycle and pedestrian planning field, he has laid the groundwork for communities, both large and small, to accommodate sustainable modes of transportation. His expertise and passion lie in his ability to take clients from a vision to an implementable plan or project. He has managed over 100 bicycle, pedestrian, and greenway planning projects at the state, regional, community, and corridor levels. Relevant Experience West Palm Beach Mobility Plan, West Palm Beach, FL To advance the Downtown Mobility Plan, Matt served as a Principal Planner, assisting with the analysis and concept design of the Downtown Vision elements that focused on multimodal mobility. Additionally, Matt was part of multiple efforts recommended by the Plan, including re -imagining Datura and Evernia Streets the Tamarind Avenue streetscape improvement project. High Point RAISE Grant Application Assistance, NC Matt served as Project Manager, leading the development of a successful federal RAISE grant application for High Point. The $19.8M grant was awarded to High Point in 2021 and will fund bicycle and pedestrian projects including a greenway, Complete Streets improvements, and bicycle boulevards. Chapel Hill Bus Rapid Transit (BRT) - Access to Transit, NC AREAS OF EXPERTISE Alta worked with AECOM on a 24-month transit investment study to identify and Greenway master plans evaluate a series of transit investment alternatives within a 7.3-mile study corridor. Multimodal transportation Project goals included improving connections with local and regional transit routes, Community outreach supporting future development within the corridor, increasing transit mode share and REGISTRATIONS ridership to the UNC campus/hospital, and improving multimodal connectivity options American Institute of Certified between the new Carolina North Campus and Southern Village. Matt led the Alta team Planners (#021773) as Principal -in -Charge. The Better Bus Project: Access to Transit Plan, Durham, NC Matt served as Alta's Principal -in -Charge for this project aimed to evaluate and prioritize transit in Durham, NC, laying the foundation for a greatly improved rider experience for transit users in the community. The project consists of designing street, sidewalk, and bus stop improvements that provide safe access to bus stops, enhance comfort at bus stops, and improve bus service on GoDurham routes. Alta used an array of data to generate seven analysis factors, including ridership, equity, safety, essential destinations, connectivity for walking and biking, and previous planning recommendations. Alta generated three new connectivity metrics to evaluate transit ridership and access in Durham and accompanying graphics to delineate the process and findings. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 26 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Financial Planning and Analysis Environmental Sustainability Analysis Grant Application Assistance YEARS AT ALTA <1 year YEARS OF EXPERIENCE 23 years EDUCATION MSc, Environmental Engineering, Pennsylvania State University, 2002 BSc, Mechanical Engineering, focus on Transportation Engineering, University of Pennsylvania, 2001 BA, Political Science, Albright College,1995 alta Spencer Finch, PE, LEED AP Principal Engineer Spencer is an engineering leader with 23 years of experience. His distinctive set of skills and expertise includes transportation engineering (Complete Streets and bicycle and pedestrian facility planning and design); environmental engineering and due diligence; green stormwater infrastructure planning and design; environmental, transportation and natural resources permitting; and sustainable infrastructure. Spencer's experience covers not only planning and engineering, but also strategic guidance, program management, business development, and team building and management. He has expertise in grant writing/grant management, helping projects secure funding at early stages of development and advance through subsequent stages. Relevant Experience Washington Avenue Connector, Philadelphia, PA* Spencer was project manager for this $11 million (construction cost) project, which will reconfigure approximately a half mile of the arterial that provides the southern border to downtown Philadelphia. The final design takes a Complete Streets approach, providing pedestrian safety improvements to every intersection, and removing several blocks of a secondary roadway to build a multi -use path and a string of parks and plazas every other block, which culminate in a new gateway to the Delaware River waterfront. Other innovative approaches of the project include synchronized signals to provide a wave of green lights for bicycle speeds; leading pedestrian intervals; activation of an 1-95 highway underpass with an LED -lit pedestrian plaza and dog park; mountable curbs for a truck -specific intersection; and additional parking -buffered bike lane connections. LYNX Silver Line Rail Trail Study, Charlotte, NC AREAS OF EXPERTISE Alta led conceptual design services for a continuous 29-mile rail trail corridor that Transportation engineering parallels the future Silver Line light rail system and spans more than five jurisdictions Bicycle/pedestrian facility across the greater Charlotte area. The planning study focused on determining a planning and design feasible alignment for the rail trail and developing a framework for implementation, as Complete Streets design well as setting a vision for the trail branding and placemaking elements along the trail. Green infrastructure design Spencer served as an engineer on this project. Environmental permitting Grant writing and management Grant Management Experience REGISTRATIONS Spencer has contributed grant management and program management for the following projects: Professional Engineer: NJ (#24GE04624300) City of Philadelphia Office of Sustainability On -Call Consulting Services Citywide LEED Accredited Professional and EPA Grant Management, Philadelphia, PA* • St. Joseph's University City Avenue Sidewalk and Furman Walk Extension, Philadelphia, PA* • Riverside Drive Multi -Year Grant Support, USDOT BUILD Grants, Allentown, PA* • Schuylkill River Multi -Year Grant Support, USDOT TIGER and BUILD Grants, Philadelphia, PA* • East Coast Greenway Planning, Design, Program Management, and Policy Development in Bucks, Philadelphia and Delaware Counties, PA* • 58th Street Greenway, Program Management, Planning/Design, Grant Writing/ Financing, Construction Management, Philadelphia, PA* 'Completed prior to joining Alta ALTA PLANNING + DESIGN. INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 27 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Transportation Related Urban Design/Livable Cities and Smart Growth/Land Use alta Joe Gilpin Principal Design Advisor Joe is a national expert in bicycle and pedestrian facility design. He provides project oversight and quality control for Alta staff for on -street bicycle facility implementation and pedestrian planning projects in communities varying in size across the Rocky Mountain region and nationwide. Joe worked as the Project Manager to develop the NACTO Urban Bikeway Design Guide and led development of the FHWA Small Town and Rural Mu/timoda/ Networks Guide. He has led many of Alta's signature engineering design projects, provided design guidelines for pedestrian and bicycle facilities, and prioritized projects with funding strategies. YEARS AT ALTA Relevant Experience 15 years Demonstration and Pilot Project Guidebook, St. Petersburg, FL Joe served as Principal -in -Charge for a Demonstration and Pilot Project Guidebook YEARS OF EXPERIENCE for the Saint Petersburg Florida. Duties included attending stakeholder meetings, 21 years providing current best practice in data collection, reporting, and design practices EDUCATION throughout the project. Joe provided overall QA/QC for the project as well. MS, Transportation Planning, Banyan Boulevard, West Palm Beach, FL Oxford Brookes University, Joe served as Alta's Principal -in -Charge on a team tasked with developing typical United Kingdom, 2002 United Civil Engineering, California roadway sections to transform the corridor into a bicycle and pedestrian -friendly link BS,Polytechnic State University, while adhering to current Florida Design Manual standards and meeting an acceptable San Luis Obispo, California, level of service based on adopted criteria. The recommended typical section 2001 incorporates a raised protected cycle track for the length of the corridor. AREAS OF EXPERTISE Protected intersection design N Street Cycle Track Design, Lincoln, NE Street design Joe served as Principal -in -Charge for the design of a two-way cycle track for the Innovative on -street bicycle City of Lincoln that connects the Haymarket District to the Billy Wolf Trail through design downtown. The City identified the N Street Protected Bikeway project in its Downtown Guideline development Master Plan as a completion of the "last mile" of bike trails through downtown. Angle Bicycle and pedestrian design parking and one vehicle travel lane were converted to cycle track with a planted training buffer. Alta also identified an opportunity to design stormwater infiltration planters in the buffer between the cycle track and parallel parking and in pedestrian refuge PROFESSIONAL HIGHLIGHTS islands at each intersection. Alta On -Street Bikeway Design Lead Mount Pleasant Way Micromobility Network Plan, Mount Pleasant, SC NACTO Urban Bikeway Design The Mount Pleasant Way Master Plan project proposes a network of connected Guide, Trainings: San Diego multi -use paths for non -motorized users that will link key portions of the town of Mount (CA), Charlotte (), L Atlanta (GA), Tucson (AZ), Los Angeles Pleasant. Alta developed planning tools to guide Mount Pleasant's future micromobilit p p g g y (CA), Chicago (IL), Lincoln (NE) activity, including a modal hierarchy map, roadway typologies, and a Micromobility National Highway Institute Concept Network Plan. Joe served as senior advisor guiding the development Bicycle and Pedestrian Design of roadway typologies that support safe multi -modal access and increases in Trainings: Columbus (OH), Helena (MT), Columbia (SC) micromobility traffic. Complete Streets/Design Guidelines Training: Ohio DOT, Lake Tahoe, Michigan DOT, Columbia (SC), Lincoln (NE) "Lessons Learned: Evolution of the Protected Intersection", Alta Planning + Design, 2015 ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 28 alta Jennifer Baldwin Principal Jennifer leads Alta's Mid -Atlantic region with 17 years of experience delivering products and services that focus on quality, innovation, and client communication. Having managed bicycle and pedestrian programs at both the state and local level, she brings a unique perspective to comprehensive master planning, public outreach, and project ON -CALL SERVICE AREAS implementation. Her expertise includes downtown mobility, active transportation Short -and Long -Term planning, corridor analysis, and inclusive public engagement. Transportation Planning Public Participation Relevant Experience Grant Application Assistance Miami Beach Bicycle and Pedestrian Master Plan Assessment, Miami Beach, FL YEARS AT ALTA Under an on -call contract with the city of Miami Beach, Alta worked with the City to 7 years assess the 2016 Bicycle and Pedestrian Master Plan and establish best practices that YEARS OF EXPERIENCE would help the City become a premier biking city. Jennifer served as Principal-in- 17 years Charge and assisted with national and international best practices research, and report production. EDUCATION MoveDurham Downtown Transportation Study, Durham, NC BS, Outdoor Recreation Planning and Environmental The Downtown Durham Transportation Study developed a comprehensive plan for Policy and Planning, Virginia addressing multimodal transportation needs responsive to the economic growth and Tech, 2005 land use plans of the City, safety concerns of residents, and transportation accessibility AREAS OF EXPERTISE for all users. Jennifer served as Project Manager for this effort, leading community Bicycle and pedestrian engagement and outreach, data collection and analysis, policy review, and project planning prioritization. Downtown mobility Trail planning and feasibility Chapel Hill North -South Bus Rapid Transit (BRT), NC Inclusive public engagement Jennifer served as Senior Planner to conduct a 24-month transit investment study to Meeting facilitation identify and evaluate a series of transit investment alternatives within a 7.3-mile study corridor. Project goals included improving connections with local and regional transit routes, supporting future development within the corridor, increasing transit mode share and ridership to the UNC campus/hospital, and improving multimodal connectivity options between the new Carolina North Campus and Southern Village. Walk.Bike.Ohio ODOT Statewide Bicycle and Pedestrian Master Plan, Statewide, OH Jennifer is serving as Project Manager on the Alta -led Ohio Statewide Bicycle and Pedestrian Master Plan. The plan will be a visionary and comprehensive policy document that will guide, inform, and support statewide bicycle and pedestrian transportation mobility, accessibility, and connectivity throughout Ohio. The plan will provide a road map for ODOT with a framework of action steps, strategies, and performance measures. Nashville/Davidson County Vision Zero Plan, Nashville, TN Jennifer served as Project Manager leading this Vision Zero plan for the county. She facilitated the stakeholder and public engagement process, including intercept surveys, pop-up workshops, and online interactive maps and conducted a priority corridor road safety audit and existing policy/program review to see that recommendations were implementation focused. She also oversaw crash data and systematic safety analysis and development of an online data dashboard that helps people visualize unsafe areas and showcases locations for countermeasures to help facilitate change in the area. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 29 alta Vane (V) Christiansen Senior Planner V is a professional with over five years of industry experience in private, regional, and non -government sectors. They are a transportation planner with a Masters of Science in Planning from Florida State University focused on transforming transportation networks and creating healthy and resilient environments for communities. ON -CALL SERVICE AREAS Short -and Long -Term Relevant Experience Transportation Planning Public Participation Datura and Evernia Streetscape Improvement Project, West Palm Beach, FL V was a Planner for short- and long-term strategies for a place -based, people -oriented YEARS AT ALTA roadway design for these two key downtown streets. This included creating a shared, <1 year curbless, street, converting it from one-way to two-way to create more pedestrian YEARS OF EXPERIENCE space. 5 years Fairfax County Active Transportation Plan, VA EDUCATION V is supporting the team as a Planner, working with the Fairfax County Department University of Florida, of Transportation to develop its first Active Transportation Master Plan. Vane is Coursework in Geographic assisting with research and analysis for bike parking, capital bike share, Complete Information Systems, 2021 Streets, wayfinding, and new mobility. V prepared recommendation memos informed Florida State University, MS, Planning with Transportation by AASHTO bike design guidelines and contributed to client meetings. V worked Specialization, 2016 on updating the community engagement and awareness plan. An Iterative feedback process is being used to collect information, inform recommendations, and ultimately AREAS OF EXPERTISE create the basis for a community -driven and community -serving Active Transportation Transportation planning Plan. Regional planning Public engagement Florida Transportation Plan Implementation, Statewide, FL* Community workshop V contributed to project and tasks as in-house staff to FDOT's Systems Implementation facilitation Office, supporting the implementation of the Strategic Intermodal System Policy LANGUAGES SPOKEN Plan (SIS). They provided assessments of SIS projects in support of senior team for Spanish SIS facility designation criteria. V prepared technical materials in close collaboration with senior Cambridge Systematics staff and coordinated the partner outreach PROFESSIONAL and interdepartmental coordination for the Review of Florida's Non -Metropolitan HIGHLIGHTS Transportation Planning Process guide, including internal and external partners. Association for Pedestrian and Bicycle Professionals (APBP), 2019 - Present Strategic Intermodal Systems Implementation, Statewide, FV American Planning Association V coordinated sessions and registration for the 2016 TransPlex statewide conference. (APA), 2014 - Present They supported the Florida Department of Transportation's Office of Policy Planning Florida Bicycle Association, (OPP) as embedded staff on the implementation of the Florida Transportation Plan. V 2019 - Present also assisted with the preparation of technical presentations and materials to support People for Bikes RideSpot Ambassador, 2019 — Present information meetings (in person and virtual) for all OPP projects. 'Completed prior to joining Alta ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 30 ON -CALL SERVICE AREAS Transit Oriented Development YEARS AT ALTA 12 years YEARS OF EXPERIENCE 19 years EDUCATION Master of City and Regional Planning, Clemson University, 2011 BA, Religion and History, Furman University, 2002 AREAS OF EXPERTISE New mobility feasibility, planning, policy building, and design New mobility research and best practices Shared mobility system planning Integration with transit Program and policy development Public engagement REGISTRATIONS American Institute of Certified Planners (#029336) PROFESSIONAL HIGHLIGHTS globalbike Board of Directors founding member, 2006— Facilitator, Future of Public Spaces and Placemaking Workshop, University of Oregon/ Knight Foundation, January 2020 Urbanism Next, 2019 Micromobility and Transit Service Delivery Opportunities in the Underserved Edges Scenario Planning for an Uncertain Future alta Jean Crowther, AICP Future Mobility Principal Jean has 19 years of experience fostering change and innovation in communities across the US. She leads Alta's New Mobility Group, providing companywide guidance for shared mobility, micromobility, and transportation technology research and best practices. Tapping into seven years as an advocate working locally for community and transportation planning, Jean skillfully applies her hands-on experience in program development, community engagement, and project implementation. She brings expertise at every geographic scale from small rural communities to major cities, multi - county regions, and state and national scopes. Relevant Experience Broward County MPO New Mobility Visioning Workshop, Broward County, FL Jean was the lead presenter and facilitator for this New Mobility Workshop as part of a Complete Streets training program. Approximately fifty attendees representing multiple local and county jurisdictions and private sector partners participated. The eight -hour interactive workshop discussed current trends, impacts of autonomous vehicles and new transportation technologies, and the role of local policy. Through a policy exercise and "Complete Streets 2.0" design exercise, attendees broadened their understanding of the future of mobility in the region and developed near -term actions to influence change. Mount Pleasant Micromobility Network Plan, Mount Pleasant, SC As Principal -in -Charge, Jean led Alta's efforts to help the Town of Mount Pleasant respond to emerging trends in transportation and ready its roadway network for future needs and demand by creating a micromobility network plan. Jean oversaw the production of Alta's deliverables, which included a comprehensive review of the policy and regulatory context for micromobility and NEV usage and operations, recommendations for changes to Town ordinances, a design guidance decision matrix, and a network map for prioritizing micromobility and NEV access. Augusta Regional Transportation Study (ARTS) Regional Bicycle and Pedestrian Plan, Augusta, GA In developing the ARTS Regional Bicycle and Pedestrian Plan, Jean evaluated previously proposed projects, assessed existing conditions, and conducted the region's first bicycle and pedestrian counts. She developed a recommended regional bicycle, pedestrian, and trail network, program and policy recommendations, and assisted one member county in developing and adopting a Complete Streets resolution following the plan's adoption. Centralina Regional Transit Plan and Mobility Hubs, Charlotte, NC Alta led planning services for the development of a regional Mobility Hub Framework to support major transit corridors; a regional Transportation Demand Management strategy; and research on Emerging Mobility trends for this 12-county, bi-state regional transit planning initiative for the Charlotte metropolitan region. Jean helped develop integrated bus service strategies and outlined emerging mobility trends for the TDM plan. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 31 ON -CALL SERVICE AREAS Transit Oriented Development YEARS AT ALTA <t year YEARS OF EXPERIENCE 15 years EDUCATION Masters of Urban and Regional Planning, UCLA, 2012 Bachelors of Science in Civil and Environmental Engineering, UC Berkeley, 2006 Certificate in Leaders in Sustainability, UCLA AREAS OF EXPERTISE Transportation policy Governance and politics Communication Technical literacy Systematic problem solving alta Julia Campbell, PE, LEED AP Principal Julia has 15 years of experience spanning planning and engineering in the state of California. She is a native of Los Angeles and spent the beginning of her career in the San Francisco Bay Area. Julia has designed engineering solutions for sustainable development projects across the state as well as the globe. Julia has an established track record of developing cross -disciplinary solutions like managing the first bike share and transit fare integration in the United States and forming the largest active transportation project by budget in the Americas. Relevant Experience Bronco Mobility Hub, Pomona, CA As Project Manager, Julia led a team to work with Foothill Transit and Cal Poly Pomona campus to develop a concept for a multimodal Mobility Hub. The hub will not only house stops for the existing and planned Foothill Transit routes but will offer safe and convenient transfers to the local shuttle system and walking, biking, and rolling to final destinations on campus. LADOT Open Streets, Los Angeles, CA As the Principal in Charge, Julia provides oversight for the Open Street program aimed at bringing more Open Streets events to communities across the City of Los Angeles. The program implements spatial analysis to focus events in communities most in need of outdoor recreation space. Events deploy the Play Streets package of programming and will evolve to include additional elements developed in partnership with Community Based Organizations. San Mateo Shared Micromobility, San Mateo, CA Local, state, federal funding As a strategic advisor and Principal for the project, Julia worked with the City/ County Behavior change Association of Governments to create a politically -sensitive approach to introducing REGISTRATIONS a regional micromobility management model to potential partners and stakeholders. Professional Engineer, CA This included creating a stepped menu of regional collaboration, estimating costs and (#C86137) benefits including staff time and opportunity cost for duplicative efforts across the LEED Accredited Professional region, and benefits to residents and the environment. PROFESSIONAL HIGHLIGHTS Transportation Research Board, Transportation Issues in Large Cities Coordinating Council Member Institute of Transportation Engineers, Member American Society of Civil Engineers, Member Young Professionals in Transportation, Founding Chapter Board Member LA River Path, Los Angeles, CA* Julia served as the Metro Project Manager for the LA River Path, the largest active transportation project by budget in the Americas. This included scoping the project for inclusion in Measure M sales tax funding as well as inter -agency coordination and stakeholder engagement. The project runs through diverse residential communities, and some of the most intensely used industrial real estate in the county. Los Angeles Vision Zero Program, Los Angeles, CA* Julia led the City-wide effort to reduce traffic deaths to zero. She provided policy direction and managed coordination between all departments with a role in street safety, especially LADOT and LAPD with support from the Public Works Bureaus. The scope of the project included engineering, developing strategic political partnerships, and garnering community support. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 32 ON -CALL SERVICE AREAS Environmental Sustainability Analysis YEARS AT ALTA 1 year YEARS OF EXPERIENCE 22 years EDUCATION PhD, Civil (Transportation) Engineering, University of Texas, Austin, 2009 MS, Civil (Transportation) Engineering, University of Arizona, 2004 BS, Civil Engineering, University of Arizona, 2000 AREAS OF EXPERTISE Bikeway design Pedestrian facility design alta Ashley Haire, PhD, PE, ENV SP Senior Engineering Associate Ashley has extensive experience managing multimodal transportation projects from both the private and public sector perspectives. She oversees design and planning for balanced transportation networks with a focus on active transportation projects that enhance mobility and prioritize safety for all users. Ashley has prepared engineering and planning documents for local and regional clients, developed state and federal guidance regarding integrated transportation systems, and has taught advanced university courses and practitioner trainings. She is skilled in viewing transportation projects comprehensively and methodically and in communicating complex technical concepts to stakeholders in understandable ways. Relevant Experience Los Angeles River Valley Bikeway and Greenway Design, CA Ashley served as a Design Engineer and Envision Lead for the San Fernando Valley portion of the Los Angeles River Greenway. The project will complete the Los Angeles River Bike Path from Vanalden Avenue in the West Valley to Forest Lawn Drive/Zoo Drive near Griffith Park. Ashley advised on design details for bicycle and pedestrian safety, ADA compliance, and conformance with Caltrans design requirements. She also prepared the application for Platinum -level Envision sustainability certification for the project, which involved an extraordinary amount of technical writing, diagramming, and document organization. In addition, she wrote two memoranda documenting the project's climate adaptation and resilience elements. Safety analyses & Vision zero South Pasadena Slow Streets Program, CA Ashley is Project Manager for the South Pasadena Slow Streets program in which Alta REGISTRATIONS developed design drawings for four demonstration projects. The improvements include a Professional Engineer: variety of treatments geared towards active mobility, safety, and traffic calming. Elements CA (#C81212), Az (#72088), such as bike lanes, pedestrian refuges, and curb extensions will be implemented on three CO (#0051401), TX (#111025), MA (#53856), local residential streets and in school zones. On Mission Street, the city's central business UT (#10288633-2202) street, roadway reconfiguration will make parklets and other Complete Streets features Envision Sustainability Professional, Institute for Sustainable Infrastructure, (#35642) PROFESSIONAL AFFILIATIONS Association of Pedestrian and Bicycle Professionals District 7 Representative, Pasadena Walks Advisory Committee Transportation Research Board Pedestrian Committee (ACH10) Transportation Research Board Bicycle Committee (ACH2O) feasible. Climate Change Adaptation for Pacific Coast Highway Bicycle and Pedestrian Infrastructure, Ventura County, CA This project integrates improvements to bicycle and pedestrian infrastructure and safety with climate resilience measures along the segment of the Pacific Coast Highway (PCH) between Leo Carrillo State Park and Point Mugu. Ashley is Project Manager for Alta's role in the project, which includes an assessment of pedestrian and bicyclist needs and a toolkit of solutions for addressing those needs in the constrained conditions between the rugged coastline and sea cliffs. Activities along this section of the PCH include tourism and local travel to beach spots, as well as commuter and cut -through traffic between Santa Monica and Oxnard. Finding solutions that are applicable here and that Caltrans can deploy in similarly threatened conditions around the state is a primary goal of this project. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 33 ON -CALL SERVICE AREAS Transportation Related Urban Design/Livable Cities and Smart Growth/Land Use YEARS AT ALTA 11 years YEARS OF EXPERIENCE 17 years EDUCATION Bachelor of Landscape Architecture, Cum Laude, University of Georgia, 2005 AREAS OF EXPERTISE Trail design and feasibility study Landscape architecture Crime Prevention Through Environmental Design (CPTED) Urban trails Rail trails REGISTRATIONS Professional Landscape Architect: GA (#001754); NC (#1761); AL (#833) alta Britt Storck, ASLA, PLA Principal Landscape Architect Britt is a professional landscape architect who has built her career around greenway and trail placemaking, natural resource -based recreation projects, and active community design and planning. She leads Alta's national trail service area and technical resources. Britt has worked collaboratively with engineers and planners in over 100 communities to develop projects that create more active places. Britt has cultivated an instinctual understanding of the complexities associated with the design of open spaces and public trails in all types of landscapes. She approaches her work with the belief that each project provides the opportunity for a community to activate, transforming its health, stimulating its economy, and boosting overall quality of life of its people. Relevant Experience Datura and Evernia Streetscape Improvement Project, West Palm Beach, FL The City of West Palm Beach has adopted a place -based, people -oriented approach to street design. The Datura and Evernia Streetscape project is one of the first street projects the City has identified to build their re -imagined long-term vision for streets and public spaces in Downtown. Alta, with Britt as Principal -in -Charge, is leading the development of short- and long-term strategies to enhance Downtown residential life, support regional commerce, and enliven public life. Bonita Springs Multi -Use Pathway, Bonita Springs, FL Alta led the design of the City of Bonita Springs' first signature trail. The goal for the multi -use path is to serve as the first segment of a larger network that will connect people safely to various local and regional destinations. Alta led the design for the path, taking it from concept to construction, and developed the $20 million BUILD grant application that focuses on implementing this Complete Streets project. Britt served as Trail Design Advisor for this effort. 5th Street Complete Street, Atlanta, GA CLARB Certified, (#40871) Alta, with Britt as Assistant Project Manager, worked on the consultant team to NICP Crime Prevention improve the experience of walking, bicycling, accessing transit, and driving along 5th Through Environmental Design (CPTED) Professional Street, a key east -west connection between the Georgia Institute of Technology and Designation (CPD 2019-2023) Midtown Atlanta's commercial core. Alta led conceptual design for on -street bicycling improvements, including exploring the feasibility of installing parking -separated bike PROFESSIONAL HIGHLIGHTS lanes and raised separated bike lanes. Full Member, American Society of Landscape Architects Lee County Rail Trail Feasibility Study, Lee County, FL (ASLA), 2010-current Alta is part of the team working on the Lee County Rail Trail feasibility study, an inactive rail corridor that extends from Bonita Springs to Estero. Alta's role includes performing an existing conditions assessment, alternatives analysis, developing evaluation criteria for each trail alignment, and the development of the trail concept plan. Alta is also supporting public involvement, cost estimates, and operations and maintenance strategy. The team is exploring low-cost strategies and innovative alternatives for the project while meeting project goals and maintaining a quality user experience. Britt is managing the project and running the alignment analysis. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 34 ON -CALL SERVICE AREAS Transportation Related Urban Design/Livable Cities and Smart Growth/Land Use alta Emily Duchon, PLA, LEED AP Principal Landscape Architect Emily leads projects that help communities design and implement innovative active transportation solutions, taking projects from master plans through concept design and construction drawings and administration. Her project experience includes bicycle, pedestrian, and trail master plans, as well as Complete Street, multi -use trail, and wayfinding design. Emily's creativity, energy, and experience in ecological design give her the tools to create vibrant public spaces and transportation networks in communities. YEARS AT ALTA Emily's ability to conduct successful community outreach efforts is a valuable asset for 12 years building project support and community investment in her projects. Emily is skilled in leading consulting teams through construction document development. YEARS OF EXPERIENCE 21 years Relevant Experience EDUCATION Canoga Park Urban Cooling Strategies, Los Angeles, CA Masters of Landscape Alta prepared an urban cooling strategy for StreetsLA (previously the Bureau of Street Architecture, University of Services) which focused on making key walking and cycling connections to the Sherman Michigan, School of Natural Resources, 2007 WayOrange Line station more comfortable. The project explored ways to reduce the g p l p y Bachelors in Environmental impacts of extreme heat with cool pavements, shade structures, native plantings, micro Policy, University of Michigan, climate treatments, and other strategies. School of Natural Resources, 2001 Pruneridge Avenue Complete Streets Plan, Santa Clara, CA As Principal -in -Charge, Emily oversaw this Complete Streets corridor study on Pruneridge AREAS OF EXPERTISE Avenue. Alta conducted extensive data collection to analyze safety, connectivity, and Complete Streets level of stress, as well as implemented a robust in -person and virtual public engagement Multi -use trail design process. Alta used these findings to seek City Council approval of the preferred concept, Multi -benefit corridors repurposing of a travel lane for bicycle facilities that increase multimodal connectivity in Alternative analysis Santa Clara. Stakeholder coordination Community engagement Laguna Canyon Road Improvements, Laguna Beach, CA The City of Laguna Beach is currently in the process of burying overhead powerlines REGISTRATIONS along this road, which will free up additional right-of-way space to add bike facilities and American Society of Landscape expand pedestrian facilities. Alta designed a series of alternatives for the corridor to Architects demonstrate what types of active transportation facilities could feasibly be added to the LEED Accredited Professional roadway, as well as increase capacity for fire evacuation. Emily was the Project Manager. PROFESSIONAL HIGHLIGHTS Santa Clara County Central Bike Superhighway, CA California Trails and Greenways As Project Manager, Emily led the feasibility study and basis of design plans for a 10-mile Conference 2021, Trail low -stress bicycle superhighway. Emily facilitated multi jurisdictional coordination and Governance collaborated with three Community Based Organizations (CBOs) who led community American Trails Advancing engagement essential to selecting a preferred route and designing a fully protected Class Trails Webinar Series 2020, IV bikeway. Data Storytelling International Trails Symposium Los Angeles DOT Vision Zero Design and Community Outreach Support, CA 2019, Thinking Big -Lessons Learned from Large Urban Trail Emily led the Alta team in assisting the City of Los Angeles Department of Transportation Corridors with conceptual design on ten Vision Zero Priority corridors. Alta also developed California Trails and Greenways community engagement materials including presentation boards that were framed in the Conference 2019, Building Big Through Community context of "who", "what", and "why." Collision statistics were summarized to describe why Engagement: LA River the corridor needs change, photo simulations and conceptual renderings illustrated how Strategies the changes would be accomplished, and benefits were described to help the community understand how they would be affected. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 35 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Facilities Planning and Analysis alta Tom Natwick, PE Senior Engineering Associate Tom is a Professional Engineer with a comprehensive background in civil transportation design. He has worked on projects involving active transportation, roadway, pedestrian facility design, light rail, grading, stormwater management, and utilities design across the U.S. and internationally. Tom is passionate about innovation in multimodal design, bikeway design, and making a positive difference in communities. Relevant Experience YEARS AT ALTA Louis Stephens Drive Corridor Study, Cary, NC 4 years Tom led and managed this Study for the Louis Stephens Corridor. This project YEARS OF EXPERIENCE presented an opportunity to develop a high-level, separated bikeway pilot project 17 years for the Town of Cary. This segment began as a sidewalk project, was expanded to buffered bike lanes, but its design did not receive support in part because EDUCATION streetscape/aesthetics and bicyclist separation were not deemed adequate. Alta BS, Civil Engineering, worked with the Town to develop corridor concept designs and alternatives for Valparaiso University, 2007 separated facilities. Upon evaluation of the alternatives, Alta developed a preferred AREAS OF EXPERTISE design for separated pedestrian/bikeway facilities. Roadway design Greenway design North Temple Cycle Track Concept Design, Salt Lake City, UT Tom served as Project Engineer on the North Temple Complete Streets study, which Feasibility studies sought to improve bicycling, walking, and transit conditions along North Temple St. Master planning in Salt Lake City from 400 W to Canyon Road. As part of the project, Tom developed REGISTRATIONS conceptual bikeway designs. Professional Engineer: NC (#045928); GA (#042749); Pitkin Low Stress Bikeway, Fort Collins, CO UT (#9799949-2202); Tom served as Project Engineer on this Alta -led project to create a comfortable, ID (#17145); CA (#C78770); CO (#0049093); FL (#81209) east -west bicycle route across Fort Collins. Alta developed conceptual designs and NCEES Record Holder #55659 construction documents for the trail, which featured intersection and signing and striping improvements. Tom worked with the City through the public involvement process to determine the preferred design for intersection improvements across four major street crossings. Protected Intersection, Fremont, CA Tom led the overall layout and plan preparation of the protected intersections which included complex geometry and innovative pavement markings and detailing for intuitive navigation for pedestrians and people on bikes. In addition, he prepared a drainage and utility assessment and adapted the protected intersection design to the existing conditions of each corner. The designs were produced in CAD and included illustrative color blocking to enhance aesthetics of the plan presentation and general understanding of the concepts. Pathways for People, Halley, ID Tom was the Primary Engineer for this project which features a two-way cycletrack from the Wood River Trail into downtown Halley and advisory bike lane. The design included curb extensions and drainage improvements along the cycletrack corridor. Tom also provided the City with Contract Document services for construction. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 36 alta Chris Allen, PE Engineering Associate With a dual background in civil engineering and urban planning, Chris strives for a comprehensive, multi -disciplinary approach for achieving ideal design solutions. He dedicated nine years of experience to residential land development in the Washington, DC region, where he established a strong engineering foundation in road, ON -CALL SERVICE AREAS streetscape, site grading, stormwater, and erosion and sediment control design. As a Short -and Long -Term part of the Alta team, Chris's diverse background allows him to balance transportation Transportation Planning needs with competing land use and site constraints. Chris is well -versed in taking trail and Complete Street design solutions from concept to construction ready design, and YEARS AT ALTA he is always on the lookout for best design practices serving pedestrian and bicycle 5 years user needs. YEARS OF EXPERIENCE 14 years Relevant Experience EDUCATION Cross -Charlotte Trail 7th to 10th Street Segment, Charlotte, NC MCP, Community Planning, Chris helped prepare the final design and construction documents for a 0.75-mile, University of Maryland, 2015 16-foot-wide segment of the Cross Charlotte trail. The segment serves as an important BS, Civil and Environmental connector across highway ramps and a NCDOT right-of-way. Chris navigated the Engineering, Pennsylvania State University, 2008 project through several engineering challenges, including implementing ADA standards on steep terrain, avoiding conflict between neighboring properties, and AREAS OF EXPERTISE planning for a future light rail line in a narrow corridor. Construction for the project Roadway engineering started in 2020, and Chris is serving as the main point of contact for construction Trail design administration. Multimodal design Streetscape design Carroll Street Cycle Track Design Review, Salisbury, MD Stormwater management The Carroll Street Cycle Track proposes 0.8 miles of in -road bikeway, composed ADA/PROWAG of a two-way bike cycle track with scenic views along the Wicomico River, and buffered bike lanes. The design includes major road -diet lane reconfigurations, large, REGISTRATIONS landscaped island buffers, and advanced protected intersection treatments. Chris Professional Engineer: served as Project Manager and lead designer, providing design and construction DC (#PE922834); NC (#046674); MD (#44125); documents to the client, and ensuring project quality meeting Alta and City -specific PA (#PE091402); VA standards. The project is scheduled to begin construction in late 2022. (#0402062593) NCDOT Level III: Designer of Gorman Street Cycle Track, Raleigh, NC Erosion and Sediment Control Plans Certification (#4034) Chris designed the storm drain, erosion controls, pavement markings, and signage LEED Accredited Professional for this separated bike way, which is the first in the City. It will create a 0.3-mile-long, on -street bikeway connection between North Carolina State University and Meredith PROFESSIONAL College. HIGHLIGHTS North Carolina Local Users Durham Neighborhood Bicycle Routes, Durham, NC Group, 2017- Alta prepared striping and signage plans for 7 miles of bicycle boulevards in and around central Durham. Treatments included shared lane markings, low-cost neighborhood traffic circles, and a robust route identification and wayfinding signage system. Chris led the design and construction document preparation and helped develop the wayfinding signage and placement details. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 37 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning Facilities Planning and Development Public Participation YEARS AT ALTA 11 years YEARS OF EXPERIENCE 20 years EDUCATION MS, Community and Regional Planning, University of Texas at Austin, 2005 BA, Sociology, Mary Washington College, 2000 University of Virginia, Studies in Urban and Environmental Planning AREAS OF EXPERTISE Project management Meeting facilitation Regional/multi-jurisdictional planning efforts Greenway system planning and trail routing Landscape green infrastructure planning Municipal bicycle and pedestrian planning Graphic design and project branding REGISTRATIONS American Institute of Certified Planners (#022768) alta Jason Reyes, AICP Senior Planning Associate Jason has over 20 years of experience in city and regional planning for active transportation, greenway systems, and land conservation. During that time, he has contributed to more than 100 projects in 10 states, serving in multiple roles as project manager, facilitator, analyst, writer, graphic designer, and cartographer. One of his projects received a national award for sustainability from the American Planning Association, and several have earned Outstanding Professional Achievement and Outstanding Planning awards from state -level APA and ASLA chapters. Relevant Experience New Bern Avenue Station Area Plan, Raleigh, NC Making the most of a transit investment means thinking about how to grow around transit. The goal of the New Bern Station Area Planning project was to support healthy, affordable, and equitable neighborhoods around the city's planned bus rapid transit (BRT) system. These neighborhoods will offer a range of places to live and work. Streets will be safe and comfortable for people walking and taking the bus. Jason served as Alt's project manager in a subconsultant role to deliver on these project goals, focusing on bicycle and pedestrian access to transit, first-mile/last-mile connections, and communicating site -specific facility recommendations through photographic renderings. The Better Bus Project: Access to Transit Plan, Durham, NC Jason served as Project Manager for GoDurham and the City of Durham's access to transit plan. As a subconsultant to WSP, Alta led the development of a bus stop prioritization process that is data -driven, flexible, and transparent. Alta used an array of data to generate seven input analyses, including ridership, equity, safety, essential destinations, connectivity for walking and biking, and previous planning recommendations, including three new connectivity metrics to evaluate transit ridership and access in Durham. The prioritized list was then translated into over a dozen top projects, for which Alta generated detailed recommendations and cost estimates in a 100+ page mapbook to inform the design stage for each segment. Alta is now in the design stage for the top project segments. Triangle Transit Individualized Marketing Project, NC Jason developed three user-friendly maps for Downtown Raleigh, Downtown Durham, and the Town of Wake Forest. Each map depicted the best routes for walking and bicycling and showed key elements of the local transit infrastructure, including bus stops and downtown circulator bus routes. Jason also assembled and designed educational and informative content for the opposite side of each map, featuring information about bicycle safety, local destinations, and the overall transit system. These maps were included in Triangle Transit marketing packets that were individualized and distributed to employees of major businesses for each of the three locations. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 38 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning YEARS AT ALTA 3 years YEARS OF EXPERIENCE 12 years EDUCATION BS, Civil Engineering, Georgia Institute of Technology, 2011 AREAS OF EXPERTISE Multimodal design Signal design Signing and striping Traffic studies Safety analysis REGISTRATIONS Professional Traffic Operations alta Matt Fralick, PE, PTOE Engineering Associate Matt is a Civil Engineer with 12 years of experience in the transportation sector. He specializes in traffic signal design and operations, operational analysis, safety analysis, signing and striping, traffic studies, and ITS design, with extensive hands-on experience managing and maintaining traffic signals and ITS components. Matt regularly develops PS&E packages for projects in Colorado. He works closely with clients and contractors on design build projects for multimodal improvements that enhance the safety and comfort of all modes. Relevant Experience Ney Avenue Traffic Calming, Oakland, CA Alta developed a traffic calming plan for the Ney Avenue neighborhood in east Oakland. During the COVID pandemic, Alta conducted a socially distanced outdoor outreach activity where traffic calming features were demonstrated with cones and spray chalk. Community members were able to evaluate designs and given their own piece of chalk to make design modifications in the field. Matt served as the Assistant Project Manager for this project. Sherman Way Streetscape Improvements, Los Angeles, CA Matt designed signal improvements along Sherman Way and aided in the design of a pedestrian hybrid beacon and updated traffic signal to allow for pedestrian improvements. A key component of the envisioned corridor environment is a protected bike lane facility that will provide accessibility and connectivity to residents of the Reseda neighborhood as well as patrons of and visitors to the corridor. Engineer: (#4941) Fort Collins Bicycle and Pedestrian Facility Design, CO Professional Engineer: Matt designed and prepared signal plans for several multimodal intersection CO (#0055226) improvement projects in Fort Collins, including RRFBs at Loomis & Laporte Avenues and W Elizabeth Street & Ponderosa Drive, and half signals at Columbia Road & South Lemay Avenue and Mangolia & Shields Streets. Matt coordinated with City of Fort Collins Traffic staff to implement innovative and cost-effective signal improvements at these locations to improve crossing safety for people biking and walking. Main Street Cycle Track, Buffalo, NY Matt analyzed the existing and proposed traffic operations of Main Street in Buffalo to provide traffic analysis for a proposed two-way cycle track. Matt worked closely with other consultants to capture traffic patterns, grow volumes, and provide a write up and tables. The project was one of 12 critical catalyst projects highlighted in the 2015 Buffalo Bike Plan, the citywide master plan developed by Alta. These efforts include the development of various design alternatives for the cycle track and an evaluation to arrive at a preferred option. Horton Street Bicycle Boulevard Temporary Traffic Calming Design, Emeryville, CA Matt helped run Synchro analysis for several options of signalization at the intersection of Horton at 40th Street. Alta worked with the City to design temporary traffic calming measures to enhance one of the designated bicycle boulevards. The designs resulted in a 20 percent reduction in traffic volumes and 27 percent decrease in vehicle speed. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 39 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning YEARS AT ALTA 1 year YEARS OF EXPERIENCE 9 years EDUCATION Master of Urban and Regional Planning, University of Florida, Gainesville, 2014 BS, Sustainability in the Built Environment, University of Florida, Gainesville, 2013 AREAS OF EXPERTISE Data analytics and visualization Scenario planning & analysis alta David Wasserman, AICP Data Scientist David is Alta's national Data Science Leader. He applies scientific computing, spatial , analysis, and scenario -focused storytelling to the development of effective and community -centered transportation planning solutions. David advises and works on multimodal transportation plans, bicycle master plans, systemic safety studies, python tool and web applications, advanced data visualizations, parking studies, direct ridership models, and station area plans. His current areas of focus include enabling data -informed scenario planning, identifying how to align community goals to metrics, and generating accessibility metrics that can assess the impacts of projects and who they benefit. Relevant Experience Pruneridge Avenue Complete Streets Plan, Santa Clara, CA David served as an analyst advisor for the development of a Complete Streets corridor study on Pruneridge Avenue that identified potential improvements for people walking, bicycling, driving, and taking transit. The goal of this study was to evaluate the feasibility of a road diet that will repurpose a travel lane for bicycle facilities. David advised on the methodologies and criteria to be employed as part of the study's safety, connectivity, parking, and level of stress analysis. Findings from these sets of analysis were used to develop a Complete Streets plan that will meet the needs of all users on Pruneridge Avenue and increase multimodal connectivity in the City of Santa Clara. Performance measures & GoDurham Transit Design, Durham, NC planning metrics Genning al analytics David provided technical analyses to facilitate program evaluation used to prioritize Accessibility analytics bus stops locations. His work helped evaluate pedestrian access and establish priority improvement criteria. David used an array of data to generate seven input Multimodal planning analyses, including ridership, equity, safety, essential destinations, connectivity for Transit planning walking and biking, and previous planning recommendations. Alta generated three Safety analysis new connectivity metrics to evaluate transit ridership and access in Durham and GeoAl & Al in Planning accompanying graphics to delineate the process and findings. REGISTRATIONS American Institute of Certified Planners, AICP (#030695) PROFESSIONAL HIGHLIGHTS APA Foresight Committee on Al - Contributor APA Technology Division — Vice Chair Green Building Learning Collaborative — University of Florida Geodesign Board Member APA Transportation Division — Member APA Washington Chapter Guest Lecturer at the University of Florida Kirkwood Vision Zero and Complete Streets, Kirkwood, MO David provided overall analytic strategy for Kirkwood's Vision Zero Action Plan, including key aspects of its collision analysis and systemic safety analysis. During the project, he advised on aspects of the high injury network development, including the representation of relationships between local street networks and the collision analysis. He provided technical guidance and review of the collision analysis, collision cost assessments, and the high injury network. Orange County Active Transportation Plan, Orange County, CA As Alta's data science group lead, David is conducting needs analyses that will help Orange County Public Works (OCPW) develop an Active Transportation Plan for its unincorporated communities, including regional connections via County -owned flood control channels. The foundation for the Plan is extensive stakeholder engagement through an Advisory Committee, interactive project website, and various engagement activities. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 40 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning YEARS AT ALTA 14 years YEARS OF EXPERIENCE 18 years EDUCATION MURP, Portland State University, 2008 BA, Environmental Policy and Planning, Western Washington University, 2003 AREAS OF EXPERTISE GIS Modeling and analysis Bicycle and pedestrian planning Micromobility REGISTRATIONS GIs Professional (#91700) PROFESSIONAL HIGHLIGHTS Association of Pedestrian and Bicycle Professionals Dill, Jennifer; Voros, Kim, "Factors Affecting Bicycling Demand: Initial Survey Findings from the Portland, Oregon, Region." Transportation Research Record: Journal of the Transportation Research Board 2031: pp9-17 alta Kim Voros, GISP Design Associate Kim co -leads Alta's GIS Modeling and Analysis service area. She has led the development of many of Alta's primary bicycle and pedestrian analysis tools and has worked in diverse communities across North America assisting people transform their communities into locations where walking and cycling are regular and common activities. Her professional work is focused in GIS-based modeling, cartography, infrastructure planning, network development, and implementation. Kim brings an array of skills in GIS, research, technical writing, policy analysis, and data analysis. Relevant Experience Pruneridge Avenue Complete Streets Plan, Santa Clara, CA Kim is serving as Lead GIS Analyst for the development of a Complete Streets corridor study on Pruneridge Avenue that will identify potential improvements for people walking, bicycling, driving, and taking transit. The goal of this study is to evaluate the feasibility of a road diet that will repurpose a travel lane for bicycle facilities. Kim has used GIS and field surveys to conduct extensive analyses of safety, connectivity, parking, and level of stress. This data has been used to create conceptual designs that are being presented to stakeholders and the public to generate feedback on the proposed improvements. Alta is using these findings to develop a Complete Streets plan that will meet the needs of all users on Pruneridge Avenue and increase multimodal connectivity in the City of Santa Clara. Southern Nevada Regional Bicycle and Pedestrian Update, NV Kim led GIS modeling and analysis for the Southern Nevada Regional Bicycle and Pedestrian Plan. Alta oversaw stakeholder engagement, developed best practices for measuring success, incorporated findings from complimentary reports, performed analyses of existing conditions, developed project recommendations, and prioritized implementation of the plan's recommendations. The plan seeks to promote on -street bicycling and paved trail opportunities for the 2 million residents of Clark County. Sacramento County Active Transportation Plan, CA Alta is preparing and developing an Active Transportation Plan that would update and merge the County's existing Bicycle Master Plan and Pedestrian Master Plan. The plan will identify non -infrastructure programs that encourage mode shift, emphasize health benefits from increased physical activity, educate, ensure safety through enforcement, and promote social equity. Kim is serving as a Lead GIS Analyst on the project. Lai, S., Voros, K., "Capturing Walk.Bike.Ohio ODOT Statewide Bicycle and Pedestrian Master Plan the Past and Planning for the Future: Building a Digital Library Kim is the Lead Data Analyst on the Alta -led Ohio Statewide Bicycle and Pedestrian for Oregon's Sustainable Master Plan. The Plan will be a visionary and comprehensive policy document that will Community." Environments guide, inform, and support statewide bicycle and pedestrian transportation mobility, Journal, Vol. 35, No. 1, November, 2007. accessibility, and connectivity throughout Ohio. The plan will complement Access Ohio 2045 (A045) and will be coordinated and consistent with the Ohio Department of Natural Resources Trails Plan and the State and US Bike Route System. ALTA PLANNING + DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 41 ON -CALL SERVICE AREAS Short -and Long -Term Transportation Planning YEARS AT ALTA 7 years YEARS OF EXPERIENCE 13 years EDUCATION MS, Transportation and Urban Engineering, University of Connecticut, 2010 BS, Civil Engineering, University of Connecticut, 2008 alta Branden Bergeron, PE Engineering Associate Branden has a diverse background including transportation engineering, site design, pedestrian/bicycle facility design, and environmental compliance projects for federal, state, municipal, and private clients. With a primary focus on transportation engineering, Branden has been a designer on new roadway construction, roadway reconstruction, bridge rehabilitation, greenway, and separated bike lane projects. As part of the roadway design process, Branden has performed drainage analysis and design, roadway geometric design, intersection planning, and the design of maintenance and protection of traffic measures. Relevant Experience Bonita Springs Multi -Use Pathway, Bonita Springs, FL Branden served as Project Engineer for the design of a multi -use path and pocket park along West Terry Street in the City of Bonita Springs. The design also included full repaving and restriping and signage design for an existing 1.25-mile roadway. Additional roadway improvements included raised crosswalks and full depth roadway widening to accommodate buffered bike lanes. Sweetheart and Orange Avenue Trails, Daytona Beach, FL AREAS OF EXPERTISE Branden served as Project Engineer for the design of 1.45 miles of side path/greenway Roadway design and 0.15 miles of two -separated bike lanes. Included in these designs are roadway Bicycle and pedestrian facility reconstruction, drainage improvements, ADA upgrades, signing and pavement design markings, and traffic signal reconstruction. All project segments have been permitted Trail implementation with all applicable FDOT/FHWA standards and requirements. Drainage analysis and design Intersection design Pine Tree Drive/La Gorce Drive Separated Bike Lanes, Miami Beach, FL REGISTRATION Branden served as Project Engineer for the 15% design of 3.25 miles of signing and pavement marking. The design is for the installation of separated bike lanes along Professional Engineer: CT (#29726); MA (#53477); Pine Tree Drive/La Gorce Drive from 23rd Street to La Gorce Circle. FL (#87203); GA (#044472) Gorman Street Cycle Track, Raleigh, NC Branden served as Project Engineer for Raleigh's first separated bike lane on Gorman Street. Upon its completion, the Gorman Street Separated Bike Lanes project created a 0.3-mile-long, on -street bikeway connection between North Carolina State University, and Meredith College. Once complete, this project will provide a high-level bicycle connection which will ultimately allow downtown residents access to Umstead State Park, the Neuse River Greenway, and the American Tobacco Trail through a network of on -road and off -road bicycle facilities. Main Street Complete Street Redesign, Northampton, MA As part of a pedestrian and bicycle master plan effort, Branden served as Project Engineer for the conceptual design of the 2,200-foot Main Street in Northampton. The intent was to create an implementable preliminary design that improved pedestrian and bicycle safety, transit access and the sense of place downtown. Design work included the rechannelization of the wide roadway into a two-lane street with turn lanes, a sidewalk -level separated bike lane, improved sidewalks and crosswalks and various landscape/streetscape enhancements. ALTA PLANNING + DESIGN. INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 42 alta Emily Condon, ASLA Senior Designer Emily Condon is a designer with a background in landscape architecture and plant science. She has experience designing vibrant and versatile public spaces in both urban and rural contexts along the East Coast including Charlotte, Atlanta, Greenville, Charleston, and New York. Emily works on greenway and linear park projects ON -CALL SERVICE AREAS executed through intense public involvement and outreach strategies and she has Short -and Long -Term expertise in graphic representation, designing through charrette, and refining those Transportation Planning ideas into community -driven solutions. Beyond a passion for public engagement, Facilities Planning and Emily's professional interests include public art, social equity, and placemaking within Development the urban realm. YEARS AT ALTA 4years Relevant Experience YEARS OF EXPERIENCE McCann District Streetscape Master Plan, West Palm Beach, FL 4 years The McCann Design Group hired Alta to develop a master plan to stitch together private development of several properties with public improvements to streets, EDUCATION alleys, and parks. Services include park and street design, phasing and construction BLA, Landscape Architecture schedule strategy, as well as on -going transportation planning and engineering with highest honors, University of Rhode Island, 2017 services. Emily assisted with graphics. AREAS OF EXPERTISE Styx Alley Design Project, West Palm Beach, FL Public engagement strategies Alta led the design project for a new alleyway (curbless, shared street) in a historically Placemaking African American neighborhood. Emily helped coordinate with stakeholders, attended Complete Streets design and meetings and visioning sessions, and coordinated with the architect. She developed corridor planning graphics including photosimulations and plan view concepts. REGISTRATIONS Louis Stephens Drive Corridor Study, Cary, NC Professional Landscape Architect: NC (#2276) Emily served as Senior Designer for this Study for the Louis Stephens Corridor. This project presented an opportunity to develop a separated bikeway pilot project for PROFESSIONAL the Town of Cary. This segment began as a sidewalk project and was expanded to HIGHLIGHTS buffered bike lanes. Alta worked with the Town to develop corridor concept designs American Society of Landscape Architects (ASLA) and alternatives for separated facilities. Upon evaluation of the alternatives, Alta Partners for Parks, Board developed a preferred design for separated pedestrian/bikeway facilities. Member North Main Street Corridor Study, Marion, NC Emily served as the Project Designer for this project and worked with the project planners and engineers to develop a vision for the corridor that balanced the needs of cars, bicyclists, and pedestrians and improved access to a number of regional trail systems adjacent to North Main. Emily facilitated the graphic representation for the project during and after the three-day charrette, which included a 28-foot-long hand drawn concept plan for the corridor at 200 scale. Davidson Mobility Plan and Parking Study, Davidson, NC Alta led the development of a Mobility Plan for the Town of Davidson, NC. The Mobility Plan focused on connecting the community's neighborhoods to Downtown, 1-77, and parks and schools while maintaining the small-town character. Recommendations included transit shuttles, Complete Streets, new greenways, side paths, and policy changes to facilitate the plan implementation. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 43 ON -CALL SERVICE AREAS Public Participation Computer Visualization/ Graphics YEARS AT ALTA 4 years YEARS OF EXPERIENCE 12 years EDUCATION Post -Baccalaureate Studio Certificate, Communication Design, Pacific Northwest College of Art, 2018 BID, Industrial and Interaction Design, Syracuse University, 2009 AREAS OF EXPERTISE Branding Typography Visual Communication Brand strategy Wayfinding design Public outreach collateral design Design for accessibility Marguerite Schumm Art Director alta Marguerite is a Graphic Designer with a knack for effectively organizing visual information into digestible and pleasing formats. She has delivered creative solutions for clients for a range of projects, including branding and wayfinding, encouragement and outreach programs, and a range of bicycle, pedestrian, trail, and active transportation efforts. For these projects, she creates brochures and promotional materials, public outreach collateral, final plans, and other materials that help disseminate information in graphic -rich and appealing formats. Relevant Experience King County Metro Connecting to Transit, WA Under the Connecting to Transit suite of programs, Alta provided marketing support that encourages people to use active modes of travel rather than driving alone to transit. Marguerite has helped create a variety of collateral for their "Ride2" (First Last Mile) program, editing existing illustrations and reformatting items to fit with the overall establish look and feel. Collateral has included A -boards, posters, banners, driver name badges, handout cards, digital ads, and digital maps. Santa Monica North Beach Trail Improvement Project, CA Alta was part of the consultant team working with the City of Santa Monica to widen the oceanfront Beach Trail that connects North Santa Monica to the Pier and Muscle Beach to better serve the wide variety of users. This trail expansion project better accommodates the high volume of people who use the trail and increases user safety and comfort by widening the trail and separating pedestrians and those on wheels. Alta led the design for the trail and custom wayfinding and community outreach. Alta also led construction documentation for the signing and striping as well as providing construction management services for the striping, graphics, and signage. Marguerite developed a wayfinding concept based on research, client feedback, and stakeholder input. She chose a color palette, relevant typefaces, and created custom illustrations for the signage. She collaborated with others on the Graphic Design team and integrated client feedback into her designs. "Choose Your Way Bellevue" Brand and Website Redesign, WA Choose Your Way Bellevue (a program of the City of Bellevue) selected Alta to create a new brand identity that their constituents could better identify with. Marguerite attended early branding workshops, helping lead a small group of stakeholders through a visual preference and "character of place" exercise. From here she sketched initial logo ideas, created a variety of logo concepts, and worked through a series of revisions incorporating stakeholder feedback. After receiving final approval on the logo design, Marguerite packaged up the final files and created a Branding Guide, which outlines proper use of the approved brand (e.g., approved fonts and colors, logo placement). San Carlos Bicycle and Pedestrian Master Plan, San Carlos, CA Alta developed a bicycle and pedestrian master plan for the City of San Carlos. Based on a robust public outreach process, the plan helped the City identify improvements to the bicycle and pedestrian networks to improve access to schools, the Caltrain station, and other transit connections, as. well as across Highway 101. As Senior Graphic Designer, Marguerite developed graphic materials for client communications and the outreach process. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 44 alta Zane Taylor Digital Director Zane is an accomplished web engineer with over a decade of experience in interactive design and development. He has created web sites, platforms, applications, and tools for a wide array of small businesses, non -profits, and public agencies, and specializes in user experience, interface development, and cross - ON -CALL SERVICE AREAS platform digital strategy. Public Participation Computer Visualization/ Relevant Experience Graphics Sarasota Transportation Master Plan, Sarasota, FL YEARS AT ALTA Alta is working as part of a team with the City of Sarasota on their Transportation 3 years Master Plan. The plan will document a vision for the long-term multimodal YEARS OF EXPERIENCE transportation system, provide policy direction and guide the implementation of 13 years transportation projects throughout the City over the next 25 years. Zane designed and developed the web -based outreach tools for the project, including a custom website EDUCATION and interactive engagement map and survey. BA, English, Missouri State University, 2010 Wilson Corridor Study, Teton County, WY Alta is leading development of a corridor plan for Wyoming Highway 22 through AREAS OF EXPERTISE the Town of Wilson. Wilson is being increasingly impacted by regional commuter User experience design traffic between Idaho and Jackson Hole. This plan sought to integrate regional Web application development vehicular capacity needs, parking and access requirements, bicycle and pedestrian Web accessibility connectivity, safety, and regional trail connectivity into a comprehensive vision for the Mobile web optimization corridor. Public engagement efforts for the project have included in -person and virtual Interactive mapping open houses, stakeholder interviews, and collaborative workshops. The project is part Web data visualization of the successful Teton Mobility Corridor Improvements BUILD Grant. Zane was a Web & Digital Leader on this effort. PROFESSIONAL HIGHLIGHTS Work selected for two Horizon MnDOT Statewide Pedestrian Plan, Statewide, MN Interactive Awards, 2014 Alta updated an existing prioritization tool to identify high need areas for walking Co -Founder, Totally Agency, throughout Minnesota based on safety, equity, land use, and green infrastructure 2014 suitability. Alta then used results from this analysis to create planning scenarios for long-term infrastructure improvements. Zane developed the web -based outreach tools for the project, including a custom website and interactive engagement map and survey. Beverly Hills Complete Streets Plan, Beverly Hills, CA As part of a larger consultant team, Alta led community outreach for the Beverly Hills Complete Streets Plan. The project emphasized expanding the city's bike network and bikeshare system and preparing for the Metro Purple Line extension into the City. Furthermore, recommendations were developed to guide planning and policymaking around new mobility. Zane led the development of the custom web -based public feedback tool for the drafts of the Complete Streets Plan, which provided a convenient interactive way for the public to provide their comments on the plan document as it was being developed, from any computer or smartphone. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 45 ON -CALL SERVICE AREAS Computer Visualization/ Graphics YEARS AT ALTA 5 years YEARS OF EXPERIENCE 9 years EDUCATION Master of Urban Planning, Urban Design Certificate, University of Washington, 2016 BS, Landscape Architecture, Environmental Studies Certificate, University of Wisconsin, 2012 AREAS OF EXPERTISE Trail design Mobility and innovation Visual communication Spatial design Digital rendering alta Donny Donoghue Design Associate Donny is an urban designer with a passion for joyful and dynamic public spaces. He specializes in the design of urban trails, with an emphasis on user experience, comfort, and technical design. His project work includes urban design guidelines, non -motorized transportation plans, streetscapes, trails, parks, development master plans, and wayfinding strategies. Relevant Experience Canoga Park Urban Cooling + First/Last Mile Strategies, Los Angeles, CA Alta prepared an urban cooling strategy for the StreetsLA which was focused on identifying and improving key walking and bicycling connections to the Sherman Way G (Orange) Line station more comfortable through a multi -benefit strategy approach that included grey, blue, and green infrastructure. Donny oversaw concept design and visualization for the study, including video animations used to communicate the project with the public. Datura and Evernia Streetscape Improvement Project, West Palm Beach, FL The Datura and Evernia Streetscape project is one of the first street projects the City has identified to build their re -imagined long-term vision for streets and public spaces in Downtown. Alta is leading the design of these two important streets, developing short- and long-term strategies to enhance Downtown residential life, support regional commerce, and enliven public life, particularly with new and updated public spaces. As Associate Designer, Donny evaluated existing conditions, led concept development, and helped develop the corridor plans. Hollister Complete Streets Plan, Hollister, CA Donny served as a Designer for this project. He helped develop streetscape concept designs for prioritized improvements to sidewalks, amenity zones with street trees, crossings, landscaping, lighting, streetscape furniture, and wayfinding elements to increase accessibility and mobility, and to enable unique, livable place types along the corridors. Complete Streets Network and 17th Street Pedestrian and Bicycle Improvement Project, Santa Monica, CA Donny served as a Senior Designer on the 17th Street project to enhance first -last mile transit connections between the Metro Expo Station at 17th and Colorado Boulevard to Santa Monica City College. Alta worked closely with City stakeholders including Santa Monica Fire Department during the development of 30% plans which included new pedestrian lighting and ADA crossing improvements, one-way protected bikeways, Big Blue Bus transit station upgrades, and two bikeway protected intersections along 17th Street. This is part of a larger Complete Streets goal in Santa Monica to better connect bikes and pedestrians to the newly expanded Metro Exposition line and address gaps in the City's existing bicycle network. ALTA PLANNING + DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 46 BHARATHI CHIGURUPATI, PE Complete Streets Bharathi Chigurupati, PE, is a Senior Traffic Engineer in DRMP's Transportation Division. Her responsibilities include signal design, lighting design, signing and pavement marking design and minor traffic studies. She is also responsible for project management, scheduling, estimation of quantities, developing scope and manhours. RELEVANT PROJECT EXPERIENCE Continuing Services Resurfacing Contract No. CAE21, FDOT District One, Various Counties, Florida: Traffic Engineer of Record responsible for preparing traffic plans for signing and pavement marking, signalization and lighting to support miscellaneous engineering tasks necessary for production of complete construction plans for resurfacing, widening and resurfacing projects. Services include roadway, drainage structures, intersection improvements, drainage analysis, signing and pavement markings, signalization, lighting, utility relocation/ coordination, maintenance of traffic, environmental permitting and quantity computations. Years of Experience 16 Tota I 4 With DRMP Professional Registration Professional Engineer No. 84860, Florida, 2018 Education Master of Science in Transportation Engineering, University of Kentucky, Lexington, 2005 Bachelor of Technology in Civil Engineering, Hyderabad, India, 2003 Software Aptitude AG132 AutoCAD GEOPAK GuideSIGN MicroStation OpenRoads Synchro Professional Affiliation American Society of Highway Engineers (ASHE),Tampa Bay Institute of Transportation Engineers (ITE), Tampa Bay Continuing Services Contract, Pinellas County, Florida: Engineer of Record responsible for signalization, signing and pavement marking and lighting plans. These contracts have included roadway design, permitting and other engineering services associated with roadways, sidewalks, drainage and in support of other projects on an as needed basis. Continuing Services Push Button for Design Contract No. C9Z98, FDOT District One, Various Counties, Florida: Serving as Traffic Engineer of Record responsible for various task work orders. Project elements include roadway, intersection improvements, drainage analysis, signing and pavement markings, signalization, lighting, utility relocation/coordination, maintenance of traffic, environmental permitting and quantity computations. SR 597 Dale Mabry, FDOT District Seven, Hillsborough County, Florida: Traffic Engineer of Record responsible for signing and pavement marking, signalization and lighting plans. SR 597/Dale Mabry Highway is a heavily travelled 6-lane urban corridor located in the north Tampa area of Carrollwood. The project is 4.3 miles long and consists of milling/resurfacing, replacing damaged sidewalks, upgrading ADA deficiencies, drainage and minor traffic safety improvements. Also included in this project is a major intersection re-design/upgrade for the Bearss Avenue intersection. Services include roadway design, intersection improvement design, drainage design, signalization, lighting, signing and pavement markings, pavement design, utility relocation/coordination and services during construction. 1-275 Reconstruction from SR 60 to Hillsborough River, FDOT District Seven, Hillsborough County, Florida: Senior Traffic Engineer for lighting design and plans for this roadway reconstruction project. Responsible for quality control for lighting, signal, signing and pavement marking design. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 47 RYAN P. MITCHELL, PE Resiliency and Sustainability Ryan P. Mitchell, PE, serves as the Department Manager in DRMP's North Carolina Water Resources Department. He is responsible for the management and development of hydraulic design projects such as transportation drainage, erosion and sediment control, floodplain basin studies, water quality analysis and large- scale stream and wetland restoration. Mr. Mitchell has acquired a strong knowledge base in environmental regulatory permitting at the federal, state and local levels. He has assisted clients in planning efforts to improve impaired water bodies and meet EPA water quality standards. He has also successfully secured funding for many water resources projects through federal and state grant programs. RELEVANT PROJECT EXPERIENCE Levy County Shoreline Resiliency - Preserving Historic Cedar Key, Levy County, Florida: Mr. Mitchell is the Project Manager and Project Engineer for this project study to develop a strategic adaptation plan allowing for improved access and mobility into the community, risk prevention/mitigation and remediation, and long- range Dock Street improvement planning. Specific focus areas of this study includes shoreline and sea wall resiliency, preserving roadways through storm surges and major coastal events, and nuisance flooding prevention. The planning process also includes public communications strategies, citizen/business/community leadership workgroups, initial design and funding estimates. Years of Experience 13 Tota I 7 With DRMP Professional Registration Professional Engineer No. 75613, Florida, 2013 No. 045685, Georgia 2020 No. 44113, North Carolina, 2016 No. 34776, South Carolina, 2017 Education Bachelor of Science in Civil Engineering, University of South Florida, 2008 Professional Affiliation American Society of Civil Engineers American Council of Engineering Companies - North Carolina American Public Works Association (APWA- NC) North Carolina Water Resources Association Society of American Military Engineers Software Aptitude ArcGIS ArcHydro AutoCAD EPA-SWMM/XP-SWMM GEOPAK Drainage HEC-RAS HydroCAD HY-8 ICPR MicroStation Titusville Causeway Multi Trophic Resiliency and Shoreline Stabilization, Brevard County, Florida: Mr. Mitchell serves as Design lead and Engineer of Record for the restoration and resiliency improvements for the shoreline along the eastern approach of the Titusville Causeway that has been subjected to erosion for decades. This project included wave modeling, wave break shoreline protection, seagrass surveys, living shoreline re -nourishment and planting and numerous studies to ensure the success and viability of the project. He was responsible for the development of the construction plans and specification and assisted in the environmental permitting process with FDEP, Army Corps of Engineers and SJRWMD. Water Quality Master Plan, City of Melbourne, Brevard County, Florida: Lead Engineer for a water quality master plan that included an environmental regulatory assessment, pollutant load modeling and analysis, stormwater infrastructure mapping, development of over 50 innovative water quality Best Management Practices projects and project prioritization recommendations in an effort to reduce pollutant loading to the Indian River Lagoon. Water quality projects took advantage of funding opportunities including project cost sharing and State grant programs. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 48 Resiliency and Sustainability Shanda W. Ryer serves as a Senior Environmental Scientist for DRMP in Merritt Island and has 19 years of experience in the environmental permitting field in Brevard County, Florida. Ms. Ryer coordinates with the Local, State and Federal regulatory agencies to obtain necessary permits for project development both in the private and public sectors. She has expertise in wetland jurisdictional delineations for regulatory programs in accordance with the 1987 Federal Manual for the Identification of Wetlands and the Unified Wetland Delineation Methodology for the State of Florida. In addition to permitting, she also designs and manages onsite mitigation projects which are subject to agency review and approval. She is skilled at conducting various wildlife services, including but not limited to habitat assessments, Florida Scrub Jay surveys, Gopher Tortoise surveys, mitigation proposals, URTD testing and extraction and relocation of healthy tortoises. RELEVANT PROJECT EXPERIENCE Titusville Causeway Multi-Trophic Resiliency and Shoreline Stabilization, Brevard County, Florida: Ms. Ryer serves as Senior Years of Experience 19 Tota I 19 With DRMP Education Bachelor of Science in Interdisciplinary Science, University of West Florida, 2002 Certification Authorized Gopher Tortoise Agent No. GTA-09-00188F, Florida Fish and Wildlife Conservation Commission Stormwater Management Inspector, No. 24543, Florida Department of Environmental Protection Wetland Delineation Training, Florida Department of Environmental Protection Wetland Delineation Training, US Army Corps of Engineers Professional Affiliation Central Florida Association of Environmental Professionals Florida Association of Environmental Professionals Florida Wildlife Federation Environmental Scientist for the restoration and resiliency improvements for the shoreline along the eastern approach of theTitusville Causeway that has been subjected to erosion for decades. She was responsible for the environmental permitting process, development of the living shoreline planting plan, and documentation for UMAM scoring of seagrass and shoreline restoration, and coordination with FDEP, Army Corps of Engineers and SJRWMD. Riverview Non -motorized Boat Ramp Replacement, City of Melbourne, Brevard County, Florida: Project involves replacement of a dilapidated non -motorized boat ramp extending into the Indian River with a new ramp to meet ADA requirements. Serving as Senior Environmental Scientist, Ms. Ryer conducted habitat assessments, seagrass survey, wetland delineation, prepared permit applications and sketches and coordinated with regulatory agencies prior to application submittal. The project is currently under review awaiting permit issuance. Spring Creek Dredge, City of Melbourne, Brevard County, Florida: This project is for the maintenance dredging of an existing residential canal near the outfall of Spring Creek into Eau Gallie River. Serving as Senior Environmental Scientist, Ms. Ryer conducted bathymetric surveys, seagrass surveys, wetland assessments, coordinated sediment testing, prepared project sketches and plans, coordinated agency pre -application review and designed the dredge haul route and decanting basin. Riverview Park Living Shoreline, City of Melbourne, Brevard County, Florida: Ms. Ryer isacting as Senior Environmental Scientist on this project which generally consists of design, permitting and installation of a living shoreline along the western edge of the Indian River. Ecological services for this project include wetland delineations, seagrass survey, wildlife surveys, mitigation analysis, planted shoreline design and environmental permitting. Sections of oyster reef are proposed along with mangrove islands and grassbeds. The project is partially funded through Save Our Indian River Lagoon grant money and is intended to improve water quality within the Indian River. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 49 PATSY FUSCHETTO, PE Sign alization/Lighting Patsy Fuschetto, PE, is a Project Manager in DRMP'sTransportation Division and is located in its Boca Raton office. He is responsible for project management and plans review, design and analysis, quality assurance/quality control for a wide range of project types. His design experience includes safety improvements, resurfacing, restoration and rehabilitation, cross slope correction, roadway widening and roadway reconstruction projects varying from 2-lane, 2-way facilities through complex interchanges. His experience also includes lighting, signalization, temporary traffic control plans, utility coordination, signing and pavement marking, pavement design, plans preparation, estimation of quantities and specifications. RELEVANT PROJECT EXPERIENCE Years of Experience 18 Tota I 2 With DRMP Professional Registration Professional Engineer No. 70364, Florida, 2009 Education Bachelor of Science in Civil Engineering, Florida International University, 2003 Certifications Advanced Work Zone Traffic Control Software Aptitude AGi32 AutoTURN GEOPAK GuideSIGN MicroStation Synchro SR 997/Krome Avenue, FDOT District Six, Miami -Dade County, Florida: Senior Project Engineer responsible for post design coordination and efforts for this resurfacing, restoration and rehabilitation project from north of SW 321 st/ Campbell Drive to south of SW 296th Street/Avocado Street (Truck By-pass). The scope included widening an urban arterial in Homestead, Florida from 1-lane to 2-lanes in each direction. Intersection improvements at Kings Highway provided sufficient turn lane lengths and turning radii to accommodate the new lane configuration approximately 1-mile in Iength.This project includes roadway design, drainage design, permitting, signing and pavement markings, signalization, utility coordination and traffic control plans. Old Club Road and University Drive Roundabout, City of Parkland, Broward County, Florida: Senior Engineer responsible for the design and layout of the decorative roadway lighting within the proposed roundabout for the intersection of University Drive and Old Club Road. Design elements include survey, roadway and drainage design, utility coordination and investigation, signing and pavement markings, hardscape and landscape design. Districtwide Traffic Operations Push Button Contract C9W15, FDOT District Four, Districtwide, Various Counties, Florida: Project Manager for task work orders assigned under this contract which included projects consisting of providing miscellaneous traffic operations design services throughout FDOT District Four. The projects include turn lane additions, signal modifications, pedestrian feature upgrades, safety upgrades and all related components required. Projects are developed in response to traffic safety issues, public concerns and local agency requests. SR 845 (Powerline Road) from South of NW 30th Place to American Way, Marlin Engineering, Inc. for FDOT District Four, Broward County, Florida: Served as the Senior Project Engineer as a subconsultant on this resurfacing, restoration and rehabilitation project to convert the existing FDOT maintained lighting to FPL. Tasks include photometric analysis, lighting design report, FPL coordination and contract plans to implement the FPL owned and maintained lighting. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 50 FLOREZ, PE John A. Florez, PE, is a Traffic Project Engineer in DRMP's Traffic Department and is currently responsible for design and plans production in various aspects of traffic engineering, including, intelligent transportation systems (ITS), signalization, tolling and roadway lighting. In addition to design and plans production, his duties include shop drawing review, utility coordination, cost estimates, traffic studies and lighting analysis. RELEVANT PROJECT EXPERIENCE 6 Years of Experience 7 Tota I 7 With DRMP Professional Registration Professional Engineer No. 91167, Florida, 2021 Education Bachelor of Science in Civil Engineering, University of Central Florida, 2014 Software Aptitude AG132 AutoCAD MicroStation OpenRoads Coral Ridge Drive, FDOT District Four, Broward County, Florida: Lead Lighting Project Designer responsible for the lighting design and plans production for this 2.6-mile off -system Broward County MPO Mobility project. His responsibilities include geometric roadway design, managing plans production and cost estimating. He is also assisting in coordinating with subconsultants, clients and Broward County Staff. He is providing roadway design in support for the narrowing of the existing travel lanes and reconstructing shoulders to provide bike lanes. The project is currently between constructability and biddability. DRMP was awarded the contract in 2017 and is scheduled for letting in January 2021. University Drive, FDOT District Four, Broward County, Florida: Traffic Project Designer responsible for plans production and design for lighting elements to support the reconstruction, widening and milling and resurfacing of the existing suburban 4-lane divided highway on University Drive to a 6-lane divided urban highway from just south of Cardinal Road/NW 40th Street to the Sawgrass Expressway SR 869, approximately 1.6 miles within the City of Coral Springs. An evaluation for addition of a roundabout will be conducted at Wiles Road and Westview Drive intersections. Project includes roadway design, highway design, lighting design, signing and pavement marking, signalization, intelligent transportation systems, miscellaneous structures, utilities, surveying and mapping, permitting, landscaping and public involvement. Continuing Services Push Button for Design Contract No. C9Z98, FDOT District One, Florida: Signing Engineer responsible for miscellaneous engineering tasks necessary for production of concepts and complete construction plans for transportation projects. Project elements include roadway, intersection improvements, drainage analysis, signing and pavement markings, signalization, lighting, utility relocation/coordination, maintenance of traffic, environmental permitting and quantity computations. SR 8 over SR 10 (US 90A) Nine Mile Road (Bridge No.480061) FDOT District Three, Escambia County, Florida: Lighting and ITS Project Engineer responsible for design and plans production for the replacement of the twin bridges at SR 8 (1-10) over SR 10 (Nine Mile Road). The bridges were programmed for replacement due to structural deficiency and insufficient vertical clearance. The recommended replacement bridges consist of two -span at 170'-6" each with an overall bridge length of 341'-0" and configured to accommodate the interim SR 10 suburban typical section and the future diversion diamond interchange. The bridge construction will proceed with a three-phase approach, with the middle portion being removed and replaced. Westbound traffic will be placed on the newly constructed middle portion while the westbound bridge is removed and replaced. The last phase is a mirror of the second phase. The phased construction isfacilitated by temporary critical walls strategically placed to avoid utilities.The design is currently ongoing and has required extensive coordination with two Design -Build projects on an ongoing PD&E project. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 51 CHRISTINE DALICKAS, Signing & Marking Christine Dalickas, PE, is a Project Engineer in DRMP's Transportation Division. She is responsible for plans production for transportation/traffic engineering projects including traffic engineering studies, signalization plans, signing and pavement marking plans, intelligent transportation systems, lighting plans, traffic control plans and minor roadway widening projects. �1 i ►i - DD Years of Experience 21 Total 10 With DRMP Professional Registration Professional Engineer No. 62423, Florida, 2005 Education Bachelor of Science in Civil Engineering, University of Florida, 1999 Software Aptitude AG132 Aladan Ms. Dalickas has extensive experience in roadway design projects GuideSIGN and completing task work orders under continuing contracts. MicroStation She also has experience in minor roadway widening projects as well as resurfacing, restoration and rehabilitation. Ms. Dalickas has experience in larger roadway widening and realignment projects for both rural and urban roadways including bid construction document preparation. RELEVANT PROJECT EXPERIENCE NW 5th Street Bridge Replacement over the Miami River, FDOT District Six, Miami -Dade County, Florida: Engineer of Record of the signalization portion of the FDOT project where a new 5-lane, double -leaf Bascule Bridge was designed to replace the existing 5-lane structure with 1.6-foot wide shoulders and 6.6-foot and 10.6-foot wide sidewalks. Signalization plans included mast arm design and bridge controller coordination. Districtwide Traffic Operations Push Button Contract C-9W15, FDOT District Four, Various Counties, Florida: Project Engineerand EngineerofRecord for task work orders assigned under this contract which included projects consisting of providing miscellaneous traffic operations design services throughout FDOT District Four. The projects include turn lane additions, signal modifications, pedestrian feature upgrades, safety upgrades and all related components required. Projects are developed in response to traffic safety issues, public concerns and local agency requests. Districtwide Traffic Operations Push Button Contract C-9728, FDOT District Four, Various Counties, Florida: Project Engineer and Engineer of Record for task work orders assigned under this contract which included projects consisting of providing miscellaneous traffic operations design services throughout FDOT District Four. The projects include resurfacing, turn lane additions, median modifications, signal modifications, pedestrian feature upgrades, safety upgrades and all related components required. Projects are developed in response to traffic safety issues, public concerns and local agency requests. Palm Avenue from Stirling Road to Griffin Road, Broward County, Florida: Project Engineer for the widening and reconstruction of the existing 2-lane roadway of Palm Avenue (SW 100th Avenue) to accommodate a 4-lane divided typical section from Stirling Road to Griffin Road. Responsible forthe signing and pavement markings forthis project. Ravenswood Road from Stirling Road to Griffin Road, Broward County, Florida: Project Engineer for the reconstruction of the existing 1-mile, 2-lane roadway to a 4-lane divided section with curb and gutter. Provisions for sidewalks and bike lanes along both sides of the street were made, as well as drainage improvements. Responsible for the signing and pavement markings. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 52 RICARDO W. DAUBON, PE Signing & Marking Rica rdoW. Dau bon, PE, is a Project Engineer in DRMP'sTransportation Division. He specializes in the roadway design for major and minor transportation projects as well as signalization and lighting design. He is responsible for roadway design, quantities, maintenance of traffic plans, signing and pavement markings, plans production and developing cross -sections. His experience encompasses all aspects of roadway design projects, from technical design issues to complex project management issues. RELEVANT PROJECT EXPERIENCE a Years of Experience 9 Total 4 With DRMP Professional Registration Professional Engineer No. 88694, Florida, 2019 Education Bachelor of Science in Civil Engineering, Georgia Institute of Technology, 2013 Certifications FDOT Advanced Temporary Traffic Control No. 23411 Software Aptitude AutclTURN ArcGIS SR 997/Krome Avenue, FDOT District Six, Miami -Dade County, GEOPAK Florida: Project Engineer responsible for quantities, roadway MicroStation InRoads Suite design, plans production, assembling final signed and sealed OpenRoads plan components for construction. This resurfacing, restoration and rehabilitation project involved reconfiguring the typical section from 1-lane to 2-lanes in each direction and the addition of intersection improvements at Kings Highway to provide sufficient turn lane lengths and turning radii to accommodate the new lane configuration approximately one mile in length. Project limits are from north of SW 321 st/Campbell Drive to south of SW 296th Street/Avocado Street (truck by-pass). This project includes pavement design, drainage design, permitting, signing and pavement markings, signalization, utility coordination and traffic control plans. City of Parkland ADA Transition Plan, City of Parkland, Broward County, Florida: Project Engineer responsible for evaluating and assessing the City of Parkland's public facilities (buildings, recreational areas, parks and streets) for accessibility per requirements set forth in the Americans with Disabilities Act (ADA). Additional duties include performing field inspections, summarizing and reporting of findings with supporting photos, documents, quantities and estimates, as well as providing recommendations and implementation strategies for correcting deficiencies. Results will be used for City Strategic Planning and implementation of a comprehensive ADA Transition Plan. City of Parkland Old Club Road Roundabout, City of Parkland, Broward County, Florida: Project Engineer responsible for roadway geometric design, signing and pavement markings, intersection grading details, demo plans and associated plans production of a roundabout at the intersection of University Drive and Old Club Road. The design utilizes current design standards and criteria, as well as Auto -Turn and Fastest Path Analysis (FPA) methods.The project includes reconstruction of the roadway approaches along University Drive to align with the proposed roundabout and transition pavement to tie into existing Old Club Road roadway including pavement, curbing, drainage structures, sidewalks and other miscellaneous infrastructure. Sample Road Interchange Improvements at 1-95, FDOT District Four, Broward County, Florida: Project Engineer responsible for roadway geometric design, maintenance of traffic plans and signing and pavement markings. The project limits are approximately three miles of the roadway and interchange ramps with SR 9 and Sample Road as well as intersection improvements at Sample Road and NE 3rd Avenue. The overall project adds ramps widening and ramp metering to improve function of the interchange at Sample Road.The project includes roadway, drainage, utilities, bridge widening (Sample Road), lighting, intelligent transportation systems, signing and pavement markings, maintenance of traffic and surveying. The project also includes the acquisition of right-of-way along NE 3rd Avenue. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 53 BLAKE A. BUSSARD, PSM Survey & SUE Blake A. Bussard, PSM, is a Senior CADD Technician for DRMP's Surveying and Mapping/Geospatial Division. He has six years of surveying experience across multiple disciplines. His primary duties at DRMP consist of field crew coordination, survey/SUE data collection, processing, final delivery production, overseeing survey and SUE quality assurance/quality control and other day to day operations. He has work experience collecting, processing and drafting hydrographic, subsurface utility engineering (SUE) and land surveying data for various entities. Most recently, Mr. Bussard has worked extensively with the Florida Department of Transportation (FDOT) District Four and Six as a Subsurface Utility Engineering (SUE) CADD Technician and Quality Assurance/Quality Control manager of their continuing services contracts. His overall experience includes assisting project management, topographic surveys, SUE locating across all quality levels, hydrographic surveying, geophysical surveys, GIS services, unmanned aerial systems and environmental mapping services. RELEVANT PROJECT EXPERIENCE Years of Experience 7 Tota I 1 With DRMP Professional Registration Professional Surveyor & Mapper, No. LS7435, Florida, 2022 Education Master of Science in Geomatics, University of Florida, 2018 Bachelor of Science in Biology, Salisbury University, Maryland, 2015 Bachelor of Science in Environmental Science, University of Maryland -Eastern Shore, 2015 Certifications FAA Remote Pilot (107) PADI Diver (Open Water, Enriched Air) Protected Species Observer (PSO) OSHA 10 HR Certification CSX Roadway Worker Protection Software Aptitude AutoCAD ArcGIS Business Center Hypack MicroStation SR Al Collins Avenue SUE Services, A&P Engineering, Miami- Project Wise Dade County,Florida: CADD Manager/Crew Coordinator Topodot responsible for data collection, crew coordination, and final Trimble deliverable production. Mr. Bussard was involved with the Professional Affiliation collection, production and management of this project that Florida Surveying and Mapping Society sought to improve pre-existing signalization and lighting of the roadway corridor. DRMP was asked to provide Quality Level A (test holes) to verify horizontal and vertical locations of utilities. Mr. Bussard worked with the project manager and surveyor to ensure data was collected and presented per the FDOT District Six requirements. SR 860/Miami Gardens Drive SUE Services, A&P Engineering for FDOT District Six, Miami -Dade County, Florida: Provided QA/QC for this project that sought to improve pre-existing signalization and lighting of the roadway corridor. DRMP was asked to provide Quality Level A (test holes) to verify horizontal and vertical locations of utilities. SR 802 Lake Avenue/Lucerne Avenue, FDOT District Four, Palm Beach County,Florida: CADD Manager/Crew Coordinator responsible for data collection, crew coordination, and final deliverable production. Mr. Bussard was involved with the collection, production and management of this project that sought to improve pre-existing signalization of the roadway corridor. DRMP was asked to provide Quality Level A (test holes) to verify horizontal and vertical locations of utilities. Mr. Bussard worked with the project manager and surveyor to ensure data was collected and presented per the FDOT District Four requirements. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 54 J. MATT FLOYD, Survey& SUE J. Matt Floyd, PSM, is a Survey Department Manager in DRMP's Surveying and Mapping/Geospatial Division. He has 15 years of surveying experience including work in the private sector specializing in residential surveys and subdivision layouts. He has worked extensively with the Florida Department ofTransportation (FDOT) District Four as a Project Surveyor managing their continuing services contracts, along with services as a project manager for Florida's Turnpike Enterprise projects. He also has work experience as a CADD Technician and CADD Manager with the Alabama Department of Transportation (ALDOT). His experience includes project management, control surveys, construction staking, boundaries, easements, legal descriptions, hydrographic surveys, laser scanning, plat/plan review, platting, right-of-way acquisitions, topographic surveys, GIS services, unmanned aerial systems and prescribed fire management. RELEVANT PROJECT EXPERIENCE Years of Experience 16 Tota I 1 With DRMP Professional Registration Professional Surveyor & Mapper No. 7098, Florida, 2016 Professional Land Surveyor No. 33667, Alabama, 2013 Education Bachelor of Science in Geomatics, Troy University, Alabama, 2006 Professional Affiliation Florida Surveying and Mapping Society Software Aptitude MicroStation Project Wise TopoDOT Trimble Business Center Districtwide Utility Locating Services Contract No. CAG63, FDOT District Six, Various Counties, Florida: Project Manager providing subsurface utility support on this five year, $1.5 million continuing services contract that includes subsurface utility locating services throughout Miami -Dade and Monroe Counties. Cl/ASCE 38-02 Quality Level B (utility designating), Quality Level A (utility test holes) and GPR investigations were provided to support in- house design and consultant management projects. Continuing Services Contract for Design, Contract No. CAE71, FDOT District Four, Various Counties, Florida: Survey Project Manager providing in house survey support on this five year continuing services contract that provides FDOT's consultant work program with districtwide design assignments. Services are provided on an as needed basis and include baseline and right-of-way surveys, terrestrial mobile LiDAR, conventional surveys for design, hydrographic surveys, drainage surveys, cross sections and bridge detail surveys. Utility locating assignments include ASCE Quality Level B (utility designating) and Quality Level A (utility test holes), records research and coordination with utility agency owners. Continuing Survey, SUE and Right -of -Way Mapping Contract, Martin County, Florida: Survey Project Manager providing survey support on this five year, $3 million continuing services contract that provides Martin County's consultant work program with county -wide surveying, mapping and utility locating assignments. Services are provided on a Task work order driven basis and include baseline and right-of-way surveys, terrestrial mobile LiDAR, conventional surveys for design, hydrographic surveys, drainage surveys, cross sections and bridge detail surveys. Utility locating assignments include ASCE Quality Level B (utility designating) and Quality Level A (utility test holes), records research and coordination with utility agency owners. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 55 RUFUS D. SWIFT III Survey & SUE Rufus D. Swift III, serves as Subsurface Utility Engineering Services Manager and Crew Supervisor with DRMP's Subsurface Utility Engineering Division. In this capacity, his responsibilities include the coordination and supervision of SUE crews, project planning, utility coordination and preparation of deliverables. In his 21-years in Florida, he has performed SUE services for all FDOT Districts, Florida Turnpike Enterprise, Florida Power and Light, medical institutions, military bases, schools and numerous private sector clients. Years of Experience 21 Total 3 With DRMP Certification CSX e-RAILSAFE System Badge CSX Roadway Worker Certification FDOT Maintenance of Traffic OSHA 10-Hour Safety Training OSHA 1910.146 Permitted Confined Space Staking University Electromagnetic Locating Certification, #WA347 Utility Training Academy— Certified Professional Utility Locator Education St. Petersburg College - Marketing and Mr. Swift's technical experience includes subsurface utility Management designation (Cl/ASCE 38-02 QL-B) and location (Cl/ASCE 38-02 Amarillo College - CAD Certification QL-A) for large right-of-way projects and smaller sites and obtaining survey data for the various types of surveys. He has extensive experience working with utility designating equipment, such as Mala GPR (HDR Pro, RAMAC), RD1000 GPR, EM Locators; Vivax vLoc, 3M Dynatel, Subsite and Metrotech. In addition, Mr. Swift can maintain and operate all utility vacuum excavation equipment (both truck and trailer based platforms.) RELEVANT PROJECT EXPERIENCE Districtwide Utility Locating Services Contract No. C9T21, FDOT District Six, Various Counties, Florida: Subsurface Utility Engineering Manager on this five-year, $5 million continuing services contract includes subsurface utility locating services throughout Miami -Dade and Monroe Counties. Cl/ASCE 38-02 Quality Level B (utility designating), Quality Level A (utility test holes), GPR investigations and right-of-way staking were provided to support in-house design and consultant management projects. This large contract required a team of subconsultants to meet the Department's needs. Subsurface Utility Engineering Services and Designates, City of Sunrise, Broward County, Florida: Project Manager. The scope of this project involved DRMP's survey team providing SUE services for the mapping effort of the subsurface utilities along the project corridor in accordance with ASCE C-1 38 -02 quality level B. Continuing Survey, SUE and Right -of -Way Mapping Contract No. C9T25, GPI Geospatial, Inc. for FDOT District Four, Various Counties, Florida: Subsurface Utility Engineering Manager on this five year, $5 million continuing contract that supports FDOT's in-house and consultant work program with districtwide surveying, mapping and utility locating assignments. Services are provided on an on -call basis and include baseline and right-of-way surveys, terrestrial and terrestrial mobile LiDAR, conventional surveys for design, hydrographic surveys, drainage surveys, cross sections and bridge detail surveys. Right-of-way mapping assignments include right-of-way control survey mapping, right-of-way map preparation, Genesis mapping, sketches to accompany legal descriptions and appraisal sketches. Utility locating assignments include ASCE quality level B (utility designating) and quality level A (utility test holes), records research and coordination with utility agency owners. CR 714 at C-23 Interconnect Locate, Whidden Surveying for South Florida Water Management District (SFWMD), Palm Beach County, Florida: Subsurface Utility Engineering Crew Supervisor responsible fordelineating underground utilities for the design of a proposed bridge project. In addition, Vacuum Excavation Holes (VVH's) were performed at various locations to verify the pipe. All work met ASCI Quality Level "A"and "B" requirements. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 56 Karina Ricks Partner, Cityfi LLC Karina Ricks is a Partner at Cityfi. Karina leads the firm's mobility innovation practice. Her expertise spans and integrates public sector management and administration, transportation and mobility, physical and digital infrastructure, systems and data, land use planning and urban design, and community and organizational development. Prior to joining Cityfi, Karina was Associate Administrator for Innovation at the Federal Transit Administration where she oversaw research and demonstrations of transit bus automation, mobility on demand, transit data standard development, zero emission transit, workforce development and critical interventions to address transportation insecurity. She had previously established and led Pittsburgh's Department of Mobility and Infrastructure addressing legacy infrastructure challenges, implementing leading edge smart city technologies and launching MovePGH - hailed as the nation's first MaaS program. As Director of Transportation Planning for the District of Columbia, she helped launch the nation's first public bike share system, curbside electric vehicle charging systems, and reformed outdated government processes. EDUCATION Fulbright Scholar - Riga, Latvia MA City and Regional Planning, Cornell University, Ithaca, NY BA Justice, Morality and Constitutional Democracy, Michigan State University, East Lansing, MI EXPERIENCE Autonomous Vehicle Peer Exchange (Knight Foundation): Convened four cities across the country to engage the public in developing policies to respond to emerging deployments of autonomous vehicles in urban centers. Aided cities in developing, deploying and measuring meaningful demonstrations of autonomous vehicle technology that addresses defined problem statements. Developing Autonomous Vehicle Policy Playbook for cities to guide municipal management of disruptive technologies, guiding deployments and operations to aid the public good. Advised city response to OEM requests for exemptions to federal motor vehicle safety standards. SHIFT 305 Action Agenda (Miami -Dade Department of Transportation and Public Works) - Data -driven two year strategic implementation plan to meet climate and mobility goals in a rapidly growing county. Action agenda includes clear performance targets and measures for implementation of transit system improvements, smart city deployments, safety enhancements, multimodal capital improvements and organizational change management for project delivery. 2070 Vision Plan (Pittsburgh Department of Mobility and Infrastructure) - Forward -leaning plan and policy framework to anticipate, manage and direct emerging mobility services and technologies to address public priorities for safety, equity and resiliency. Plan provides strategies for proactively managing disruptive technologies such as UAVs and VTOLs in an urban context, hyperloop or similar high speed services, waterborne and aerial ropeway transit, multimodal electric mobility charging systems, urban freight movement, and pedestrian and micromobility networks and safety, in addition to data system management and evaluation. Department of Mobility and Infrastructure, Pittsburgh, PA: Negotiated the development of a new department and reformed government processes to better enable pilots, demonstrations and data -driven evaluation. Established Pittsburgh as a premier testbed for mobility innovations of national significance including ITS and smart signal systems, capital planning, autonomous vehicle policies, bike+ infrastructure, corridor and network planning, data integration and analysis systems, Mobility as a Service, and the nation's first Guaranteed Basic Mobility demonstration. Led major infrastructure and safety improvements including addressing climate -related resiliency needs, asset management, and traffic calming. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 57 Camron Bridgford Senior Principal, Cityfi LLC Working with Cityfi, Camron has brought her urban planning lens to her role as a strategic advisor, facilitator and program/project manager for numerous endeavors within the arenas of civic innovation, transportation and mobility, smart cities, and organizational change management. Projects and clients Camron has worked with the City of Minneapolis' Department of Public Works; the District Department of Transportation; West Palm Beach Transportation Planning Agency; New York City Department of Transportation; and Miami -Dade County's Mayor Office and Department of Transportation and Public Works, among others. Prior to Cityfi, Camron worked for Denver Public Library as an administrative officer directing resource development through fundraising, partnership -building, and process innovation. Prior, she served as a managing associate in fundraising and grants management for Joining Vision and Action, a public -sector consulting firm and incubator focused on social and community change, where she led a ten -member team that raised more than $75 million for non-profit and government clients. EDUCATION • University of Colorado at Denver, College of Architecture and Planning, Master of Urban and Regional Planning • University of Colorado at Boulder, Bachelor of Science, Journalism, School of Journalism and Mass Communication • University of Colorado at Boulder, Bachelor of Arts, Art History, College of Arts and Sciences (Minor: Political Science) EXPERIENCE Knight Foundation, Autonomous Vehicle Initiative, Program Manager and Strategic Advisor, November 2018-present Working with the Knight Foundation and the cities of Detroit, San Jose, Pittsburgh and Miami -Dade County to program and project manage a five-year grant -funded initiative that seeks to increase equitable community outcomes through effective community engagement and the development and deployment of AV and new mobility pilots projects in each of the chosen cities. Miami -Dade County Department of Transportation and Public Works, Project Manager and Strategic Advisor, April 2022-present Working with the Department of Transportation and Public Works to develop a ten-year strategic plan; two- year action agenda; and marketing plan that aligns with the Mayor's strategic goals and priorities and drives strategic, data -driven decisions within the department that seek to meet desired outcomes for the community. Transportation for America, Smart Cities Collaborative, Project Manager and Technical Advisor, January 2020 - January 2021 Served as a technical advisor for three cities (Bellevue, WA; Minneaplis, MN; and Boston, MA) developing pilot projects that test new curbside management practices. Contributed to authorship on several reports providing policy recommendations and best practices, including Principles for Universal Curbside Language and Standards and COVID and the Curb. City and County of Denver, Department of Transportation and Infrastructure, Strategic Advisory Services, November 2018 -January 2021 Provided strategic advisory services to envision a mobility hub system guiding framework and reimagined public space amenities and transit advertising program, as well as offered strategic guidance to the department's COVID-19 Mobility Task Force. In 2018-2019, served as project manager for the Denver Smart City Strategy, which focused on a five-year strategy, two-year action plan, and recommendations for a policy and governance model to guide the integration of technology and innovation within the city. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 58 Karla Aurea Peralta Paredes Associate, Cityfi LLC Karla is an Associate at Cityfi based in Miami, FL. An architect and urban planner by training with extensive experience in urban planning and policy design with keen understanding of urban issues, policy challenges, and urban development trends. Built specialization in stimulating environmental sustainability, social inclusion, and economic development in collaboration with public and private sectors. Prior to Cityfi, Karla worked for UN -Habitat as an urban planner consultant collaborating in the elaboration of city strategies with a planning horizon to year 2030 taking into account the 17 Sustainable Development Goals. Design and implement methodologies for participatory workshops aimed at including community inputs in strategies at global level as well as implementing tactical urbanism interventions at the local level. Karla has also served as a Project manager in City & Territory Planning at IDOM Consulting, Engineering, Architecture leading the elaboration of studies of climate change, natural risks, and urban growth for the Emerging and Sustainable Cities Program in collaboration with the Inter -American Development Bank for the City of Hermosillo, Mexico. Participated in the elaboration of the Official Assessment Document for the Pre -Feasibility Study for the Special Economic Zones in partnership with the National Bank for Public Works and Services of Mexico. Karla has also collaborated with the Office of Deputy Mayor for Urban Planning, Green Areas, and Agriculture at the municipality of Milan, Italy in the implementation of tactical urbanism interventions. EDUCATION MSc in Urban Planning and Policy Design. Polytechnic University of Milan, Italy. Bachelor's Degree in Architecture. Monterrey Institute of Technology and Higher Education, Mexico. • Study abroad Program, Architecture and Urban Planning. Sungkyunkwan University, Seoul, South Korea. EXPERIENCE Shift 305 Strategic Plan and Action Agenda (Miami -Dade County DTPW) - Led stakeholder engagement and reviewed contributing documents to develop an outcome -oriented near -term action agenda to build public trust and transparency in implementation of transportation and public works improvements in Miami -Dade County. Developed performance measures and targets and aligned actions with adopted goals for climate, equity and safety. West Palm Beach Downtown (Palm Beach TPA) - Workshop facilitator with key stakeholders of West Palm Beach. Identified key issues, concerns, opportunities, and strategies to support continued economic growth while addressing critical concerns such as affordable housing, sustainable and equitable transportation choices, and resiliency in a changing climate. City Vision for the year 2030 and Tactical Urbanism Toolkit (City of San Nicolas de los Garza, Mexico) 2020-2021 - Performed research and data analysis for elaboration of the Vision of San Nicolas de los Garza (Mexico) with planning horizon to year 2030, considering the New Urban Agenda and the 17 Sustainable Development Goals. Designed and implemented methodologies for participatory workshops aimed at including community inputs in strategies at global level as well as at the local level. Formulated a plan and toolkit for implementation of tactical urbanism interventions in San Nicolas de los Garza. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 59 INFINITE SOURCE COMMUNICATIONS GROUP Monica Diaz Community Outreach Specialist Senior (Bilingual - Spanish) Years of Professional Experience 18 Education Arizona State University - B.A. in Journalism and Mass Communication - Public Relations, 2005 - Minor - Human Communication Ms. Diaz, Principal of Infinite Source Communications (ISC), is a bilingual communications professional, experienced in public involvement, public relations, print journalism and integrated marketing communications. She has more than 18 years of professional experience including managing staff, communications budgets of over $1 million and overseeing national marketing campaigns. Ms. Diaz works with agencies such as the Florida Department of Transportation (FDOT), Miami -Dade Transportation Planning Organization (TPO), the City of Miami Beach, and Broward County Public School District. She personally managed outreach for over 70 projects throughout South Florida, serving as the lead spokesperson for FDOT District Six Construction and City of Miami Beach. She is capable of managing high -profile public involvement/public relations projects, building public consensus, executing crisis communications plans, communicating with key stakeholders and media, and executing marketing and design efforts for multiple clients. She has the ability to handle numerous tasks quickly and successfully, ensuring goals are being attained and most importantly, that the quality assurance/quality control of the overall directed work is managed successfully. Through her years of experience on various transportation and community outreach projects, Ms. Diaz has built and fostered a variety of key stakeholder relationships and actively works with communities to develop a clear understanding of transportation related matters and municipal development. RELATIVE WORK EXPERIENCE: • 2021-Present - Project Lead, FDOT District Four Modal Development Special Projects and Communications Services, Broward County, FL - Outreach efforts include developing educational outreach campaigns, inclusive of preparing all public outreach activities, media buys, developing all marketing materials and overseeing campaign efforts. Reference: Wibet Hay, 945-777-4573 • 2018-2021 - Community Outreach Manager, FDOT District Four SW 10 Street Connector PD&E Study , Broward County, FL - Ms. Diaz is responsible for developing a community outreach campaign to garner positive feedback from the local community. Strategies included, an e-blast and social media campaign, LED truck advertising, direct outreach, and pop-up events. Reference: FDOT Project Manager Robert Bostian, 954-777-4427 • 2019-Present - Community Outreach Manager, Turnpike (SR 91) from south of 1-595 to Wiles Road - Broward County, FL - Ms. Diaz worked with the Turnpike to developed and publish an online public meeting room as well as facilitate the coordination and attendance of the Kick-off Public meeting, which had over 400 people in attendance. Reference: Kimley Horn, Lisa Stone, 561-840- 0826 • 2018-Present - Community Outreach Manager, FDOT District Four Districtwide Minor Design Contract, Broward, Palm Beach, Martin, St. Lucie and Indian River counties, FL - Ms. Diaz oversees all outreach efforts for multiple projects on this contract including virtual and hybrid public meetings, stakeholder outreach, community awareness campaigns and events. Reference: WSP, Yamila Hernandez, 305-514-3154 ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 60 INFINITE SOURCE COMMUNICATIONS GROUP Walna Calixte Community Outreach Specialist (Bilingual - Creole) Years of Professional Experience 19 Education Broward College - Business Administration Miami Dade College - Paralegal Studies and Pre -Law Ms. Calixte is a bilingual Public Information Liaison with over 19 years of experience in project management, branding, and communications. Ms. Calixte is experienced in communicating with diverse communities and delivering messages to the public, media, government officials and other external stakeholders. She successfully spearheads outreach projects for the Florida Department of Transportation Districts Four and Six in Project Development and Environment and Design. She is a multi-tasker, well -versed in developing, writing and proofing materials in both English and Creole. Ms. Calixte prides herself on providing exceptional client service, a trait for which she is widely recognized and applauded. This characteristic trait allows her to successfully leverage professional relationships to develop new business opportunities and optimal project outcomes. RELATIVE WORK EXPERIENCE: • 2021 - Present: Community Outreach Specialist, SR A1A, - Roadway Design Solutions, Inc., Palm Beach County, FL - Ms. Calixte leads all coordination and outreach efforts for these projects from developing all project and meeting collaterals, stakeholder and property owner databases, coordination with City staff, organizes and moderate's hybrid meetings. Reference: Ricardo Castro, P.E., 305-799-7131 2021 - Present: Community Outreach Specialist, Lake Worth Road - PE Engineering, Palm Beach County, FL - Ms. Calixte leads all outreach efforts for this project from developing project collaterals, stakeholder and property owner databases, coordination with City staff and officials to organize and moderate a hybrid meeting. - Reference: Jorge Maspons, P.E. 305-450-2693 • 2019 - Present: Community Outreach Specialist - FDOT District Four Districtwide Design Projects - Gannett Fleming, Broward County, FL - Ms. Calixte leads all outreach efforts for this contract developing CAPs, stakeholder and property owner database, developing all project collaterals and meeting information. She also organizes and a moderates all hybrid public meetings. - Reference: Alina Fernandez P.E., 305-519-2987 • 2019 - Present: Community Outreach Specialist - SR Al A, Prospect Road, University Drive Projects, - A&P Consulting Transportation Engineers, Indian River and Palm Beach County, FL - Ms. Calixte leads all outreach efforts for these projects from developing CAPS, stakeholder and property owner databases, developing all project collaterals and meeting information. She also organizes and moderates all hybrid meetings. - Reference: Eithel M. Sierra P.E., 786-257-3118 • 2019 - Present: Community Outreach Specialist - 1 75 & Pines Interchange Improvement - Colliers Engineering, Broward County, FL - Ms. Calixte leads all coordination and outreach efforts for this project from developing CAPs, stakeholder and property owner database, developing all project collaterals and hybrid meeting information. Reference: Luis Costa, P.E., 561-961-9555 ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 61 t:LE CERTIFIED DBE. SBE. & W/MBE FIRM Oliver Remy Rodrigues, P.E., PTOE Chief Engineer/Traffic Design Oliver Rodrigues has experience in performing a variety of projects for clients throughout Florida. His traffic design and engineering experience includes Engineer of Record for the preparation of plans for minor design, traffic signalization, ITS, signing and pavement marking and street lighting projects. He has experience preparing specification packages, cost estimates, and contract documents. Oliver has coordinated with utility companies and maintaining agencies, as well as provided construction services relating to request for information and shop drawing reviews. Relevant Project Experience • City of Miami Beach, Pine Tree/La Gorce Drive Separated Bike Lanes: Senior Education Transportation Engineer --Claudia provided support for the evaluation of existing • B.S. in Civil Engineering, University traffic conditions of the corridor. Vehicular traffic counts were collected, as well of South Florida, 1991 as Pedestrian and bicycle activity. The scope included a crash analysis and the evaluation of the existing traffic conditions and the existing operating capacity of Professional Registration the intersections along the corridor. Reference: Alia Awwad, Alta Planning • Professional Engineer FL No. 50646 +Design *Professional Transportation e City of Miami Beach, Traffic Impact Studies: Senior Transportation Engineer — Operation Engineer: 1765 Claudia provided general transportation planning and traffic engineering Professional Organizations consulting services, on an as -needed basis, for the City of Miami Beach. Claudia • Institute of Transportation reviewed over 60 traffic impact studies for the City and attended Planning and Engineers Zoning Board meetings under this contract. Reference: Michael Belush, City of • Florida Engineering Society Miami Beach • City of Miami Beach Transportation Planning and Traffic Engineering: Years of Experience Senior Transportation Engineer ---Claudia provided general transportation planning • 31 and traffic engineering consulting services, on an as -needed basis. Claudia provided services for the traffic circulation, one-way to two-way street conversion, and conceptual alternatives study on W. 42nd Street. In addition, she prepared the traffic circulation feasibility study on Sunset Island IV evaluating a stop control vs. a roundabout intersection. Reference: Jose Gonzalez (Josiel Ferrer -Diaz), City of Miami Beach • City of Miami Beach First Street Traffic Circulation and Conceptual Alternatives Analysis: Senior Transportation Engineer --Claudia performed a traffic circulation and analysis of the conceptual alternatives between Alton Road and Washington Avenue. This study supported the redesign to enhance the corridor with decorative pavement, improved drainage, and enhanced aesthetics. Services included crash analysis, on -street parking and valet operation, and analysis of conceptual alternatives. The project is located in the South Point district of the City. Reference: Luis Soto, PE, City of Miami Beach • City of Miami Freedom Park (MFP) — Traffic Impact Study Review: Senior Transportation Engineer --Claudia provided peer review services for the proposed development which includes a Major League Soccer stadium (MLS), a commercial complex, office space, a hotel, a youth sports soccer field, and a public park. The task includes a review of the TIS including its trip generation, trip distribution, and capacity analysis of the surrounding network, traffic calming evaluation for the adjacent neighborhood, and a parking analysis review. The analysis is being checked for operational conditions during a typical business day and on the days of an event at the stadium both weekdays and weekends. Since the Soccer Stadium is not a typical land use included in ITE, alternative methodologies were considered including data provided from other stadiums and Shared Parking methodologies published by the Urban land Institute. Reference: Collin Worth ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 62 a-ZE TTEZ CERTIFIED DBE, SBE, & W/MBE FrRar Education • B.S. in Civil Engineering, Florida International University, 2001 • M.S. in Civil Engineering, Florida International University, 2004 Professional Registrations • Professional Engineer Florida No. 72303 Professional Organizations • Institute of Transportation Engineers Years of Experience • 18 Claudia Lamus, P.E. Senior -Transportation Engineer Claudia Lamus has experience in traffic operations, safety studies, transportation planning, and traffic impact studies. Mrs. Lamus has prepared and reviewed technical reports for FDOT Districts Four and Six as well as various cities and counties. Relevant Project Experience • City of Miami Beach, Pine Tree/La Gorce Drive Separated Bike Lanes: Senior Transportation Engineer --Claudia provided support for the evaluation of existing traffic conditions of the corridor. Vehicular traffic counts were collected, as well as Pedestrian and bicycle activity. The scope included a crash analysis and the evaluation of the existing traffic conditions and the existing operating capacity of the intersections along the corridor. Reference: Alia Awwad, Alta Planning +Design • City of Miami Beach, Traffic Impact Studies: Senior Transportation Engineer — Claudia provided general transportation planning and traffic engineering consulting services, on an as -needed basis, for the City of Miami Beach. Claudia reviewed over 60 traffic impact studies for the City and attended Planning and Zoning Board meetings under this contract. Reference: Michael Belush, City of Miami Beach • City of Miami Beach Transportation Planning and Traffic Engineering: Senior Transportation Engineer —Claudia provided general transportation planning and traffic engineering consulting services, on an as -needed basis. Claudia provided services for the traffic circulation, one-way to two-way street conversion, and conceptual alternatives study on W. 42"d Street. In addition, she prepared the traffic circulation feasibility study on Sunset Island IV evaluating a stop control vs. a roundabout intersection. Reference: Jose Gonzalez (Josiel Ferrer -Diaz), City of Miami Beach • City of Miami Beach First Street Traffic Circulation and Conceptual Alter n a t i v e s Analysis: Senior Transportation Engineer --Claudia performed a traffic circulation and analysis of the conceptual alternatives between Alton Road and Washington Avenue. This study supported the redesign to enhance the corridor with decorative pavement, improved drainage, and enhanced aesthetics. Services included crash analysis, on -street parking and valet operation, and analysis of conceptual alternatives. The project is located in the South Point district of the City. Reference: Luis Soto, PE, City of Miami Beach • City of Miami Freedom Park (MFP) - Traffic Impact Study Review: Senior Transportation Engineer --Claudia provided peer review services for the proposed development which includes a Major League Soccer stadium (MLS), a commercial complex, office space, a hotel, a youth sports soccer field, and a public park. The task includes a review of the TIS including its trip generation, trip distribution, and capacity analysis of the surrounding network, traffic calming evaluation for the adjacent neighborhood, and a parking analysis review. The analysis is being checked for operational conditions during a typical business day and on the days of an event at the stadium both weekdays and weekends. Since the Soccer Stadium is not a typical land use included in ITE, alternative methodologies were considered including data provided from other stadiums and Shared Parking methodologies published by the Urban land Institute. Reference: Collin Worth ALTA PLANNING 4 DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 63 Zo W Professional Experience President and Principal Associate Jarrett Walker + Associates 2011 - present Jarrett Walker is an international consultant in public transit planning and policy. His clients include transit authorities, cities, developers, and non- profits — anyone who wants to make better use of public transit as a tool to support resilient communities, individual liberty, and social inclusion. He has led network design projects in more than 50 cities, many of which have been implemented successfully. Jarrett has built a strong track record over a range of transit planning issues, including local -regional transit integration, flexible services planning, and innovative public involvement. His work covers a range of planning altitudes, from visionary urbanism to operational detail. Senior Consultant Selected Project Experience MRCagney Consultants Miami Better Bus Project I Network Designer I Miami -Dade County, FL 2006-2011 As an advocacy -led process, the Better Bus Project was a unique Policy and Planning Specialist network redesign for Miami -Dade County. As lead network designer, TransLink Jarrett led a series of workshops with local, regional, and agency staff to 2005-2006 develop a series of network concepts, a draft recommended network, a final recommended network, and a series of "resilience" options to be Partner implemented in the short term. Nelson\Nygaard 1996-2006 Palm Tran Route Performance Maximization Initiative I Lead Network Designer I Palm Beach County, FL Years of Experience: 31 Palm Tran hired JWA to lead Phase 1 of its Route Performance Maximization Initiative which intended to improve the usefulness of the Education/Certification transit system and ultimate stimulate the agency's ridership. As Lead PhD, Humanities and Theatre Arts, Network Designer, Jarrett led a series of workshops with Palm Tran and Stanford University county staff to develop contrasting network concepts for the Palm Tran system and led workshops with community stakeholders. Bachelor of Arts, Mathematics and Computer Science, Pomona West Palm Beach Citywide Transit Study I Lead Network Designer I West College Palm Beach, FL Publications Sensing the need for a major expansion, West Palm Beach hired JWA to develop a citywide transit plan with the goal of optimizing city transit Human Transit: How Clearer services to complement county -provided service and assess options for Thinking about Public Transit Can Enrich Our Communities and Our a new downtown transit center. As Lead Network Designer, Jarrett led a Lives. Island Press, 2011. series of workshops with staff to develop a revised city network Forward Together System Analysis I Lead Network Design I Portland, OR Location This project is an update to the bus network in Portland, responding Portland, Oregon to changes in travel demand, funding, and shifts in community values. Jarrett is leading the network design process for this project, including the creation of the equity -focused network design concept and the refinement of network concepts after initial public and stakeholder engagement. BusConnects Dublin Network Redesign I Lead Network Design I Dublin, Ireland This project was a bus network redesign for Dublin, the largest city in Ireland. Jarrett led the network design phase of this project, which included development of network concepts, draft networks, and a final recommended network. This process required the cooperation and input from a wide variety of local stakeholders, including five local governments. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 64 ' Scudder Wagg is a consultant in public transit and multimodal transportation planning. His focus is on transit network redesign, facilitating conversations about multimodal planning issues, and applying innovative mapping tools to enrich conversations about transit issues. Scudder has led network planning, multimodal transportation analysis, and environmental studies for state agencies, metropolitan planning Professional Experience organizations, local governments, and transit agencies. Principal Associate — - -- Jarrett Walker + Associates Selected Project Experience 2017- present Miami Better Bus Project I Project Manager I Miami -Dade County, FL Project Manager & Transportation As an advocacy -led process, the Better Bus Project was a unique network Planner redesign for Miami -Dade County. As project manager for the technical Michael Baker International efforts, Scudder coordinated and organized the team, contributed to 2005-2017 network design workshops, led stakeholder workshops, and led the Years of Experience: 17 development of a Resilience Plan to respond to changes brought about by the pandemic in the network design planning process. Education/Certification Palm Tran Route Performance Maximization Initiative I Project Manager P Master of Urban and Regional alm Beach County, FL Planning, Virginia Commonwealth As project manager, Scudder led a route optimization study for Palm Tran University intended to improve the usefulness of the transit system and ultimate stimulate the agency's ridership. Scudder led project coordination, Bachelor of Arts, History and including analysis of the existing system, development of network Political Science, Queens University of Charlotte concepts, and coordinating all aspects of the project with Palm Tran staff. West Palm Beach Citywide Transit Study I Project Manager I West Palm Location Beach, FL Arlington, Virginia Sensing the need for a major transit expansion, West Palm Beach hired JWA to develop a citywide transit plan with the goal of optimizing city transit services to complement county -provided service and assess options for a new downtown transit center. Scudder led the coordination of this project, including design of the city transit network, workshops with key stakeholders, and visioning exercises with City staff. Multimodal Norfolk Network Redesign I Project Manager I Norfolk, VA This was a citywide study of transit service within the city of Norfolk as part of a multimodal transportation study with the goal of enhancing transit and active transportation within the City. Scudder led conversations with municipal staff and regional stakeholders on the role of transit in their community, facilitated workshops to discuss trade-offs for a potential redesign of the network for the city, and led development of short and long-range networks. Suffolk County Reimagine Transit I Project Manager I Suffolk County, NY Responding to changes in travel patterns, JWA worked with Suffolk County to redesign their bus network. As Project Manager, Scudder led the coordination of the project, including an intensive public and stakeholder outreach program and workshops with agency and County staff to develop the proposed and final network plans. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 65 IF Professional Experience Senior Associate Jarrett Walker + Associates 2019 - present Alvaro Caviedes is a transit planner and data analyst at Jarrett Walker + Associates. He brings experience in urban planning, social equity, statistical and spatial analysis, cartography, and research from his work in North and South America. He is also skilled at programming and automation of large analysis tasks. Alvaro holds a dual master's degree in Urban Planning and Civil Engineering. He has also helped JWA creating products and translating documents into Spanish to reach a broader audience. Selected Project Experience Miami Better Bus Project I Lead Analyst I Miami -Dade County, FL Data Analysis Intern As an advocacy -led process, the Better Bus Project was a unique Puget Sound Regional Council network redesign for Miami -Dade County. As lead analyst, Alvaro led the 2018 - 2019 analysis of the existing transit network, proposed alternatives, the draft Consultant recommended network, and the final recommended network. Inter -American Development Bank MST Comprehensive Operational Analysis I Lead Analyst I Monterey & 2017 - 2018 Salinas, CA Research Assistant Alvaro lead transit network design, travel -time analysis, demand analysis Portland State University (to evaluate where are people traveling from and to) and cartography for 2014 - 2017 this project. He also facilitated community meetings and focus groups on Spanish, and translated reports and surveys for Hispanic residents in the Years of Experience: 8 service area. The Transit Plan was successfully adopted in 2022 and is in implementation. Education/Certifications DARTZoom Network Redesign I Lead Analyst I Dallas, TX Master of Urban and Regional DART hired JWA to redesign the bus network for the Dallas region, Planning, Portland State University encompassing over 13 cities in the area. Alvaro led the analysis of the existing network, conceptual networks, and draft and final recommended Master of Science, civil networks. Uniquely, this project included the analysis of a number of Engineering, Portland State University on -demand transit zones both in the existing and recommended networks. Madison Metro Network Redesign I Lead Analyst I Madison, WI Bachelor of Science, Civil Engineering, Universidad de los This project is a bus network redesign for Madison, Wl, built upon planning Andes for a bus rapid transit system within the city. As Lead Analyst, Alvaro led the analysis of existing transit service and its relationship to local Location demographics and the built environment, leading to an analysis of gaps to Portland, Oregon higher access to opportunity. Alvaro then led the analysis of a number of alternatives, a draft plan, and a final recommended network. PBOT Rose Lanes & Planning Support I Lead Analyst I Portland, OR This project is a program of transit priority improvements designed to allow buses to bypass congestion and reduce travel times along some Portland's busiest corridors. As lead analyst, Alvaro led the development of an access analysis methodology that applies travel time savings (from both speed and reliability infrastructure improvements and stop optimization) to TriMet's existing network GTFS. This adjusted GTFS was used to conduct a wide variety of analyses that helped tell the story of the potential benefits the various infrastructure improvements could bring. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 66 Professional Experience Senior Associate Jarrett Walker + Associates 2019 - present Transportation Planner VHB 2016 - 2019 Years of Experience: 6 Education/Certification Master of Urban and Territorial Planning Universidad Politecnica de Madrid Master of Science, Transportation and Urban Engineering University of Connecticut Bachelor of Science, Civil Engineering Universidad de Puerto Rico Ricky Angueira is a transit planner and an urbanist. He has skills in project management, multimodal planning, transit network design, policy analysis, community engagement, data analysis, and cartography. He focuses on communicating complex information through illustrative graphics and clear conversations. Ricky has helped cities make decisions about transit in both English and Spanish. He has experience in Puerto Rico, the United States, and Spain in projects including transit network design, multimodal network analysis, land use planning, and strategic planning. Selected Project Experience Miami Better Bus Project I Analyst I Miami -Dade County, FL As an advocacy -led process, the Better Bus Project was a unique bus network redesign for Miami -Dade County. Ricky led the analysis and mapping to come up with a network that removes duplicative transit service between operators to make the best use of the resources available. Concluding in the midst of the Covid-19 pandemic, the project included a Resilience Plan. This plan gives the agency a framework of the service they can provide at different funding scenarios. Muni Forward Network Analysis I Lead Analyst I San Francisco, CA Seeking to move forward in its post -pandemic transit network planning, Muni hired JWA to develop and analyze several network concepts for the city of San Francisco. As analyst, Ricky analyzed the access outcomes of changes made to the bus network, includign re -routings, changes in route frequency, and changes to trips per hour in common corridors. Alexandria Transit Vision Plan I Analyst I Alexandria, VA This plan included a short-term network redesign and a long-term Location visionary network with additional transit service. Ricky participated in the design workshop by working collaboratively with DASH and WMATA staff Arlington, Virginia to create with a network that aligns with the community's goals. Ricky led the analysis of the proposed transit service and created detailed network maps of the future networks including maps for different times of the day and week. The New DASH Network was implemented in September 2021. WATA Transit Strategic Plan (TSP) I Deputy PM I Williamsburg, VA This project is a Transit Strategic Plan (the state -mandated long-range transit plan) for the transit system in Williamsburg. As Deputy Project Manager, Ricky manages the day-to-day of the project, coordinating meetings with the agency, local partners, and staff assigned to this project. Recently, Ricky led a stakeholder workshop with over 30 participants from the region. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 67 -4 EDUCATION Harvard University, Graduate School of Design: Master in Architecture with Distinction (Urban Development) London School of Economics and Political Science: Master of Science in Local Economic Development with Distinction Syracuse University: Bachelor of Architecture, summa cum laude AFFILIATION Urban Land Institute Urban Design Forum PRIOR EXPERIENCE NYC Mayor's Office of Management and Budget: Analyst (2017-2018) China Development Bank: Housing Finance Analyst (2015) EXPERTISE Economic Development; Urban Development; Policy; Design; Project Management YUXIANG LUO Yuxiang@jameslimadevelopment.com 917-873-5024 Director, JLP+D Yuxiang Luo is Director at JLP+D, where he guides urban and economic development strategies for public, private, and non-profit clients across North America and oversees project management and firm operations at the firm. Yuxiang is committed to making cities and regions more competitive through economics, policy, and design. At JLP+D, Yuxiang has worked on projects spanning 20 cities and counting, including the regional economic opportunities analysis and workforce development strategy for Long Island; economic and funding advisory for open space and infrastructure projects in New York, San Jose, Jacksonville, Pensacola, and Asheville; and real estate and district - scale planning in Texas, New York, Tennessee, Florida, and Alberta (Canada). With a dual background in economics and the built environment, Yuxiang is passionate about place -based economic development strategies. Prior to joining JLP+D, Yuxiang worked at the New York City Mayor's Office of Management and Budget, overseeing the City's budget for constructing and maintaining parks and open spaces. Yuxiang holds a Master of Science in Local Economic Development with Distinction from the London School of Economics and Political Science and a Master in Architecture with Distinction from Harvard University Graduate School of Design. Yuxiang is a Fellow of the Urban Design Forum and a member of the Urban Land Institute. SELECTED PROJECTS San Jose, CA: Guadalupe River Park & Downtown San Jose Economic Analysis • Making the economic case for open space investment and providing governance strategies to revitalize the largest park at the heart of downtown Manhattan and Long Island City, NY. Mixed -Use Development Economic Impact Analysis • Making the economic and fiscal case for large-scale real estate development in New York City Pensacola, FL: Large -Scale Mixed -Use Mixed -Income Redevelopment Framework • Balancing real estate value and community benefits in a 50+ acre site redevelopment Calgary, Canada: The Future of Stephen Avenue: Downtown Calgary's Main Street • Providing placemaking and real estate strategies to create value creation and achieve economic development goals in the downtown Jacksonville, FL: Riverfront Activation Roadmap • Providing governance advisory and funding strategies to transform the 75-acre downtown waterfront Long Island, NY: Preparing Long Island's Industry Hub and Workforce for the Future • Developing a regional approach to industrial development, workforce training, and community -based economic development for a more equitable and resilient future East Austin, TX: Corridor Redevelopment Framework Plan • Rethinking real estate value creation and community preservation to envision the future of a revitalized neighborhood Blount County, TN: Regional Opportunity Analysis • Creating innovative place -based initiatives to attract talent and grow the regional economy Asheville, NC: Downtown Public Land Master Concept Plan • Quantifying economic implications to balance open space and real estate co - development and enhance downtown experience Brooklyn, NY: Mixed -Use, Mixed -Income Real Estate Development • Analyzing financial feasibility to develop inclusionary housing The Economics of Placemaking JLP+D jameslimadevelopment.com ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 68 EDUCATION Harvard University, Kennedy School of Government: Program for Senior Executives in State & Local Government Columbia University, GSAPP: Master of Science of Real Estate Development Columbia University, Columbia College: BA, Architecture and Urban Studies PRIOR EXPERIENCE HR&A Advisors, Inc: Partner (2007-2011) AvalonBay Communities: Senior Development Director (2005-2006) Columbia University, GSAPP: Adjunct Assistant Professor of Real Estate Development (2005-2013) Governors Island Preservation and Education Corporation: President (2003-2005) NYC Economic Development Corporation: Senior Vice President, Special Projects Division (2000 — 2003) NYC Department of Housing Preservation and Development: Assistant Commissioner, Division of New Construction (1996-2000) JAMES F. LIMA james@jameslimadevelopment.com 347-675-8637 President, JLP+D JLP+D President James Lima has been actively engaged in complex matters of real estate, economic development and public policy since 1986. James founded JLP+D in 2011 after leading redevelopment strategies for numerous large-scale sites as a partner at a national economic and real estate advisory firm. James has also worked as a real estate developer for Forest City Ratner Companies and Avalon Bay Communities. In the public sector, James served as a senior economic development and housing official for NYC and was former NYC Mayor Michael Bloomberg's appointee as founding President of the public entity overseeing planning, development, and operations of Governors Island in New York Harbor. James has worked closely with a wide range of clients and collaborators to create innovative real estate and economic strategies that access untapped value, maximize public benefit, and ensure the long-term economic, social, and environmental sustainability of urban regeneration investment. SELECTED PROJECTS San Francisco, CA: Redevelopment Strategy for the Presidio of San Francisco • Evaluating mixed -use development, retail program, and implementation strategies to maximize public benefit Blount County, TN: Regional Opportunity Analysis • Creating innovative place -based initiatives to attract talent and grow the regional economy Calgary, Canada: The Future of Stephen Avenue: Downtown Calgary's Main Street • Providing placemaking and real estate strategies to create value creation and achieve economic development goals in the downtown Brooklyn, NY: Mixed -Use Development in the Brooklyn Navy Yard Innovation District • Providing strategic planning and financial feasibility analysis to envision the future of real estate in the Brooklyn Navy Yard Innovation District Atlanta, GA: Upper Westside Masterplan • Identifying economic and real estate strategies for sustainable and inclusive growth at the district -scale Myrtle Beach, SC: Revitalizing Downtown Myrtle Beach • Developing innovative governance models and aligning interests for successful master plan implementation San Jose, CA: Guadalupe River Park & Downtown San Jose Economic Analysis • Analyzing economic and governance strategies to revitalize the largest park at the heart of downtown Pensacola, FL: Waterfront Redevelopment Framework Plan • Making the economic case for enhancing downtown waterfront experience and creating new parks and complete streets National: The Case for Open Space: Why the Real Estate Industry Should Invest in Parks and Open Spaces • Demonstrating the benefits of the real estate industry investing in parks and open spaces New York, NY: BIG U: East Side Coastal Resiliency + Lower Manhattan Coastal Resiliency • Developing strategies for Lower Manhattan resilience that maximize economic and community benefits The Economics of Placemaking JLP+D jameslimadevelopment.com ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 69 BEN MARGOLIS bmargolisC@jameslimadevelopment.com 347-534-6281 Principal, JLP+D Ifatv JLP+D Principal Ben Margolis draws upon three decades of practice helping private, public, and mission -driven organizations to increase impact, innovate programming, and address systemic community needs. He is a leader in the areas of equitable *,. development, public sector governance, and mission -driven program delivery. 5` \ Ben served as Executive Director at Southwest Brooklyn Industrial Development \ Corporation, managing all aspects of a dynamic nonprofit organization working at the intersection of small business and workforce development. In the public sector, he served as a senior economic development official for NYC playing a key f role in developing and directing projects garnering over $1 billion in public -private investments. After Hurricane Sandy, he was appointed by former NYC Mayor Michael Bloomberg's to serve on the Special Initiative for Rebuilding and Resiliency (SIRR) and developed crucial, long-range infrastructure projects. In private practice, Ben EDUCATION has helped an array of clients and communities plan through mediation, uncover assets, develop catalytic projects, and advance workforce and community investment Columbia University, School strategies. of International & Public Affairs: Master of Public Administration (MPA), Concentration in Urban Policy SELECTED PROJECTS University of Wisconsin- Brooklyn, NY: Gowanus Rezoning Oversight Task Force Madison: Phi Beta . Facilitating the advancement of investments in housing, infrastructure, public space, Kappa, Bachelor of Arts (B.A.), Sociology; Mass community amenities, and workforce and business support programs to improve the Communications quality of life for current and future residents. PRIOR EXPERIENCE Suffolk County NY: Preparing Long Island's Future • Planning for innovative workforce center addressing racial equity and economic Southwest Brooklyn Industrial recovery Development Corporation (SBIDC): Executive Director NY/NJ: Offhore Wind Engagement and Investment Strategy (2017-2021) . Crafting stakeholder and community investment framework and strategies for New Netherland Advisors: offshore wind developer Principal Consultant, Founder (2014-2017) Strategic Planning and Real Estate Advisory Services • Hudson Valley, NY: Food and beverage makers (relocation and expansion) New York City Economic • Brooklyn, NY: XO Projects / The Old American Can Factory Development Corporation: • Brooklyn, NY: Gowanus Canal Conservancy Senior Vice President, • The Netherlands Board of Government Advisors Development (2009-2014) New York City Office of the Facilitation and Mediation Mayor - Special Initiative for "• Gowanus Neighborhood Coalition for Justice (GNCJ) Rebuilding and Resiliency: • Sunset Park Benefits Task Force Senior Policy Advisor (2012- • Sunset Park Waterfront Planning and Jobs Task Force 2013) • Garment Center Steering Committee (NY, NY)" Phillips Preiss Shapiro Master Planning Associates (Now Phillips • Newark, NJ: Reexamination Report, laying the framework for a new Master Plan Preiss Grygiel LLC): Associate • Philadelphia, PA: Visioning report and community engagement for new (2005-2009) Comprehensive Plan The Brookings Institution: Senior Research Analyst, Metropolitan Policy Program (1998-2002) The Economics of Placemaking JLP+D jameslimadevelopment.com ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 70 2.2.1 Project Manager Qualifications and Experience Project Manager Spotlight Alta team Project Manager Alia Awwad, PE, has more than 19 years of experience leading transportation planning and engineering projects. Alia is passionate about providing safe, convenient, and sustainable transportation options and creating livable places for everyone. Alia's commitment to this effort and understanding of municipal contract and project management is augmented by her background in the public sector, where she was the City of Fort Lauderdale's Traffic Engineer, leading planning and engineering projects and coordinating withe the County and FDOT. Alia will work directly with City staff, project stakeholders, project team members, and the community to implement transportation improvements throughout the City. Project Info & Firm Description Meridian Avenue Bike Lanes, Alia served as Project Manager and Engineer -of -Record for the bike facility Miami Beach, FL implementation along Meridian Avenue. Alia oversaw the integration of protected Years: 2019 - 2020 bike lanes along the corridor, design interventions at complex intersections, Contact: and travel lane and parking tradeoffs. Alia was also involved in stakeholder and Jose Gonzalez, PE, Director public outreach to gather feedback. She also worked with the City to mitigate Transportation Department on -street parking impacts. Alta then prepared full design plans and Construction (305) 673-7000 Administration services for redesigning Meridian Avenue between 16th Street and josegonzalez@miamibeachfl.gov Dade Boulevard. The design included installing separated bike lanes along the corridor, facilitating safe bike crossings at intersections, and minimizing impacts to Client: City of Miami Beach on -street parking. Construction for the bike lane facility was completed in 2020, making it the first separated bike facility in Miami Beach. West Palm Beach Mobility Plan, FL To advance the Downtown Mobility Plan, Alia helped oversee the analysis and Years: 2017 - 2020 concept design of the Downtown Vision elements that focused on multimodal Contact: mobility. Additionally, Alia led multiple efforts recommended by the Plan, including: Kevin Volbrecht, PE Datura and Evernia Streetscape Improvement Project. The streetscape Director of Engineering Services project consisted of re -imagining two parallel corridors in the Downtown Department core to create a place -based, people -oriented design. Alternatives included City of West Palm Beach creating shared curbless streets, converting from two-way to one-way, and (561) 494-1091 integrating linear parks. kcvolbrecht@wpb.org Tamarind Avenue Transit Corridor Design, West Palm Beach, FL. Alia served as Project Manager and Engineer of Record for the corridor design, Client: City of West Palm Beach which included adding channelization islands, controlled midblock crossings, as well as traffic warrant analysis and justification for a signalized intersection. Alia is currently managing the intermodol transit center redesign along Tamarind Avenue, a historic station that serves multiple transit modes. Kirkwood Vision Zero and Alia led the City of Kirkwood's Vision Zero Action Plan, which includes a systemic Complete Streets, Kirkwood, MO safety analysis approach, facilitating recurring Task Force and Steering Committee Years: 2020 - 2022 meetings, developing a Complete Streets Policy, leading safety walk audit and Contact: demonstration projects, and developing the Action Plan for the City. The plan is Jonathan D. Raiche, AICP built on data such as a systemic safety analysis that examined the leading causes Planning & Development Services of severe crashes, and robust equity analysis that identified the city's High Injury Director; (314) 984-5926 Network (HIN), where the most severe crashes occurred. This data informed the raichejd@kirkwoodmo.org specific set of safety strategies and countermeasures that were foundational to the plan. Client: City of Kirkwood, MO ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 71 2.2.2 Evidence of Prior Working Experience We have assembled a multidisciplinary team for this contract —including FTE and Jarrett Walker & Associates — who we've worked with before on similar projects. Along with our additional subconsultants (DRMP, Cityfi, and James Lima Planning + Design), FTE and Jarrett Walker + Associates were selected based on the needs of the project and the expertise of the staff. Below, we've outlined where we've worked with these subconsultants before. Project Info & Firm Pine Tree/La Gorce Drive Separated Bike Lanes, Miami Beach, FL Firms: Alta + FTE Agency Name: City of Miami Beach, FL Agency Contact, Telephone and Email: Jose Gonzalez, PE, Director; Transportation Department; (305) 673-7000; josegonzalez@miamibeachfl.gov Project Dates: 2017-2018 Transit Study/Trolley Study, West Palm Beach, FL Firms: Alta + Jarret Walker & Associates Agency Name: City of West Palm Beach, FL Agency Contact, Telephone and Email: Kevin Volbrecht, PE; Director of Engineering Services; (561) 494-1091; kcvolbrecht@wpb.org Project Dates: 2018-2020 Description Alta led the Kick-off Meeting, Two -Day Workshop, + Field Work. for this project, while FTE provided support for the evaluation of existing traffic conditions of the corridor. Vehicular traffic counts were collected, as well as Pedestrian and bicycle activity. The scope included a crash analysis and the evaluation of the existing traffic conditions and the existing operating capacity of the intersections along the corridor. Alta, in collaboration with Jarrett Walker & Associates as part of a team, developed a transit vision for the City that included exploring opportunities to expand transit service through the County's fixed bus routes and the City's trolley service. As a result of the vision plan, the City tasked Alta with defining the framework for enhancing its trolley service. The City of West Palm Beach Trolley Study involved evaluating existing trolley operations and stops, reconciling mutual stops with County bus routes, and making prioritized recommendations to the four fixed trolley routes. The comprehensive inventory analysis led to the development of a set of criteria that facilitated ranking trolley stops for improvements. The Alta team provided trolley stop typologies, which included aesthetic, technology, and design recommendations that also recognized the character of each area within the City. In addition to this collaborative working experience, we also bring a close relationship with our subconsultont DRMP, as a partner firm of the Trilon Group, which includes both Alta and DRMP. This allows for efficient work sharing through collaborative systems and communication and allowing for straight forward contracting and general task management between firms. Transit Study/Trolley Study, Miami Beach, FL West Palm Beach, FL 4) Pine Tree Dr: 41st to 46th (Long Term) min Pine Tree/Lo Gorce Drive Separated Bike Lanes, Miami Beach, FL 4) Pine Tree Dr: 41st to 46th (Interim) �Nb ■ Pine Tree/La Gorce Drive Separated Bike Lanes, Miami Beach, FL ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 72 Tab 3 Approach and Methodology Approach and Methodology 1. Short -and Long -Range Transportation Planning BICYCLE, PEDESTRIAN, AND MULTIMODAL PLANNING, FEASIBILITY, AND DESIGN Alta's preliminary engineering and design practice and alternatives analyses and bicycle facility feasibility studies focus on expanding active transportation and human -scaled access and mobility. Whether we are planning a bicycle network, a multimodal corridor plan, or a micromobility strategy, we integrate human experience with data -based mapping and methodologies to help our clients define the issues, understand the study area, engage with stakeholders, and make decisions on how to move forward. For projects that require exploration of alternatives or to understand the potential impacts of a particular project or policy, Alta will work with the City to study ideas and communicate benefits associated with different mobility strategies. Additionally, our technical and visualization tools help decision -makers and the general public make informed choices about complex issues. CONNECTING STREETSCAPES AND COMPLETE STREETS FOR ACTIVE LIVING Making core areas and streets more livable and pedestrian- and bicycle -friendly is a priority. Alta offers a unique blend of skills to produce effective and high quality Complete Streets and Streetscape solutions, from concept to implementation. Our staff have specialized expertise in land -use planning, traffic calming, context - sensitive design, main streets, transit corridors and access, multimodal and urban design, meaningful community engagement, master planning, construction administration, and safer design. Our functional streetscape designs include climate - friendly sidewalk materials, low -stress bicycle facilities, context monuments, native and naturalized plant palettes, green infrastructure and storm water management features, street lighting, street furnishings, and visually compelling interpretive signage and wayfinding systems. Implementing our streetscape and urban design experience throughout the United States, Alta will work with the City in addressing the technical and community issues and objectives, seeing that applicable standards are met, the intended users are well -served, and conflicts and impacts are avoided. NEW MOBILITY Alta is helping communities explore the appropriate technologies that coordinate active transportation, transit, and new mobility options to meet community goals. Through robust civic engagement, applied research and thoughtful planning, we are helping communities harness technology benefits while managing risks. Alta is a North American leader in developing guidance for and designing protected intersections to improve safety for people on bicycles and pedestrians. We recently completed Ottawa's cutting -edge Protected Intersection Design Guide, which went far beyond other available guidance on protected intersections. The guide introduces new design direction for the Ottawa context, including winter maintenance and accessible design, such as the use of a half -height curb between cycle track and sidewalk that is detectable to cane users and guide dogs and is compatible with snowplows Work like this involves extensive collaboration with key stakeholders to get consensus on emerging concepts like set back crossings, centerline hardening, corner/truck aprons, and new signalization measures. CLICK HERE to reviewAlta's Intersections and Traffic fir=-' analysis portfolio F-1 ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 74 Alta's expertise goes beyond transportation to address change affecting multiple aspects of community design and governance. Our services include: • Facilitating community discussions on goals and vision regarding new technologies such as autonomous vehicles • Coordinating shared -use mobility, mobility evaluation frameworks, first -and -last mile connections, new travel behaviors and data sources, mobility hubs Implementing Complete Streets 2.0 • Integrating transportation demand management • Implementing electric vehicle infrastructure plans, and micromobility CLICK HERE to review Alta's New Mobility portfolio. The Alta team recognizes the value of both cutting edge and traditional "low tech" approaches centered on users and community needs and will bring an innovative eye to our work with the City. Micromobility With the emergence of new types of micromobility (dockless bike share, e-bikes, and scooters), there is also more demand on the public right -of way. Alta can assist the City in addressing questions around safety, speed, coexisting modes in existing infrastructure, environmental health, and public and private partnerships. We develop evaluation frameworks, policies and permitting structures to address the impacts of these new modes. Mobility Hubs Alta can also help the City in providing design services to implement mobility hubs by linking land use, transportation, economic development, and smart city technology along the corridor. Our services include analysis, plan alignment, regulatory and operations support, and mobility hub design, resulting in convenient mode transfers and creative transportation demand management. CLICK HERE to review Alta's Blog: New Mobility is Growing Up SIX TRENDS SHAPING URBAN TRANSPORTATION SYSTEMS: 1. More Choices 4. Electrification In addition to biking, walking, driving, and Global trends toward electrification, combined taking transit, many people have access to with locally -adopted greenhouse gas on -demand services such as private -for -hire emissions reduction targets, have increased rides, scooter share, bike share, car sharing, demand for electric charging points as a part and micro -transit. of public infrastructure. 2. New Players 5. E-Commerce New business models have increased the E-commerce is reducing personal trips to role of the private sector in transportation retail stores and restaurants and exponentially and changed the nature of services increasing the volume of urban delivery and operating in the public right-of-way. courier trips occurring. 3. Behavior Change Trip planning services are changing the 8 way people make decisions about routes, modes, and costs to travel. 6. Curb -Space Demand ZZI There is increasing demand for curb space to accommodate elements like transit services, rideshare, pick-up and drop-off, walkways, bikeways, and goods delivery. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 75 TRAFFIC IMPACT ANALYSIS Implementing new bikeways, trails, traffic signals, and pedestrian features can have implications for existing and future traffic operations. Predicting how these changes influence heavy vehicle turning, queuing at intersections and overall level of service can be challenging to understand. Alta's traffic engineers understand these complex issues surrounding the installation of pedestrian and bicycle facilities. We can model the impacts of new or extended signal phases, new or modified intersection and roadway geometry and the reduction of travel and/ or vehicle turning lanes. Our engineers utilize industry standard modeling and simulation software such as Synchro, AutcTURN, and VISSIM to predict impacts and optimize strategies that balance the needs of all roadway users. Alta developed a series of intersection concepts at the intersection of two shared -use paths and a buffered bike lane at a busy intersection on Charleston's Downtown Peninsula. This option features reduced turning radii to encourage slower vehicle turning speeds, high -visibility crosswalks, and an exclusive bicycle signal phase. Alta regularly completes Road Safety Assessments (RSA) for corridor planning and design projects. The RSA pictured above was completed for Cobb County, GA for the City's Bicycle Master Plan. TRAFFIC SAFETY ANALYSIS, PLANNING, AND DESIGN Improving traffic safety includes accommodation for pedestrians and bicycles that are easily identifiable and comfortable. Alta works with clients to understand the local context and assess needed improvements through reviews of existing plans, projects and guidelines, reviews of national and international best practices, analysis of pedestrian crash data, and extensive field work. Our state -of -the practice analyses use GIS mapping and other tools to assess demand, identify gaps and deficiencies, understand crash trends, and identify areas for improvement. We have the skill set to work with the City to develop a systematic approach toward project prioritization that incorporates relevant criteria to determine where improvements are most needed to enhance mobility and reduce future conflicts. MARKET FORECASTS Subconsultant JLP+D brings Market Analysis expertise to the team. Their experience in real estate, planning, and economic development will help identify and generate untapped market demand and unlock the City's unique potential to better attract talent and investment and devise the governance and financing mechanisms to capture the value created, with an aim to maximize public benefits. ENGINEERING PLANS, SPECIFICATIONS, AND COST ESTIMATES (PS&E) The Alta engineering team helps our clients design and construct bicycle and pedestrian safety and roadway improvement projects that are both cost effective and responsive to residents' needs. Our staff have specialized engineering expertise in traffic calming, on -street bikeways, context sensitive design, Safe Routes to School, Complete Streets, transit corridors, access, circulation, urban design, and new mobility integration. Cost estimates for conceptual design and bid documents are prepared based on continual tabulation of the latest bid prices of construction materials. Alta has implemented beacons in conjunction with median refuge islands and curb extensions at both mid -block and intersection locations. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 76 Our team uses cutting -edge network analysis techniques and scalable methods to estimate active transportation demand based on active trip potential and built environment characteristics. We are committed to providing our clients with the most advanced analytics tools available to connect investments in mobility to advancing community goals. CIVIC ANALYTICS AND NETWORK ANALYSIS Alta's analytics practice is committed to advancing an understanding of how multimodal transportation investments can measurably meet multifaceted goals. Over the past two decades, Alta has pioneered the development of tools to analyze and communicate the benefits of human -scaled transportation. These include models to estimate who is likely to bike or walk and why; analyses that quantify the access, health, and safety benefits brought by different mobility investments; and visualization techniques that help convey all technical analysis in a clear and compelling fashion. TRAFFIC, BICYCLE AND PEDESTRIAN COUNTS AND ANALYSIS Understanding where people walk, and bike is critical to improving local walking and biking networks. Collecting counts, conducting surveys, and developing inventories of field conditions by way of on -the -ground efforts or online engagement tools can provide insights into collision data, help track the performance of infrastructure projects and programs, and inform decision making processes. Alta combines a deep understanding of available data sources, data collection methods, and public engagement to create community - specific performance measures. Subconsultant FTE will apply their skill set in Highway and Traffic Data Collection on a task order basis. FTE was founded in 1989 and has eight offices throughout the state of Florida PLAN AND POLICY REVIEW AND ANALYSIS Alta has extensive experience reviewing local, state, and federal plans, project lists, land use policies, education and safety programs, and maps in order to identify project -based goals, objectives, and impacts. Alta is experienced in conducting thorough reviews of existing standards, ordinances, policies, and specifications to streamline procedures and to identify barriers, remove redundancies, and provide consistency. CLICK HERE to learn more aboutAlta's Civic Analytics Practice. TRANSIT Mep7 MEDIAN ACCESSIBILITY HOUSEHOLD INCOME CONTRA COSTA COpI•rtv � COUNT' ON .rOPSE TRa 1 r �,_� � wra c oro coQ wd '.: w; SE 1RAN —Sk I. nc<•xmri tr io rv.u•u 5cneo� A�orq E•.r str•,t * � BAR -.., � 1Pn 4 b nNo.„enoie rr.rom. (C a tr•c t R.tn n l rvt ors w•r.�t wrnad lCua'1}, 4ir. fb P16! mrNt of SOP rs I) ° i.... •. IA +C P #�e56 C9RM1KIf9R5 u .'� .•. �� FI< atWII - T4atOn � _ � tm. -svoax RINi �# WMmlt C. >RTAa`Nm .. r ... w M1C'+aw #ttls Kfl SS tOfiI wfrb�graFtwgrs.!•q t^+• ° , ' e DlwlMrf ACanmYa RdA{ ° eunf+r+.. , Rrcn hM g00d MttsS r+Om �.. tu.r.e. —war. � I.,. ., r,, Srn Crs lrmtttl Wer+< ,nylnYfessnptve0*. San Runts Iy„yi+CMNa raw .es gaW Y<tSS JIn1g tltP�irlk Rtll'•A'a1'Q P'Mrd! ynem acceszvrrt N� OtMWIWtRREee &lk? _ nrrts<7�• rM ftuyxtar nas e0t)0+4R W ]Qtl% IraN Mldimyz9YM41rtsa I % ^RP�t,✓1 HARTand Utrawa�n. -- ,... .,..,�... �.. J Own Alta analyzes a range of data to help communities understand and select bicycle and pedestrian facilities and corridors, such as access to transportation and socioeconomic factors. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 77 LIVABLE COMMUNITIES THROUGH BUSINESS DISTRICT DEVELOPMENT Alta has a unique practice that is centered on Complete Streets and bicycle and pedestrian facilities. Due to this specialization, we have the expertise needed to resolve transportation, urban design, and land -use issues to create connected, vibrant, and livable communities. We excel in planning and designing solutions that result in economic growth for business districts and that create environmental, social, and health benefits for the community. TACTICAL URBANISM/POP-UP INFRASTRUCTURE DEMONSTRATIONS Alta's pop-up infrastructure demonstrations are useful community outreach and implementation design tools. By showcasing implementable design concepts in a cost-effective way, the community and decision makers can visualize what is possible in a low cost, immediate fashion. Alta works with our clients to see that pop-up events involve the community in a very hands-on approach to give a greater sense of investment and ownership for a project. Additionally, pop -ups are used to capture community feedback, study before and after travel and behavior patterns, and gather data, like increased bicycle and pedestrian counts that can be used to secure implementation funding. Alta's pop-up infrastructure demonstrations showcase implementable design concepts in a cost-effective way so the community and decision makers can visualize and try out possible improvements. Project Spotlight BISHOP DOWNTOWN SPECIFIC PLAN AND MIXED -USE OVERLAY, BISHOP, CA Alta completed this work and the associated environmental analysis to create holistic guidance for creating a vibrant pedestrian - friendly environment in the downtown area while also maintaining and complimenting the City's distinct small-town character The Plan and Overlay were created through a collaborative process with city officials and staff, stakeholders, and residents. This work establishes development regulations, building and signage design guidelines, mobility commendations, and implementation strategies These components will help Bishop meet the vision shared by partners for growth management, housing, mobility enhancements, and a cohesive downtown corridor. In addition, we have completed district plans focused on connectivity and economic development for communities throughout the country, including Yonkers, New York, Springdale, Arkansas, Palo Alto, California, Branson, Mississippi, and Chattanooga, Tennessee. CLICK HERE to read more on this project. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 78 2. Transit Operations Planning Alta's services include: Feasibility analysis for transit lines relative to bicyclists/pedestrians; Impact analysis of transit lines on bicyclists and pedestrians; Alternative alignment analysis, using technical analysis criteria; Design guidelines and block -by -block design of light rail track alignments, bike lanes, platforms, trackcyclist- pedestrian interaction, and roadway intersections; Design of separated or parallel bikeways, with connections; Redline analysis of construction drawings; Recommendations for helping bicyclists turn across tracks. TRANSIT AND BUS STOP IMPROVEMENTS Alta is the leading national expert on multimodal safety and integration of bus transit within roadway corridors. We focus on providing inviting bus stop environments, first- and last- mile access to transit, building complementary systems that provide maximum safety for all users, and creating vibrant mobility hubs that stimulate economic development. Alta will provide expert analysis and roadway design within the transit corridor to foster a safe, convenient, and inviting experience in context with the surrounding community and station areas. We provide first- and last- mile access to transit, building complementary systems that provide maximum safety for all users, increase ridership, and create vibrant areas. Alta can also assist the City in developing secure bicycle parking that meets latent demand, protected crossing of transit lines, shared mobility integration, and well -designed and effective wayfinding signage. Recently, Alta has worked with the cities of Portland, Seattle, Salt Lake City, Charlotte, Chicago, Denver, and Atlanta to integrate non -motorized transportation and rapid transit systems. CLICK HERE to read more on Alta's Transit Mobility and Accessibility practice. KEY FACTORS WE CAN MEASURE Bus Equity Safety Essential Connectivity Connectivity Previous Ridership Near stops servtng Near stops where the Destinations for Walking for Biking Planning Neer t re most used drwerse, losver-tricome most severe pedestnon Near stops mat serve Near Stops There there Near stops where there Near stops with Uus stops neighborhoods. and Ncycle crashes seniors. youth, and are fewer direct paths to are fewer direct paths to recommendor ons from "Cu, persons with disabilitieswalk to the stop bike to the stop post city plans NZ kiIMI 1• �+- 15% + 14% + 14% + 14% + 14% + 14 PUBLIC d COMMITTEE TO INFORM WHICH FACTORS CARRY MOST WEIGHT (EQUAL IMPORTANCE SHOWN FOR EXAMPLE ONLY) Final Prioritized c^� Draft Map & List Prioritized Filter out locations with t Ma & List bus access improvments } Begin site -specific of Bus Stops already in progress analysis of top P locations for for Access City staff to confirm final recommended bus Improvments map and list access improvements In Durham, NC Alta used the factors above to develop a phasing plan for bus stop improvements and a strategy for the City to take advantage of external funding sources. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 79 Our team is augmented by the access -to -transit design experience we share and the transit planning, transit operations, and transit network programming expertise of our teaming partner JWA. The team's range of expertise extends from large bus and rail network redesign and optimization initiatives to more targeted projects to optimize corridors with transit priority signalization. JWA will work as a partner to Alta in implementing their transit planning skill set, offering a combination of the technical skill to bring together data from across the enterprise, the investigative know-how to produce the most important indicators to inform service design, and the planning expertise to translate that monitoring into concrete, actionable service proposals. JWA offers a number of unique approaches and tools for use in a major service planning processes like the ones requested for in this RFQ: Conceptual Networks illustrating choices. In a service planning process, JWA will sometimes facilitate a major choice by the public, stakeholders, elected officials or staff by developing a set of Conceptual Networks that vary starkly by purpose. Core Design Retreats. One way that JWA can collaborate with agency staff is through an intensive, creative network design retreat. We worked with Miami Beach staff in developing ideas for route changes for the Beach Trolleys during our work on the Better Bus Network with Miami - Dade Transit and have a deep understanding of the opportunities and challenges in routing and network design in Miami Beach. ransit edestrian icycle • Interactive web -based reference maps. JWA can put much of the data that we use in service planning into an online, interactive format, accessible from any device. This is an excellent tool for clients and their partners to use as they participate in the service planning process. We are also one of the few consultants to use Remix, a powerful web -based tool to easily develop and assess new service ideas and present them to stakeholders or the public. Visualizations of access and opportunity. JWA provides a range of visualization tools to help people grasp the benefits of network design proposals and continues to innovate in this area. • Operational costing tools. JWA has a detailed set of operational costing tools to assess short and long-term operating costs for small and big network changes. Our detailed costing model has proven successful and estimating revenue hours within 2-3%for major network changes for many clients across the country and we have experience in detailed schedule development to fine-tune operating cost assumptions. • Performance Standards. JWA has deep experience working with transit agencies and communities on service and performance standards for transit. We believe that a robust set of performance measures or service standards includes an explanation of Balancing multiple modes for East Palmetto Park Road begins by considering available space. Laying out and designating desired transit, pedestrian, and bicycle improvements will give the project team a clear understanding of the spatial tradeoffs. This will also be an effective communication tool when coordinating with stakeholders and community members. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 80 why these standards have been chosen, why they matter, and how the standards implement higher level goals or values that matter deeply to the Board, the funding partners, or the public. In short, standards should be about something that matters, and should explain why, if you care deeply about A, you should be interested in performance standard X. Most importantly, JWA understands how difficult and rewarding it can be to develop new transit ideas in places like Miami Beach. The density and activity levels in Miami Beach create challenges like many downtown areas, where: The stakes are enormous — Miami Beach is a major hub of the region's economy and its identity. Everybody cares. People from throughout the city and region have a stake in transit on the Beach, not just because of their private interests but also because they view it as a regional symbol that should express their values. Local political sensitivity is extreme. Interest groups are packed together tightly, each with little room to maneuver. This can be a recipe for extreme defensiveness and conflict. Planning in this environment often degenerates into parochial battles over every parking space or every square foot of sidewalk. • Multimodal thinking is key. It is always true that transportation modes affect each other in complex ways that make it dangerous to plan any mode in isolation, but nowhere is this more true than in places like Miami Beach. The core work of transit planning in such places is the design of the street — a limited space that all transport modes and human activities must share. It is pointless to conceive of a "bicycle plan" or "traffic plan" or "transit plan,' as though any of these could be implemented without reconciling them all in the design of each street. An effective approach to transit planning in Miami Beach must therefore be driven by big imperatives. • Break out of silos. Work on transportation planning in Miami Beach will require an especially high level of group thinking: charrettes, working sessions, and other processes that keep everyone focused on the collective space where the only real solutions will occur. • Articulate big ideas but make them meaningful. Big visions get people to see beyond their immediate interests and fears, but they must be more than rhetoric. A useful vision has specific consequences for the difficult trade-offs that must be made. • Engage the public in the real choices. Useful public input arises from the public having to think • Space matters more than money. Standard about the real problem. Outreach must say: "Here transportation planning methods are well suited to is the planning problem? What would you do in our deciding how to spend money, but in Miami Beach, place?" Effective outreach must have the courage the scarcity of space is often a bigger problem. to frame problems clearly, even if this isn't always what participants want too here. PROJECT HIGHLIGHT Palm Tran Route Performance Maximization Initiative, Palm Beach County, FL JWA assisted Palm Beach County's transit agency Palm Tran in the first phase of its Route Performance Maximization (RPM) Initiative, an effort intended to improve the usefulness of the transit system and ultimate stimulate the agency's ridership. The first phase of the RPM designed two different Service Concepts illustrating network design changes that could be implemented to better meet these needs using the current resources available to the agency. 17 -_ , W ■.. • ��y BEACH I Mail at YWYi ,fit Green, ,K 1 ri W ftTH 31,E 31 � Nao As part of this process, JWA delivered: • A Choices Report, illuminating the trade-offs that Palm Beach County stakeholders and elected officials would need to consider making if they wished to change their transit system. • A multi -day Core Design workshop with Palm Tran staff and representatives of key county and municipal planning staffs, where the initial design of each Service Concept was developed. • A Service Concepts Report, describing each refined conceptual network in detail, including operational cost factors, key outcomes (changes in access to jobs, etc.), and clear maps of the options. • Presentations to both the agency's Service Board, and the Palm Beach County Board of County Commissioners, explaining the process and describing the purpose and content of each service alternative. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 81 3. Facilities Planning and Development PARK AND RIDE FACILITIES Alta has helped communities develop regional park and ride facilities consider how they should interact with bicyclists and pedestrians. Through our technical expertise in bicycle and pedestrian planning and design, and our research and experience in transit systems, we have learned how to build complementary systems, provide maximum safety for all users, and maximize the full benefits of integrated transit, bikeways, and walkways. Alta's services include mobility hub typologies, siting analysis, and conceptual design; design guidelines of bike lanes, transit platforms, and roadway intersections; and design services and demand assessment for bicycle parking and end -of -trip support facilities, such as lockers and showers. BICYCLE PARKING AND AMENITIES Bicycle parking and support facilities such as lockers and showers are critical yet often overlooked elements of a complete bikeway system. Alta offers a wide range of bicycle parking and support facility design including: • Bicycle Facility Design Review • Attended bicycle stations • Bicycle secure parking areas (SPAS) • Facility demand assessment • Facility location recommendations • Facility planning and design • High -capacity parking • Marketing and promotion • Transit center parking • Development policies and requirements CLICK HERE to learn more about Altos Bicycle Facilities Design Guidelines Practice. We understand that the success of multi -modal projects demands a fully integrated approach that includes bicycle and pedestrian connections that are safe, easy, and convenient; secure bicycle parking that meets latent demand, well -designed wayfinding signage; and protected pedestrian and bicycle access through roadway crossings and across bridges. Alta sees projects through details such as connectivity, ADA compliance, landscaping, and future expansion. Alta is the only company to have successfully developed both dock -based and hybrid (semi-dockless) systems in the largest markets in the U.S, including Capital Bike Share in Washington, D.C. and Biketown in Portland, OR. Alta is working at the intersection of transportation and pacemaking, using our deep knowledge of and creativity with both to develop plans for connections to the Sherman Way Station along the Metro Orange Line. The concepts are incorporating new and existing technologies to mitigate the climate change threat of heat burden in the Canoga Park community. The full fly -through videos can be accessed at the following link: https:Haltaplanning.com/urban cooling. ALTA PLANNING + DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 82 ADA accessibility in roadway design is our team's specialty. The Alta team has experience designing ADA compliant and accessible curb ramps for agencies across the United States an has built our awareness of the liability risk many cities have because of non -compliant ADA facilities within their jurisdictions, giving the Alta team valuable design insight. ACCESSIBLE CIVIL ENGINEERING DESIGN Alta has provides civil engineering design services to agencies to provide plans, specifications and cost estimates for pavement rehabilitation, Complete Streets, and streetscape improvement projects. Our project experience has demonstrated that we consider the needs of all users in our technical project development process. Street improvement projects trigger the need to upgrade facilities, such as curb ramps and sidewalks, to meet current ADA requirements. Alta identifies such needs early in the design development process to develop truly inclusive Complete Streets and minimize unnecessary project costs. Our technical staff are careful to assess the need for full replacements or modifications to bring infrastructure to code and can develop details for the construction of compliant improvements should more complex modifications be necessary. Alta can incorporate specific design elements that increase safety, including narrowing the width of street crossings, improved lighting, and effective site lines. We strive to create sustainable CIPs that do not over -burden maintenance departments and minimize operation costs. For example, Alta can prepare and specify signage and striping improvements so that they are timed with routine repaving and maintenance efforts. Accessibility Through Experience with the Americans with Disabilities Act Alta specializes in the compliance evaluation and design of pedestrian and bicycle accessibility. The Americans with Disabilities Act (ADA) and related laws, standards, and guidelines are a fundamental part of all bicycle, pedestrian, and trail designs, plans, and policies. Our ADA experts will verify if infrastructure needs to be fully replaced, or if modifications will bring it to code, thereby finding the most economical solution. If a full replacement is necessary, most cases will be addressed by using current ADA standard plans, but in the unique cases were a standard need to be modified to join the existing improvements, our engineers will develop details for the construction of a compliant improvements. Alta has completed numerous ADA transition plans, pedestrian assessments, and designs for cities throughout the country. Our approach to all design work is to make sure current ADA, PROWAG, City, State standards are incorporated in all our designs. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 83 4. Public Participation Our engagement toolkit includes a variety of innovative techniques, we focus on finding the options that work best to engage a wide audience of stakeholders including those with different cultural and language needs. Alta will work in tandem with ISC in delivering public engagement activities. ISC experienced in delivering solid campaigns that educate the public about mobility and safety. They were tasked with spearheading an expedited FDOT District Six campaign, known as the Drive Safe Krome (DSK) Avenue Aggressive Driving Campaign. ISC generated all campaign messaging, partnerships, branding and strategies and successfully worked with FDOT to reach over 2.3 million people. Our strategies range from online surveys, interactive web - based platforms, visual renderings to communicate design options, and hosting booths or tables at community events to share information with residents. Sample Engagement Activities • Creating Brand recognition so that the community can embrace and rally around. • Project website content that is visually compelling and easy to use by all. • Media relations and social media strategy that introduces and demonstrates the City's project work. • Interactive open houses that generate buzz while providing information background and educational information to a broad audience. • Email newsletter that can be provided to stakeholders; opportunities for County to share information in constituent newsletters. • Interactive user surveys to be hosted on-line and printed for "boots -on -the -ground" efforts. • Canvassing through neighborhood walk audits and conducting pop-up events to engage residents. • Stakeholder interviews with organizations/groups. • Focus group meetings, or listening sessions, targeting specific demographics identified during the project process. • Direct mailers to residents and businesses along project corridors and communities. • Push -alerts through text message or phone calls to promote the project and target specific demographics • Fact sheets and Frequently Asked Questions (FAO) handouts describing strategies. • Host community and neighborhood meetings. • Meeting -in -a -box information used to share information and encourage participation. • Demonstration projects that create fun and interactive opportunities and bring potential infrastructure applications to life. Our toolkit of meaningful community and stakeholder engagement, full -service analytics and design services, national expertise and innovative transformative and implementable plan for this project. Alta's Programs team has extensive experience leading strategy, implementation, and evaluation for media campaigns, including social media and communications. Our in-house graphic design team leads all aspects of design, production, and print management in support of branding and visual identity; maps, print materials, and media ads; as well as infographics and reports. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 84 OUTREACH STRATEGIES Alto's planning team routinely conducts outreach, using internal practices that provide efficient yet tailored strategies for communities. Our Engagement Service Area coordinates on company -wide lessons learned and maintains effective and efficient practices. CLICK HERE to learn more aboutAlta's Public Engagement Practice. Community Workshops Pop-up Events Digital Engagement Project Websites Online Community Survey Virtual Open House a. Interviews, Focus Groups, and Coordination Meetings with local agencies, chamber, and business groups. Boons Ferry (orridor Waa& and Bike lane Project PBOONES FERRY ROAD r« ® Proy" de kms y (arriles Bici del Orredm de Boons Ferry OWL A Mll�"%�llm Encuesta Nor antes del 37 de agacto Nil* Para mas inewmacl6n ® h�(p:llbgpnS414rry(OrriQor:Som raiw Sehn. nha VWnning - Desgn, �5031575-=761 ® rm,Prwiann.gov r Clear, Multilingual Promotional Materials ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 85 The Alta Team's Stakeholder Engagement Approach Our team of professionals are experts at listening to the public, conveying technical issues in a clear manner, offering distinct choices and options to the public, and explaining trade-offs. We use a variety of innovative techniques, ranging from online surveys, the use of photo -simulation, videotaped interviews, field reviews, GIS mapping, and interactive public workshops —led virtually or in -person. We make contact with the community early and build confidence by addressing specific issues with a documented approach. Our engagement approach will focus on the following objectives: • Leveraging relationships and the team's existing community connections to engage the public. • Creating excitement around the project through consistent and agile media engagement on both traditional and digital platforms. • Communicating in clear and simple language that is accessible to all levels of English proficiency and easily translatable to other languages. • Prioritizing transportation equity for vulnerable populations including those with physical disabilities, the young or the elderly, or with social constructs such as race, ethnicity, poverty, or people who speak different languages. • Keeping stakeholders informed throughout the process and create a feedback loop so they can clearly identify where and how their input was used. • Developing a vision for the City that is founded in community input and transparent decision -making. "Thank you for hosting this workshop! The group activities were very engaging and well thought out. The guest speakers were terrific! It was interesting to hear that we are facing similar challenges that cities on the other end of the country are dealing with." -Kerrie MacNeil, Broward County MPO • Setting the groundwork for implementation (formerly with the City of Pompano Beach) by strengthening connections between the City Broward County Workshop Participant and stakeholders. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 86 5. Financial Planning and Analysis JLP+D will develop high -quality data inputs, instruments, and tools to analyze industries, labor markets, consumption, socioeconomic parameters, and activities in real estate and infrastructure. Combining in-depth review of academic research and best practices with rigorous quantitative analysis, JLP+D will help the City of Miami Beach to adopt data -driven, evidence -based approaches to policy and program design. JLP+D conducts rigorous market analysis and development feasibility studies to help public and private clients analyze real estate development projects. They will provide in-depth market analysis by examining demographic, economic, and real estate indicators at the local and regional scales, interviewing stakeholders and industry experts, and assessing comparable deals and properties in the submarket. To help clients assess the feasibility of a development, JLP+D will build dynamic financial models to analyze multiple scenarios and assumptions, testing the economic implications and determining the viability of different design schemes, phasing options, and mixes of uses. JLP+D has conducted market and development feasibility analyses for projects in major cities across the country, including: • Ann Arbor, Michigan • Asheville, NC • Austin, TX • New York, NY • Columbus, IN • Jacksonville, FL • and numerous municipalities and cities throughout the United States. JLP+D also helps public, private, and non-profit clients identify and access the various sources of funding and financing available to them to deliver complex projects, pursue organizational priorities, and create holistic stakeholder value. From district financing strategies to tax incentives to discretionary grants, they help our clients assess the possibilities (including the tradeoffs that may exist with a given approach), identify key pieces of a capital stack or a programmatic budget, and help make the case to prospective funders that secures the support needed to achieve project objectives. The JLP+D team combines strong technical and analytical rigor with a uniquely personable process to find unconventional and effective solutions to issues related to economic opportunities, resilience, and equity. Above are two renderings of JLP+D's work in Asheville, NC and Austin, TX. ALTA PLANNING + DESIGN. INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 87 6. Environmental Sustainability Analysis We create active, healthy communities — and that means we apply sustainable thinking to plan, design, and build resilient multimodal networks to achieve the carbon reduction, climate mitigation, and adaptation goals of our client communities. SUSTAINABLE DESIGN AND LANDSCAPE ARCHITECTURE Alta's planners, landscape architects, and engineers take a people -first approach to help agencies meet their climate change mitigation goals. Active transportation design holds many opportunities for sustainable design approaches that cool temperatures and landscape improvements to reduce urban heat island effect and maximize potential for stormwater capture. Alta staff also understand that the public right-of-way is one of a city's most valuable assets, sidewalks, streets, and alleys often represent the vast majority of a city's public space. Through our pedestrian facility and streetscape designs we determine the cost -benefit of implementing green infrastructure. Thousands of trees have been planted and stormwater infiltration gardens have been implemented resulting in more resilient urban canopies, additional habitats for pollinators and other wildlife, and stormwater directed back into the ground locally. Alta developed this Urban Cooling Strategies Toolkit that identifies the impacts and benefits of green infrastructure for pedestrian and other active transportation projects and details options for where and how to use it effectively CLICK HERE to read more on Alta's Sustainability practice. PERFORMANCE MEASURES BEFORE Alta is the national leader in defining performance measures and targets for non -motorized transportation as well as identifying necessary data for tracking those measures. We have worked with a wide range of communities and understand the current state of the practice and aspirations for the future improvements. This combined with our understanding of federal performance measures allows us to help communities integrate meaningful benchmarks into their plans and community visions. We work diligently to define performance measures that provide valuable information on connectivity, economic investment, environmental benefits, equity, health, livability, and safety in various geographic and land use contexts. We are adept at assessing these factors and selecting metrics that are sensitive and appropriate to the context, for example assessing plan completeness in terms of percent of network constructed rather than number of miles constructed. In El Monte, CA, Alta is re -imagining the Merced Avenue corridor as a stormwoter receptive bikeway that will cool temperatures and encourage active modes of travel. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 88 COASTAL RESILIENCY Subconsultant DRMP has extensive experience in coastal resiliency and will serve as advisors on climate. DRMP has direct Florida experience, leading the design of the Titusville Causeway Resiliency project for Brevard County and incorporated Wave Attenuation Devices (WADS) to help mitigate erosion. The project also included beach re -nourishment and living shoreline elements. DRMP uses Sea Level Rise Methodology to analyze projects for resiliency and to help develop a cost benefit and mitigation strategies such as flap gates and stormwater pumping stations. DRMP has received numerous APWA awards for stormwater retrofits such as Gibson Avenue Drainage Improvements for Hillsborough County and the Hudson Bayou CEI project for Sarasota County. STORMWATER DRMP also are stormwater experts. As needed, DRMP may develop practical alternatives to alleviate flooding. DRMP recently completed the Ocean Boulevard Drainage Project on Siesta Key for Sarasota County. In addition, DRMP is leading the Imperial Point Drainage Study for Pinellas County to help alleviate residential flooding in coastal Largo, Florida. The project will also incorporate water quality components to reduce pollutant loading to the Intercoastal. DRMP uses SUE to avoid utility conflicts and will always provide practical and permittable design solutions. They also provide FDOT D1 and D7 with stormwater design support services. DRMP has provided Southwest Florida Water Management District Watershed Modeling and ERP permit review assistance and design since 2013. DRMP is a proud member of the Institute for Sustainable infrastructure (ISI) and has a Sustainability and Philanthropy Committee to help preserve our natural environment. W ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 89 7. Transit Intermodal Facility Development MICROMOBILITY AND MOBILITY HUBS With the emergence of new types of micromobility, there is also more demand on the public right-of-way. Alta is helping address questions around safety, speed, modes coexisting in existing infrastructure, environmental health, and public and private partnerships. We are developing evaluation frameworks, policies and permitting structures, and facility design to address the impacts of these new modes. Alta also provides design services to implement mobility hubs by linking land use, transportation, economic development, and smart city technology. UNIQUE CHALLENGES OF SITING AND PROGRAMMING MOBILITY HUBS • Location, location, location: critical to find the right site to serve mobility goals, but in some cases, land availability, cost, and land use zoning also must align • Constrained right-of-way: co -locating services or re -orienting space within the public right-of-way can be difficult when the street is already crowded. • Existing policies: providing amenities and a vibrant mix of uses may be limited by land use policies and development regulations. PROJECT HIGHLIGH: MOBILITY HUBS • Capacity limitations: transit and other mobility services at a hub need to have the capacity and operational characteristics to serve the new users that a hub is designed to attract. • Meaningful engagement: community outreach must overcome the hurdle of introducing a new concept that may offer new technologies, new services, and new ways of making choices in order to gain meaningful input that will drive the success of the project. • Known unknowns: with mobility services evolving and more change expected, hubs must be designed for seamless adaptation in an uncertain future. Composite S.0biXty Map for Mobility Hub Sit" Alta's suitability analysis for the University of Utah Mobility Hub Project used heat mapping to show key locations for mobility hubs. Area Transit System Mobility Hub Planning, Charlotte NC Alta initiated the idea of using mobility hubs to integrate multiple transit programs in Charlotte, including streetcar and bus line extensions, to support Center City Charlotte, the Charlotte Gateway Center, and the future Charlotte Gateway Station. Aggregating transit, shared mobility options, and active transportation create site -specific and linear hubs, giving the City the opportunity to capitalize on highly accessible and populated areas to support new development. LEVEL f: CONVENTIONAL BUS STOP - SUBURBAN $ e ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 90 8. Transportation Related Urban Design INCLUSIVE ENGINEERING AND DESIGN Alta's approach to all design work is to make sure current Americans with Disabilities Act (ADA), Public Rights -Of - Way Accessibility Guidelines (PROWAG), City, and State standards are incorporated in all of our designs. For this project, like all others, Alta will identify needs early in the design development process to develop truly inclusive Complete Streets and minimize unnecessary project costs. Our staff will be careful to assess the need for full replacements or modifications to bring infrastructure to code and can develop details for the construction of compliant improvements should more complex modifications be necessary. Alta will work with the City to incorporate specific design elements that increase safety, including narrowing the width of street crossings, improved lighting, and effective site lines along the corridor. Our specialties include: Parks and Urban Spaces: We understand the opportunities, challenges, funding and management mechanisms, and maintenance standards specific to developing open spaces. Our parks and urban designs enhance opportunities for recreation, access to nature, and restoring habitat. These investments are aimed at producing both economic and quality of life benefits. Complete Streets: Our Complete Streets approach creates opportunities for people to choose how they move through a community, while enhancing the function and character of a street through traffic calming, streetscape elements, and green infrastructure. Alta is experienced with addressing technical and community issues, seeing that applicable standards are met, the intended users are well served, and conflicts and impacts are avoided. Green Infrastructure and Best Management Practices: Alta blends ecological function with landscape aesthetics by incorporating best management practices, durable materials, and green infrastructure elements into our designs. Our planting, grading, and irrigation concept plans are intertwined to create durable landscapes that conserve water resources and require low maintenance. Wayfinding, Gateway, and Signage Systems: Alta's wayfinding, gateway, and signage systems are inventive and reflect an area's identity while addressing the needs of pedestrians, bicyclists, drivers, and transit riders. We understand the key elements of creating systems that are safe, navigable, and accessible. Our thorough and specialized understanding of federal and state MUTCD, DOT, and ADA standards allows us to be creative while PROJECT HIGHLIGHT Meridian Avenue Bike Lanes, Miami Beach, FL Proposed Project Manager, Alia Awwad, PE, served as Engineer of Record on the Meridian Avenue Bike Lanes project. The project started as a conceptualized rendering and developed into a design that involved navigating limited ROW, frequent driveways, and on -street parking. The design culminated in the construction of the bike lanes along the corridor, resulting in implementing the first protected bike lanes in the City. Construction was completed in 2020. z meeting specific requirements. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 91 DESIGN GUIDANCE, STANDARD DETAILS AND SPECIFICATIONS Alta regularly develops user-friendly local and national guidelines for the implementation of bicycle and pedestrian facilities based on our 25 years of experience planning, designing, and implementing these facilities. We include site -appropriate cross -sections, enlarged plans, 3D visual simulations, and narrative to clearly layout guidelines and associated policies. Alta is skilled at implementing a wide variety of treatments and engineering solutions needed to achieve a low -stress facility, including: • Geometric design of intersections, traffic calming/ diversion treatments • Striping and signing (including wayfinding) • Intersection improvements including pavement markings, traffic analysis, signal design and advanced detection/actuation strategies • Landscape architecture and green street treatments CONCEPTUAL DESIGN Alta begins with the design development phase of the project where we develop conceptual designs for active transportation safety enhancements projects and perform analysis and prepare alternatives for planning projects to present to the client and stakeholders. We meet with individual stakeholders to gather further information. If desired by the City, these concepts can be presented in a public forum, shared on a website, or posted in public locations to gather feedback about design preferences from the community. Based on the feedback, Alta staff develops a final concept as a basis for construction documentation. Tasks may include: • Review Record Drawings • Field Investigations • Conceptual Design, Layout, and Cross -Section • Community Outreach Preparation and Meetings • Respond to Comments/Community Input CLICK HERE to read more on Alta's Concept Design practice. Santa Monica, CA North Beach Improvements. Alta creates visual simulations generated either with Photoshop and/or graphical treatments including 3D visualization to show what the proposed design will actually look like from various angles. We frequently use visual simulations as on effective way to diffuse public concerns about a project's visual impacts. BUILT PROJECT HIGHLIGHT: Coastal Community • • Beach Metro Blue Line Station Connections Alta worked with the City of Long Beach to develop bicycle and pedestrian access plans for eight Metro Blue Line Stations in the City. The plan was awarded the Compass Blueprint Recognition Award for Achievement in Mobility from the Southern California Association of Governments. Alta developed plans for infrastructure improvements through field audits within a half -mile radius of each station and relied heavily on public input in developing recommendations. Alta conducted station audits with volunteers from neighborhood community groups, and developed and administered trilingual user surveys to assess potential redesign options for station areas. Alta also organized numerous public meetings to collect input from the full range of station users, including local stakeholders and commuters to and from the City of Long Beach. In addition, Alta wrote Highway Safety Improvement Program (HSIP) grant application for an intersection improvement project identified in the plan. Alt—aht Ur S•<t— With (,,, •d Bike law bans t Mail ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 92 9. Transit Oriented Development We understand that transit -oriented design is different from ordinary development in terms of target markets, price points, development program, and investment risk. By performing economic and fiscal impact analysis for economic development projects, our team has experience measuring the costs and benefits associated with the planned investment which inform public policy and public investment. High -quality transit networks with walking and biking connections are important elements of an integrated, intermodal transportation system. Improving non -motorized accessibility to transit is fundamental to building transit ridership, is an important part of designing our communities for active living and provides residents with increased and improved transportation options. Making sure the commuters have safe and high -quality infrastructure to walk, bike, or roll to their transit location encourages increased ridership while improving accessibility. This "first/last mile" problem exists throughout cities and can be mitigated with holistic planning that considers the walking, biking, and rolling infrastructure to access transit stops. Additionally, improving these transit networks, connections, and locations can transform transit hubs into vibrant PEDESTRIAN & BICYCLE VOLUMES 1-S —• 6-10 11-2s 26. Kev Transit Access Corridors public spaces and encourage transit -oriented design developments, stimulating economic and community development, and increasing quality of life. Alta's planners, engineers, designers, and program specialists have national experience in planning for robust transit and active transportation networks that address the "first/last mile" connection and create comprehensive transit and active transportation networks. Our team of sub -consultants bring specialized expertise in the realm of transit -oriented developments, Market Analysis, and Community Engagement and add diverse perspectives for the development of a comprehensive transit and economic development analysis. Alta's services include: • Feasibility analysis for transit lines relative to bicyclists/pedestrians • Impact analysis of transit lines on bicyclists and pedestrians • Alternative alignment analysis, using technical analysis crite(ia • Design guidelines and block -by -block design of light rail track alignments, bike lanes, platforms, track -cyclist -pedestrian interaction, and roadway intersections • Design of separated or parallel bikeways, with connections • Redline analysis of construction drawings • Recommendations for helping bicyclists turn across tracks Land Use Collision Severity & Location High Vehicular Speeds Alto was part of the consultant team that identified a series of station typologies designed to guide LAND USE CATEGORIES strategic improvements throughout the Los Low Residential Angeles Metro service High Residential area. The plan addresses `b policies for multimodol � Office office Industrial access and system Education/Public integration and includes a Cipo sl:iacp set of guidelines focused vacant/Other on transit connectivity, social justice, and community health. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 93 10. Computer Visualization/ Graphics Alta offers a unique team of interdisciplinary professionals, including experienced and skilled graphic designers, mapping specialists and cartographic designers, wayfinding and signage experts, and transportation demand management specialists. The graphic design team has a collective 45 years of experience in design and production with much of it focused on transportation programs and projects, developing everything from informational brochures and user maps to bus wraps and signage. Our work includes iconography and signage design wayfinding plans, brochures and large-scale transit ads, mapping and document design for trails, and bus wraps and stop signage for transit systems. In addition, Alta is North America's leading firm in designing, implementing, and evaluating multimodal transportation campaigns, with marketing and communications experts and an in-house team of graphic designers and web developers who specialize in branding, design, and web development for campaigns. Our team reaches tens of thousands of individuals each year through our campaigns. In all types of settings — from rural to urban, residential to employer —we work with our clients and stakeholders to tailor each program to the community's unique setting and culture. Alta has extensive experience leading internal trainings and education, communication planning strategy, and implementation and evaluation for media campaigns, including social media and communications. Alta's Visual Communications team brings decades of branding, graphic design, print production, and web development experience backed with a firm history of 20+ years in transportation planning. Branding and Campaigns: Our team provides a unique understanding of community and mobility efforts, with intuitive creative thinking and strategic design. We can walk you through the design process to create customized materials to suit your communications needs. Our in-house graphic design team works with our planners and program teams to develop, design, and implement memorable campaigns about walking and bicycling, from brand and message development through to print management, media buys, and community outreach. We educate people about safety and transportation issues and encourage people to walk and bike more. We begin every outreach project by listening to local concerns and interests and designing a brand or campaign to match. Our graphic designers excel at distilling complex information and clear and intuitive graphics for print collateral, maps, infographics, and online media. Web Design and Development: Alta's in-house web design and development team creates websites built on top of an easy -to -use content management system. We can work with existing branding or graphics materials or create a look and feel from scratch. We can build websites that are mostly for pushing information out, or we can include interactive features like input maps, virtual open houses, story_maps, surveys, and interactive graphics. All Alta products are mobile - friendly and ADA accessible, and we can add SEO value as well. Our websites feature an adaptive/responsive single -page template that allows for a range of content to be accessible across all devices and major browsers. The website allows Alta and project staff to easily update key site information and allows the public to easily interact with and view posted information and resources. Our team can also develop advanced sites to host more robust and complex content and display it in creative and interactive designs. CLICK HERE to read more on Alta's Visual Communications practice. ALTA PLANNING 4 DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 94 Our in-house creative services team is experienced in leading all aspects of design, production, and print management in support of branding and visual identity; maps, print materials, and media ads; as well as infographics and reports. �ONVENiFNT, �pFE FG4'i Actim FAIRFAX TRANSPORTATION PLAN LS 4#> Composite Demand arF . WMk fPowutLbn oen�t�) (NOrY��O�Mk1 .. i caw....rw..rl fttwt WN.) _ Alto's branding strategies include elements such as logos, outreach and education materials, and interactive websites. l EKYM-& PEDESTM#4"VOLVED - COLLISIOMS, 701S •701D C" Or FMRSU. CA .614M fM calRgNS ---- f = �e � C4kwwlti. t-) 1 Using Alto's in-house interactive map survey framework, we can _..._. develop, deploy, and host customized, web -based maps to be --- ----•----- • embedded in project websites that allow users to participate in the public input process, and allow project staff to easily export and manage data submitted by the public. Our graphic designers excel at distilling complex information and clear and intuitive graphics for print collateral, maps, infographics, and online media. ALTA PLANNING + DESIGN, INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 95 11. Grant Application Assistance GETTING YOUR PROJECT FULLY FUNDED Alta staff have assisted jurisdictions across the country in winning over $850 million in grant funding. Alta's in-house grant writing specialists excel at identifying funding opportunities, matching projects to the right funding source, and recognizing opportunities to pursue multiple funding sources. Alta staff bring the technical expertise and organization to complete a range of tasks, from full-fledged preparation of the grant application to assisting with document review and preliminary design. Our funding assistance services include: • Technical writing and narrative development • Preparing preliminary project design • Modeling and benefit cost analysis • Data collection and evaluation • GIS and mapping expertise • Document review and quality control • Confirming project details and costs SELECT LIST OF AWARDED FUNDING High Point, NC, Shared Use Greenway, Complete Streets, $9.8M 2021 RAISE Grant and Bicycle Boulevard Spartanburg, SC $23.84M 2021 RAISE Grant Daniel Morgan Trail System Little Rock, AR, $20.48M 2021 RAISE Grant Delta Heritage Trail Teton County, WY, $20M 2020 BUILD Grant M Mobility Improvements Springfield, MO, $21M 2019 BUILD Grant Grant Avenue Greenway G Northwest Arkansas, $15M TIGER II Grant Razorback Greenway Birmingham, AL, $10M TIGER IV Grant Roads to Recovery Durham, INC, $222.7K TIGER IV Grant Duke Beltline Trail Master Plan Immokalee, FL, Complete Streets — Growing Connections $13M TIGER IX Grant to Create Mobility Opportunities Lee County, FL, $10.5M TIGER V Grant Complete Streets Initiative Alta developed the City of High Point's successful 2021 RAISE grant application for a multimocial greenway and streetscope project. We created the above rendering to supplement the application. CLICK HERE to read more on Alta's Funding Assistance practice. Alta provides amazing results in a timely manner. Their team pulled many long hours on nights and weekends when we were faced with a tight deadline of submitting an application. It is my personal opinion that they are a large reason as to why we were successful in winning an award. - Andrew Edmonds, High Point, NC MPO ALTA PLANNING DESIGN. INC. RFQ 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 96 Multidisciplinary Capabilities to Create Compelling Grant Proposals Alta is a leader in providing technical feasibility and grant application assistance to public agencies at the local, regional and state level. Our in-house multidisciplinary team can create compelling, high -scoring grant proposals that highlight inclusive planning processes and community benefits. Alta will work with the City to see recommended projects get constructed as soon as possible. Our team will help identify funding opportunities for recommended projects beginning with existing funding streams and programs such as regular pavement maintenance for quick wins. We will connect larger scale projects with applicable grant opportunities for which they will be most competitive based on the project description, local collision data, and local socioeconomic data metrics in the City. Our goal is to provide the City with a clear road map of projects to pursue under which grant opportunities in the years to come and provide short-term and long-term projects which will flow into the next iteration of the Siskiyou Regional Transportation Plan. Working with the City on an as -needed basis, Alta will conduct research and review all relevant upcoming funding opportunities from federal and state programs, including the suite of state and local opportunities supported by funding sources including IIJA, and FDOT, TPO, and County funding. Alta regularly tracks these funding opportunities and will continue to follow Notice of Funding Opportunity notices and updates from all possible funding sources. The Alta team will work with the City to develop grant application packages as needed. Alia Awwad, PE, Matt Hayes, PE or Spencer Finch, PE will serve as the Project Manager for the applications. The Alta team will work with the City Project Manager to best pair Alta's experience and track record of successful grant writing for projects with the most appropriate project application. Together with the City Project Manager, Alta staff can serve as an extension of City staff to seamlessly achieve successful grant submissions and wins, in partnership with other regional agencies. Alta assisted the Collier County, FL MPO in preparation of a winning $13M TIGER (now BUILD) grant for the Immokalee, FL Complete Streets project. As a sub to Jacobs and utilizing the USDOT grant guidelines, Alta led production of the grant narrative, the Cost -Benefit Analysis, and grant graphics and layout. ALTA PLANNING + DESIGN, INC. 97 12. Project Control and Management Our Principal -in -Charge, Matt Hayes, AICP, will provide strong leadership throughout this On -Call. Along with Project Manager, Alia Awwad, PE, Assistant Project Manager, Stephanie Garcia, will serve as your main point of contact, working with Alia on determining the correct staffing and resources for each task order assigned. Alia and Stephanie will provide shared tools to enable delivery of high -quality products to the City without surprises. Methods we will use to maintain open and effective communication include: Regular Team Meetings: Throughout the project, Alta will host weekly, bi-weekly, or monthly coordination calls to keep the project moving forward on schedule and budget. Monthly Progress Reports: We will produce monthly progress reports that summarize tasks completed, and outline tasks to be completed in the coming month. Scheduling at the Core of Success: Alia and Stephanie will use Microsoft Project to prepare and maintain an up-to-date detailed critical path schedule that is resource loaded and treated as a living document throughout the life cycle of a project. • Working Sessions: Through these sessions, we will actively collaborate with City staff and project partners to discuss design considerations and work through potential issues. • Meeting Summaries and Action Items: Alta will produce detailed meeting summaries covering discussion items and will include a list of follow-up tasks and the responsible party for each task. Project Management Scope Control The scope of work is not only a contractual document, but also a communication tool. Prepared at the beginning of the project, it should define outcomes and expectations and provide parameters that help Alia as Project Manager define levels of effort and direct resources. For each task, Alia, working with Stephanie, will a detailed scope of work that provides us with a tool to track our progress and keep the project on schedule and within budget. This will be supplemented with regular project updates that detail work completed and anticipated tasks to be completed within 30 days. Alia and her team at Alta have provided highly professional, flexible, and responsive consulting services throughout our Vision Zero Action Plan process. Under Alia's leadership, Alta has helped the City formulate and execute an ambitious public planning process that adapted to COVID restrictions without compromising the quality of public engagement or the quality of the final document. The team helped build and maintain support for the project from elected officials, partner agencies, and throughout the community. Jonathan D. Raiche, AICP Planning & Development Services Director, City of Kirkwood ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 98 Project Management Principles • Clearly Define the Scope: Develop a common understanding of goals, roles, expectations, timelines, deliverables • Develop a Realistic Schedule and Budget: Base it on the scope and assign staff appropriately • Effectively Manage the Schedule and Budget: Regularly evaluate and adjust workflow/resources • Proactively Manage Issues, Change, and Risk: Get City input to maintain progress • Communications: Identify a plan with preferred methods, frequency, and content • Efficiently Manage Team Resources: Provide oversight and address needs as appropriate Task Order Scheduling and Control Alta is highly familiar with the need to balance outreach with project schedules, as well as local, citywide, and regional transportation goals. As the Project Manager, Alia will manage the workflow and workload of the staff that will be available to serve the City. Alia will be leading the drafting and finalizing of work orders. The team is small enough to provide personalized service, and large enough to include an array of skill sets to serve multiple projects at once. Using Deltek Vision software, Alia will track and manage staff time commitments and project progress with streamlined collaboration and information sharing across a distributed project team. When the City contacts us with a project request, Alia, Stephanie, and Principal Mike Repsch, PE, will discuss the need, schedule, and expectations. They will match the project with the staff whose skills and availability best match the client's needs. Task Development At the beginning of an assigned task order, we will organize a team kick-off meeting, to prepare a defined scope with defined outcomes and expectations and provide parameters that help the Project Manager define levels of effort and direct resources. We will work with the City to establish communication channels and protocols as well as discuss other project management considerations such as task order and invoicing requirements. This proactive approach to our project APPROACH TO UNDERSTANDING AND ADDRESSING CLIENTS' MOST PRESSING ISSUES Whether our clients are looking to actualize a grand, new vision for their community or are focused on more pragmatic issues such as maintenance, we work with them to define project goals and then focus our efforts on accomplishing those goals. We facilitate a kick-off meeting at the beginning of each project to review project goals and strategies, refine the project scope and working objectives, identify available data, establish communication channels with other departments and agencies, review and list required elements and standards, and approve the public outreach scope and schedule. We then maintain open communication though coordination meetings, phone calls, and project meeting notes to make sure we are all on the same page and to identify any changed priorities or new challenges that develop over the course of the project. ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 99 management facilitates a common understanding of the expected outcomes and lets us quickly respond to the City's requests as needed. After the initial team kick-off meeting, the Alta team will use monthly project meetings to keep track of task order scopes and budgets. In addition, Alta will prepare and execute a subcontract agreement with each appropriate team member that articulates deliverable work products and link them to milestones over the duration of the project. Scheduling and Budget As the Project Manager, Alia will manage the workflow and workload of the staff that will be available to serve We have established Quality Assurance policies/guidelines to implement quality, cost, and schedule control on a daily basis. We require our subconsultants to apply equivalent quality and cost control procedures on their work, and all work will be reviewed by Alta before submitting to the City for review. the City. Alia will be leading the drafting and finalizing of work orders. Prior to each task order kick-off meeting, �OA/OC Process we will create a detailed project schedule that maps out the tasks, workflows, critical path deadlines, and review cycles. Using Deltek Vision software, Alia will track and manage staff time commitments and project progress with streamlined collaboration and information sharing across a distributed project team. Alta manages budget by focusing on the goals of the project to avoid scope creep. Although there may be opportunities to add elements that may enhance the project, our focus will be on providing flexible task work deliverables that meet the needs of the City and its stakeholders and citizens. We have learned to eliminate unnecessary analysis that will only serve to confirm known issues. Quality Control The QA/QC process will be led by Alta's designated QA/QC Manager Matt Hayes, AICP, whose primary role is making sure project goals are integrated into the process and to verify the accuracy and consistency of project deliverables. Alta employs a three-tier quality control system that includes a professional editor who reviews all materials, independent review by principals and subject matter experts, and in-house scheduling and management tools. In the process, our designers are required to submit the checklists to provide reviewers with additional project information to aid in the review process and allow them to focus on key design elements. This helps us to avoid missing key elements during the design process while at the same time serving as a reminder to communicate internally within our team. In addition, our designers are required to have a senior level engineer provide an over -the -shoulder review at the preliminary stage of the design so that we have considered other design elements that may enhance the project. Our quality management procedures see that: • Work is performed by qualified personnel • The necessary information is documented, checked, transmitted and reviewed for completeness • Documents will be reviewed by the appropriate technical staff for constructability and accuracy • Products are reviewed by staff not involved in the project to provide fresh perspective and insight Primary Design Production Team W - W Cr Technical Editor W uJ > > w J Project Manager W 3 _ W 's Principal -in -Charge M J Lu > w J _ Client Project Manager ALTA PLANNING + DESIGN, INC. RFO 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services 100 PROPOSED AMENDMENTS TO FORM OF AGREEMENT 00-MK22-313- On-CallMiami Beach, FL General Transportation Planning and Traffic Engineering Consultant Services Legal Company Name: Alta Planning + Design, Inc. State of Incorporation: California I Tax ID: 68-0465555 For all legal -related correspondence and information please use the following address: 711 SE Grand Avenue Portland, OR 97214 (503) 230 9862 contracts@altago.com Section I Location General Condition Proposed Amendment (Deletions in Red, Insertions in Blue) Rationale and Benefit Responsibility for 2.6 No action or omission by City shall waive or excuse Consultant's FL Title XLI Section Claims and obligations under the Agreement and/or other Contract Documents 725.08 limits indemnity Liabilities and that Consultant shall remain fully liable for all work performed by to Consultant including, without limitation, any design errors or ...including, but not omissions (if applicable to the services performed by Consultant). limited to, reasonable Written decisions and/or approvals issued by the City shall not attorneys' fees, to the constitute nor be deemed a release of the responsibility and liability extent caused by the of the Consultant (or any subconsultants), for the accuracy and negligence, competency of the Services, nor shall any City approval and/or recklessness, or decisions be deemed to be an assumption of such responsibility by intentionally wrongful the City for a defect, error or omission in the Services. Moreover, conduct of the design neither the City's inspection, review, approval or acceptance of, nor professional and other payment for, any Services required under the Agreement shall be persons employed construed to relieve the Consultant (or any subconsultant) of its or utilized by the obligations and responsibilities under the Agreement, nor constitute a design professional in waiver of any of the City's rights under the Agreement, or of any the performance of the cause of action arising out of the performance of the Agreement, to contract. the extent the claims are caused by the Consultant's negligence, recklessness, or intentionally wrongful conduct. The Consultant shall Indemnification must be and remain liable to the City in accordance with Applicable Laws be limited to for all damages to City caused by aRy failUFe ef the CORSHKaRt eF te negligence to be eemply with the t^-r"'S, ^^d ^f the AgFeeMeRt ^F by the covered by insurance. Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.10611 Not applicable -Alta will Sentence not be involved in the actual construction, we .h a^f„-weRt SeFViees (i) F^.. F tti^ Erg^,-«;. Pate ^F tha., are a design firm. peFied 0FA e A....,.,.. w rtil t.... lye (1 2) mh_q felleyiiRg fiRal of the eRt M a pt-,Rep Wt;rk Responsibility for 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated We request this edit to construction Statement of Probable Cost by more than ten percent (10%), the quantify the amount of Cost. Project Administrator shall provide notice thereof to the Consultant, time that can be and the Consultant shall re -design the Project within the Project reasonably expected to Scope, construction schedule, sequence of Work, or such other perform rebidding action, as deemed necessary, to reduce the Statement of Probable services. 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, not to exceed 40 hours «:.V.es b . st d by the Gity, as of as many as Fnay Feasenably part 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 Construction Costs. Escalation 7.5 The :n:+:-I heurl • feFth iR fiGh ,idle 9 Shall re-maiRRstan+ Previously -accepted Fates set fee the l..:+:al TeFFA „f the ^ ^+. Ninety (90) days ^ F t9 language from General Transportation « the .. a: .., ,. ,, ,:+ ,S+q f .. «tip I;,.hso ,.o..+ Planning & Consultant adjustment yeaf. During the Term of this Agreement, the City Manager, at his sole Services project discretion, may consider an adjustment to the hourly rates set forth in pursuant to RFP 2017- Schedule C. Any such adjustments, if any, shall be based on a 126-KB Resolution # corresponding increase in the Consumer Price Index for All Urban 2017-30029 dated April Consumers; U.S. City average (1982-84=100), as established by the 16, 2018 United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, Reasoning for request - including (but not limited to) living wage increases, provided, In a period of high however, that in no event shall any annual increase exceed three inflation, we request percent (3%). In the event that the City Manager determines that the more frequent requested increase is unsubstantiated, the Consultant agrees to opportunity (annual) to perform all duties at the current cost terms. escalate rates. The three-year initial period is too long in this economic climate. Ownership of Previously -accepted Project 9.111, All notes, correspondence, documents, plans and specifications, language from General Documents Sentence designs, drawings, renderings, calculations, specifications, models, Transportation Planning photographs, reports, surveys, investigations, and any other documents & Consultant Services (whether completed or partially completed) and copyrights thereto for project pursuant to RFP Services performed or produced in the performance of this Agreement, 2017-126-KB Resolution or related to the Project, whether in its native electronic form, paper or # 2017-30029 dated April other hard copy medium or in electronic medium, except with respect 16, 2018 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. 711 SE Grand Avenue altaPortland, OR 97214 (503) 230-9862 1 altago.com Re: Owned Auto Insurance To whom it may concern, Alta does not own any vehicles. Our insurance carrier reflects this on our certificate of insurance by checking "hired autos" and "non -owned autos." If you have additional questions, please contact contracts@altaplanning.com Sincerely, E�� Steven Frieson, COO and Vice President Alta Planning + Design, Inc. altago.com