Loading...
Agreement between CMB & The Corradino Group, INCDocuSign Envelope ID C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND THE CORRADINO GROUP, 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.23-030-02 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE1. DEFINITIONS.........................................................................................................3 ARTICLE 2. BASIC SERVICES.................................................................................................8 ARTICLE 3. THE CITY'S RESPONSIBILITIES........................................................................12 ARTICLE 4. INTENTIONALLY OMITTED................................................................................14 ARTICLE 5. ADDITIONAL SERVICES....................................................................................14 ARTICLE 6. REIMBURSABLE EXPENSES.............................................................................16 ARTICLE 7. COMPENSATION FOR SERVICES.....................................................................16 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS................................18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS........................................................18 ARTICLE 10. TERMINATION OF AGREEMENT.....................................................................19 ARTICLE 11. INSURANCE REQUIREMENTS........................................................................20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS...................................................22 ARTICLE 13. ERRORS AND OMISSIONS.............................................................................22 ARTICLE 14. LIMITATION OF LIABILITY..............................................................................23 ARTICLE 15. NOTICE.............................................................................................................23 ARTICLE 18. MISCELLANEOUS PROVISIONS......................................................................27 SCHEDULES: SCHEDULE A — SCOPE OF SERVICES SCHEDULE B — CONSULTANT SERVICE ORDER SCHEDULE B-1 — CONULTANT COMPENSATION SCHEDULE C — HOURLY RATE SCHEDULE SCHEUDLE D — APPROVED SUBCONSULTANTS 2 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THE CORRADINO GROUP, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES This Agreement made and entered into this 7/19/2023 1 3:46 ) y �ffective Date' b 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 THE CORRADINO GROUP, INC., a Kentucky corporation having its principal office at 4055 Northwest 971h Avenue, Suite 200, Miami Florida, 33178 (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 The Corradino Group, 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 Cl DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has 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 21 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4650 Contract No.23-030-02 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 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 - A DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 and made a part hereof; provided, however, that in the event of an express conflict between the R DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 L DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be 9 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re - performance of any non -conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, 10 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 any subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS 11 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 12 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.2 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the 13 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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, forma committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant 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 amended Project Schedule (if applicable). "Not to Exceed" shall mean 14 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re -bidding, or re- negotiating contracts (except for Contract Document revisions and re -bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre -Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as -built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 15 DocuSign Envelope ID: C23746AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 16 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 thereof, as may be set forth and described in the Consultant Service Order attached hereto as Schedule "A", issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub -contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule B-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed the Consumer Price Index for All Urban Consumers In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Consultant. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub -consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables(aDmiamibeachfl.gov 17 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City, but only to the extent the City has paid for that portion of the Work performed by Consultant. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding any other terms in or applicable to this Agreement, subject to the City's prior approval, the Consultant may retain an irrevocable, worldwide, nonexclusive license to reuse the documents. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. IN DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re -use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's 19 DocuSign Envelope ID: C23746AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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(cDriskworks.com 11.7 Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 21 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 22 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina T. Hudak, City Manager Email: alinahudak(a--)miamibeachfl.gov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 3rd floor, Miami Beach, Florida 33139 Attn: Jose R. Gonzalez, P.E., Director Email: josegonzalez(c�miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: The Corradino Group, Inc. 4055 NW 97'h Avenue, Suite 200 Miami, FL 33178 23 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 Attn: Joseph M. Corradino, AICP Ph: 305-594-0735 1 305-887-5551 Email: Planninq(@corradino.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. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) 24 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(oD-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 25 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back - change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 26 uocuti gn twoope lu: G2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 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 Proiect 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 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-Veri 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, 28 DocuSign Envelope ID: C2374BAC-86B1 -4905-8A1 1 -A6D39EOE4B50 Contract No.23-030-02 or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation 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 -4905-8A1 1 -A6D39EOE4B50 Contract No.23-030-02 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 Contract No.23-030-02 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed 31 DocuSign Envelope ID: C2374BAC-86B1 -4905-8A1 1 -A6D39EOE4B50 Contract No.23-030-02 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 DocuSign Envelope ID: 3D8D3637-D341-426E-A99A-2D1 861 F06762 Contract No.23-030-02 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 Docu5igned by. _ FABBBAD2FB5E4CF_. Rafael E. Granado, City Clerk Dated/19/2023 1 3:46 EDT CONSULTANT: THE CORRAD O G UP, INC. Signature/Pre ident Print Name Date 06/26/2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION lty Arney DDa e tto' 33 CITY OF MIAMI BEACH: 1 AI T. Hudak, City Manager DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 SCHEDULE A SCOPE OF SERVICES The General Planning Consultant shall assist in the planning, technical, managerial, and administrative efforts related to transportation studies and/or other planning -related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. 34 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4850 Contract No.23-030-02 The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long-range transportation plans and projects would also be helpful. 7. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the City. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 35 DocuSign Envelope ID: C23746AC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 8. Transportation Related Urban Design. The Consultant should be familiar with current planning issues and regulations in South Florida and have experience in transit -oriented development planning. The Consultant should also have experience working with community and agency stakeholders in the design of high -quality pedestrian, bicycle, and transit facilities, including but not limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian -scale development and transit and non -motorized -accessible site plans. 10. Computer Visualization/Graphics The Consultant should be able to provide computer visualization/graphics, including but not limited to images, diagrams, or animations, to communicate a project -related message. 11. Grant Application Assistance The Consultant should be able to provide assistance in preparation of grant applications related to transportation projects. 12. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management: a. Effective work planning, monthly progress reporting, and invoicing; b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within the consulting team, the City of Miami Beach, other consultants, and stakeholders; and f. Conduct regularly scheduled project meetings with the City of Miami Beach and relevant study committees and prepare and distribute project -meeting minutes to all participating stakeholders. 36 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 SCHEDULE B CONSULTANT SERVICE ORDER A?E Services C dy awarded oontinuft contract for ArE senmoes `cr a prrned whore estimated cost cf constriction does not exceed S4 million. coy aweroed D:)rTtinLwg contract for study, pisming adiivity or other ser\nor--- whose costs ere estimated to rot exceed W0,003. Coy awarced prgect specific cororaot not subject to CC -NA tint"tions for oo tinun8 oontrac s Qi wxaWny thhs CSC.. Ccnwjtsrt agrn m M ss"L* sentcas pumutrtt h.: liv raft a i:rvpusal dared=.rd the tent-:. WndiwYm srJ r.9te!. mUlAshed rI the ahwe-rehser•ced =i1r d between the Div and the CarrAtar. Cmia"t L-A Addy ame-m Itw rw attter temu arvd :xn acm; -MI 4WIf w the xa k YwW 1,, of %%#wM r sad dhw temp and cunibum aro induded norm ur m &7,' attau+rrcrr: io !rc CSo. Avrf dc.vfm Morn 9rr smue d wtsh agreed to twein shall reW/w a dwrgc rnJer ay4w-. eJ to 11v CCU• Lesd =Iroje~ .Adair 37 DocuSign Envelope ID'. C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 SCHEDULE B-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * Design Services* Bidding and Award Services Construction Administration ** Reimbursable Allowance*** $XXXXXXXX $XXXXXXXX $XXXXXXXX $XXXXXXXX $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. DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 SCHEDULE C CONSULTANT HOURLY RATE SCHEDULE CATEGORIES HOURLY RATE Project Principal $ 275.00 Senior Project Manager $ 260.00 Project Manager $ 200.00 Chief Engineer $ 237.00 Chief Designer $ 207.00 Chief Planner $ 207.00 Senior Engineer $ 185.00 Senior Landscape Architect $ 170.00 Senior Traffic Engineer $ 170.00 Senior Planner $ 170.00 Traffic/Project Engineer $ 130.00 Engineer $ 130.00 Landscape Architect $ 130.00 Planner $ 130.00 Graphic Designer $ 110.00 Landscape Architect - Associate $ 106.00 Senior CAD Technician $ 90.00 Engineering Intern $ 90.00 CAD Technician $ 75.00 Clerical $ 75.00 Administrative Assistant $ 75.00 39 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-02 SCHEDULE D APPROVED SUBCONSULTANTS Project Manager: Eric Czerniejewski, PE, ENV SP Subconsultants: 1. CTS Engineering Inc. (CTS) 2. TJKM, Inc. (TJ) 3. Lambert Advisory LLC ( LA) 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., asthe tied seventh -ranked proposers;.and: WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City .Commission authorize the Administration to establish a pool. of pre -qualified consultants for specific.tasks relating to general transportation planning and traffic engineering services; authorize the Administration to enter into negotiations with Marlin Engineering, Inc.,, as the first -ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning .+ Design, Inc., as the third -ranked proposer; The Street Plans, Collaborative, Inc., as the fourth -ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Horn and Associates, Inc., as the tied seventh -ranked proposers; and further authorize the City Manager and City Clerk to execute agreements with each of the foregoing: proposers upon conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the .Mayor, and City Commission hereby accept the recommendation of the. City Manager, pursuant to Request For Qualifications: ("RFQ") No. 2023-030-ND, for General Transportation Planning and Traffic Engineering Consultant Services; authorize the Administration to establish a pool of prequalified consultants for specific tasks relating to general transportation planning ,and traffic engineering services; authorize the Administration to enter into negotiations with Marlin. Engineering; Inc., as the first -ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning + Design, Inc., as the third -ranked proposer; The Street. Plans Collaborative, Inc., as the fourth -ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as.the sixth -ranked proposer; and H.W. Lochner Inc. and Kimley-Horn and .Associates, Inc., as the tied Seventh -ranked proposers; and. further authorize the City Manager and City Clerk to. execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this a 7 day of c 2 23. ATTES MAR 3 1 2023 Rafa I E. . ranado, City Clerk Gelber, Mayor fNLORP ORAiELt 1 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date Com ep titive 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 I NC. AND KI MLEY HORN AND ASSOCIATES, INC., AS THE TIED SEVENTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations pursuant to Request for Qualifications (RFQ) No. 2023- 030-ND, with Marlin Engineering, Inc., as the first -ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth -ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Hom and Associates, Inc., as the tied seventh -ranked proposers. The Resolution also authorizes the City Manager and City Clerk to execute agreements upon the conclusion of successful negotiations. The solicitation is currently under the cone of silence. Page 45 of 1292 BACKGROUND/HISTORY To assist with the City's transit, mobility and transportation goals, general transportation planning and traffic engineering consultant services are needed for the planning, design, and implementation of projects recommended in the City's adopted Transportation Master Plan and Bicycle -Pedestrian Master Plan, as well as advancing other priority transportation projects. The services will ensure that key pedestrian, bicycle, transit, and automobile safety and accessibility projects move, forward to fruition. For approximately five (5) years, the City has had an agreement for general transportation planning and traffic engineering consultant services to assist with projects as needed. The current agreement expires on April 15, 2023. Proposals for a replacement agreement were received pursuant to the RFQ. ANALYSIS On October 26, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2023-030-ND for General Transportation Planning and Traffic Engineering Consultant Services. On October 28, 2022, the RFQ was issued. A voluntary pre - proposal conference was held on November 10, 2022 to provide information to proposers submitting a response. The Procurement Department issued bid notices to 40,633 companies through the e-procurement system, with 129 prospective bidders accessing the advertised solicitation. RFQ responses were due and received on December 23, 2022. The City received a total of 18 proposals from the following firms: AECOM Technical Services, Inc. Alta Planning + Design, Inc. Caltran Engineering Group, Inc. Calvin, Giordano & Associates, Inc. Choice Engineering Consultants, Inc. EXP U.S. Services Inc. Florida Transportation Engineering, Inc. Gannett Fleming, Inc. H.W. Lochner Inc. HBC Engineering Company Kimley-Hom and Associates, Inc. Kittelson & Associates, Inc. Martin Engineering, Inc. Metric Engineering, Inc. Nelson/Nygaard Consulting Associates, Inc. Prosser, Inc. The Corradino Group, Inc. The Street Plans Collaborative, Inc. On December 20, 2022, the City Manager appointed, the Evaluation Committee via LTC # 530- 2022. The Evaluation Committee convened on January 31, 2023, to consider the proposals received. The Committee was comprised of Dan! Fawaz, Senior Transportation Engineer, Transportation and Mobility Department; Rogelio Madan, Deputy Director, Planning and Zoning Department; Luis Soto, Senior Principal Engineer, Public Works Engineering Department; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance, and the Government Sunshine Law. The Committee was Page 46 of 1292 also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as noted in Attachment A and below. Firm Rank Marlin Engineering, Inc. 1 The Corradino Group, Inc. 2 Alta Planning + Design, I nc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano & Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Horn and Associates, I nc. 7 (tie) EXP U.S. Services, Inc. 9 AECOM Technical Services, Inc. 10 Choice Engineering Consultants, Inc. 11(tie) Nelson/Nygaard Consulting Associates, Inc. 11(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-Horn 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 Citys Bicycle Pedestrian Master Plan and Street Design Guidelines to help expand the Citys transportation priorities, and their team is made up of innovative transportation engineering and technical planning firms. Finally, Kimley-Hom and Associates, Inc. is a full -service, multidisciplinary consulting firm with 55 years of experience and was selected to provide program management services for the Intelligent Transportation System and Smart Parking System project for the City. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of pre -qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with Marlin Engineering, Inc., as the first - ranked proposer; The Corradino Group, Inc., as the second -ranked proposer; Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth - ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer; Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Hom and Associates, Inc., as the tied seventh -ranked proposers; and further authorizing the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations. Applicable Area C itywid e Is this a "Residents Right Does this item utilize G.O. to Know" item. Dursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Transportation and Mobility/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 48 of 1292 ATTACHMENT A RFQ 2023030 NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICESc -- Dard FatvaZ Y Rogello Madan a Y Luis Soto O i p a - _ Co11fO Worth pr 2 • ,• Low ' AQQrapta Told. ol I c Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Marlin Engineering, Inc. 92 5 97 1 5 91 1 81 5 86 4 92 5 97 8 1 The Corradino Group, Inc. 88 5 93 2 82 5 87 5 83 5 Be 3 90 5 95 5 15 2 Alta Planning + Design. Inc. 85 5 90 4 76 5 81 10 81 5 86 4 93 5 98 1 19 3 The Street Plans Collaborative Inc, 79 5 84 9 84 5 89 3 79 5 84 6 92 5 97 2 ' 20 4 Calvin Giordano & Associates Inc 90 3 93 2 83 3 86 7 93 3 96 1 88 3 91 12'. 22 5 Gannett Fleming,Inc. 86 3 89 7 85 3 86 4 80 3 83 8 90 3 93 10 29 6 H.W. Lochner Inc. 87 3 90 41 81 3 84 91 89 3 92 2g94 3 86 16 31 7 Kimle -Hom and Associates Inc. 90 0 90 4 87 0 87 5 75 0 75 17 0 95 5 1 7 EXP U.S. Services Inc. 78 5 83 10 70 5 75 13 75 5 80 1 5 95 5 39 9 AECOM Technical Services Inc. 0 85 8 85 0 85 6 78 0 7 15 0 94 40 10Choice En ineerin Consultants Inc 5 70 12 68 5 73 15 75 5 80 11 5 96 4 : 4211NelsordNygaard Consulting Associates,Inc. 65 5 70 12 71 5 76 12 78 5 8 5 9310 42 MI Trans rtatian En ineerin Inc. 5 70 12 85 5 90 2 b T7 18 83 5 88 i2 43 13 Kittelson 8 Associates Inc. 65 3 68 16 78 3 81 1101 78 1 3 1 79 1131 92 3 95 5 44 14 HBC Engineering Company 71 5 76 11 63 5 88 16 7 5 84 8 80 5 85 1 51 15 Caltran En ineerin Grou Inc. 65 5 70 12 69 5 74 14 74 5 79 13 83 5 13 ' 52 16 Metric En ineerin Inc. 60 3 1 63 1181 61 3 1 64 1181 78 31 81 110183 1 3 86 1 . 62 17 Prosser Inc. 1 60 1 5 1 65 1171 60 5 1 65 1171 70 1 5 1 75 1171 83 1 5 1 88 1131 64 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 15, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet 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. 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,-' Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q6: Are there teaming restrictions (i.e., If a firm is submitting as a Prime, can it also be on other teams as a subconsultant)? A6: See response to Q3 above. Q7: Who will be the Project Manager on behalf of the City of Miami Beach? Al: The services are not being sought for a specific project. When a project is identified, a Project Manager will be assigned. Q8: The SOW items listed in the RFP do not match up with requested services in tabs 2 and 3. Please clarify if you are looking for all the services in the SOW and the proposal tabs, is one of the list more relevant? If both are relevant, please describe the difference or connection between them. A8: Consultants are expected to assist the City with the planning, technical, managerial, and administrative efforts related to transportation studies or other planning -related activities listed in SOW and Tabs 2 and 3. Activities listed in SOW and Tabs 2 and 3 may not be all-inclusive. Q9: Other than the SECTION 1 — BID CERTIFICATION FORM, are there any additional forms needed to be turned in upon submission? A9: Consultant is to submit with its response the bid submittal questionnaire, filled out and submitted electronically, and all pertinent documentation that complies with Section 0300, Subsection 4. Electronic Proposal Format through the "Line Items" attachment tab in Periscope S2G. Q10: In the prebid meeting, there was mention that this contract will be replacing the existing contract due to end in 2023. Can you please provide the name(s) of the incumbent? A10: The incumbents are Alta Planning & Design, Inc., H.W. Lochner, Inc., Kittelson & Associates, Inc., Marlin Engineering, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., HNTB Corporation, and Nelson -Nygaard Consulting Associates, Inc. 011: Should we include the RFQ pages in our proposal response? A11: The electronic submittal should be tabbed as enumerated in Section 0300, Proposal Submittal Instructions and Format, Sub Section 4, Electronic Proposal Format, and contain a table of contents with page references. Q12: Should we include certification of good standing/certification to do business in Florida/licenses (firm and individual) in our proposal response? Al2: Provide the licensure for the team members. The City can locate the firm's licensure online. 2 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 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 Q15 above. 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 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, 3,d 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 DBEILGBT required? A30: No. Q31: Is Veteran preference only if the Prime is veteran -owned? Or are preferences given towards a team with a veteran -owned sub consultant? A31: Only the prime consultant is eligible for Veteran's Preference points. Q32: Will submitting teams have the opportunity to bring in subconsultants that aren't included in this submittal for specific task orders? A32: Please refer to the RFQ Appendix A, Special Conditions, Section 4 Sub -Consultants. Q33: Should the Bid Submittal Questionnaire be submitted within our proposal response or is it just submitted through the Periscope portal? A33: See response to Q13 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III 6 I ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH EXHIBIT A PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Pre -Proposal Sign -in Sheet ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET DATE: Thursday, November 17, 2022 TIME: 9:30AM BID NO. AND TITLE: RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES NAME TITLE COMPANY Email PHONE NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO@MIAMIBEACH FL.GOV 305-673-7000 X26263 MILOS MAISTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMaistorovic@miamibeachfl.aov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA meouveia@chacompanies.com (786) 749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA ihienite@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 en2@corradino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irene@streetplans.oEg 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tone@streetplans.o[g 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM vivek.reddv@aecom.com 305.704.6440 HAIDERTALIB CIVIL ENGINEER AECOM haider.talib@aecom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnery@aecom.com 305.804.6689 CAROLINA PACE CALTRAN ENGINEERING GROUP, INC. cpace@caltraneroup.com 786-456-7700 JULI CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES JCampbell@cgasolutions.com 954-766-2740 DIANA WHITE DWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrancis@choiceene.com 786-250-5526 YULET MIGUEL SENIOR ENGINEER - CIVIL CHEN MOORE AND ASSOCIATES vmi¢uel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP iennifer.bor¢es@exp.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbceneineerin¢co.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimley-horn.com 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR KITTELSON AND ASSOCIATES, INC. hhannaford@kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR METRIC Brandv.Pleas@metricene.com 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mriebe@nelsonny¢aard.com 510-506-7587 RAFIQALQASEM PROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIEFABIAN ACCOUNTMANAGER SAFEBUILT JFabian@SAFEbuilt.com 786-481-8366 MIAMI BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO. 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 12, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 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 RafaelGranadog 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, A-)azzZ�)a� Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #3 12/12/2022 MIAM I BEACH Procurement Department 1755 Meridian Ave, 3,d Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 5, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 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# Tojoin 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 RafaelGranadogmiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoPmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #2 12/5/2022 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d 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 9.3n am FT PUBLIC MEETING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 992 197 065# Tojoin 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, Mond, November 28, 2022. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoC�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, 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. 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. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; MIAMI BEACH c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long- range transportation plans and projects would also be helpful. 7. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the C 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. 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/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 RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued October 28, 2022 Pre -Proposal Meeting November 10, 2022 @ 10:00 a.m. ET Join on your computer or mobile app Click here tojoin 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 C 3:00 p.m. ET Join on your computer or mobile app Click here tojoin 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: Natalia Deloado Telephone: Email: 305-673-7000 x26263 NataliaDelgado@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 tojoin 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 rafaelyranado@miamibeachfl.gov 9. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 10. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the Contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the Contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 11. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the Contract. (2) Whether the Proposer can perform the Contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the Contract, The City Manager may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the 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/cityy 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 support@bidsync.com or 800.990.9339, option 1, option 1. 15. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self -Service (VSS) webpage (https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupport@?miamibeachfl qov 16. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC) and small and disadvantaged businesses, as certified by Miami -Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami -Dade County, click on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Periscope S2G, Supplier -to -Government). These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/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.miamibeachfl. ov/city procurement/standard-terms-and-conditions/ TERMS & CONDITIONS — GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Grants and Federal Requirements (dated 8.20.2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl. oov/city-hall/procurementlstandard-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 and Methodol 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/qraphics 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 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 82 74 80 Committee Quantitative Points 5 5 0 Member 1 Total 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee Quantitative Points 5 5 0 Member 2 Total 95 79 66 Low Aggregate Rank 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank MIAMI BEACH APPENDIX A MIAMI 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 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 ►1�71.:� /01AM1 BEACH Sample Contract 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXX FOR XXXXXXX DISCIPLINE: XXXXXXX RESOLUTION NO. XXXXXX 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 f: 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 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). E 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 i[:i 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 M 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 rk 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. 10.23 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 22 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE Insurance requirements will be determined on a project by project basis at the time of Consultant Service Order (CSO). 11.1 The maintenance of proper insurance coverage is a material element of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement, which could result in withholding of payments or termination of the Agreement. 11.2 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation - Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 23 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com 11.7 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 24 Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Raul Aguila, Interim City Manager Email: raulaguila@miamibeachfl.gov With a copy to: City Manager's Office 25 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX XXXXXX XXXXX Attn: XXXXX Ph: XXXXX Email: XXXXXXX All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian 26 of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 27 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@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 32 delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants, Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant, 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 33 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 34 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR Date Attest Signature/Secretary Print Name Date 35 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 ME SCHEDULE APPROVED SUBCONSULTANTS tier] MIAMI BEACH APPENDIX C MIAMI BEACH Insurance Requirements 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach 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-miamibeachgriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DIVISION OF CORPORATIONS Divl:trwi of .O .org �- � � F� ► r rr+�+""' •rr,r tut effictol attrtr of Flofido ,rebule Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation THE CORRADINO GROUP, INC. Filing Information Document Number F97000000207 FEI/EIN Number 61-0713040 Date Filed 01/13/1997 State KY Status ACTIVE Principal Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Mailing Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Registered Agent Name & Address CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Name Changed: 09/03/2014 Address Changed: 02/17/2000 Officer/Director Detail Name & Address Title TD P'POOL, FRED 4055 NW 97TH AVENUE MIAMI, FL 33178 Title CD CORRADINO, JOSEPH C 4055 NW 97TH AVENUE MIAMI, FL 33178 Title PD CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Title D DEUTSCH, BURT J FIRST TRUST CENTRE, SUITE 300 NORTH LOUISVILLE, KY 40202 Title VD PEREZ DE MORALES, EDUARDO 4055 NW 97TH AVENUE MIAMI, FL 33178 Title VD CISCAR, MIGUEL 4055 NW 97TH AVENUE MIAMI, FL 33178 Annual Reports Report Year Filed Date 2020 01 /08/2020 2021 01 /15/2021 2022 01 /07/2022 Document Imaggl 01/07/2022 -- ANNUAL REPORT View image in PDF format 01/15/2021 --ANNUAL REPORT View image in PDF format 01/08/2020 -- ANNUAL REPORT View image in PDF format 01/02/2019 - ANNUAL REPORT View image in PDF format 01/10/2018 -- ANNUAL REPORT View image in PDF format 01/09/2017 -- ANNUAL REPORT View image in PDF format 01/05/2016 -- ANNUAL REPORT View image in PDF format 01/13/2015 --ANNUAL REPORT View image in PDF format 09/03/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/14/2014 -- ANNUAL REPORT View image in PDF format 06/13/2013 -- AMENDED ANNUAL REPORT View image in PDF format 02/27/2013 -- ANNUAL REPORT View image in PDF format 02/02/2012 -- ANNUAL REPORT View image in PDF format 02/21/2011 -- ANNUAL REPORT View image in PDF format 04/23/2010 -- ANNUAL REPORT View image in PDF format 04/21/2009 -- ANNUAL REPORT View image in PDF format 04/24/2008 -- ANNUAL REPORT View image in PDF format 04/19/2007 -- ANNUAL REPORT View image in PDF format I 03/31/2006 -- ANNUAL REPORT View image in PDF format 09/01/2005 -- ANNUAL REPORT View image in PDF format O5103/2004 -- ANNUAL REPORT View image in PDF format 05/05/2003 -- ANNUAL REPORT View image in PDF format 05/14/2002 -- ANNUAL REPORT View image in PDF format 09/17/2001 -- ANNUAL REPORT View image in PDF format i 09/12/2000 -- ANNUAL REPORT View image in PDF format 02/17/2000 -- ANNUAL REPORT View image in PDF format 06/07/1999 -- ANNUAL REPORT View image in PDF format 02/06/1998 -- ANNUAL REPORT View image in PDF format 10/03/1997 -- AMENDMENT View image in PDF format 05/15/1997 -- MISC. View image in PDF format Flor,da Depart—e of State, Dv s— o' Cornm atio— BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME: The Corradino Group, Inc. NO. OF YEARS IN BUSINESS: 52 NO. OF YEARS IN BUSINESS LOCALLY: 52 NO, OF EMPLOYEES: 200+ OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: Carr, Smith Corradino BIDDER PRIMARY ADDRESS (HEADQUARTERS): 4055 NW 97th Avenue, Suite 200 CITY: Miami STATE: Florida ZIP CODE: 33178 TELEPHONE NO.: (305) 594-0735 TOLL FREE NO.: (800) 887-5551 FAX NO.: (305) 594-0755 BIDDER LOCALADDRESS: 4055 NW 97th Avenue, Suite 200 CITY. Miami STATE. Florida ZIP CODE: 33178 PRIMARYACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Joseph M. Corradino, AICP ACCOUNT REP TELEPHONE NO.: (305) 594-0736 ACCOUNT REP TOLL FREE NO.: (800) 887-5551 ACCOUNT REP EMAIL: Planning@corradino.com FEDERAL TAX IDENTIFICATION NO.: 61-0713040 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: Joseph M. Corradino, AICP - President JMC 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 JMC Addendum 1 JMC Addendum 6 Addendum 11 Addendum 2 JMC Addendum 7 Addendum 12 Addendum 3 JMC Addendum 8 Addendum 13 Addendum 4 JMC Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 N/A 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY At time of request by the City, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/serviet/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 Project No. BID NUMBER Project Title PROJECT TITLE biaaer 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: Town of Surfside Contact Individual Name and Title: Hector Gomez - Public Works Director Address: 9293 Harding Avenue, Surfside, FL 33154 Telephone: (786) 778-1728 Contact's Email: hgomez@townofsurfsidefl.gov Narrative on Scope of Services Provided: Consultant on the Continuing Services Contract serving as Engineer of Record for traffic and transportation engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the Town with the Miami Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. The Consultant completed a variety of traffic and transportation engineering and transportation planning services including the following task work order assignments: A koA A A A¢ Townwide Traffic Study A koA - A AA¢ Traffic Signal Warrant Analysis A AO k A- A- A¢ One -Way Pilot Program A A¢A - k A A¢ Speed/Volume Traffic Study A A¢A A A A¢ Street Name Signage Reference No.2 Firm Name: City of Fort Lauderdale Contact Individual Name and Title: Ben Rogers - Director of Transportation and Mobility Address: 290 NE 3rd Avenue Fort Lauderdale, FL. 33301 Telephone: (954) 828-3781 Contact's Email: brogers@fortlauderdale.gov Narrative on Scope of Services Provided: Traffic Consultant on the Continuing Services Contract serving as Engineer of Record for traffic engineering task work orders. Provided a variety of in-house traffic and transportation engineering and transportation planning services including the following: A❑A¢A❑A❑A❑A¢ City's Development Review Committee: develop traffic study methodologies, develop parking reduction methodologies, review site plans, traffic studies, and parking studies to identify conflicts and opportunities, and facilitating the development of mitigation strategies to address traffic impacts. Served as in house Consultant as City Traffic Engineer and Program Manager for these peer review cost recovery services. A❑A¢A❑A❑A❑A¢ Review traffic operational and safety study analysis, traffic calming implementation, maintenance of traffic plan review, traffic investigations, signing & pavement marking and signalization modifications to the existing road network. A❑A¢A❑A❑A❑A¢ Conduct studies, compile and analyze transportation planning and traffic engineering project data and prepare a comprehensive transportation planning program. A❑A¢A❑A❑A❑A¢ Assist in the implementation of multi modal transportation planning studies and coordinated initiatives with other transportation agencyA❑A¢A❑A❑A❑A❑s such as Broward MPO, Broward County Traffic and Engineering, Florida Department of Transportation, and other municipalities. A❑A¢A❑A❑A❑A¢ Represent the City of Fort Lauderdale at City Commission meetings and Planning and Zoning Board meetings. Reference No.3 Firm Name: Town of Cutler Bay Contact Individual Name and Title: Rafael G. Casals - Town Manager Address: 10720 Caribbean Boulevard, Suite 105, Cutler Bay, FL 33189 Telephone: (305) 234-4262 Contact's Email: townmanager@cutierbay-fl.gov Narrative on Scope of Services Provided: Project Description: The Corradino Group is providing a variety of transportation, planning, and general services for the Town of Cutler Bay that include: A❑A¢A❑A❑A❑A¢ Site Plan Reviews A❑A¢A❑A❑A❑A¢ Land Development Regulation Review and Amendments A❑A¢A❑A❑A❑A¢ Comprehensive Planning A❑A¢A❑A❑A❑A¢ Public Involvement and Consensus Building A❑A¢A❑A❑A❑A¢ Data Collection A❑A¢A❑A❑A❑A¢ Level of Service Determination A❑A¢A❑A❑A❑A¢ Travel Demand Forecasting A❑A¢A❑A❑A❑A¢ Alternatives Analysis and Evaluation A❑A¢A❑A❑A❑A¢ Preparation of Maps, Reports, and Presentations Since - its incorporation in 2005, The Corradino Group has acted as the TownA❑A¢A❑A❑A❑A❑s initial Planning Director, Planning Staff, and Transportation Consultant. We continue to serve as the TownA ❑ A¢A ❑ A ❑ A ❑ A ❑ s General Planning Consultant assisting with a wide variety of tasks. Corradino developed the Town of Cutler Bay Comprehensive Plan, Land Development Regulations, Bicycle and Pedestrian Master Plan, Transportation Master Plan, and Complete Streets Corridor Analysis, among other studies. Through a series of detailed and highly graphic reports and presentations, Corradino has been able to build consensus on a list of projects for inclusion into the TownA❑A¢A❑A❑A❑A❑s Capital Improvement Program. 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 p� NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County that have been certified as Small or Disadvantaged Business by Miami -Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County? YES p� NO SECTION 8 - 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? YES p� 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: Joseph M. Corradino, AICP - President JMC 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: Joseph M. Corradino, AICP - President JMC 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 https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COS1 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.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance- and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? 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://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 - NON-DISCRIMINATION The Non -Discrimination ordinance is available at: https://li rrary.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: httpa// brbrary.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: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 17 — VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://Iibrary.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 p� NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? Q� YES p� NO 14 Experience & Qualifications THE CORRADINOGROUP TAB 2 Ez eri RFQ 2023.030-ND ualifications 2.1 QUALIFICATIONS OF PROPOSING FIRM MIAMSEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES The following are examples of relevant similar project experience that provide the details of Corradino's proven track record in providing similar scope of services as outlined in this solicitation. These projects are in addition to all the local Miami Beach experience from being a current incumbent Traffic and Transportation Engineering Consultant with the City. The following projects have occurred over the past ten (10) years and exemplify experience with the planning, technical, managerial, and administrative efforts related to general transportation planning and traffic engineering activities. 1. Town of Cutler Bay Traffic Engineering Services Traffic Consultant on the Continuing Services Contract serving as Engineer of Record for traffic engineering task work orders. Provided a variety of traffic and transportation engineering services including in house support, DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, public school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the City with the Miami Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. The Corradino Group also completed the updates to the Transportation Element of the Growth Management Plan, the Transportation Master Plan and the Complete Streets Corridor Analysis. The Corradino Group assisted the Town in modifying their Land Development Code to create new criteria for the completion of Development Traffic Studies by the Town's General Engineering Consultants. The Corradino has completed traffic impact studies for the Town for the following development projects: • Cutler Gate • Century at Cutler Bay • ARQ 211 • Saga Bay • Cutler Bay Emergency Room • Caribbean Breeze • Raising Canes • The Contemporary at Cutler Bay • Alorica Mixed Use • Southland Mall Redevelopment Agency/Owner- Town of Cutler Bay Agency/Owner Contact -Rafael Casals, CFM, ICMA-CM, Town Manager Address: Town of Cutler Bay 10720 Caribbean Boulevard, Suite 105 Cutler Bay, Florida 33189 Agency/Owner Contact Phone Number: 305.234.4262 Agency/Owner Contact Email: rcasals@cutlerbay-fl.gov Year Project was Completed: 03/15- Present Total Cost of Contract: Work Order Based Type of Experience: Firm 2. City of Fort Lauderdale Traffic Engineering Services Traffic Consultant on the Continuing Services Contract serving as Engineer of Record for traffic engineering task work orders. Provided a variety of in-house traffic and transportation CITY OF FORT LAUDERDALE engineering and transportation planning services including the following: City's Development Review Committee: develop traffic study methodologies, develop parking reduction methodologies, review site plans, traffic studies, and parking studies to identify conflicts and opportunities, and facilitating the development of mitigation strategies to address traffic impacts. Served as in house Consultant as City Traffic Engineer and Program Manager for these peer review cost recovery services. Review traffic operational and safety study analysis, traffic calming implementation, maintenance of traffic plan review, traffic investigations, signing & pavement marking, and signalization modifications to the existing road network. Conduct studies, compile and analyze transportation planning and traffic engineering project data and prepare a comprehensive transportation planning program. Assist in the implementation of multi modal transportation planning studies and coordinated initiatives with other transportation agency's such as Broward MPO, Broward THE CORRADINOGROUP Consultant on the Continuing Services Contract serving as Engineer of Record for traffic and transportation engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the Town with the Miami Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. The Consultant completed a variety of traffic and transportation engineering and transportation planning services including the following task work order assignments: TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES County Traffic and Engineering, Florida Department of Transportation, and other municipalities. Represent the City of Fort Lauderdale at City Commission meetings and Planning and Zoning Board meetings. Aeencv/Owner- City of Fort Lauderdale Agency/Owner Contact -Ben Rogers, Director of Transportation and Mobility Address: City of Fort Lauderdale Transportation and Mobility 290 NE 3rd Avenue Fort Lauderdale, FL 33301 Agency/Owner Contact Phone Number: 954.828.3781 Agency/Owner Contact Email: BRogers@fortlauderdale.gov Year Project was Completed: 07/15- Present Total Cost of Contract: Work Order Based Type of Experience: Firm • Townwide Traffic Study • SR A1A Collins Avenue Traffic Signal Warrant Analysis • One -Way Pilot Program • Speed/Volume Traffic Study • 88th Street Corridor Study Agency/Owner- Town of Surfside Agency/Owner Contact -Hector Gomez, Public Works Director Address: Town of Surfside 9293 Harding Avenue Surfside, FL 33154 Agency/Owner Contact Phone Number: 786.778.1728 Agency/Owner Contact Email: hgomez@townofsurfsidefl.gov Year Project was Completed: 07/15- Present Total Cost of Contract: Work Order Based Type of Experience: Firm 4. Miami Dade County SMART Plan General Planning Town of Surfside General Traffic and Transportation Consultant Services Contract- North Dade Transitway Engineering Services Land Use Scenario, Visioning, Planning and Economic Mobility and Accessibility Plan Study 88TH STREET CORRIDOR STUDY Recognizing that transit -supportive land use plays a critical role in the success of major rapid transit investments, the Miami -Dade Transportation Planning Organization (TPO) has been tasked to examine this interrelationship to complement the Strategic Miami Area Rapid Transit (SMART) Plan rapid transit initiative. The SMART Plan is intended to help achieve county and community goals though the integration of transportation, land use planning and development of strategies. The purpose of this work order is to develop a Land Use Plan for the North Corridor of the SMART Plan in support of transit. The Miami -Dade TPO Governing Board passed the SMART Plan on April 21, 2016 recognizing the need to address mobility needs throughout Miami -Dade County. The SMART Plan includes six (6) major rapid transit corridors and a Bus Express Rapid Transit Network. The North Corridor study focuses on providing premium transit along SR-9/SR-817/ NW 27th Avenue. The North Corridor stretches 13 miles from the Miami-Dade/Broward County Line to the Airport THE CORRADINoGROUP TAB 2 Experience & Qualifications MAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Expressway along NW 27th Avenue. The Corridor will serve historically under -represented, low-income communities, providing the opportunity to_ better access jobs, as well as establishing a key regional mobility linkage for the area's job centers, stadium district, and higher education. The study includes public, on -street transit stations/stops located along the corridor within the study limits. The study also includes public and/or private facilities located adjacent to or off -corridor where potential park -and -ride and/or transit terminals (including the Miami Dade College North Campus) are being considered. The southern project limits included consideration of two major terminals; the MIC, and the proposed Downtown Miami Intermodal Terminal at Government Center via the Martin Luther King (MLK) Jr Metrorail Station at NW 27th Avenue and NW 64th Street. The purpose of this project is to develop the Transit Oriented Development (TOD), First and Last Mile (including circulator services), and Transit Hubs components to support the economic mobility and accessibility plans for the SMART North Corridor. Several studies by DTPW, the Miami -Dade TPO and other partner agencies have been completed in recent years. Agency/Owner- Miami Dade Transportation Planning Organization (TPO) Agency/Owner Contact -Wilson Fernandez, Program Administrator, Transportation Address: Miami -Dade Transportation Planning Organization Stephen P. Clark Center 111 NW 1st Street, Suite 920 Miami, FL 33128-1916 Agency/Owner Contact Phone Number: 305.375.1886 Agency/Owner Contact Email: Wilson.Fernandez@miamidade.gov Year Project was Completed: 09/17-09/19 Total Cost of Contract: $800,000 Type of Experience: Firm 5. City of Doral Transportation, Planning and General Engineering Services Transportation Master Plan As the transportation, planning and general engineering consultant, The Corradino Group, Inc. (Corradino) developed the City's first transportation master plan, reviewed developments, traffic impact analysis, developed one of the most successful municipal circulator systems, and provides in house staff to assist in day to day planning and engineering functions including General traffic engineering services to include, but not limited to, traffic counts, field observations, roadway capacity/level-of-service""POR�TATION TRANS (LOS) analyses, traffic MASTER PLAN surveys, road safety analyses, parking and site plan studies/reviews, review of traffic impact analyses of proposed land developments, etc. Corradino also provided in house support especially during the implementation of the trolley circulator. Transit Mobility Plan As a newly incorporated municipality, Doral wanted to create a multimodal transportation infrastructure to enhance its existing network of roadways, involving pedestrian, bicycling, vehicular, freight, and mass transit elements. Through the development and adoption of a Transportation Master Plan, Doral was ableto attain funding from the People's Transportation Plan, which has been instrumental in the implementation of its Trolley Circulator system, a project which Corradino also assisted the City in developing. This Master Plan focused on an intensive public involvement process would build consensus on projects developed in the areas of roadway capacity, alternative modes, and transportation demand management. A set of 27 projects was developed in these areas and implemented in a S-year Capital Improvements Plan. Section Eight Traffic Calming Study Corradino provided traffic calming features for the Section Eight neighborhood in Doral, Florida. The objective of this study was to determine if improvements are necessary to maintain the quality of life for the residents by managing traffic concerns in an appropriate fashion to minimize through - traffic intrusion into the residential neighborhood THE CORRADINO GROUP TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES and to maintain vehicle speeds at suitable levels. Two public involvement meetings were held to engage residents in the local area. Following traffic count and speed measurements, traffic calming measures were recommended. Agency/Owner- City of Doral Agency/Owner Contact- Rita Carbonell, Assistant Public Works Director Address: City of Doral 8401 NW 53rd Terrace Doral, FL 33166 Agency/Owner Contact Phone Number: 305.593.6740 x 6015 Agency/Owner Contact Email: rita.carbonell@cityofdoral.com Year Project was Completed: 12/2015 - Present Total Cost of Contract Work Order Based Type of Experience: Firm North Miami Beach General Engineering & Planning Services Scope of Services: General land use, transportation planning, in house consulting services, water supply planning, transit planning, civil engineering, and traffic engineering services on an on -call basis as needed. Project Description: Corradino provided general planning and engineering services, as well as transportation planning as needed. Corradino staff served as in house - staff for the Community Services department and attended TRAD meetings for development review as needed. Additionally, Corradino serves as a peer reviewer for traffic impact analyses, and the City also calls upon Corradino staff to assist with other studies such as ADA reviews, to serve on study advisory committees such as for the City's transportation master plan and parking analyses. The recent traffic engineering and transportation planning peer review services included the following recent mixed -use developments: • Riverwalk • Riverwalk South • Soleste on the Bay • Skygarden • NMB Venus • Uptown Harbor • Yeshiva Toras Chaim School Expansion Corradino has provided, through this contract, Comprehensive Plan amendments, including water supply plan policies, and recommendations for further changes. We have also provided revisions for the land development code, such as for fences, on other items. Corradino has also done the Comprehensive Operational Analysis for the City of North Miami Beach's transit system. We evaluated their transit system and introduced a plan that incorporated new transit lines. Analysis included investigating connections with Sunny Isles Beach's circulator. The project reviewed the system's financial structure and projected demands for the circulator to determine funding for the system. Three new routes were recommended to expand service to underserved neighborhoods within the City. After the adoption of the report, assisted with Phase 2 implementation of two of the new routes to take place in 2017. Implementation resulted in an increase in local ridership from 17,000 to 85,000 in the first year, to 185,000 un the second year, and to 223,000 in the third year. Agency/Owner- City of North Miami Beach Agency/Owner Contact-Chidi Tobias, Public Works Department Address: City of North Miami Beach 17050 NE 19th Avenue, 1st Floor North Miami Beach, FL 33162 Agency/Owner Contact Phone Number: 305.948.2967 Agency/Owner Contact Email: chidi.tobias@citynmb.com Year Project was Completed: 09/14 - Present Total Cost of Contract: Work Order Based Type of Experience: Firm Gainesville Urbanized Area MTPO 2045 Long Range Transportation Plan Update Corradino is currently working on the Gainesville Urbanized Area MTPO Long Range Transportation Plan (LRTP) Update. The LRTP is being prepared according to the FAST Act THE CORRADINOGROUP TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES requirements as well as the Florida Statutes governing Metropolitan Planning Organization management. Corradino has a public involvement plan including three public workshops and two public hearings. The scope for the plan includes updating the TransCad model for the Gainesville Urbanized Area. In addition to the highway network, a transit network will be developed to incorporate bus rapid transit, fixed rail, streetcar, and trolley. To incorporate all modes of travel there will be a bicycle network, sidewalk network, and freight network as part of the model. The LRTP will include Vision statement, goals, objectives, and plan policies. Once the existing conditions have been gathered, an evaluation of the future conditions will result in a fiscally constrained project list that aligns with the goals, objectives, and plan policies. As the plan is developed Corradino is preparing technical reports documenting the process for the Gainesville MTPO. Agency/Owner - Gainesville Metropolitan Transportation Planning Organization Agency/Owner Contact -Scott Koons, AICP - Executive Director Address: Gainesville Metropolitan Transportation Planning Organization 2009 NW 67th Place Gainesville, FL 32653-1603 Agency/Owner Contact Phone Number: 352.955.2200 Ext. 101 Agency/Owner Contact Email: koons@ncfrpc.org Year Project was Completed: 2018 - 2020 Total Cost of Contract: $200,000 Type of Experience Firm Project Manager: Edward Ng, AICP 8. City of Aventura Unified Master Plan for Pedestrian and Bicycle Connectivity Scope of Services: Create a vision for pedestrian and bicycle transportation within the City of Aventura. Identify a coordinated project bank of improvements with a focus on pedestrian and bicycle mobility and connectivity. The report was the non -motorized component of the Transportation Element to the Comprehensive Plan. Project Description: Corradino served as the Prime Consultant and prepared the Unified Master Plan for Pedestrian and Bicycle Connectivity. This grant - funded report evaluated the City's existing bicycle and OGI�MMY� 4 r.a.rr�.r•e,.rew.wy pedestrian network and previously planned projects while connecting various plans into one comprehensive document. An emphasis was placed on connectivity to the future development of the Tri-Rail Coastal Link Station within the Unified Master Plan for Pedestrian & Bicycle Connectivity. The goal was to ensure connections between the mall, planned station area, and local neighborhoods while encouraging bicycle and pedestrian safety through education and community events. Strategies were formulated to better link the City to neighboring municipalities, as well as to the regional system of planned and existing bikeways. Agency/Owner- City of Aventura Agency/Owner Contact- Joseph Kroll, Public Works/Transportation Director Address: 19200 West Country Club Drive, Aventura, FL 33180 Agency/Owner Contact Phone Number: 305.466.8970 Agency/Owner Contact Email: jkroll@cityofaventura.com Project Start Date: 07/2016 Year Project was Completed: 04/2017 Total Cost of Contract: $60,000 Type of Experience Firm Project Manager: Scarlet Hammons, AICP 9. Las Olas Boulevard Streetscape Corridor Analysis Project Description: The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and challenges to provide key components of a vision that will ground the future development of the area. The City of Fort Lauderdale is committed to promotingsafe, accessible, multi - modal travel evidenced by its implementation of Complete THE CORRADINOGROUP TAB 2 Experience & Qualifications MIAMBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES b5cft OTUAI DESIGN VISION C()NCWIIAI DESIGN VISIC04 *Colee Hammock CONCE•fUAI DESIGN NSION "hubs 4.M •r.I� 1M.1Mfum Dw t• cerc.m. d.p.edsq N•rp lx do BaAm.rd an •.—.. --.. _._ • • ♦- ♦ .nNyr. w•s Nsn �rWerukan to wNwt. a{N.ginV Nwg wr. M • • tM �pr,pp f.•rri.tlY. in wdM to •MFm.M tort .n.r.. rr...w••rq wonl.rn ew..+c++e�e t•n. wn grc•nt4d NI.MWermNwp MlM r•.tlu.y ..deM ryrrr .ram i .Y.N timR Cy mw. l�.n a NPN $p..dinp wai INrK1 �. • • • • - • m e..n ,...,. a..nrn o,. Nr. EIl.ctmy .Nw lmN .nd .ern m.4na. ,n t l w.�x wn., Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Las Olas Boulevard must balance moving people efficiently through a balance of transportation needs, inclusive of pedestrian, bicycling, vehicular, and transit modes, with space programmed to safely accommodate other alternative modes of transportation such as scooters. Created a coordinated, iconic, context -sensitive design for the five distinct character areas. Strikes a balance between the needs of drivers from the beach and the residential areas to the east, and the needs of retail, office, and public space and event uses along Las Olas Boulevard. Developed a safe, comfortable network for pedestrians and bicyclists through the entire 2.4-mile segment that connects with other existing and planned pedestrian and bicyclist networks, as well as provided for first and last mile connections to both land and water transit services. Coordinated a conceptual design with other planning initiatives that strive to address climate change. A balance was struck between the unique needs of people driving, people walking, people biking, and of special events while elevating the safety for all modes. This balance preserved the character of adjacent neighborhoods while also defining the future of this iconic boulevard. The conceptual design determined at the conclusion of this visioning process identified the elements needed for the complete reconstruction of the Boulevard. The traffic analysis included a review of the existing and future 2040 conditions. The evaluation included intersection capacity analysis at all the key signalized intersections, road segment link analysis to determine use of right-of-way width for all modes of transportation, speed study to determine the corridor target speed for each character area and a safety review to determine high crash locations including bicycle and pedestrian crashes. The traffic study contemplated neighborhood intrusion and if certain vehicle movements should be restricted. Agency/Owner- City of Fort Lauderdale Agency/Owner Contact -Ben Rogers, Director of Transportation and Mobility Address: City of Fort Lauderdale Transportation and Mobility 290 NE 3rd Avenue Fort Lauderdale, FL 33301 The successful conceptual design as achieved through the Agency/Owner Contact Phone Number: 954.828.3781 scope of services met the following broad goals: Agency/Owner Contact Email: BRogers@fortlauderdale.gov Ensured a consensus vision that enhances the branding Year Project was Completed: 08/19- 06/21 for the Boulevard and the City's branding as both an Total Cost of Contract: $765,000 international destination and the place for live, work, and Type of Experience: Firm play in South Florida. THE CORRADINOGROUP TAB 2 Experience & Qualifications MIAMBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 10. Lee County MPO General Planning Consultant Services Project Description: The Consultant provided various task work orders as directed by the Lee County MPO as part of the GPC contract. These included the following task work orders: Vehicle, Bicycle and Pedestrian Crash Analysis- Provided vehicle, bicycle and pedestrian crash data in support of performance measures, safety outreach activities and before and after analysis of countermeasure improvements. Analyzed crash data to provide recommendations for implementation of safety improvements. Produced maps, graphics and tables to illustrate the results of the crash data analysis. Lee County MPO Corridor Congestion Dashboard - Consultant will assist The Lee County MPO with the development of a Dashboard that can interactively display corridor congestion data on its major corridors for the existing and future conditions. The corridor congestion data will include, but not limited to average speeds, average traffic counts, congested miles traveled, vehicle miles travelled, number of lanes, functional class/facility type characteristics. The existing conditions data will be obtained from FDOT and various other data sources. The Dashboard will also present future conditions (2045 data), based on the District 1 Regional Planning Model (D1RPM). The Dashboard will be developed using the opensource R programming language and it will have no additional software ownership costs to the agency. The opensource platform will enable future enhancements to the dashboard as needed. The Dashboard will provide useful data summaries derived from detailed and complex databases such as RITIS/HERE. The Dashboard can help identifying the existing and future bottlenecks in the region and can help the MPO's goal of identifying appropriate congestion mitigation strategies. Agency/Owner- Lee County MPO Agency/Owner Contact- Donald Scott Address: Lee County MPO 815 Nicholas Parkway E Cape Coral, FL 33990 Agency/Owner Contact Phone Number: 239.244.2220 Agency/Owner Contact Email: dscott@leempo.com Year Project was Completed: 01/20 - Present Total Cost of Contract: Work Order Based Type of Experience: Firm THE CORRADINOGROUP 10 TAB 2 Experience & Qualifications MiAMiBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FIRM LICENSES THE CORRADINOGROUP Licensee Name: THE CORRADINO GROUP, INC. License Number: 7665 Rank: Registry License Expiration Date: Primary Status: Current Original License Date: 03/07/1997 Related License Information License Status Relationship Relation Related Party Effective Expiration Rank Number Type Date Date 36146 Current, PEREZ DE MORALES, EDUARDO Registry Professional 02/28/2023 Active Engineer State of Florida Department of State I certify from the records of this office that THE CORRADINO GROUP, INC. is a Kentucky corporation authorized to transact business in the State of Florida, qualified on January 13, 1997. The document number of this corporation is F97000000207. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on January 7, 2022, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under mr hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-sirlh day of Januatl', 1011 do Secretary Of State Trucking Number: 8927280640CU To authenticate this eertificate,visit the following site,enter this number, and then follow the instructions displayed. Maps://wmico.su nbi&orWFilings/Ce rtiftcateOlStatus/CenifwattAutheatkation THE CORRADINOGROUP 11 TAB 2 RF )erience & Qua MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Local Business Tax Receipt Miami -Dade County, State of Florida -T18S IS NOT A 94L -DO NOT PAY 7207971 26l6 NMfA=nft II[C1 "' THE CORRADINO GROUP INC RENEWAL 4055 NW 97TH AVE 200 7491282 DORAL FL 33178 FLB T EXPIRES SEPTEMBER 30, 2023 M W be draptayed at plane of tp l P.—t I. County Cods Chapter VA - An. 9 8 10 ow" .11—.9 wss THE CORRA0INOGROIRIKK 212 PA C0RPPARTNER5,+IP:I;Nh,, aagHIVIRIMP CX JWPH C C0W0NO PRFS 5G a IITAI ONUCT00 5639.00 07/12/2022 HWIoyee(s) 147 INT-22-357103 Iln lac. In P—p,oeh c onk iw, Wlw•w of MI lxat 9auaes Paz 1M iNuiltnsotl lielar. �n.it. or a cerol,uus• or W eaWa� , awlmc.naea. b as bw,neea nWd., ws. werMt ••+Ib •s1 tl�wl M aslgoear®aRN rspalahry laws aM waWrawMb wb.cA pply b We Wa,•asa Tb. AM IPT NO .bare n+a, M duptal•a oe •II <aaawwe ul nlrcl.a - yr­-0ada Code Sae biI TM IV, wow ndoneaaas,. d www IIIIItmt IA& 90IANIb014am THE CORRADINOGROUP IIIIIIIIIIII11111k 12 TAB 2 Experience & Qualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W. PERDUE, P.E. GOVERNOR Tallahassee. FL 32399-0450 SECRETARY June 19, 2022 Frederick P'Pool, Chief Operating Officer THE CORRADINO GROUP, INC. 4055 NW 971h Avenue, Suite 200 Miami, Florida 33178 Dear Mr. P'Pool: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 Project Development and Environmental (PD&E) Studies Group 3 Highway Design - Roadway 3.1 Minor Highway Design 3.2 Major Highway Design 3.3 Controlled Access Highway Design Group 6 - Traffic Engineering and Operations Studies 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing 6.3.1 Intelligent Transportation Systems Analysis and Design 6.3.3 Intelligent Transportation Traffic Engineering Systems Communications Group 7 - Traffic Operations Design 7.1 Signing, Pavement Marking and Channelization 7.2 Lighting 7.3 Signalization Group 10 - Construction Engineering Inspection 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection 10.4 Minor Bridge & Miscellaneous Structures CEI 10.5.1 Major Bridge CEI - Concrete 10.5.2 Major Bridge CEI - Steel 10.5.3 Major Bridge CEI - Segmental 1 THE CORRADINOGROUP 13 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Group 13 - Planning 13.4 Systems Planning 13.5 Subarea/Corridor Planning 13.6 Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2023, for contracting purposes. Approved Rates Home/ Facilities Reimburse Home Field Branch Field Capital Cost Premium Actual Direct Direct Overhead Overhead of Money Overtime Expenses Expense Expense 147.17% 114.81 % 0.039% Reimbursed No 1.07% 6.31 %* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, /� i% v Carliayn Kell Professional Services Qualification Administrator THE CORRADINOGROUP 14 TAB 2 Experience & Qualifications KAMIBEACH RFO 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES S Engineering Committed to Excellence ef&& V "- W Minority Business Certification CTS Engineering, Inc Is mnilitd under the laovnhata of 2G and 2%.I87. Fkaida Slalui N for a period from: June 10, 202222 June 10, 2024 \ 1 i. T.W Loan I1.v,N l4p+rtimw „! Nwyniwni lsnsup M,.ds.s�Orsy � ono r,r.' as wr rsw >to rs�is . � SM1l[g AIp911 , ...�+w•wNrm.s State of Florida Department of State 1 certify from the records of this office that CTS ENGINEERING, INC. is a corporation organized under the laws of the State of Florida, filed on October 8, 2009. The document number of this corporation is P09000083589. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on May 26, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under mr hood and the Great Seal of the State f Florida at Tallahassee, the Capital, this the Tweno sixth dar of Mar, 2022 10 Secretary of 'late Tucking Number. M67696017CC To uuthentitute this tertir—t-kit tht following sitt.enter this number. and then MI.. the imlrunions displayed. hnq://xrvkes.sunbizorg/Filing/CerlifitatAlStatus/CertifitareAuthemitnion THE CORRADINOGROUP 15 rience & Qualifications RON DESANTIS GOVERNOR MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FDOT Florida Department of Transportation November 16, 2022 Sheng Yang, President CTS ENGINEERING, INC. 3230 West Commercial Boulevard, Suite 220 Fort Lauderdale, Florida 33309 Dear Mr. Yang: JARED W. PERDUE, P.E. SECRETARY The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 Highway Design - Roadway 3.1 Minor Highway Design 3.2 Major Highway Design 3.3 Controlled Access Highway Design Group 6 Traffic Engineering and Operations Studies 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing Group 7 Traffic Operations Design 7.1 Signing, Pavement Marking and Channelization 7.2 Lighting 7.3 Signalization Group 8 - Survey and Mapping 8.1 Control Surveying 8.2 Design, Right of Way & Construction Surveying 8.3 Photogrammetric Mapping 8.4 Right of Way Mapping Group 13 - Planning 13.3 Policy Planning 13.4 Systems Planning 13.5 Subarea/Corridor Planning 13.6 Land Planning/Engineering 13.7 Transportation Statistics 1 THE CORRADINOGROUP 16 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2023, for contracting purposes. Approved Rates Home/ Facilities Reimburse Home Field Branch Field Capital Cost Premium Actual Direct Direct Overhead Overtime Overhead of Money Expenses Expense Expense 184.43%^ 125.09%* 0.215% Reimbursed No 49.94% 10.05%' *Interim Rates ^For multi -year contracts, DOT has adjusted the overhead rates to mitigate the adverse impacts of Payroll Protection Program loan forgiveness. For information on the adjusted overhead rates, contact the district Procurement Office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Z;� . ;?w Carliayn Kell Professional Services Qualification Administrator THE CORRADINOGROUP 17 TAB 2 Experience & Qualifications MIAMIBEACH RFI1 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor: CTS ENGINEERING INC Vendor Name: CTS ENGINEERING INC DBE Certification: CERTIFIED MBE Certification: Certified DBA: Former Name: Business Description: TRANSPORTATION PLANNING/TRAFFIC ENGINEERINGiAND TRAFFIC DATA COLLECTION Mailing AddressJ: 8095 NW 12TH ST STE 315 DORAL, FL 33126- Contact Name: SHENG YANG Phone: (305) 599-8698 Fax: (305) 599-8692 Email: SYANG a@CTSEINC.COM ACDBE Status: N Statewide Availability: N Certified NAICS 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services THE CORRADINOGROUP NNW 18 TAB 2 Experience & Qualifications MIAMBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES i DQ BPQNARD/ � QJrH0RrTV ���yJrCUCIi C���� CJBr/��BQ�I',OrG �T1rOQ%rXQ�l' DLSADVANTAfiED BUSINESS ENTERPRLSE (DBE) CERTII;'ICATE OF MiRRI$ILITY TJKM MEETS THE REQUIREMENTS OF 49 CFR, PART ?h APPRO! I.D AAR CS (Y)DE'S 541330. 541340, 541990 QZ& Samuel FeAres (Sammy) DBE A Small Baines Orrdnpmem 1lnnn,X,r Florida Department of Transportation `%Interriational Airport UriDILi1fJPJ LP 1 Lf fin ajftrlal soar of Florida nrbslte Department of State / Division of Corporations / Search Records / Search y ntity Name / Detail by Entity Name Foreign Profit Corporation TJKM,INC. Filing Information Document Number F19000001063 FEI/EIN Number 94-2239515 Date Filed 03/05/2019 State CA Status ACTIVE Principal Address 4111 S.W. 135th Avenue Davie, FL 33330 Changed:02/08/2021 Mailing Address 4305 HACIENDA DR, STE 550 PLEASANTON, CA 94588 Registered _Agent Name 8 Address AMIN, NAYAN 4111 S.W. 135th Avenue Davie, FL 33330 THE CORRADINOGROUP 19 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES t7�-2;p- ADVISORY J1YlilJ!i Jf �� rur ujJl!iri! �ttur o/ Flurirf� sr!b>i:� pgpartment of State / Division of Cor r ion / Search Records / Search yEntjJy Name / Detail by Entity Name Florida Limited Liability Company LAMBERT ADVISORY LLC Fi ing Information Document Number L99000006187 FEI/EIN Number 65-0952060 Date Filed 09/29/1999 State FL Status ACTIVE Last Event LC NAME CHANGE Event Date Filed 01/31/2022 Event Effective Date NONE Principal Address 100 Biscayne Blvd Suite 2510 MIAMI, FL 33132 Changed: 03/24/2018 Mailing Address 100 Biscayne Blvd Suite 2510 MIAMI, FL 33132 Changed: 03/24/2018 gggistered Agent Name & Address LAMBERT, PAUL 100 Biscayne Blvd Suite 2510 MIAMI, FL 33132 Name Changed: 04/19/2007 Address Changed: 03/24/2018 Authorized Person(a) Detail Name & Address Title MGR THE CORRADINOGROUP IIIIIIIIIIIII11W 20 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 2.2 QUALIFICATIONS OF PROPOSER TEAM , M I AM I BEACH , Joseph M. Corradino, AICP DEPUTY PROJECT1 I I Edward Ng, AICP Eric Czerniejewski, PE, ENV SP Mike Cisc!pEscar, Eric Czerniejewski, PE, ENV SP Vanessa Spatafora, PE Gerald Bolden, PE, PTOE Ryan Solis -Rios, PE, PTOE ShengYang, PE, PTOE (CTS) Phani Allu, PE, PTOE, RSP I (CTS) Satya Suresh Kumar Allu, PE (CTS) Kumar Allu (CTS) Yonnggiang Wu, PE (CTS) Jessica Reyes, PE, IMSA II (CTS) Nelson Fernandez (CTS) Kamlesh Saxena, CCP (TJ) Nayan Amin,TE (TJ) Ruta Jariwala, PE,TE (TJ) Rutvij Patel, EIT (TJ) Edward Ng, AICP Kathryn Lyon, AICP, CFM Madison Yurubi Satya Suresh Kumar Allu, PE (CTS Nelson Fernandez (CTS) Kristina Morrow,AICP (CTS) Rutvij Patel, EIT (TJ) Mike Ciscar, PE Gorky Charpentier, PE, CGC Eric Czerniejewski, PE, ENV SP Juan Sotero, PE Ryan Solis -Rios, PE, PTOE Gerald Bolden, PE, PTOE Francisco Leon, PE Jeffrey Coffin, PE Marvin Guillen Sean Rouleau, El Danny Iglesias, PE (CTS) Phani Allu, PE, PTOE, RSP I (CTS) Steve Hughes, PE (CTS) Brent Lee Shue Ling, PE (CTS) Aldo Fritz,AICP (TJ) Gary Schatz, PE, PTOE, PTP (TJ) Kamlesh Saxena, CCP (TJ) Nayan Amin,TE (TJ) Robert Williams (TJ) Ruta Jariwala, PE,TE (TJ) Rutvij Patel, EIT (TJ) Ken Kaltenbach, PE Srinvas "Srin" Varanasi Aditya Katragadda, PTP Yang "Johnny" Han, PhD, PE Shuqi Hao ShengYang, PE, PTOE (CTS) Phani Allu, PE, PTOE, RSP I (CTS) Yonnggiang Wu, PE (CTS) Joseph M. Corradino, AICP Mark Alvarez Edward Ng, AICP Mario Duren, AICP Scarlet Hammons, AICP CTP Madison Yurubi ShengYang, PE, PTOE (CTS) Phani Allu, PE, PTOE, RSP I (CTS) Satya Suresh Kumar Allu, PE (CTS) Kristina Morrow,AICP (CTS) Jessica Reyes, PE, IMSA II (CTS) Jeremy Mullings,AICP (CTS) Aldo Fritz,AICP (TJ) Gary Schatz, PE, PTOE, PTP (TJ) Nayan Amin,TE (TJ) Rutvij Patel, EIT (TJ) Joseph M. Corradino, AICP Eric Czerniejewski, PE, ENV SP Edward Ng, AICP Scarlet Hammons, AICP CTP ShengYang, PE, PTOE (CTS) Jeremy Mullings,AICP (CTS) Kristina Morrow,AICP (CTS) Jessica Reyes, PE, IMSA II (CTS) Aldo Fritz,AICP (TJ) Joseph M. Corradino, AICP Mark Alvarez Edward Ng, AICP Mario Duron, AICP Scarlet Hammons, AICP CTP Kathryn Lyon, AICP, CFM Aldo Fritz,AICP (TJ) Gary Schatz, PE, PTOE, PTP (TJ) Nayan Amin,TE (TJ) Ruta Jariwala, PE,TE (TJ) Rutvij Patel, EIT (TJ) Edward Ng, AICP Scarlet Hammons, AICP CTP Kathryn Lyon, AICP, CFM Gary Schatz, PE, PTOE, PTP (TJ) Paul Lambert (LA) Eric Liff (LA) Caridad Mesa Rebecca Guerrero SUBCONSULTANTS Andrea Pacini Baynham Christian Gonzalez (CTS) CTS ENGINEERING, INC. Jeremy Mullings,AICP (CTS) (TJ) TJKM, INC. (LA) LAMBERTADVISORY LLC THE CORRADINO GROUP 21 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JOSEPH M. CORRADINO, AICP Principal -in -Charge Mr. Corradino is President of The Corradino Group, Inc. and heads the company's land use and transportation planning operations. Over his 27- year career, he has been an advocate of planning transportation and land use in concert with one another. In doing so, he has focused on working with local governments to create and improve their comprehensive plans, zoning codes and transportation master plans. His work in the field has been successful as he has performed these services for nearly every city in Miami -Dade County, and has developed a unique credibility within the individual communities from the very local perspective. Joe Corradino knows well what it takes to be successful in this arena, where local municipalities oversee land use decisions, and larger governments are in charge of transportation, because he has been in government, as an appointed and elected official for over 15 years, most currently as Mayor of Pinecrest. Few consultants possess this perspective. Mr. Corradino has won six awards from the American Planning Association. He previously served as Chairman of the Village of Pinecrest Planning Board and currently serves as Mayor. He also served on the Miami -Dade County MPO, Citizens Transportation Advisory Committee, (CTAC), the Development Permitting Advisory Committee, (DPAC). He was the Chairman of the Gold Coast Chapter of the American Planning Association and has served as planning consultant for municipalities such as Homestead, Cutler Bay, Palmetto Bay, South Miami, Miami, Miami Beach, Aventura, Sunny Isles Beach, Doral, Miami Gardens, Hialeah, and many others. EXPERIENCE Fort Lauderdale Las Olas Streetscape Corridor Study, City of Fort Lauderdale, FL. Principal - in -Charge. The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and challenges to provide key components of a vision that will ground the future development of the area. The City of Fort Lauderdale is committed to promoting safe, accessible, multi -modal travel evidenced by its implementation of Complete Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Las Olas Boulevard must balance moving people efficiently through a balance of transportation needs, inclusive of pedestrian, bicycling, vehicular, and transit modes, with space programmed to safely accommodate other alternative modes of transportation such as scooters. The Conceptual Design included a consensus vision that enhances the branding for the Boulevard and the City's branding as both an international destination and the place for live, work, and play in South Florida. The Conceptual Design created a coordinated, iconic, context -sensitive design for the five distinct character areas. The traffic analysis included a review of the existing and future 2040 conditions. Miami -Dade County TPO SMART Plan/North Corridor. Project Manager. On April 21, 2016, the Miami -Dade TPO Governing Board passed the Strategic Miami Area Rapid Transit (SMART) Plan recognizing the community's long-standing desire to advance a program of rapid transit and supporting projects to address the mobility needs throughout Miami -Dade County. The six SMART Corridors are: North Corridor (NW 27th Avenue); South Dade TransitWay; Tri-Rail Coastal Link (Northeast/FEC Corridor); East-West Corridor (SR-836); Kendall Corridor; and, Beach Corridor. Development Services Department, City of Homestead, FL. Project Manager. uorradino provides professional planning services on an ongoing basis to the City of Homestead. Mr. Corradino oversees the Building Department ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 22 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JOSEPH M. CORRADINO, AICP - PAGE . and Planning/Zoning Department on a consulting basis. He was in charge of administering the City's Comprehensive Plan and Land Development Code. Homestead has been one of the fastest growing cities in America, and Mr. Corradino leads the processing of all their applications for development each year. Homestead is the southern terminus of the US-1 Bus lanes, and critical terminal node in the SMART Plan system. Homestead General Planning Services, Homestead, FL. The Corradino Group, Inc. was tasked with completing Comprehensive Plan Future Land Use Plan Map amendments, the rezoning of city -owned properties in downtown Homestead and amending the zoning code to allow for public and retail/entertainment facilities. Rockford Comprehensive Transit Study & Analysis, Rockford, IL. Project Manager. The Rockford, IL Comprehensive Transit Analysis was a data -intensive study. Within a few weeks of the notice to proceed, Corradino mobilized a survey effort to collect boarding and alighting data for weekday, evening, Saturday and Sunday routes. In addition, passenger intercept surveys were conducted on all routes. In the fall of 2011, initial routing recommendations were implemented for an expansion service to Belvidere, an adjacent community. The public involvement process included two rounds of public meetings and interviews of key stakeholders and decision makers. The product of the analysis was a set of three operating scenarios based on various projected funding levels and system goals. Recommendations included integration of Rockford's new East Side Transfer Center into this radially oriented system. North Miami Express, North Miami, FL. Principal -in -Charge Corradino is evaluating the current 4-route NOMI express system in North Miami, FL. Analysis includes the potential rerouting and retiming of the circulator system, new technology and its applicability for transit management, investigating connections with Miami -Dade Transit, and the circulators in North Miami Beach, Bal Harbour/Surfside/Bay Harbor Islands and Miami Shores. This project will evaluate the financial structure and projected demands for the circulator and its continuous funding. Sarasota Transportation Concurrency Management Area, City of Sarasota, FL. Project Manager. The Newtown Comprehensive Redevelopment Plan adopted by the City on October 2002, seeks to revitalize a well-defined urban area through focused regulatory and policy strategies that promote economic redevelopment. The transportation strategy the City of Sarasota desired to promote their redevelopment with is the designation of the area as a TCMA. Corradino was hired to develop such development. Clearwater "One City, One Future" Strategic Master Plan, City of Clearwater, FL. Project Manager. The City of Clearwater has constructed an ambitious strategic vision, "One City, One Future", which capitalizes on the strengths of each segment of the Clearwater Community. One such community, the North Greenwood Neighborhoods, was satisfied with many of the previous plans and were eager to see them become reality. Therefore, each project suggested in this report is a highly realistic and should be undertaken within a three- year timeframe. Implementation was arranged in five primary areas: infrastructure/community facilities, community development/business, community relations, housing and social services. Comprehensive Plan, Zoning Code. Town of Cutler Bay, FL. Principal -in -Charge. Cutler Bay is the central node on the South Corridor, located at thejunction of the Transitway, US-1 and Florida's Turnpike. This critical location provides access for people from South Dade who wish to get to Downtown or Doral. Corradino serves as the Town's General Consultant assisting with transportation, planning and civil engineering projects. As part of this GES contract, Corradino produced the Transportation Master Plan and completed traffic calming analyses. Corradino led the effort to write the Towns' Comprehensive Plan, which led to a significant intensification and diversification of the land uses in the Southland Mall area. This activity is critical in providing the land use intensity required to support mass transit. Corradino also produced the Town's Land Development Regulations, provided cost estimates and scopes of services for major roadway reconstruction and paving, written grants, assisted with the development of Green policies and code regulations, evaluated economic development initiatives, structured aspects of the Capital Improvements Element, evaluated environmental characteristics of the community, acted as a liaison between the Town and Miami -Dade County Public Works, FDOT and the MPO, conducted public engagement and developed civil engineering and drainage plans. Florida Department of Transportation (FDOT), District 4, Districtwide General Planning Consultant, Systems Planning Support, City of Fort Lauderdale, FL. Project Manager, Corradino was selected as part of a team to assist FDOT District 4 in providing professional transportation planning services to supplement the FDOT District 4 Systems Planning staff, as well as, to serve as an extension to the FDOT District 4 Planning and Environmental Management Office. ENGINEERS • PLANNERS • PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 23 TAB 2 Experience & Qualifications MiAMIBEACH RFD 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP EDWARD NG, MPP, MPL, AICP Deputy Contract Manager Mr. Edward Ng, AICP is the Technical Vice President for Corradino's Planning Department, with experience in transportation, economic development, transit -oriented development, and land use planning. His work involves demographic analyses, preparation of and updates to comprehensive plans, grant writing, land use code revisions, geospatial planning analyses, GIS mapping, public outreach, and analyses of traffic facilities and operational data. He specializes in interdisciplinary aspects of planning, including transit -oriented development and complete streets. His recent projects involve land use, transportation, and comprehensive planning services with the Miami -Dade Transportation Planning Organization and the municipalities of Doral, Cutler Bay, Key Biscayne, North Miami, North Miami Beach, Hallandale Beach, and many others. Eddie is currently the Immediate Chair of the American Planning Association, Gold Coast Section Executive Board, and teaches the AICP exam preparation course for planners in Miami -Dade, Broward, Monroe, and Collier Counties. EXPERIENCE Fort Myers Beach Comprehensive Plan and LDR Update, Town of Fort Myers Beach, FL. Project Manager. This project will update the comprehensive plan and land development regulations with new requirements post Hurricane Ian. Conducted analysis of economic conditions and development, transportation, land use, and urban design. City of Fort Lauderdale Comprehensive Plan. Project Manager. This project completely revised and replaced the existing comprehensive plan, and introduce new elements such as Climate Change, Urban Design, and Economic Development, and build upon public school facilities by expanding the scope of policies in an Education Element geared for all ages. Conducting analysis of economic conditions and development, transportation, land use, and urban design. City of Miami Beach NoBe Ocean Terrace Neighborhood Urban Design Plan. Prime ConsultantlProject Manager. This study builds upon the City's prior visioning for the North Beach area of Miami Beach. Specifically, this plan focuses on an urban design plan for the Ocean Terrace neighborhood, which is located adjacent to the North Beach Town Center neighborhood as envisioned in the City's NoBe Master Plan. Comprehensive Plan Amendments - Climate Change Element, Cutler Bay, FL. Planner. This comprehensive Plan includes a climate change element to deal with future sea level rise projects. Analysis was used to create policies related to high- and low -priority sea level rises. City of North Miami Beach General Services. Project Manager. Served as the City's Interim Planning Director, oversight included successful efforts to improve City's CRS program/rating. Conducts general planning ranging from affordable housing analysis to upcoming Vulnerability Assessment and Sustainability Analysis and LDR updates. Land Development Regulations Update, Town of Palm Beach. Senior Planner. Currently working with the Town to update its land development regulations in its first complete overhaul since the 1970s. Revised standards will include updates to address climate change considerations and urban design, including lot coverage, building heights and freeboard regulations, seawall regulations, and landscaping and drainage, among others, ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 24 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP EDWARD NG, MPP, MPL, AICP - PAGE 2 Gainesville 2045 Long Range Transportation Plan. Project Manager. Update to the Gainesville Metropolitan Transportation Planning Organization's 2045 Long -Range Transportation Plan. This plan will take a Complete Network/Complete Streets approach, with modeling and financial analysis to provide a prioritized list of transportation infrastructure projects for Gainesville City of Hallandale Beach Transit Mobility Plan. Project Manager. This project evaluated the City's prior Transportation Master Plan, with updates to local LOS determinations, intersection analyses, and planning for transit, pedestrian, and bicycle facilities. The analysis particularly focused on creating a new primary and secondary bicycle infrastructure grid, incorporated basis of design reports and local district planning, and included recommendations for new roadways transit system development. Transportation Master Plan Update, City of Doral, FL. Project Manager. This project evaluated the City's 2010 Transportation Master Plan, with updates to local LOS determinations, intersection analyses, truck routing, and planning for transit, pedestrian, and bicycle facilities. The analysis also included reviewing the City's impact fees and a finalized project list that was incorporated into the City's Capital Improvements Program. Virginia Gardens EAR, Virginia Gardens, FL. Project Manager. This report evaluated the Village's comprehensive plans and goals to provide a determination of sufficiency in meeting state statutory requirements. The Evaluation and Appraisal Report determined the need to amend the local Comprehensive Plan to fulfill state law mandates and update the planning horizon to 10 years. Oakland Park Culinary Arts District Mobility Plan, Oakland Park, FL. Project Manager. District mobility and multimodal transportation planning for the Culinary Arts district in Oakland Park's CRA. Plan included the redevelopment of Main Street (12th Avenue) to include a new trolley and potential pedestrian corridor, as well as revisions to current District Design guidelines and recommendations for DUMD regulations. As part of this study, a district parking analysis was also conducted. Miami -Dade TPO First-Mile/Last-Mile Mobility Study, QA/QC Officer. This study evaluated the state of First Mile/Last Mile (FLM) mobility strategies and infrastructure nationwide. Beyond reviewing best practices for transference to the Miami -Dade area, the study explored basic urban travel demand assumptions, infrastructure characteristics and mobility delivery models to develop a basis for a ground -up understanding of how and when to implement different FILM strategies based on development contexts and primary corridor transit characteristics. Town of Miami Lakes NW 59th Avenue Bridge Extension. Project Manager. This study is an evaluation of a new bridge's traffic impact on regional and local traffic via travel demand modeling. The proposed bridge, on NW 59th Avenue, is a missing link on a local collector roadway. The study determined that, based on modeling results, the system would have a net benefit from the building of the bridge. City of North Miami Beach City Building ADA Master Plan. QA/QC Officer. This project consisted of a review of existing city owned building and adopted policies and regulations in regard to the Americans with Disability Act. 5 of 15 facilities were deemed to be insufficient in meeting local needs. The resulting report indicated deficiencies within the Town and provided an action plan to eliminate ADA deficiencies in the next several years. Miami -Dade County TPO SMART Plan/North Corridor. Assistant Project Manager/Senior Planner. On April 21, 2016, the Miami -Dade TPO Governing Board passed the Strategic Miami Area Rapid Transit (SMART) Plan recognizing the community's long-standing desire to advance a program of rapid transit and supporting projects to address the mobility needs throughout Miami -Dade County. The six SMART Corridors are: North Corridor (NW 27th Avenue); South Dade TransitWay; Tri-Rail Coastal Link (NortheasUFEC Corridor); East- West Corridor (SR-836); Kendall Corridor; and Beach Corridor. Town of Cutler Bay Complete Streets Corridor Analysis, Cutler Bay, FL. Project Manager. This study developed guidance through the development of street specific cross sections to implement Complete Streets for four corridors in Cutler Bay (NW 87th Avenue, Marlin Road, Gulfstream Road, and Franjo Road), based on the Town's roadways characteristics, current conditions and pedestrian, bicycle and transit facilities. Additionally, policies related to implementation are being reviewed to provide recommendations for changes to the local code of ordinances. ENGINEERS • PLANNERS • PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 25 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADiNO GROUP ERIC CZERNIEJEWSKI, PE, ENV SP Project Manager Mr. Czerniejewski has 25 years of experience in transportation engineering design, traffic engineering and transportation planning. Mr. Czerniejewski has experience in transportation projects that include preparation of traffic studies including corridor studies, traffic impact studies, mobility studies and parking utilization and reduction studies. He is also specialized in signalization design, roadway design, managing, designing and permitting select transportation infrastructure engineering projects; planning and developing civil engineering design documents; and coordinating construction engineering and inspection. Some of his relevant municipal traffic engineering experience includes currently serving as Project Manager for the City of Miami Beach Traffic and Transportation Engineering General Engineering Consultant Services contract. Eric also served as City Traffic Engineer for the City of Weston, City of Pembroke Pines and Town Traffic Engineer for the Town of Surfside. He served as Project Manager for the Miami Dade TPO SMART Plan General Planning Consultant Contract including the South Dade Transitway Study from Pinecrest to Florida City. He served as the Transportation Manager for the City of Fort Lauderdale. Extensive experience in traffic engineering services for Complete Streets corridors including most recently for Las Olas Blvd. EXPERIENCE City of Miami Beach Traffic and Transportation Engineering General Engineering Consultant Services Contract, Miami Beach, FL. Project Manager. Mr. Czerniejewski provided General on -call traffic engineering services to the City of Miami Beach Transportation and Mobility Department including peer review of development and redevelopment projects for the City's land use boards. This included several projects including the Terminal Island One Island Park project. Town of Surfside General Traffic and Transportation Engineering Services Project Manager. Consultant on the Continuing Services Contract serving as Engineer of Record for traffic and transportation engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the Town with the Miami Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. The Consultant completed a variety of traffic and transportation engineering and transportation planning services including the following task work order assignments: Townwide Traffic Study, SR Al Collins Avenue Traffic Signal Warrant Analysis, One -Way Pilot Program, Speed/Volume Traffic Study and 88th Street Corridor Study. Fort Lauderdale Las Olas Streetscape Corridor Study, City of Fort Lauderdale, FL. Project Manager. The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and challenges to provide key components of a vision that will ground the future development of the area. The City of Fort Lauderdale is committed to promoting safe, accessible, multi -modal travel evidenced by its implementation of Complete Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Las Olas Boulevard must balance moving people efficiently through a balance of transportation needs, inclusive of pedestrian, bicycling, vehicular, and transit modes, with space programmed to safely accommodate other alternative modes of transportation such as scooters. The Conceptual Design included a consensus vision that enhances the branding for the Boulevard and the City's branding as both an international destination and the place for live, work, and play in South Florida. The Conceptual Design created a coordinated, iconic, context -sensitive design for the five distinct character areas. The traffic analysis included a review of the existing and future 2040 conditions. ENGINEERS - PLANNERS - PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 26 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP ERIC CZERNIEJEWSKI, PE, ENV SP - PAGE 2 Miami Dade Smart Plan General Planning Consultant City of Miami, FL. Project Manager. Consultant provided traffic engineering and transportation planning services for the South Dade Transitway corridor. Town of Cutler Bay Miscellaneous Traffic Engineering Services, City of Miami, FL. Project Manager. General on -call services, complete traffic studies for the development and redevelopment projects. (Including most recently the Southplace City Center & Alorica Mixed Use redevelopment projects). Provided extensive traffic engineering analysis for the updated Transportation Master Plan project. City of Doral Transportation, Planning and General Engineering Services, Doral FL Lead Traffic Engineer. Consultant provided traffic engineering services for several task work orders including the Section Eight Traffic Calming Study. Corradino provided traffic calming features for the Section Eight neighborhood in Doral, Florida. The objective of this study was to determine if improvements are necessary to maintain the quality of life for the residents by managing traffic concerns in an appropriate fashion to minimize through traffic intrusion into the residential neighborhood and to maintain vehicle speeds at suitable levels. Two public involvement meetings were held to engage residents in the local area. Following traffic count and speed measurements, traffic calming measures were recommended. Hallandale Beach Boulevard (SR 858) Corridor Study, Hallandale Beach, FL. Project Manager. Mr. Czerniejewski performed the design and permit approvals for FDOT and Broward County Traffic Engineering Department for the conversion of two Hallandale Beach one way collector roadways, to two-way facilities. The two key issues addressed were meeting the alignment criteria and not causing additional delays in traffic Flow on Hallandale Beach Boulevard (HBB). The alignment was not an issue since a southbound through movement was not being provided at either intersection. The analysis of the traffic flow on HBB requires a progression analysis of the traffic signals from 14th Avenue to SR Al A, which illustrated how the signal cycles affected the traffic flow. In addition, left turn flashing arrows (permitted left turn), elimination of pedestrian crosswalks and modifications to signals to eliminate crossing maneuvers, reduction cycles and improvement to traffic flow were also a part of the traffic analysis. Consultant evaluated all the traffic signals along HBB (SR 858) between US-1 and SR A1A. Consultant services provided included traffic engineering and transportation planning, surveying, roadway and drainage design, public participation and utility coordination. This project included peak hour manual turning movement count data collection, intersection capacity analysis in Synchro and timing implementation, evaluation and fine tuning with Broward County Traffic Engineering Division in order to certify the proposed signal operation plan for this intersection modification. Fort Lauderdale Transportation and Mobility, Fort Lauderdale, FL. Transportation Manager. He was the Transportation Manager for the City of Fort Lauderdale Transportation and Mobility Department managing the traffic engineering, transportation planning and traffic design program. Developed the Uptown Link and Route Extensions for the Downtown Fort Lauderdale Transportation Management Associations' Citywide Sun Trolley community bus service, developed and submitted relevant grant applications for transportation and transit projects including TIGER, Transportation Enhancement, EPA Green Streets and FTA New Freedom, developed the key citywide long-range transportation plan including the 2015-2035 comprehensive strategic multimodal program. The Consultant conducted an analysis of the City's community bus system which included a review of the current service and development of a comprehensive strategy to create a sustainable, efficient, and customer -centric transit service. Mast Arm Conversion Group Phases I&II, Horsepower Electric (Client) Program Manager. Mr. Czerniejewski for the Design Build professional services associated with the conversion of span -wire supported traffic signal at 35 intersections across Broward County. Consultant provided engineering and design services, plans preparation, utility coordination, permitting, public involvement, coordination with adjoining projects, minor roadway reconstruction and paving, signing and pavement marking, ADA compliant sidewalk reconstruction, traffic signal retiming and optimization, traffic signal design and construction, installation of underground conduit and interconnect cable, installation of monitoring devices (video detection), installation of vehicle pre-emption systems necessary to provide the traffic signalization improvements in accordance with Broward County and FDOT specifications. This project included peak hour manual turning movement count data collection, intersection capacity analysis in Synchro and timing implementation, evaluation and fine tuning with Broward County Traffic Engineering Division in order to certify the proposed signal operation plan for each intersection. Downtown Boca Raton Traffic Study, Boca Raton, FL. Project Manager. Mr. Czerniejewski was the Project Manager and Traffic Engineer for the preparation of a traffic study at the intersection of Palmetto Park Road and NE/SE 5th Avenue which examined the safety and the operation of the intersection of Palmetto Park Road and NE/SE 5th Avenue and seven other surrounding intersections and enumerated at least three viable improvement concept plans. The alternative analysis included quantitative and qualitative elements such as Safety, Context Sensitivity, Capacity, Benefit Cost and Fatal Flaw analysis as well as the evaluation of bridge preemption and signal coordination with the subject intersection. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 27 TAB 2 RF EXPERIENCE ce & Qualificatio MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MIKE CISCAR, PE QA/QC Corradino's Vice President of Engineering and Planning has 35 years of experience in the field of civil and transportation engineering. Mr. Ciscar oversees all of Corradino's engineering operations in South Florida, Corradino's projects range from planning and design to major expressway corridor studies, highway design, and construction assistance. Prior to joining Corradino, Mr. Ciscar had a distinguished 16-year career with the Florida Department of Transportation's District Six office and served as the District Environmental Management Engineer for 5 and '/2 years. In his capacity as the Environmental Management Engineer, he directed the activities of the District Environmental Management Office to ensure compliance with all FDOT objectives, Departmental policies, and FHWA requirements, as well as all federal, state, and local laws and regulations. The primary function of the office was to perform Project Development and Environment (PD&E) Studies. This entails performing engineering and environmental studies, documenting the studies in the form of engineering reports and environmental documents, and conducting extensive public and inter -governmental coordination. Mr. Ciscar was responsible for obtaining all environmental permits and approvals for all of the District's projects. FDOT, D6, NW 741h Street from NW 741h Avenue to NW 691h Avenue and NW 69th Avenue from NW 741h Street to FEC Hialeah Railyard Entrance — Miami Dade County Project Length: 0.749 miles. Principal -in -Charge. The scope of this project consists on reconstruct Local NW 74th Street from NW 74th Avenue to SR 969 NW 72nd Avenue Milam Dairy Road and will also perform RRR improvements including milling and resurfacing on Local NW 74th Street from SR 969 to NW 69th Avenue. The project will also reconstruct NW 69th Avenue from Local NW 74th Street to the Hialeah FEC Rail Yard Entrance and upgrading pedestrian ramps to comply with ADA standards. Juan is responsible for designing roadway improvements that include reconstruction, milling and resurfacing, pavement markings, and sidewalks/curb ramps to comply with ADA standards, preparing the Flexible Pavement Design Package, Design Exceptions, and Design Variations. FDOT D6, East/West Corridor Multimodal (Transit) Study Review. Project Manager. The purpose of the assignment is to further explore the findings of the summary briefing that had been presented to Senior management of the department, and to assist the department in planning the potential development of an East-West Multimodal (Transit) Corridor within Miami -Dade County, and to prepare a full Draft report for submittal to the Department. FDOT D6, SR 826 East/West PD&E/SIMR Study, Add Express Lanes/Bus Rapid Transit. Deputy Project Manager and Public Involvement Functional Manager for the CE-11 study to add managed lanes and modify interchanges along the SR 826/Palmetto Expressway corridor from 1-75 to Golden Glades Interchange, with the objective of improving mobility, relieving congestion and providing additional travel options in the area. FDOT D6, SR 826 North/South PD&E Study, Add Express Lanes/Bus Rapid Transit. Deputy Project Manager and Public Involvement Functional Manager for the CE-II study to add managed lanes along the SR 826/Palmetto Expressway corridor from SR 836/Dolphin Expressway to 1-75, with the objective of improving mobility, relieving congestion and providing additional travel options in the area. Location Design Concept Acceptance (LDCA) was obtained in a record time of 12 months. FDOT D4, 1-95 PD&E Study, Add Express Lanes/Bus Rapid Transit (Phase 3). Project Manager and Public Involvement Functional Managerfor a widening/reconstruction interstate corridor study, including transit components, managed lanes, interchange modifications, and ITS implementation strategies. Public meetings, workshops and public hearing were required to obtain project Location Design Concept Approval (LDCA). ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 28 TAB 2 Experience & Qualifications MIAMSEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MIKE CISCAR. PE - PAGE 2 FDOT D4, PD&E Services for Tri-Rail Coastal Link from Miami to Jupiter, Palm Beach, Broward and Miami -Dade Counties, FL. Deputy Project Managerfor the NEPA evaluation meeting Florida PD&E and FTA guidelines. The project is analyzing the environmental impacts of providing new commuter rail service on the existing 85-mile section of FEC Rail line along the southeast Florida coast. The project includes environmental documentation of impacts for track operational improvements of additional third track, alternative analysis of 25 potential stations, crossing improvements, traffic impacts and drainage impacts. SR 924 is an 8.5-mile east/west highway connecting 1-75 and SR-826 in Hialeah and SR-909 (West Dixie Highway) in North Miami, FL. Project Manager. The westernmost five (5) miles (west of NW 32nd Avenue), named the Gratigny Parkway, is a limited access all - electronic toll road maintained by the MDX. The easternmost three (3) miles is a surface street called NW 119th Street, also known as Gratigny Road. Despite its relatively short length, SR-924 is a major east/west arterial in northern Miami -Dade County. SR 924 (Gratigny Parkway) West Extension Project Development and Environment Study, Miami -Dade, FL. Project Manager. The Miami -Dade Expressway Authority (MDX) is conducting a Project Development and Environment (PD&E) Study for (SR924), also known as the Gratigny Parkway, from SR-826 (Palmetto Expressway) to the Homestead Extension of the Florida Turnpike (HEFT) in Miami - Dade County, Florida. The objective of the study is to extend the SR-924 corridor from its current western terminus at SR-826 to the HEFT. The purpose of this extension is to improve access and meet east -west mobility needs for commuters and freight traffic. This improvement will alleviate existing and future local traffic congestion by providing improved access to the integrated expressway network of HEFT, SR924, 1-75 and SR826. The current lack of access to the expressways in the area and the lack of direct connections within the expressway network have created congested traffic conditions throughout the study area. FDOT D4, 1-95 Corridor Planning Study, Express Lanes/Bus Rapid Transit Feasibility Study. Deputy Project Manager and Public Involvement Functional Manager on a planning study for the development of managed lanes, ramp improvements, interchange modifications, evaluation of ITS technologies, and other types of transportation improvements covering the 1-95 corridor throughout Broward and Palm Beach counties, FL. Environmental Assessment Study for Park & Ride Facility, Miami -Dade Transit (MDT). Principal -in -Charge for this Environmental Assessment Study for the Park & Ride Facility at SW 34411 Street and Busway in Florida City. FDOT D4 and D6, 1-95 Express PD&E Study. Project Manager for the preparation of a CE-II for the implementation of two express lanes in each direction on 1-95 from 1-395 in Miami to Broward Boulevard in Fort Lauderdale. The Florida Department of Transportation (FDOT), in cooperation with local transit partners, developed a project to manage congestion and provide travel options in South Florida. The project, called 95 Express, was a combined Bus Rapid Transit/Managed Lane project. Existing lane and shoulder widths were slightly reduced so that an additional lane could be provided on 1-95 in each direction without expanding the corridor. The two existing High Occupancy Vehicle (HOV) lanes and two new lanes on Interstate 1-95 were converted to limited access Managed Lanes. The Managed Lanes can be used by 95 Express Buses, vanpools and registered carpools for free while other vehicles can use the facility by paying a variable toll. The toll rate will vary depending on the time of day so that the Managed Lanes can be free flowing - at approximately 50 MPH - at all times. The Managed Lanes provide a reliable option that is there for you when you need it. FDOT D4 and D6,1-95 Express Lanes/Bus Rapid Transit PD&E/IOAR Study, Add Express Lanes (Phases 1 & 2). Project Manager and Public Involvement Functional Manager in cooperation with local transit partners, developed a pilot project to manage congestion. FNGINFFRC • PI ANNFRC • PRnC.RAM MANAGFRC • FN\/IRnNMFNTAI Sr-IFNTISTC THE CORRADINOGROUP 29 TAB 2 Experience & Qualifications NtIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP VANESSA SPATAFORA, PE Traffic Engineering/Traffic Data Collection Mrs. Spatafora has 12 years of engineering experience. She has performed all facets of roadway design and has extensive experience with Florida Department of Transportation (FDOT) procedures, including plans production, preparation of specifications, maintenance of traffic, and cost estimates. In addition, Mrs. Spatafora has considerable highway, intelligent transportation system, crash data analysis and safety evaluation experience. EXPERIENCE • Perform Project Development and Environment Studies (PD&E) • Analyze and develop alignment alternatives for complex highway improvements projects including typical sections, conceptual plan layouts, maps, drawings, right of way maps and other graphical material. • Analyze various typical section alternates for proposed facilities. • Generate project cost estimates including engineering cost, construction cost, right of way cost and maintenance cost. • Make field inspection trips to collect and accumulate information and/or assist in field studies necessary for the preparation of project development studies, preliminary design, cost estimating and other efforts. • Assist with the preparation of material to be incorporated in project development reports, traffic analysis reports, justification reports, special reports and handout materials. Duties also include assisting in the assemblage of reports, documents and other materials. • Assist with the development of design presentations for public meetings, elected officials and citizens providing the necessary information to assure the public is sufficiently informed on the proposed projects and improvements, • Assist with the preparation of material to be submitted to area planning boards, cities, counties, governmental or other agencies for comments and approval. • Attend and assist with the preparation of public workshops, meetings and hearings. Miami Dade Transportation Planning Organization SMART Plan General Consultant Services - Project Manager. Served as in- house support staff to assist in the development and administration of the Strategic Miami Area Rapid Transit (SMART) Plan studies. Completed quality control reviews, research and analysis as required to support the Miami Dade TPO staff. Fort Lauderdale General Traffic and Transportation Engineering and Transportation Planning Services - Project Engineer. Serving as in-house support staff as Transportation and Mobility liaison to the Department of Sustainable Development for traffic reviews for development projects Biscayne Everglades Greenway Traffic Study, City of Homestead, FL - Project Engineer. Corradino conducted a Traffic and pedestrian Study for the Homestead Biscayne Everglades Greenway. The study focus was on the three proposed pedestrian crossings just to the south of Canal C-103 bridges/structures located at SW 162nd Avenue, SW 152nd Avenue and SW 147th Avenue. The three pedestrian crossings were analyzed for speed data, projected vehicle, pedestrian and bicycle volumes, operational analysis of roadway segments, sight distance and crash data. City of Aventura Traffic Engineering Services - Project Engineer. Providing traffic consulting services, acting as Engineer of Record for traffic engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 30 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023 030 ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP VANESSA SPATAFORA, PE - PAGE 2 analysis, public school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the City with the Miami -Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. FDOT D2, 1-10/US 301 Interchange PD&E/IMR Study, Duval County, FL. Project Development Engineer. Responsible for report development, crash data analysis and safety analysis. Interchange improvements; 3 Miles in Duval County, responsible for report development, crash data analysis and safety analysis. Interchange improvements included the construction of a new US 201 northbound to 1-10 eastbound on -ramp in the southwest quadrant of the interchange, the reconstruction of the loop ramp in the southwest quadrant of the interchange and the construction of a new two-lane 1-10 westbound to US 301 off -ramp in the northeast quadrant of the interchange. FDOT D6,1-75 PD&E/SIMR Study, Miami -Dade County, FL. Project Development Engineer. Responsible for report development, crash data analysis and safety analysis. Add express lanes; 8.6 miles in Miami -Dade County; responsible for report development, crash data analysis and safety analysis. This project was located in northwestern Miami -Dade County and was approximately 8.6 miles in length, from SR 826 to just north of the Miami-Dade/Broward County Line. The project consisted of the potential addition of reversible/special use lanes, auxiliary lanes, interchange improvements and other transportation enhancements. FDOT D4, 1-95 Corridor Express Lanes Feasibility Study, Broward and Palm Beach Counties, FL. Project Development Engineer. Responsible for report development, crash data analysis and safety analysis. 65 Miles in Broward and Palm Beach Counties; a planning study for the development of managed lanes, ramp improvements, interchange modifications, evaluation of ITS technologies, and other types of transportation improvements covering the 1-95 corridor throughout Broward and Palm Beach Counties, Florida. [Subconsultant.]. PBS&J, Orlando, FL - Engineer /, Transportation Graduate Program. • Trained in the areas of ITS, Tolls, and Roadway Design. Major emphasis of training was in ITS and Roadway Design. • Assisted in the preparation of roadway plans for US 27 from North of Lake Road to North of Cluster Oak Drive design/build proposal. • Assisted the Project Manager in coordinating stakeholder workshops. Attended workshops and prepared minutes and action items. • Prepared 30/60/90 plans for all phases of the Sarasota ATMS project. Developed quantity and pay items list during different stages of this design. Assisted in field reviews held to obtain information necessary to develop the ATMS design. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 31 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP GERALD G. GOLDEN, PE, PTOE Traffic Engineering/Traffic Data Collection Mr. Bolden has 20+ years of experience in transportation planning, traffic engineering, and geometric design. His specific experience includes corridor studies, roadway safety audits, interchange studies, traffic impact studies, traffic signal design, operations and timing, Intelligent Transportation System (ITS) planning and design, capacity analysis and modeling utilizing HCS, CorSIM and Synchro, intersection geometric designs, workzone traffic control plans, and cost estimates, EXPERIENCE Tennessee Department of Transportation (TDOT), Continuing Traffic Engineering Services (Statewide). ClientlProject Manager. Mr. Bolden manages the complete oversight of the continuing services contract with TDOT. The project scopes include traffic signal warrant analysis, traffic signal design, traffic signal phasing and timing, roadway safety analysis, operational analysis, fiber- optic communications design, intersection geometric design, DSRC design and deployment guidance for signal and ITS, and roadway lighting. US 31 Pedestrian Improvements, City of Spring Hill, TN. Project Manager/Engineer-of Record for the development of ADA improvements and traffic signal modification plans are three heavily congested intersections along the northern segment of the US 31 corridor in Spring Hill. The improvements included ADA curb ramps, pedestal poles for push buttons, pedestrian signal displays, traffic signal heads, and traffic signal timing plans to accommodate the pedestrian crossings. South Young Street Roadway & Utility Design, City of Sparta, TN. Project Manager and Lead Engineer responsible for the completion of the design package for roadway improvements, sidewalks, retaining walls and storm drainage for a collector roadway. The project included approximately 0.8 miles of roadway improvements, approximately 0.6 miles of sidewalks and pedestrian facilities, approximately 500 linear feet of retaining walls and storm drainage structures. Mallory Lane -Liberty Pike Intersection Design, City of Franklin, TN. Design Manager for the design of the intersection of Mallory Lane and Liberty Pike in the Cool Springs area of Franklin. Based on future traffic projections for the continued growth in the area, the current intersection layout cannot adequately accommodate the traffic demand. The scope of the project consists of traffic volume projections, operational analysis, development of recommended intersection configuration, survey, development of intersection right-of- way and construction design plans and bidding assistance. The full buildout of the intersection will include dual left turn lanes, as exclusive right -turn lane and two or three through lanes on all approaches. SR-50, from SR-106 to SR-11 (US 31 A), TDOT, Marshall County, TN. Project Manager and Engineer -of -Record for five traffic signals located at various intersections on a 2.2 mile section of SR 50 (US 431) in Marshall County, Tennessee. This is a roadway widening project that includes traffic signal modifications including pedestrian signals, pushbuttons, and crosswalks. Tasks included: design of the traffic signal equipment; traffic signal wiring diagram; phasing and timing of each traffic signal; and pedestrian facility integration. SR-35, from near Sims Road to near Grapevine Hollow Road, TDOT, Sevier and Jefferson Counties, TN. Design Manager for the widening and relocation of a 6.0+ mile two-lane roadway section to a five -lane typical section through mountainous terrain in east Tennessee. Portions of the corridor were designed on a new alignment due to environmental and right-of-way constraints. City of Franklin ITS Extension, Franklin, TN. Design Lead and Engineer -of -Record as a subconsultant for design of the City of Franklin ITS extension project. The scope includes completion of Systems Engineering Analysis (SEA), coordination with TDOT Local Programs Development Office (LPDO), layout of fiber optic communications along Cool Springs Boulevard, layout of traffic signal interconnection ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 32 TAB 2 Experience & Qualifications MIAMBEACH RFQ 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP GERALD G. BOLDEN, PE, PTOE - PAGE 2 throughout the City, design and installation of 6 CCTV cameras and coordination with the City Information Technology group on the fiber optic communications upgrade throughout downtown Franklin. Volkert, Inc. Transportation Design Group Manager. Responsible for day-to-day operations and management of 12-15 staff positions, business development and marketing of ITS (planning, design and CEI), traffic engineering, transportation planning, and geometric design projects. Also, function as project manager and lead engineer for ITS/traffic engineering and transportation planning and geometric design projects. Clients include Tennessee Department of Transportation and local municipalities and counties throughout Tennessee. Chattanooga Regional ITS System Phase I CEI, Chattanooga, TN. Project Manager and Resident Engineer for coordination, administration and oversight of the CEI activities. This project included an extension of wireless mesh communications to include an additional 115 signalized intersections in the central traffic signal control system, implementation of Wavetronix and Sensys Network detection devices throughout the system, and implementation of Insync adaptive traffic signal control along the Highway 153 corridor. Interstate 24 Corridor Feasibility Study, (TDOT), TN. Project Engineer. Responsible for the compilation of data related to existing and proposed ITS deployments, identification of future ITS projects based on traffic and accident data and assisted in coordination with local agencies and public meetings. The project was a 194-mile corridor study under contract to TDOT to examine potential multimodal transportation improvements that would address existing and emerging transportation system issues associated with this strategic corridor through central Tennessee connecting the Clarksville, Nashville, and Chattanooga urban areas. Shelby County Traffic Signal Inventory and Safety Analysis, Alabama Department of Transportation (ALDOT), Shelby County, AL, Project Engineer. Responsible for the full inventory of 167 traffic signals in 8th Division and Shelby County. The inventory included collecting intersection data such as overall geometry, signing and striping, signal operations, equipment information and overall conditions/ratings of each location. All data was compiled into a final report deliverable and presented to ALDOT for further analysis of each location for potential improvements. Metro Top Intersections, Nashville and Davidson County, TN. Mr. Bolden was responsible for leading the evaluation and design for 34 intersections identified as high -crash locations. This project included updating crash data, calculating crash rates, evaluating each intersection for operation and safety issues based on the Highway Safety Manual (HSM), proposing safety mitigation strategies and operational modifications, and designing the recommended improvements for each intersection. Recommended improvements varied from adding signage or modifying signal phasing to constructing additional lanes or widening the roadway. Concord Road CCTV and Signal Interconnect, Brentwood, TN. Project Manager and Lead Engineer for the Systems Engineering Analysis, design of three CCTV locations, traffic signal interconnections and utility make-ready, along the heavily traveled commuter corridor. The interconnection was accomplished with both aerial and underground fiber optic cable for communications to the City's TOC. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 33 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP RYAN SOL&Rios, PE, PTOE Complete Streets/Transportation Related Urban Design Mr. Solis -Rios' areas of expertise are planning, traffic operations, safety, and project development. As a former FDOT District Two Project Manager and now with the Corradino Group he has worked and finalized over 28 Planning and Project Development and Environment (PD&E) studies which included express lanes, system -to -system interchanges, service interchanges, interchange reports (IJR, IMR, IOAR), freeway systems, tolled roadways, principal arterial widening projects, and FIHS/SIS facilities. He brings a significant perspective by being involved with the initial project development phases, traffic analyses, and construction management. The following includes some of his project experience with The Corradino Group: • Perform Planning and Project Development and Environment Studies (PD&E) • Perform traffic studies and traffic analysis. Responsible for setting number of lanes, typical sections, intersections and interchange layouts for rural and urban roadways • Proficient in the application and interpretation of traffic flow and signal timing models • Analyze and develop alignment alternatives for complex highway improvement projects • Selection and analysis of various typical section alternates for proposed facilities • Responsible for planning conceptual Intelligent Transportation Systems (ITS) for interstate express lanes projects • Responsible for reviewing, producing and evaluating work effort to assure the preliminary engineering and environmental documentation is prepared in accordance to meet HCM, AASHTO, and NEPA standards • Generate project costs estimates (LRE) including engineering cost, construction cost, right of way cost, and maintenance cost. • Development of design presentations for public meetings, elected officials and citizens by providing the necessary information to assure the public is sufficiently informed on the proposed improvements EXPERIENCE SR 9341NW 74th Street from SR 826/Palmetto Expressway to US 27/SR 25/Okeechobee Road Strategic Intermodal System (SIS) Connector National Highway System (NHS) Connector Planning Study. Traffic Engineer. The FDOT is conducting a conceptual design analysis for potential roadway improvements in the vicinity of the SR 934/NW 74th Street SIS and NHS Connectors to the FEC Railway Hialeah Rail Yard that will benefit the movement of freight and goods in Miami -Dade County, Florida. Direct coordination with the FEC regarding the railway and area freight operations formed an integral part of this study. Anticipated growth in truck traffic/freight movement in the area was incorporated into the future build analyses; the primary focus of the improvements was to facilitate truck traffic into and out of the FEC Rail Yard; maintaining or improving overall operational conditions in the study area was a secondary consideration. Recommendations included short-term and long-term improvements to roadways in the vicinity of the Connectors. The analysis includes planning level right-of-way impact analyses and cost estimates 1-95 PD&E Study,13.5 Mile Add Express Lanes - Broward and Palm Beach Counties - Project Engineer/Traffic Engineer. Participated in the existing traffic data collection efforts by designing the methodology and actual traffic counts process and QA/QC. Developed Turning Movement Counts, AADT, and DDHV volumes. Analyzed the interstate corridor using HCS, Synchro, and VISSIM to evaluate the existing conditions and identify future improvements. The analysis included 7 interchanges including two system -to -system interchanges. Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques. The ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 34 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP RYAN SOLIS-RIOS, PE, PTOE - PAGE 2 project involved developing a conceptual ITS system to service the new proposed express lanes system and a Traffic Technical Memorandum. SR 924 West Extension PD&EISIMR Study, 12.5 Mile New Corridor Extension - Miami -Dade County - Deputy Project Manager/Traffic Engineer. Participated in the existing traffic data collection efforts by designing the methodology and actual traffic counts process and QAiQC. Developed Turning Movement Counts, AADT and DDHV volumes. Analyzed the interstate corridor using HCS, Synchro, and CORSIM to evaluate the existing conditions, future conditions, and identify future improvements. The analysis included 5 interchanges including two system -to -system interchanges and five arterial intersections. Conducted Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques. The project involved developing a conceptual ITS system to service the new proposed express lanes system. During this project, the following traffic reports were developed: Traffic Technical Memorandum, IMR, and SIMR Interchange Proposals. 1-75 Project Development & Environment (PD&E) Study, Florida Department of Transportation (FDOT), District 6, Miami, FL. Project Engineer for Project Development and Environment Study for roadway and transit improvements to SR-9311-75. Proposed improvements include the following elements: • The implementation of reversible lanes within the median. Access to and from the reversible lanes may be by either slip -ramps or special -use lane access ramps, with access control mechanisms; • Development of transitway (BRT) along the roadside of 1-75. The southern terminal station is proposed to be the Palmetto Metrorail Station (PalTran); • An Interchange Justification Report (IJR) for a new interchange in north Miami -Dade County to be provided at either NW 154 Street or NW 170th Street; • Restrict movement from 1-75 directly to NW 122nd Street via SR-826. The proposed modifications include the addition of a new ramp movement from 1-75 running parallel to SR-826 but west of the existing southbound roadway overpassing NW 122nd Street and merging onto southbound SR-826 prior to NW 103rd Street. They also include a slip ramp from 1-75 to the existing frontage road south of 1-75 to provide access to NW 122nd Street. Project Cost: $2,500,000; Construction Cost: Est. $5,700,000. 1-101 US 301 Interchange PD&EI IMR Study, 3 Mile Interchange Improvements - Duval County - Project Manager/Traffic Engineer. Developed Turning Movement Counts, AADT and DDHV volumes. Analyzed the interchange using HCS, Synchro and SIMTraffic to evaluate the existing conditions and identify future interchange improvements. The analysis included two arterial intersections and two interstate ramp terminals. Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques. During this project, the following traffic reports were developed: Design Traffic Memorandum, Traffic Analysis Technical Memorandum, and an IMR Interchange Proposal. 1-75 PD&EI SIMR Study, 8.6 Mile Add Express Lanes - Miami -Dade County - Deputy Project ManagerJTraffic Engineer. Developed AADT and DDHV volumes. Analyzed the interstate corridor using HCS, Synchro and CORSIM to evaluate the existing conditions and identify future improvements. The analysis included 7 interchanges including two system -to -system interchanges. Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques and an IJR Interchange Proposal. 1-95 Express PD&E Study, Florida Department of Transportation (FDOT), Districts 4 and 6, Miami, FL. Project Engineer for the preparation of a CE-11 for the implementation of two express lanes in each direction on 1-95 from 1-395 in Miami to Broward Blvd. in Ft. Lauderdale. The FDOT, in cooperation with local transit partners, developed a project to manage congestion and provide travel options in South Florida. The project, called 95 Express, was a combined Bus Rapid Transit/Managed Lane project. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 35 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP GORKY CHARPENTIER, PE, CGC Complete Streets/Transportation Related Urban Design Gorky Charpentier has more than 30 years of experience in design and management of transportation and municipal projects during design and construction stages. His Florida Department of Transportation (FDOT) and Municipal experience includes the management of groups and teams for technical execution of complex roadway projects. EXPERIENCE Brightline At -Grade Railroad Crossings, Project Role: Roadway Lead. Responsible for modifications to all the intersecting roads with the FEC railroad tracks on Palm Beach County, Martin County and St. Lucie County. The scope included roadway, signing and pavement marking and construction layout plans for 74 railroad crossings. Golden Glades Interchange - Master TCP Development, Miami -Dade County. Manage the development of a Master TCP design for the Golden Glades Interchange; a $600M interchange project consisting of a total of nine segments being designed by six different engineering firms for the Florida Department of Transportation District 6. Analyze TCP design alternatives for constructability and feasibility while maximizing safety and minimizing impacts to the traveling public. Managed a robust team of engineers to identify project constraints including complex bridge construction, night-time interstate roadway pavement reconstruction, and continual maintenance of access to Express Lanes during all phases of construction. NE 203 St, Roadway Intersection Improvements between SR 5/US-1 and West Dixie Highway. The project consists of the removal of an at -grade vehicle and pedestrian railroad crossing, the construction of two new ramp bridges, widening of an existing bridge and the construction of a pedestrian bridge. In addition, there are multiple signal, lighting and drainage improvements. Project Amount: $48M, SR 8261Palmetto Expressway Project from SR 92411-75 Interchange to west of NW 17 Avenue in Miami -Dade County. Owner's Representative in charge of coordinating the design among the 6 different consultants. The services included to provide General Engineering Consultant services as needed to support the Department in the management of and submittal of this project. The scope included but not limited to submittal reviews, analysis of design issues, coordination with District Design Engineer, Public Presentations, etc. 1-4 Ultimate Public Private Partnership, FDOT District 5, Design -Build, Orange County, FL. The project consists of reconstruction of a 21-mile section of 1-4. Responsible for the QAIQC of Roadway and TCP documents in Area 4 (Maitland Blvd to SR 434). 1-595 Reconstruction, FDOT District 4, Length of Corridor: 10 Miles Project Role, Broward County, FL. Project Manager- Post Design Services. In charge of leading the post design services related to the $1.3 Billion, Public -Private Partnership project. Duties included the post -design services, managing requests for information, shop drawing reviews, field change requests, traffic control plan adjustments, field visits and resolution of conflicts in the field. It also involved the administrative duties including management of a large design team, with several consultants, invoicing, progress reporting, and project management office administration. 1-595 Reconstruction, FDOT District 4, Length of Corridor: 10 Miles Project Role, Broward County, FL: Roadway Lead Engineer. In charge of leading the design team for all structural components in a $1.3 Billion, Public -Private Partnership project. 1-564 Intermodal Connector Design -Build, US Department of Transportation, Norfolk, VA: Project Role: Production Manager. Proposed improvements include the construction of 1-564 interchange, bridges and local connectors, associated with the 1-564 Intermodal Connector. In addition, the project includes improvements on Naval Station Norfolk, Naval Support Activity Hampton Roads and Norfolk International Terminals. Project Construction Cost: $90 M ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 36 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JUAN A. SOTERO, PE Transportation Related Urban Design/Roadway Design Mr. Sotero has 18 years of experience in the fields of civil and roadway engineering and is a project engineer responsible for assisting in designing and producing roadway plans for Florida Department of Transportation (FDOT), Miami -Dade County and other municipalities. His experience consists of roadway design, signing and pavement markings, signalization, and drainage design. He prepares pavement design reports, typical section packages, and design exception and variations reports. Furthermore, he assists in post design services and performs field inspections. EXPERIENCE FDOT, D6, NW 74th Street from NW 741h Avenue to NW 691h Avenue and NW 691h Avenue from NW 741h Street to FEC Hialeah Railyard Entrance - Miami Dade County Project Length: 0.749 miles. Florida Department of Transportation District 6 - FM No. 436479-1-52-01: The scope of this project consists on reconstruct Local NW 74th Street from NW 74th Avenue to SR 969 NW 72nd Avenue Milam Dairy Road and will also perform RRR improvements including milling and resurfacing on Local NW 74th Street from SR 969 to NW 69th Avenue. The project will also reconstruct NW 69th Avenue from Local NW 74th Street to the Hialeah FEC Rail Yard Entrance and upgrading pedestrian ramps to comply with ADA standards. Juan is responsible for designing roadway improvements that include reconstruction, milling and resurfacing, pavement markings, and sidewalks/curb ramps to comply with ADA standards, preparing the Flexible Pavement Design Package, Design Exceptions, and Design Variations. Sawgrass Expressway Proposal from Coral Ridge to Florida's Turnpike, Florida's Turnpike Enterprise, Broward County, FL. Responsible for preparing the signing and pavement markings plans of a six -mile widening of the Sawgrass Expressway from Coral Ridge Drive to the Florida's Turnpike. FDOT, D6, RRR Project, SR 826/Palmetto Expressway from SR 878/Snapper Creek Expressway to North of SR 986/Sunset Drive, Project Length: 0.928 miles, FM No. 430821-2-52-01, Miami -Dade County, FL. The scope of this project consists of milling and resurfacing of pavement markings improvements and upgrading pedestrian ramps to comply with ADA standards. Mr. Sotero is responsible for the design of signing and pavement marking improvements, preparing the Flexible Pavement Design Package, Design Exceptions, and Design Variations. SR 826/Palmetto Expressway RRR, Project Length: 1.343 Miles, FPID: 432743-1-52-01, Miami -Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the RRR of SR 826/Palmetto Expressway from its southern terminus at SR 5/US 1/S. Dixie Highway (MP 0.000) to just north of SR 878/Snapper Creek Expressway (MP 1.343). The project also includes upgrading of substandard guardrail terminals, replacement of guardrail to bridge railing transitions (Bridge 870129), upgrading bridge railing with vertical face retrofit (Bridge 870129), replacing bridge expansion joints and replacing all pavement markings. FDOT, D6, Reconstruction Project, 1-75 Express Lanes from County Line to SR 826, FPID 432687-1-52-01, Project Length: 3.07 Miles, FM No. 430821-2-52-01, Miami -Dade County, FL. Project Engineer. The scope consisted of adding two express lanes in the I- 75 median with egress and ingress points. Responsible for preparing the Flexible Pavement Design Package for design -build RFP documents. Coral Reef Elementary Safe Routes to School, Palmetto Bay, FL. Project Roadway Engineer. Responsible for the design and plans preparation for design -build RFP documents. The scope consisted of providing sidewalk to meet ADA standards, and pavement marking improvements for pedestrian accessing Coral Reef Elementary School in the Village of Palmetto Bay. The project was part of FDOT local agency programs. FDOT, D6, RRR Project, SR 959 (SW 5711 Avenue/Red Road) from South of LIS-1 to South of SR-976/SW 40th Street/Bird Road, Project Length: 1.826 miles. FM No. 428484-1-52-01, Miami -Dade County, FL. Project Engineer. This project consisted of milling and ENGINEERS - PLANNERS • PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 37 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JUAN A. SOTERO, PE - PAGE 2 resurfacing with cross -slope correction, improvements of pavement markings, and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA), Safety improvements at the intersection of US-1 and SW 571h Avenue, and signalization enhancements were also involved. FDOT, D6 — RRR Project. SR A1A (Collins Avenue) from North of Lincoln Road to Indian Creek Drive, Project Length: 0.835 miles. FM No. 425504-1-52-01, Miami -Dade County, FL. The scope of this project consisted of milling and resurfacing, improvements of pavement markings, and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA). Project Responsibilities: Project Engineer, responsible in the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count -down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. Town of Cutler Bay, Paving and Miscellaneous Drainage Improvements at Bel Aire Sub -Basin 8 Section 5.2., Project Length: 0.47 miles, Miami -Dade County, FL. Project Engineer. Design of drainage improvements, plans preparation, drainage calculations and permits. This project consisted of replacing two outfall structures to provide baffles and the installation of 360 linear feet of exfiltration trenches for additional flood protection. FDOT, D6, RRR Project, SR Al (Harding/Abbott Avenue) from Indian Creek Drive to South of 751h Street, Project Length: 0.55 miles. FM No. 419860-1-52-01, Miami -Dade County, FL. Project Engineer. The scope of this project consisted of milling and resurfacing, improvements of pavement markings, and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA). Project Responsibilities: Project Engineer, responsible in the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count -down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. FDOT, D6, Miscellaneous Pushbutton Design Consultant Services. Project Engineer. Responsible for the design and development of signalization plans for miscellaneous push-button design contracts throughout Miami -Dade County. FDOT, D6, SR5 (US-1) Exclusive Bus Lanes at SW 252"d Street, SW 26011 Street and SW 26411 Street Intersections, FM No. 250134- 1-32-01, Miami -Dade County, FL. Project Engineer responsible for the design and plans preparation of the signalization and signing and pavement marking plans. Also responsible for providing construction assistance and on -site inspections. The scope of this project consisted of the signing and pavement marking and signalization design at the above -mentioned intersections. FDOT, D6, RRR Project, SR 909 (West Dixie Highway) from North of N.E.151st Street to SR 826/NE 163rd Street, Project Length: 0.875 miles, FM No. 430819-1-52-01, Miami -Dade County, FL. Project Manager responsible for the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count -down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. FDOT, D6, Coral Way and SW 72nd Ave., Miami -Dade County, FL. Responsible for preparing a feasibility study concerning the widening of the median at the intersection of Coral Way and SW 72nd Ave. to provide space for median railroad crossing gates for vehicular traffic. The scope of services includes utility coordination, investigating and performing field reviews of existing conditions and preparing an alternatives analysis and a feasibility memorandum for submission to FDOT. FDOT, D4, Pines Boulevard/Flamingo Road PD&E Study, Broward County, FL. Responsible for preparing a corridor analysis report, assisting with the development of alternative corridor concepts, and performing crash and traffic analyses. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 38 RFQ 202 Experience & Qualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP FRANCISCO J. LEON, PE Transportation Related Urban Design/Roadway Design EXPERIENCE City of Hollywood- Design Construction Management Management of miscellaneous capital improvement projects throughout the city. Duties include initial design concept and design alternatives; plans production and team management, scheduling, quantities calculations, cost analysis and feasibility, permitting, work coordination and construction support. Other duties included managing the citywide 50/50 sidewalk reconstruction project, and ROW permit plans review and coordination as well as residents' concerns related to ROW permits. Hollywood Marina Boat Ramp improvements: reconstruction of boat ramps parking lot, $815,000 value. Colbert Elementary SRTS LAP project: Five miles of concrete sidewalk construction, $1.125M value. Tyler Street and N 13th Avenue traffic circle: $140,000 value. Miami -Dade County — Public Works Dept., Project Manager Managed miscellaneous ROW engineering projects including in-house projects from initial design concept and design alternatives; plans production and team management, scheduling, quantities calculations, cost analysis and feasibility, permitting, work coordination and construction support. Plans review; shop drawings review, worksite inspections, etc. • Old Cutler Drive Shared Use Path part of the US Bike Route 1, total length of approximately 15 miles, in-house design, construction value: 1.3M. • Consultant management — SW 147 Avenue from SW 26 Street to SW 10 Street. Approximately 1 mile of roadway combining including new construction, widening and milling and resurfacing and lighting. The Corradino Group, Inc. Project Engineer Engineering duties include initial design concept and design alternatives; plans production and team management, scheduling, quantities calculations, cost analysis and feasibility, coordination of work with clients, subcontractors, utility agencies and other principals; preparation of specifications and reports; and construction assistance duties. • FDOT VI: RRR projects, NW 87th Ave. from Flagler St. to NW 12 St.; Indian Creek/ SR AM Harding Avenue/ SR A1A; Big Coppitt Key; Spoil Island/ SL-15 Mitigation Site, Environmental Impact mitigation project. • FDOT IV: SR 700 RRR project- 18 miles that included slope protection design for an adjacent canal. • City of Hialeah, Florida. Project Manager for 18+ roadway reconstruction projects in less than 13 months. • Miami -Dade County: Participated in the following roadway reconstruction projects: SW 27th Avenue, from US 1 to Bay Shore Drive; SW 104th Street, from SW 137 Ave. to SW 157 Ave. Calvin Giordano & Associates. Inc., Project Engineer Responsible for design, plans production, quantities calculations, coordination of work with clients, and general support in the completion of existing projects. • FDOT IV: 1-95 Milling and Resurfacing Design Build, from Broward-Palm Beach County Line to Linton Blvd. • Palm Beach County: Okeechobee Boulevard, Milling and Resurfacing from Jog Road to Haverhill Road. R.J. Behar & Company, Project Engineer Duties included design alternatives, plans production, as well as preparation of specifications and reports; and construction assistance duties. • FDOT IV: Powerline Road, US 1 (SR 5) from County Line to Hallandale Beach Boulevard, RRR. ENGINEERS • PLANNERS • PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 39 B 2 Experience & Qualifications MIAMSEACH 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP FRANCISCO J. LEON, PE - PAGE 2 • FDOT VI: SR 907 Alton Road; Olive Avenue (Sr-5) from Lakeview to Palm Beach Lakes Blvd. Roadway reconstruction improvements. • City of Fort Lauderdale: NE 15th Avenue, roadway reconstruction. • City of Hallandale Beach: Ansin Boulevard, roadway reconstruction. • City of Tamarac: 19 miles of milling and resurfacing, pavement markings and signage along several roads throughout the city. The Corradino Group, Inc., d.b.a. Carr Smith Corradino, Design Engineer Duties included the preparation of drawings as well as design of water, sewer, and drainage implementation. Also paving and grading of the site including roadway and parking areas. • Miami -Dade County: Amelia Earhart Park, Soccer and Softball Complexes. • Miami -Dade County: Performance Arts Center of Greater Miami. • Universal Studios: Royal Pacific Resort Site Development. • Miami Dade College, Wolfson Center Parking Garage. • Jackson Memorial Hospital; North Parking Garage. • City of Opa-Locka: Curtis Drive Fire Protection Improvement, 2,500 LF of 8" Water Main for Fire Protection. City of North Miami Beach, Design Engineer Duties included all phases of design and construction of in-house projects including water, wastewater, and storm water. Duties ranged from general support of survey and construction inspection teams to the design of upgraded water and waste water lines. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 40 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP Jeffrey D. Coffin, PE Roadway Design/Signalization/ITS Analysis Mr. Coffin's areas of expertise include nearly all the facets of Roadway Design and Project Development and Environment (PD&E) Studies. Jeff has over 25 years of experience in the Roadway Design/PD&E Industry, with a concentration of Express Lanes -related projects in the past 10 years. He has cutting -edge experience with Managed Lane/Express Lane conceptual design along with complex interchange design. Some of this experience includes: Preparing highway plans for PD&E studies, corridor studies, minor highway roadways design projects, major highway design projects; Generating roadway construction cost estimates using the Florida Department of Transportation (FDOT) Long Range Estimate (LRE) software; Designing conceptual minor/major/controlled access, highway facilities and interchanges in order to select the most feasible and cost-effective design; and Roadway design and preparation of roadway plans for numerous projects in accordance with the Florida Design Manual, including complex interchange geometry, roadway cross sections, profiles, MOT design and plans, right of way acquisition, utility adjustment plans, drainage design, stormwater pollution prevention and typical section packages. EXPERIENCE Project Engineer/Lead Designer • Analyze and develop alignment alternatives for complex highway and interchange improvement projects for PD&E studies • Selection and analysis of various typical section alternatives for proposed facilities • Generate project costs estimates including engineering cost, construction cost, right of way cost and maintenance cost • Some of the most recent Project Experience is listed below: SR 869 (Sawgrass Expressway) PD&E Study, Corridor Widening and Interchange Improvements - Prime Consultant - 7.0 Miles in Broward County - Project Engineer - Preparation of a SEIR, design concept alternatives along the Sawgrass Expressway and Florida's Turnpike, structural considerations and SIMR. CR 609 Planning and Conceptual Engineering Study, New Corridor - Prime Consultant - 50 Miles in in Martin, St. Lucie, and Indian River Counties - Project Engineer - The study evaluated multimodal opportunities for a regional north -south corridor in the Treasure Coast area. The key components of the analysis were environmental impacts, travel demand, typical section alternatives, corridor alignment alternatives, utilities, right of way and project cost. 1-75 PD&E/ SIMR Study, Add Express Lanes - Prime Consultant - 8.6 Miles in Miami -Dade County - Lead Designer- Responsible for the express lanes design, interchange design, coordination with Client and other consultants and cost estimating (LRE). Concept development included 2 system -to -system and 5 service interchanges. 1-10/ US 301 Interchange PD&E/ IMR Study, Interchange Improvements - Prime Consultant - 3 Miles in Duval County - Lead Designer- Responsible for the design and analysis of multiple interchange concepts to select a recommended alternative. SR 826 North/South PD&E Study, Add Express Lanes - Sub -Consultant - 5.9 Miles in Miami -Dade County - Lead Designer - Responsible for the addition of express lanes and/or additional general-purpose lanes, which included highway design, complex conceptual design, interchange design, plans preparation, cost estimating (LRE), alternative selection, developing safety improvements and report generation. Concept development included 1 system -to -system and 6 service interchanges. 1-95 PD&E Study, Add Express Lanes (Phase 3) - Prime Consultant - 13.5 Miles in Broward and Palm Beach Counties - Lead Designer - Responsible for the addition of express lanes, which included highway design, complex conceptual design, interchange design, plans preparation, cost estimating (LRE), alternative selection, developing safety improvements, typical section package, design exception/variation packages and report generation. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 41 TAB 2 Experience & Qualifications MIAM►BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JEFFREY D. COFFIN, PE- PAGE 2 SR 924 West Extension PD&E/SIMR Study, New Corridor Extension, Connection with 1-75/SR 826 Express Lanes - Prime Consultant -12.5 Miles in Miami -Dade County - Lead Designer- Responsible for the freeway extension design connecting to the SR 826 and 1-75 express lanes systems, which included highway design, complex conceptual design, interchange design of three system - to -system interchanges, plans preparation, cost estimating (LRE), alternative selection, typical section package, design exception/variation packages and report generation. Concept development included 2 system -to -system and 2 service interchanges. SR 826 East/West PD&EISIMR Study, Add Express Lanes - Sub -Consultant - 9.2 Miles in Miami -Dade County - Lead Designer - Responsible for the addition of express lanes and/or additional general-purpose lanes, which included highway design, complex conceptual design, interchange design, plans preparation, cost estimating (LRE), alternative selection, developing safety improvements and report generation. Concept development included 2 system -to -system and 6 service interchanges. 1-295 (SR 9A) Western Beltway Corridor Planning Study, Express Lanes Feasibility Study - Prime Consultant - 35 Miles in Duval County - Lead Designer - Responsible for the conceptual design of express lanes, cost estimating (LRE) and the evaluation of the feasibility of several concepts in order to move forward to the PD&E phase(s). Concept development included 3 system -to -system and 15 service interchanges. 1-75 (SR 93) Corridor Planning Study, Feasibility Study - Prime Consultant - 112 Miles in Sumter, Marion, Alachua, Columbia and Suwannee Counties - Project Engineer - Feasibility Study to add corridor and interchange capacity. Evaluated express lanes, general use lanes and auxiliary lanes. The study focused on three areas:1) D2 & D5 corridor typical section evaluation; 2) D2 & D5 Truck operations and 3)13 Interchange improvements in D2, which involved 1 system to -system and 12 service interchanges. SR 826 PD&E/SIMR Study, Add Express Lanes - Prime Consultant - 7.2 Miles in Miami -Dade County - Project Engineer- Freeway express lanes project, which involved corridor -wide improvements, interim roadway and bridge improvements evaluation and implementation, interchange modifications, inter -phase coordination with adjacent MDX on -going projects and the evaluation of ITS technologies. Public meetings, workshops and a public hearing were required to obtain project Location Design Concept Acceptance (LDCA). ENGINEERS • PLANNERS - PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 42 TAB 2 Experience & Qualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARVIN GUILLEN Transportation Related Urban Design/Roadway Design Mr. Guillen is a Senior Roadway Design Engineer responsible for the design and production of transportation engineering projects for the Florida Department of Transportation, Miami -Dade County, and other municipalities throughout South Florida. Mr. Guillen has specialized ±►' expertise in horizontal and vertical roadway geometry; traffic signing and pavement marking; signalization, lighting, storm drainage design and storm water management; FDOT design, specifications and construction procedures. His highway designs range from $23,000 local road improvements to $40 million Interstate Highway mainline and interchange design and rehabilitation projects. Mr. Guillen has 30 years of experience in highway engineering design and construction, he has been with The Corradino Group for 25 years, where he has designed the horizontal and vertical roadway geometry of more than 100 projects during his tenure in the company. EXPERIENCE SR-907/Alton Road Reconstruction, Miami -Dade County, FL. Project Engineer. Responsible for assisting in the design and preparation of the Traffic Control Plans detailing the maintenance of vehicular and pedestrian traffic during the reconstruction of SR 907/Alton Road. The Traffic Control Plan from 43rd Street to Pine Tree Drive consists of a 3 Phase approach which proposes a large/safe work zone while decreasing overall construction time. This segment also includes traffic crossovers and temporary signalization. The Traffic Control Plan from Pine Tree Dr. to east of Allison Rd. consists of a 4 Phase approach which also includes temporary signalization and details for the proper/safe maintenance of traffic upstream and downstream of a bascule bridge adjacent to the project terminus. West 31 st and 32nd Streets and West 11th and 9th Avenues, Miami -Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the full roadway and drainage reconstruction as part of the City of Hialeah's Roadway Improvement Program. The newly designed drainage system consists of several self-contained French Drain systems that run the length of each street as is the policy in Hialeah. The proposed drainage and roadway improvement will be permitted though Miami -Dade County's RER Department. The project also includes lighting and signing & pavement marking improvements throughout the project limits. Extensive care was made during design to minimize impacts to existing landscaping, utilities and all other existing above ground objects. Task Work Order Based Contract, the City of Hialeah, FL. Design Engineer. The scope of these projects consists of aiding the City of Hialeah with the design and preparation of documents detailing the full roadway and drainage reconstruction of multiple streets, The projects also include lighting and signing and pavement marking improvements throughout the project limits. The reconstruction of these roads converted the existing flush shoulder condition to a curb and gutter section which required the raising and lowering of the roads to provide an adequate profile for drainage. The projects also added parallel parking where space permitted, and sidewalks and ramps were provided following the latest ADA standards. Throughout this contract Corradino has completed more than 20 projects over 15+ years. Some of the most significant projects are as follows; • East 7th Avenue from East 5th Street to East 9th Street and East 6th Street, East 6th Place, East 7th Street and East 8th Street from East 6th Avenue to East 8th Avenue • East 5th Avenue from East 12th Street to East 17th Street, East 13th Street, East 14th Street and East 16th Street from East 4th Avenue to East 6th Avenue Oceana Bal Harbour Signalization Improvements, Miami -Dade County, FL. Project Engineer. Responsible for all required engineering and permitting services with a complete set of construction documents and all required permits required to construct the required signalization modification at the intersection of SR A1A / Collins Avenue and Harbor Way to accommodate the proposed condominium development named the Oceana Bal Harbour. Work included the relocation of the pedestrian signalization from the existing mast arms to proposed pedestrian signal pedestals located adjacent to the new crosswalk locations; new mast arm and signalization controlled to replace the mast that is in conflict with the proposed north driveway to the property; replacement of all signalization loops ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 43 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARVIN GUILLEN - PAGE 2 that are damaged by any of the roadway construction; Signal Operating Plan modifications as required through Miami -Dade County Public Works and Waste Management Department's Traffic Signals and Signs Division. East 5th Avenue & East 10th, 12th, 13th, 14th and 16th Streets, Miami -Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the full roadway and drainage reconstruction. The newly designed drainage system consists of several self-contained French Drain systems that run the length of each street. This project is located in a densely residential neighborhood with multiple driveway connections per property. The reconstruction of the road converted the existing flush shoulder condition to a curb & gutter section which required the raising and lowering of the road in order to provide an adequate profile for drainage. The typical section conversion, profile modification and parking addition required extensive analysis of the connections to the existing properties at the right-of-way line to ensure positive drainage from the properties as well as driveways, sidewalk connections, etc. The project also included lighting, and signing and pavement marking improvements throughout the project limits. SR 9971Krome Avenue Interim Resurfacing, FPIDs 434390-1-52-01, 434930-2-52-01, 434930-3-52-01, 434930-4-52-01, 434930-5- 52-01 and 434930-6-52-01, Project Length: 1.472, 0.539, 0.563, 0.647, 0.572 and 2.110 miles Respectively, Miami -Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the maintenance resurfacing on 6 segments of SR 997/Krome Avenue from SW 297th Street (MP 3.701) to SW 136th Street (MP 13.654). Two of the projects are classified as RRR (434930-2 and 434930-6) and the other four projects are classified as Pavement Only Projects (POP). These projects are being performed in order to maintain and adequate Pavement Condition Survey Rating prior to the widening of the SR 9971Krome Avenue corridor that will take place in FY 2021-2022. SR 8261Palmetto Expressway RRR, FPID 432743-1-52-01 - Project Length: 1.343 Miles, Miami -Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the RRR of SR 826/Palmetto Expressway from its southern terminus at SR 5/US 11S. Dixie Highway (MP 0.000) tojust north of SR 8781Snapper Creek Expressway (MP 1.343). The project also includes the upgrading of substandard guardrail terminals, replacement of guardrail to bridge railing transitions (Bridge 870129), upgrading of bridge railing with vertical face retrofit (Bridge 870129), replacement of bridge expansion joints and replacement of all pavement markings. Florida Department of Transportation, District 6,1-75 Express Lanes from County Line to SR-826, Miami -Dade County, FL. Project Engineer. Responsible for the design and plans preparation for design build RFP documents. The scope consisted in the adding two express lanes in the 1-75 median with an egress and an ingress access point. FDOT, D6, Reconstruction Project -1-75 Express Lanes from County Line to SR 826, FPID 432687-1-52-01 — Project Length: 3.07 Miles, Miami -Dade County, FL. Project Engineer responsible for the design and plans preparation for design build RFP documents. The scope consisted in the adding two express lanes in the 1-75 median with an egress and an ingress access point. Reconstruction of East 7m Avenue from East 51h to East 91h Street, and East 6th Street, East 6th Place, East 7th Street, and East 8th Street from East 61h to East 8th Avenue, Hialeah - Project Length: 1.188 Miles, Miami -Dade County, FL. Project Engineer responsible for the overall design and development of the contract plans. The scope consisted of complete reconstruction, including new drainage, signing and pavement markings, and lighting, Coral Reef Elementary Safe Routes to School, Palmetto Bay, FL. Project Roadway Engineer. Responsible for the design and plans preparation for design build RFP documents. The scope consisted in providing sidewalk, ADA standards, and pavement marking improvements for the pedestrian accessing Coral Reef Elementary School in the Village of Palmetto Bay. The project was part of FDOT local agency programs. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 44 AB 2 Experience & Guali RFQ 2023.030-NO ns MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SEAN ROULEAU, El Complete Streets/Transportation Related Urban Design Mr. Rouleau has 10 years' experience with construction management, construction inspection, project coordination, contract administration, and design for the construction of bridges, roadways, traffic signal and intelligent transportation systems. He has a solid understanding of what it takes to design a functional intelligent transportation and traffic signal system. EXPERIENCE -65 ITS Design, Robertson Co., TN. Project Engineer for the 1-65 Corridor (Segment 4) ITS design for a fully deployed system, including dynamic message signs, CCTV cameras, radar detection units, fiber optic trunk line, AT&T Communications HUB site, fiber optic communications and power (hardwire or solar) for each device location. The design package includes device layout, conduit and fiber optic routing, fiber optic splice details, device mounting details, quantities and preparation of technical special provisions. Chattanooga Transit Signal Prioritization and Accessibility, Chattanooga, TN. Project Engineer for the planning, operational assessment and design package including transit signal prioritization design components, ADA upgrades, traffic signal design, intersection turn lanes, queuejump lanes, traffic signal communications and traffic signal timing plan development for the 37 signalized intersections along CARTA Route 4. City of Franklin ITS Extension Design, Franklin, TN. Project Engineer for design of the City of Franklin ITS extension project. The scope includes completion of Systems Engineering Analysis (SEA), coordination with TDOT Local Programs Development Office (LPDO), layout of fiber optic communications along Cool Springs Boulevard, layout of traffic signal interconnection throughout the City, design and installation of 6 CCTV cameras and coordination with the City Information Technology group on the fiber optic communications upgrade throughout downtown Franklin. -75 C� Hamilton Place Boulevard, Chattanooga, Hamilton CO., TN. Project Engineer to provide intelligent transportation systems design and traffic engineering services consisting of data collection; operational analysis; recommended intersection/ramp configuration and intersection design alternatives; traffic signal design; ITS relocation plans and communications infrastructure design; and roadway/interchange lighting design for the segment of 1-75 from near SR 153 to near Shallowford Road interchange per TDOT and industry standards. ITS Statewide On -Call, Texas Dept. of Transportation, Austin District, TX. Project Engineerfor the evaluation and migration from a SONET based infrastructure to an IP based network, with the placement of new roadside ITS devices and wireless communications, to facilitate traffic incident management. Also, created details for construction, retro-fit, installation and integration of all devices including foundations for poles, DMS signs, CCTV cameras, transformers, electrical services, fiber optic layouts and connections details. High Point Signal System, North Carolina DOT, High Point, NC. Design Engineerfor the site analysis, design plans special provisions and opinions of probable cost. The project included 260 signals, approximately 70 miles of fiber-optic cable, 38 traffic signal upgrades, 52 CCTV cameras, 13 railroad encroachment permits and enhancement of the Traffic Operations Center and video monitoring system. 1-95 South Smart Roadway Technology, Virginia DOT, VA, Design Support for various ITS components, including CCTV, dynamic message signs, fiber-optic, wireless, broadband and T-1 communications. Cool Springs Adaptive Signal Control Technology CEI, Franklin, TN. Lead Inspector and Local Programs Coordinator for this federally funded TDOT Local Programs Development Office (LPDO) project. The overall project objective is to deploy ASCT along Mallory Lane, Galleria Boulevard and Cool Springs Boulevard for a total of 19 intersections. The primary responsibilities include ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 45 TAB 2 RF rience & Qualifications MIAMBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SEAN ROULEAU, El - PAGE 2 inspection of the vehicle detection installations for configuration and placement, oversight of acceptance testing and system verification, and documentation of construction activities in accordance with TDOT's LPDO Local Government Guidelines. Traffic Flow Improvements and Traffic Signal Upgrades CEI, Goodlettsville, TN. Lead Inspector and Local Programs Coordinator for this federally funded TDOT Local Programs Development Office (LPDO) project. The overall project objective is to deploy over 7,000 linear feet of fiber optic cable, fully reconstruct two signalized intersections and partially rebuild twelve signalized intersections, including cabinets, controllers, signal heads, and communications. Metro Public Works Signal Timing Services, Nashville and Davidson County, TN. Field Engineerfor signal timing plan development for the high -profile countywide signal timing services contract. Under this contract, the project team coordinated directly with the Metro Public Works Traffic and assisted with the technical aspects of the development of traffic signal timing plans for approximately 560 signalized intersections. His specific responsibilities included: field inventory and inspection of traffic signal cabinets and controllers; detection devices and communications; data collection; signal timing development; and field implementation. City of Chattanooga CCTV CEI, Chattanooga, TN. Inspector responsible for oversight of the CEI activities and assisting the CEI Manager with project coordination to comply with TDOT LPDO, TDOT Region 2 Construction and the City requirements. The project included the installation of 37 GRIDSMART camera systems with various mounting locations and attachments, cable routing through existing conduit and communications back to the City Traffic Engineering office for monitoring, The cameras are used for vehicle detection, vehicle counting and observations of traffic operations. Worked with the contractor to minimize delays, which resulted in all 37 cameras being installed and communicating within 6 weeks from Notice to Proceed. Chattanooga Regional ITS Phase I CEI, Chattanooga, TN. Senior Inspector overseeing day-to-day construction operations. Mr. Rouleau performed inspection and testing for final acceptance, managed contracts, processed and reviewed submittals and requisitions, invoices, and schedule of work. Also performed document control and close-out management tasks. Throughout the project, he worked with multiple crews, oversaw the installation of various detection systems, controllers, and the first Adaptive Traffic Control signal control system in Tennessee. The project spanned 14 arterials and crossed through multiple jurisdictions and he served as liaison for the different regional agencies. Advanced Traffic Management System, Sarasota County, FL. Inspector for this multi -phase project that provided cabinet and controller upgrades at 152 intersections along seven corridors and crossing multiple jurisdictional maintaining agencies. He inspected cabinet installations, grounding upgrades, preemption systems, fiber-optic cable splicing, conducted conditional acceptance testing for turnover to the maintaining agencies, prepared daily construction logs, and reviewed monthly contractor pay requests. ENGINEERS PLANNERS • PROGRAM MANAGERS ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 46 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARK ALVAREZ Transportation/Transit Planning Transit Mark specializes in integrating transportation planning, land development analysis and infrastructure programming to provide holistic approaches for sustainable solutions. He brings experience in: first -last mile planning, transit policy and operational analysis; electric vehicle infrastructure planning; policy planning; land use planning; regulatory and zoning analysis; neighborhood and environmental impact and capital improvement programming. He has given hundreds of presentations for community input, charettes, advisory boards, and elected bodies, He has worked as a private consultant, with government agencies, and with university research centers. MULTIMODAL TRANSPORTATION Miami -Dade TPO First-Mile/Last-Mile Mobility Study. This study evaluated the state of First Mile/Last Mile (FLM) mobility strategies and infrastructure nationwide. Beyond reviewing best practices for transference to the Miami -Dade area, the study explored basic urban travel demand assumptions, infrastructure characteristics and mobility delivery models to develop a basis for a bound -up understanding of how and when to implement different FLM strategies based on development contexts and primary corridor transit characteristics. Miami -Dade SMART Plan, North Corridor Land Use Analysis. Performed land development scenario -based planning for transit -oriented development for station areas in the North Corridor for the Miami -Dade County SMART Plan to develop a high capacity regional transit network, and redevelop compact, sustainable mixed -use corridors that support transit and reduced VMT & GHG objectives. Bicycle & Pedestrian Data Collection. Managed and analyzed data collection of seventy-five 4 and 24-hour bicycle and pedestrian count surveys consistent with the National Bicycle & Pedestrian Documentation Project to establish baseline conditions for bike and pedestrian facility investment in Miami -Dade County. Drive Electric Florida, Volume II. Developed a feasible demonstration project plan to provide electric, shared vehicles to complete the "last mile' for MetroRail stations, increase electric vehicle market penetration and increase transit usage. In a related task, performed a preliminary feasibility analysis to utilize battery -electric buses along the Busway. Work included extensive quantitative market analysis, EV transit infrastructure planning, and benchmarking of national car sharing programs. Miami Downtown Development of Regional Impact (DRI), Increment III. Performed technical and policy review for the South Florida Regional Planning Council. Review including traffic capacity and operational analysis methodologies, transit data review; and policy implications for the person trip methodology, transit mode share assumptions; and implications for area -wide development. Miami Beach Municipal Mobility Plan. Multi -modal transportation analysis that included vehicular travel, regional transit, battery -electric bus circulator, pedestrian, bike and non -motorized modes, with forecast of level -of -service on a network level, identification of pedestrian ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 47 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARK ALVAREZ - PAGE 2 and bike network deficiencies, analysis of transit levels -of -service, neighborhood cut -through intrusion and speeding locations and the development of recommendations. CORRIDOR STUDIES Pinecrest Parkway Vision Plan developed plan for future redevelopment of a 3-mile linear commercial district to increase commercial viability, improve multimodalism and reposition gateway areas for lifestyles retail, while improving buffering and compatibility to abutting single-family neighborhoods, focusing on zoning, design, transportation, access, delivery, bicycle/pedestrian networks, and parking toward redevelopment policies. Tacoma Market Study Two alternative alignments for the proposed Tacoma Link Light Rail were analyzed to determine downtown impacts to the downtown district businesses, transportation network and the Foss Waterway Redevelopment Area. Sunny Isles Beach Boulevard Redevelopment Plan team liaison between urban design architects, economic development consultant, traffic engineers and developers to develop new streetscape configuration and operation to stimulate redevelopment, improve the pedestrian network, and solve commercial access issues. North Miami Beach Boulevard (SR-826) Corridor Study Led analysis and recommendations to improve traffic operations, land use and parking regulations to support commercial repositioning of the 5-mile commercial corridor to stimulate economic development and support the establishment of a parallel community commercial "main street". Transit Dania Beach Comprehensive Operations Analysis to restructure two municipal transit services to increase utilization, responding to new development, and realigning services to changing needs. Pinecrest People Mover As part of the People's Transportation Plan developed a micro -transit circulator plan focused to link students to schools, and residents to community parks, library, and commercial areas in a community that is primarily estate -density residential. Circulator was implemented in 2008 and is still in operation. South Dade Busway Feeder Study As Principal Investigator (PI) with the Lehman Center for Transportation Research, led FIU students and sub -consultant in the analysis of commuter utilization and latent transit markets to plan new transit feeder services to alleviate park - and -ride capacity and meet future planned transit -oriented development (TOD) for the 20-mile bus rapid transit (BRT) South Dade Busway corridor. Work included extensive data collection Coastal Communities Transit Study As Principal Investigator (PI) with the Center for Urban Transportation Research (CUTR), he led a large sub -regional transit service plan to optimize transit utilization efficiency along the Collins Avenue (A1A) Corridor by segment, develop recommendations to reduce route duplication, mitigate transit operation impacts to traffic congestion, and use cost savings to develop linked community circulator routes with using transit operations and land use criteria. Comprehensive Bus Operations Analysis (COA) As Principal Investigator (PI) with the Center for Urban Transportation Research (CUTR), he managed an 18-month, county -wide, 97-route transit optimization analysis including extensive data collection, on -board surveys, origin -destination analysis, rider preference, and segment level cost -benefit criteria. North Miami Community Transit Circulator Plan. Developed the demand analysis, route plan and service plan for North Miami Community Transit (NOMI) which has been in continuous and expanded operation for 20 years. Routes and operations were developed with extensive community input, census data mapping, street, and street inventories for stop locations. South Beach Electric Shuttle Plan. Developed one of the earliest plans for a battery -electric bus transit service in an American downtown district, the Electrowave, which operated in Miami Beach from 1998. The battery -electric transit service, originally operated by the Miami Beach Transportation Management Association (TMA) with support from the FDOT and Florida Power and Light (FPL).1 ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 48 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARIO F. DURON, AICP Transit Oriented Development Station Area Planning Mario Duron is an urban planner at The Corradino Group, with over 5 years of experience in community planning. His career path stemmed from work with volunteer and environmental nonprofits, which led Mario to pursue his MA degree in urban and regional planning. While at UF, he assisted Florida municipalities prepare redevelopment plans addressing environmental and socio-economic development. His work was recognized by the Florida Chapter of the American Planning Association. After graduating, Mario entered the public sector where he delved into all aspects of local planning. In addition to permitting and special licensing, Mario has experience with processing major redevelopment plans, amendments to the comprehensive plan, and changes to land use regulations. Mario's planning knowledge is supported by his experience in environmental consulting and his proficiency with GIS. Mario possesses a holistic understanding of community planning and approaches each project with this mindset. EXPERIENCE General Planning Services, City of Key West, FL. Associate Planner. Corradino provides professional planning services on an as - needed basis and to assist with special projects such as rezoning, development review, preparation of RFPs for specialized studies, EAR Based updates to the comprehensive plan. City of North Miami, North Miami Beach, FL. Associate Planner. Provided professional planning assistance to the public, stakeholders, and policy makers; and served as point of contact between the City Planning and Zoning Division, the County, and other State agencies. Reviewed and processed complex development applications, including rezonings, conditional uses, and development agreements. Served as project manager for the development of local policy, including medical mariJuana ordinances, emergency orders in response toCOVID-19, and updates to critical documents like the City's Water Supply Plan. Prepared and presented staff reports and other findings to staff, Planning and Zoning Board and City Commission, and served as liaison to theCity's development review committee. Environmental Resources Management, Miami, FL. Consultant. Part of a multinational GIS team collaborating in the completion of the Nicaragua Canal Baseline Environmental and Social Impact Assessment, producing social and spatial data analyses, map figures, and providing translation support. Provided environmental and social consulting services to clients in the US and Latin America through technical assistance, ensuring regulatory compliance of projects. Assisted clients in pursuing LEED certification of office buildings, on - site support for projects, gap analyses and in completing Phase I technical reports. Green Cove Springs CRA Development Studio, Gainesville, FL. Project Member. Collaborated in the completion of the FL APA award -winning Green Cove Springs Redevelopment Plan; a dual -discipline studio of landscape architect and urban planning graduate students. Conducted community inventory using qualitative and quantitative metrics and developed a neighborhood impact analysis to provide policy recommendations addressing economic and social concerns. Researched and crafted design standards and recommendations to enhance green infrastructure and sustainable standards in the city. Citizens for a Better South Florida, Miami, FL. Assisted with grant writing and data management, creating records of community tree plantings to include GPS coordinates and growth data for individual trees. Led volunteers in over 800 hours of community service urban greening projects, planting over 500 Florida native trees in underserved areas of Miami -Dade County. Developed and presented environmental education material to students, civic groups, and private businesses in English and Spanish. Disaster Preparedness & Response and New Initiatives Coordinator, Hands on Miami, FL. Engaged residents of underserved communities in initiating greening projects promoting energy and water conservation efforts, and by creating green spaces, community gardens, and planting native trees. Augmented the number of green volunteer projects offered by the organization and engaged over 2,500 volunteers in over 128,000 hours of environmental service projects. Trained and mobilized volunteers in response to BP Oil Spill, the 2010 earthquake in Haiti, and for the Florida hurricane season. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 49 TA_ RFQ 2023-030A ualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SCARLET R. HAMMONS, AICP CTP Active Transportation-Bicycle/Pedestrian Ms. Scarlet Hammons, AICP CTP specializes in the analyses of land use issues related to comprehensive plans, zoning, and all aspects of the site planning process. She has recently completed AICP Advanced Certification in Transportation Planning. Her experience also includes preparing zoning regulations, writing comprehensive plans, drafting ordinances, and assisting applicants with the planning process She has managed numerous planning projects for Corradino's municipal and agency clients. She is currently on the Planning and Zoning Board for the Village of Biscayne Park. EXPERIENCE EAR and Comprehensive Plan Update, City of Treasure Island, FL. Project Manager. The City of Treasure Island is revising the existing Comprehensive Plan for the first time after 20 years. This update includes drafting a new Property Rights Element to meet State Statues that just recently ,:lent into effect. General Planning Services, City of Key West, FL. Project Manager. Corradino provides professional planning services on an as -needed basis and to assist with special projects such as rezoning, development review, preparation of RFPs for specialized studies, EAR Based updates to the comprehensive plan. General Planning Services, Village of Islamorada, FL. Project Manager. Corradino provides professional planning services on an as -needed basis and to assist with special projects such as rezoning, development review, preparation of first time homeowner grant applications, and updates to the comprehensive plan. Interim Planning Director, City of Sunny Isles Beach, FL. Project Manager. Corradino provides professional planning services on an as -needed basis including building permit reviews, site inspections and to assist the City to fill a gap between Planning Directors. General Planning Services, City of West Park, FL. Project Manager. Corradino provides professional planning services on an as -needed basis and to assist with special projects such as rezoning, development review, special exception, coordination of the Planning Board meetings and various other tasks. Land Development Regulations Rewrite, Village of Virginia Gardens, FL. Project Manager. Corradino serves as the Village's General Consultant assisting with transportation, planning and civil engineering projects. Corradino produced the Village's first major update to the Land Development Regulations since incorporation. Unified Bicycle and Pedestrian Master Plan, City of Aventura, FL. Project Manager. The Northeastern part of the county is one of its most -congested areas. The regional roads carry heavy traffic, which is often not highly directional. Aventura realized years ago that it needed to impact the way people moved within the community by providing bicycle, pedestrian and transit infrastructure within these rights of way. This effort focuses on this multimodal approach and polishing an already well -functioning system. Transportation Master Plan Update, City of Doral, FL. Assistant Project Manager. A set of over 50 projects were developed to address the City's continued multi -modal transportation system and advocate for funding of them. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 50 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SCARLET HAMMONS, AICP CTP- PAGE 2 Comprehensive Plan Update, City of Ft. Lauderdale, FL. Assistant Project Manager. The City of Ft. Lauderdale is revising the existing Comprehensive Plan under 6 platforms: Infrastructure, Public Places, Neighborhood Enhancement, Business Development, Public Safety and Internal Support Platform. The Comprehensive Plan was written with conciseness in mind, and is a visual document where applicable, with the end of creating a highly accessible document that can be easily read by citizens, businesses, policymakers and staff. General Planning Services, City of Homestead, FL. Senior Planner. In 2014, Corradino was tasked with completing the Comprehensive Plan Future Land Use Plan Map amendments, rezoning of City -owned properties in Downtown Homestead, and amending the zoning code to allow for certain public and retail/entertainment facilities. In addition, Corradino handles special projects including annexation analyses, zoning code chapter revisions, a public art master plan, comprehensive plan amendments, and zoning and land use map changes. Building, Zoning and Planning Department, Key Biscayne, FL. Assistant Project Manager. Corradino provided professional planning services on an ongoing basis to the Village of Key Biscayne. Ms. Hammons was in charge of administering the Village's Comprehensive Plan and Land Development Code and providing assistance to the public on planning related matters. EAR Based Amendments to the Comprehensive Plan, City of Key West, FL. Project Manager. Corradino created comprehensive plan amendments incorporated in the comprehensive plan. Comprehensive Plan, Town of Cutler Bay, FL. Project Manager. Corradino led the effort to write the Towns Comprehensive Plan, which led to a significant intensification and diversification of the land uses in the Southland Mall area. Land Development Regulations, Town of Cutler Bay, FL. Project Manager. Corradino served as the Town's General Consultant assisting with transportation, planning and civil engineering projects. Corradino produced the Town's first Land Development Regulations. Eminent Domain Analysis, City of Homestead, FL. Planner. Corradino serves as the City's General Consultant assisting with transportation, planning and civil engineering projects. One product of the work is a needs analysis based on alternatives, comparing land use and zoning, cost, safety and environmental considerations. Concurrency Review Consultant, Cost Recovery, North Miami Beach, FL. Project Planner. Corradino reviews the development application data and usage for each concurrency category and compares that against the remaining capacity. Capacity surpluses or deficits are identified and a concurrency report is issued. Safe Routes to Schools Plan, Village of Palmetto Bay, FL. Project Manager. Corradino performed the Safe Routes to School project for three elementary schools. The analysis included pedestrian, bicycling, and safety of the routes to these schools, with outreach to the community. Corradino recommended route and facility improvements within a 0.5-mile radius of school. Funding applications were also prepared for these projects on behalf of Miami -Dade County Public Schools, ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 51 TAB 2 Experience & Qualifications MIAMSEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MADISON GRACE YURUB Site Plan Reviews Madison Yurubi is a local Urban Planner from Palmetto Bay, Florida and has over 2 years of experience in public engagement, coordination, and analysis. Her skills extend from municipal development consulting Z. to transit -oriented development planning and implementation. She has led several public workshops for community development projects, of the most notable, a project with Lambert Advisory LLC, funded by the U.S. EDA, to develop a regional economic development strategy for a diverse region with urban, suburban, and rural areas known as South Dade, Madison holds a Master's in Urban and Regional Planning from the University of Wisconsin- Madison and Bachelor of Arts in English from the Florida State University. At UW-Madison she served as the Project Assistant to the Department of Planning and Landscape Architecture and was honored by the graduate school with the 2021-2022 Jessica Bullen Community Service Award. EXPERIENCE UW-Department of Planning and Landscape Architecture. Project Assistant, Ms. Yurubi managed DPLA Alumni Mentorship Program (year one: 19 graduate students and 58 alumni mentor applicants; year two: 19 graduate students and 64 alumni mentor applicants); creating participant and evaluation surveys, maintaining constant communication with URPL students and mentors, and assembling instructional transition document. Ms. Yurubi assisted in department chair, department administrator, and graduate program coordinator on department initiatives related to recruitment, and alumni and campus engagement programs. Organizing activities for alumni panel event hosted by the Wisconsin Student Planning Association. Ms. Yurubi compiled information for Planning Accreditation Board (PAB) department re -certification. Designing department recruitment and graduate PowerPoints and managing database of program alumni. UW-Madison Climate Action Plan for Sustainable Transportation. Ms. Yurubi collaborated with the UW-Madison Office of Sustainability, Transportation Services, and other stakeholders to report and analyze further reduction of campus and community CO2 emissions through practice -oriented green fleet management, behavior -based tools to support participation in active travel, modifications to the built environment, and other modifications. Restorative Environment Features Catalogue and Capstone. Project Manager/Website Designer. Ms. Yurubi promoted equitable and restorative design features within urban environments. Capstone project for the Department of Planning and Landscape Architecture researches the fundamental benefits of incorporating these into public spaces as common practice. South -Side Madison Redevelopment Plan. Ms. Yurubi set preliminary site diagnosis, site inventory and prospective design, and reporting on comprehensive planning and urban design strategies for the South -Side Madison community, with the objective of revitalizing the existing landscape by implementing creative community -based strategies to enhance economic opportunities for growth and development. Lakeview Elementary Co -Design. Ms. Yurubi partnered with the UW-Madison Morgridge Center for Public Service and the Madison Metropolitan School District (MMSD) to activate community garden area at Lakeview Elementary utilizing participatory and sustainable design. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 52 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP KATHRYN R. LYON, MBA, AICP, CFM Computer Visualization/Graphics/GIS With 22 years of zoning, land -use and development planning experience in Miami -Dade and Broward Counties, in both the private and public sectors, Kathryn provides invaluable expertise to navigate the land development process, from site evaluation and due diligence through project completion. As a Planner (AICP), GIS Analyst, Zoning Coordinator, Certified Floodplain Manager (CFM), Project Manager, and Realtor, Kathryn offers government, commercial and residential property - owners, and developers a full range of services, at all phases of construction, from planning to completion. She also currently serves as an adjunct faculty member at Florida International University. EXPERIENCE North Miami Beach Affordable Housing Study, North Miami Beach, FL. Senior Project Manager. This project addresses the affordable housing issue and needs within the City of North Miami Beach along with recommendations and edits to the Comprehensive Plan and Land Development Regulations. Village of Palmetto Bay, FL. Senior Planner. Serve as in-house planner for Building Department performing land use and zoning services including site plan reviews, staff reports and memos. Review applications and prepare variance reports for various land use requests and development scenarios. Town of Cutler Bay, Evaluation and Appraisal Report (EAR) & EAR Based Amendments, Cutler Bay, FL. Project Manager. Evaluation and Appraisal Report, periodic analysis of goals, objectives and policies of municipality comprehensive plan required by state law. Village of Key Biscayne, Evaluation and Appraisal Report (EAR), Key Biscayne, FL. Senior Planner. Evaluation and Appraisal Report, periodic analysis of goals, objectives and policies of municipality comprehensive plan required by state law. Islamorada, Village of Islands, Evaluation and Appraisal Report EAR), Islamorada, FL. Senior Planner. Evaluation and Appraisal Report, periodic analysis of goals, objectives and policies of municipality comprehensive plan required by state law. Transportation Master Plan Update, Town of Cutler Bay, FL. Project Manager. This project evaluated the City's 2012 Transportation Master Plan, with updates to local LOS determinations, -intersection analyses, truck routing, and planning for transit, pedestrian, and bicycle facilities. The analysis also included reviewing the City's impact fees and a finalized project list that was incorporated into the City's Capital Improvements Program. Community Development Department, Planning and Zoning Division, Town of Cutler Bay, FL. Planning & Zoning Director. Oversaw complex technical work and created the Comprehensive Growth Management Plan, Land Use Regulations, and other codes related to land use. Supervised department staff and managed professional planning consultants. Town of Miami Lakes Mobility Fee, Miami Lakes, FL. Senior Planner. Assisted in the development of the Miami Lakes Mobility Fee to support level of service standards. Perform demographic analysis, changes in growth rates, trip generation rates, and land use changes. Miami -Dade County, Kendall Parkway Analysis, Miami, FL. Senior Project Manager. Planning Analysis for Phase 3 and 4 of the proposed Kendall Parkway project in western Miami- Dade County to include review of demographics and environmental restrictions. ENGINEERS PLANNERS - PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 53 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP KATHRYN R. LYON, MBA, AICP, CFM - PAGE 2 City of St. Cloud Transportation Element of the Comprehensive Plan, St. Cloud, FL. Senior Planner. Study the multimodal needs for the City while identifying transportation enhancements to improve connectivity and overall function of the transportation network. City of St. Cloud Transportation Master Plan, St. Cloud, FL. Senior Planner. Development of the transportation master plan to provide appropriate recommendations for adequate provisions to transportation facilities. Identify and multi -modal transportation enhancements, Lauderdale -by -the -Sea Pedestrian and Bicycle Enhancement Study, Lauderdale -by -the -Sea, FL. Senior Project Manager. Ms. Lyon is preparing the study that will review existing bicycle and pedestrian needs in the Town of Lauderdale -by -the -Sea, as well as provide recommendations. Water Supply Facilities Plan Update (South Miami, Virginia Gardens, Islamorada, North Miami Beach, Homestead, Key Biscayne, Miami Gardens, Palmetto Bay). Senior Project Manager. This project addresses the water supply needs of the municipalities and preparing recommendations for level of service standards and edits to Comprehensive Plan Goals, Objectives, and Policies. North Miami Beach Parking Study, North Miami Beach, FL. Senior Project Manager. This project is an analysis of the existing parking conditions in the City and provides recommendations to implement a paid parking system. Village of Virginia Gardens ADA Study, Virginia Gardens, FL. Senior Project Manager. The project consisted of a review of existing Village infrastructure and adopted policies and regulations in regard to the Americans with Disability Act. Intersections within the Town were analyzed resulting in a deficiencies and action plan report. City of Hallandale Beach, FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports; Preparing Variance reports for various land use requests and development scenarios. City of West Park, FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports; Preparing Variance reports for various land use requests and development scenarios, City of Homestead, FL. Senior Planner, Prepare GIS maps depicting zoning and scope of land use and zoning in question for Public Hearings. Develop mapping for Special Projects. City of Sunny Isles Beach, FL. Senior Planner. Prepare GIS maps depicting zoning and scope of land use and zoning in question for Public Hearings. Develop mapping for Special Projects. Perform land use and zoning services including site plan reviews and memos. City of Key West, FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports; Preparing Variance reports for various land use requests and development scenarios. Office of Planning, City of Hollywood, FL. Associate Planner. Comprehensive planning, development review, zoning, historic preservation, site plan review, transportation planning and geographic information system functions; Reported preparation and presentation to LPA and associated boards. Broward County MPOITransportation Planning Division, Fort Lauderdale, FL. Information Systems Analyst I. (GIS, Map Publication, Long Range Transportation Planning.) Assisted in the development of the Long -Range Transportation Plan (LRTP) using computerized travel forecast models as well as Geographic Information Systems. Maintained Broward County streets layers, turning movement counts, and traffic counts using GIS. ENGINEERS - PLANNERS - PROGRAM MANAGERS - ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 54 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP KENNETH D. KALTENBACH, PE Travel Demand Modeling Ken Kaltenbach has more than 47 years of transportation, transit, and modeling experience. In his early work with Corradino, Ken coauthored the "Florida Transit Planning Manual," which provided ,• guides for implementing and improving transit services in Florida. He ' has been a key staff member in small area transit studies in Pensacola, Panama City, and Daytona Beach, Florida. He has also participated in major new starts studies for Indianapolis, Indianapolis, Tampa, Los Angeles, San Diego, Detroit, Dallas, San Antonio, Austin, Columbus, and Louisville. In addition to his experience developing transit studies, Ken attended training sessions for the TBEST software proposed for the TCRPC Transit Demand and Economic Prosperity study in Lansing, MI. Ken's work also includes transportation planning models for the Indianapolis MPO; an update of the Kentucky Statewide Model; and, travel demand models for Ashland, Lexington, and Owensboro, KY. Ken is currently managing Corradino's work as the General Planning Consultant for Travel Demand Modeling for the Florida Department of Transportation (FDOT), District 4 (Ft. Lauderdale). He was the project manager for the development of the activity -based travel demand model for the Treasure Coast Region and performed much of the modeling work for the development of Southeast Regional Planning Model, version 7 (SERPM 7), which is the activity -based model for the Southeast Florida region. This work included updating several of the CT -RAMP sub -models, development of all trip -based models, development all network procedures, and development of all Cube flowchart procedures. Ken managed the development of all earlier versions of the Southeast Regional Planning Model and the Treasure Coast Model since 1995. In other recent work for FDOT District 4 he developed models for managed lanes (high occupancy toll) for the 95 Express HOT lanes, which are now in operation, and planned extensions. Ken has extensive experience in developing, administering, and analyzing transportation surveys. Most notable is the 1999 household survey conducted for southeast Florida, which he managed. Corradino was the prime consultant for this survey, which has been used to support the development and updates of models in Southeast Florida for the past 15 years. Corradino's work included the household survey, a visitor's survey (used to develop the disaggregate visitors model in SERPM7), the transit on -board survey, and the employer survey. This work represents the last comprehensive survey effort for southeast Florida. Corradino managed a similar household survey for the Treasure Coast Region in 2002. Ken's survey work extends beyond Florida, and includes specification, processing, analysis and model use of Air Sage cell phone data for three models in Kentucky. He also managed consultant activities for a university student travel add -on of the 2009 NHTS survey for the Virginia Department of transportation, In earlier work he designed and managed a household survey for Louisville, KY., and participated in the development and application on transit surveys for several Florida cities. More recently, he provided advice and analysis for the recent Indianapolis MPO household survey. At Corradino, Ken is responsible for the nationwide management of transportation planning and travel demand forecasting projects. Recent projects include the Tri-County Transit Needs and Economic Prosperity Study in Michigan; development of a TransCAD model for the Indianapolis MPO; an update of the Kentucky Statewide Model; and development of travel demand models for Ashland, Lexington, and Owensboro, KY EXPERIENCE FDOT D4, Treasure Coast Regional Planning Model, Florida - Project Principal. Corradino has been the developer and primary modeler for the Treasure Coast Models covering Martin, St. Lucie, and Indian River Counties since 1994. Corradino developed two ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 55 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP KENNETH D. KALTENBACH, PE- PAGE 2 versions of the Treasure Coast Model, a Greater Treasure Coast Model which added Palm Beach and Brevard Counties, and is now developing an activity -based model. Mr. Kaltenbach directed all model development and training activities. FDOT D4, Southeast Florida Regional Planning Model, Florida - Project Manager. Corradino has been the developer and primary modeler for the southeast Florida model covering Miami -Dade, Broward and Palm Beach Counties since 1995 including the development of the new SERPM7 activity -based model (2015). Ken directed all modeling activities for SERPM 4, 5, and 6; and the lead Corradino modeler for SE RPM 7. 1-95 HOT Congestion Mitigation, Miami -Dade and Broward Counties, FL. Lead Modeler. 95 Express is a combined Bus Rapid Transit (BRT)IManaged Lanes project which converted the existing HOV lanes on Interstate 95 to limited -access, managed lanes from 1-395 in Miami -Dade County to 1-595 in Broward County creating a system approximately 24 miles in length. 95 Express is providing additional capacity by converting a single HOV lane into two High Occupancy Toll (HOT) lanes via the modification of existing travel lanes and shoulders. North Florida TPO, 2035 Long -Range Plan Update for the North Florida TPO (Jacksonville Region), Jacksonville, FL. Lead Modeler. Corradino revalidated and enhanced the Northeast Florida Regional Planning Model (NE RPM) and applied the model to support the LRTP update (2010). The new model added Baker and Putnam Counties, and improved accuracy, added more complete reports for highway validation measures, implemented all new Florida Standard procedures for transit modeling and mode choice using Public Transport (PT) and added modeling features to all for testing of managed lanes, and provided training in the use of the model. Ken developed, implemented, calibrated and applied the model, and directed other Corradino staff. SR 9/interstate 95 Project Development and Environment Study, Florida Department of Transportation, District 5, Brevard County, FL Lead Modeler. Corradino conducted a PD&E study for implementing managed lanes for 1-95. Corradino's work in this project was to conduct Travel Demand Modeling for General Purpose and Special Use lanes, Revenue Estimation, Engineering and Planning Studies. Ken Kaltenbach's role is to develop travel demand forecasting models and traffic forecasts. Regional Transportation Study Connecting Clay -St. Johns Counties, FL - Project Manager. While this study examined regional transportation issues, it focused on the crossing of the St. Johns River, which divides Clay and St. Johns counties in Florida. The goal of the study was to establish whether there is a need to provide additional roadway capacity across the St. Johns River, and to quantify the level of demand in the 2025 target year. The Northeast Florida Regional Planning Model (NERPM) was used to assess the travel demand. The analysis showed that by 2025 there would be a large capacity deficiency for travel between the two counties. While nearly all the bridge alternatives that were tested showed freeway -level traffic volumes, travel demand decreased as the crossing was moved south. Concurrency Management System Modeling, Miami Beach and Hialeah, FL - Mr. Kaltenbach has used his experience and expertise with travel demand modeling, transportation planning, geographic information systems, and computer programming to develop innovative modeling techniques and applications such as the Concurrency Management system in use in Miami Beach and Hialeah, FL. The Kentucky Transportation Cabinet, Kentucky Statewide Corridor Planning Study, Statewide - Project Manager. Corradino is conducting a statewide study of major and significant highway corridors in Kentucky. The study is evaluating all major roadways of statewide significance, which include filling in gaps on new alignment as well as improvements to existing roads. Through a screening process and outreach to stakeholders, Corradino is developing a set of corridors for further evaluation. For the top 20 corridors, Corradino will develop corridor visions, which will include a summary of impacts, cost, and benefits ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 56 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SRINIVAS (SRIN) VARANAS Travel Demand Modeling Mr. Varanasi serves as a Vice President in Corradino's nationwide transportation systems planning practice, He has 17 years of experience in corridor/subarea modeling, area wide transportation planning, travel demand forecasts, model applications, and GIS database development projects. Mr. Varanasi has served as project manager and task leader in several transportation planning and forecasting contracts. Most recent efforts include project management of the districtwide systems planning contract for FDOT D4, Richmond TPO on call planning contract for Richmond, VA, and the PART Freight Study Phase 2 Development in Greensboro, NC. Mr. Varanasi specializes in traffic forecasting, multi -resolution modeling, long range plans, subarea, corridor planning studies and corridor master plans. He currently serves as the chair of Southeast Florida Model User Group. He is also a frequent speaker at the Florida ',Iodel Task Force. His recent works on managed lanes forecasting, subarea models development .,,ere presented at the TRB Model Applications Conference. Mr. Varanasi is a key member in the Activity Based Modeling teams of Southeast Regional Planning Model (SE RPM7) and the Treasure oast Regional Planning Model (TCRPM4). Mr. Varanasi led the Corradino team in the districtwide SIS needs plan development for FDOT D4. He also developed forecasts for the existing and 2040 region wide Level of Service (LOS) Assessment for FDOT D4. Mr. Varanasi led the Tri-County Regional Long -Range Transportation Plan forecasting processes for the 2040 and 2035 regional LRTPs. He managed traffic forecasting efforts for several multimodal planning studies, including the County Road 609 Planning and Conceptual Engineering (PACE) Study in the Treasure Coast region of Florida, Health District Modeling for the Miami -Dade MPO, and HOT lanes modeling for 1-95 in Miami -Dade and Broward counties, Mr. Varanasi is also highly experienced in using Big Data Sources such as streetlight, Airsage, INRIX, HERE and NPMRDS data. Mr, Varanasi successfully completed several large-scale forecasting projects as listed below. INNOVATIVE METHODS (PRIME AUTHOR) • WIFI Data Collection and the Effectiveness of Various Survey Expansion Techniques - A Case Study on 1-95 Corridor in Palm Beach County, FL - 16th TRB Transportation Planning Applications Conference, Raleigh, NC (2017) • 1-295 Truck Corridor Forecasts Development using Streetlight OD data, applications of Big Data in Richmond, VA - 7th TRB Innovations in Travel Modeling Conference, Atlanta (2018) • Dynamic Traffic Assignment (DTA) Models Using Streetlight OD Data Application of Big Data in Richmond, VA - 17th TRB Transportation Planning Applications Conference (2019) EXPERIENCE Districtwide Models Support Contract, FDOT D4. Project Manager/Lead Modeler. Mr. Varanasi supports the project management and day-to-day operations of this contract. Under the contract, Mr. Varanasi successfully managed several work orders including the Treasure Coast Regional Planning Model Version 4 ABM development, TCRPM regional plan forecasts development support and providing on calllonsite support services. Mesoscopic Dynamic Traffic Assignment Model using Streetlight OD Data, Richmond Regional Transportation Planning Organization. Project Manager/Lead Modeler. Mr. Varanasi developed a Mesoscopic DTA model using CUBE Avenue modeling platform for the subarea of Richmond Downtown area to study the congestion on 1-64 and 1-95 in Richmond area. The model was validated to AM/PM travel average congested speeds developed from processing the INRIX and HERE data sources. Time of day traffic counts were used to validate the volume loadings. In addition, the ques and bottle necks were evaluated using local knowledge. Lane closures and lane reduction impacts are being studied as part of the study, including the impact of a large regional development. ENGINEERS - PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 57 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SRINIVAS (SRIN) VARANASI - PAGE 2 Multimodal Corridor Studies Support, FDOT D6. Project Manager. Mr. Varanasi is managing the multimodal corridor studies forecasting efforts for FDOT D6 for the three high -profile corridor studies in FDOT D6 - NW 27th Ave; Flagler Street, and Kendall Drive. As part of the job, Mr., Varanasi has developed existing subarea validation and No -Build multimodal forecasts for the three corridor studies. Both highway and transit forecasts were developed, and post -processing efforts were conducted. FTA STOPS models have been tested for comparative analysis of the ridership estimated by SERPM7 model. Richmond TPO On -Call ModelinglPlanning Assistance. Project Manager. As part of this contract, Mr. Varanasi developed several planning applications, such as multimodal corridor study forecasts development, TPO long range transportation plan forecasts development. Districtwide SIS Needs Plan Development. Project Manager. Mr. Varanasi led the Corradino team to provide the forecasting and analysis support for the District wide SIS needs plan development project for FDOT D4. As part of the job, Corradino developed multimodal analysis of SIS facilities to identify deficiencies. Auto, truck and transit projections were considered in the plan, working with various land use scenarios. PART Freight Study Phase 2. Project Manager. Mr. Varanasi led the Corradino team in developing advanced freight model in partnership with other firms for the Piedmont Triad Freight Study Phase 2. This project is an extension of a SHRP2 grant project underwent as Phase 1 of the Triad Freight Study. Mr. Varanasi is responsible for analyzing NPMRDS, freight node, classification counts data and the freight model validation and forecasting efforts. FDOT D4, Design Traffic Forecasting Guidelines Development. Project Manager. Mr. Varanasi was approached by FDOT D4 to write Design Traffic guidelines, emphasizing in Managed Lanes forecasting, as this section was not completely addressed in the FDOT Project Traffic Handbook. Mr. Varanasi successfully completed partl of this project and provided draft submittal. As part of the part2, training to the users will be provided. 1-95 Corridor Design Concept, Unified Corridor Traffic Analysis Study, Implement Express Lanes. Forecasting Lead. 30 miles in Broward and Palm Beach Counties- Developed multi -resolution modeling approach to integrate the travel demand forecasts with VISSIM micro simulation software. FDOT D2, 1-295 Western Beltway Bluetooth Survey. Analysis Lead. Mr. Varanasi has completed Bluetooth Survey Design for the I- 295 Western Beltway Corridor in Jacksonville, with 59 OD locations. The OD survey was expanded using Iterative Proportion Fitting technique to represent daily and peak period travel patterns. This data was used to calibrate corridor macro and micro simulation models. FDOT D4 Regionwide 2035 and 2040 LOS Assessment. Forecasting Lead. Mr. Varanasi developed forecasts for FDOT D4 region wide LOS assessment project for 2035 and 2040 conditions for FDOT D4. As part of this process, cost -saving forecasting technique using CUBE Analyst was implemented. FDOT and the consultant team were selected for a Davis Productivity Award for this effort. FDOT D2, 1-295 Western Beltway Bluetooth Survey, Duval County, FL. Analysis Lead. Mr. Varanasi completed Bluetooth Survey Design for the 1-295 Western Beltway Corridor in Jacksonville, with 59 OD locations. The locations have been selected strategically at freeway and ramp terminals, to capture seven-day Bluetooth data using anonymous address matching techniques. The OD survey is being expanded using Iterative Proportion Fitting technique to represent daily and peak period travel patterns. This data will be used to calibrate corridor macro and micro simulation models. BlueFAX software is being used to analyze the raw data. FDOT D4, Design Traffic Guidelines Development, Broward, Palm Beach, Treasure Coast Counties, FL. Project Manager. Mr. Varanasi was approached by FDOT D4 to write Design Traffic guidelines, emphasizing Managed Lanes forecasting user handbook. Mr. Varanasi successfully completed partl of this project and provided draft submittal. As part of the part 2, training will be provided. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 58 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP ADITYA KATRAGADDA, PTP Travel Demand Modeling Mr. Katragadda has 14 years of experience in Transportation Planning with an extensive background in model application, model development, data processing and GIS related data projects. Mr. Katragadda's well- rounded background includes previous experience managing signature projects nationwide in the field of travel behavior research. Mr, Katragadda's assisted in the projects related to Transportation Planning and Traffic Operations, Survey Design and Analytics (Household Travel Surveys and Transit On -board Surveys), Geographical Information System (GIS) Analysis and Mapping. He is proficient in big data (NPMRDS (INRIX/HERE) Data, Streetlight Data, RITIS Data) related data wrangling, and analytics using R programming, Data management and Analysis, creating ARCGIS map/exhibit, analysis, Geodatabase management, ARCGIS Model Builder, Spatial Analyst, Geo-referencing and Geocoding, Geo-statistics, GPS data, Bluetooth data, Spatial Statistics, Geo-referencing & Geocoding, and Converting data to/from CAD, KML, Google Earth and other formats 2013 - Present: The Corradino Group, Fort Lauderdale, FL- Senior Transportation Planner Mr. Katragadda is a travel demand modeler in model development and application projects in Florida. His recent experience includes express lanes forecasting, model validation/calibration, subarea models, interchange master plans, corridor planning modeling and Regional Long -Range plans (using SERPM7, TCRPM4 and NERPMABIV3). He contributed to the presentation made at Me TRB Model Applications Conferences, Florida Model Task Force and Southeast Florida User Group. Mr. Katragadda has been involved in the most recent Activity Based Modeling teams of Southeast Regional Planning Model (SERPM7), Treasure Coast Regional Planning Models (TCRPM4 and TCRPMS), and Gainesville MPO/ Alachua County Model. Some of the most recent project experience is listed below: INNOVATIVE METHODS (Coauthor/ Contributor) • WIFI Data Collection and the Effectiveness of Various Survey Expansion Techniques- A Case Study on 1-95 Corridor in Palm Beach County, FL -16"' TRB Transportation Planning Applications Conference, Raleigh, NC (2017) • 1-295 Truck Corridor Forecasts Development, Richmond, VA - Th TRB Innovations in Travel Modeling Conference, Atlanta (2018) • Dynamic Traffic Assignment (DTA) Models Using Streetlight OD Data Application of Big Data - Richmond, VA - 171h TRB Transportation Planning Applications Conference (2019) SELECTED PROJECTS: ■ Treasure Coast Activity Based Model (TCRPM 4 & 5) - Prime Consultant Indian River, St. Lucie and Martin Counties (Underway), Project Analyst. As part of this contract, Mr. Katragadda developed and updated model Networks, TAZ boundaries and socio-economic data. For the base year model validation, time of day traffic counts were developed. As part of this job, Mr. Katragadda developed model scenario for Sensitivity Testing. Mr. Katragadda provided Model Support to MPO and other consultants. Reference: FDOT D4, Raj Shanmugam, PE, 954-777-4655. ■ SR 826 South PD&E/SIMR Study, Add Express Lanes - Prime Consultant. 9.2 Miles in Miami -Dade County (2019). 10 interchanges and 43 intersections, Lead Forecasting Analyst. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 59 TAB 2 Experience & Qualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP ADITYA KATRAGGADA, PTP - PAGE 2 As part of thejob, Mr. Katragadda has developed existing subarea validation, No -Build and Build forecasts for the study corridor. Highway forecasts were developed, and post -processing efforts were conducted. Mr. Katragadda was part of forecasting team for SR 826 South Corridor Planning Study, Express Lanes Feasibility Study (2015), Reference: FDOT D6, Maria Perdomo, PE, 305-640-7186. ■ Richmond TPO On -Call Model inglPlanning Assistance, Richmond, VA (Underway) - Prime Consultant. Modeler/ Lead Analyst - As part of this contract, Mr. Katragadda developed several planning applications, such as multimodal corridor study forecasts development, TPO long range transportation plan forecasts development. Reference: Richmond, VA TPO, Sulabh Aryal, AICP, 804-323-2033. • 1-95 Corridor Planning Study, Express Lanes Feasibility Study - Sub -Consultant 21 interchanges in Palm Beach County, (2018), Lead Forecasting Analyst. As part of the job, Mr. Katragadda has developed existing subarea validation, No -Build and Build forecasts for the study corridor. Traffic forecasts were developed, and post - processing efforts were conducted. Reference: FDOT D4, Cesar Martinez, PE, 954-777-4653. ■ 1-95 Corridor Planning Study, Feasibility Study - Sub -Consultant. 14 Interchanges between 1-10 and Florida/Georgia Stateline, Duval and Nassau Counties, (2017), Lead Forecasting Analyst. For this job, Mr, Katragadda updated the base and future year network. The model results were post processed to develop the corridor forecasts. Reference: FDOT D2, Karen Taulbee, 904-360-5652, ■ Multimodal Corridor Studies Support, FDOT D6, Miami -Dade County (2017). As part of thejob, Mr. Katragadda was part of multimodal corridor studies forecast efforts for FDOT D6 for the three high -profile corridor studies in FDOT D6 - NW 27th Avenue; Flagler Street, and Kendall Drive. As part of the job, Mr. Katragadda has developed existing subarea validation and No -Build multimodal forecasts for the three corridor studies. Both highway and transit forecasts were developed, and post -processing efforts were conducted. FTA STOPS models have been tested for comparative analysis of the ridership estimated by SERPM7 model. Reference: FDOT D6, Neil Lyn, 305-470-5373. ■ 1-295 (SR 9A) Western Beltway Corridor Planning Study, Express Lanes Feasibility Study - Prime Consultant. 35 Miles in Duval County (2015), Forecasting/Project Analyst. Mr. Katragadda has developed existing validation, No -Build and Build forecasts for the study corridor. Traffic forecasts were developed, and post -processing efforts were conducted. Reference: FDOT D2, Stephen Browning, PE, 386-961-7455 ■ 1-10 (SR 10) Corridor Planning Study, Express Lanes Feasibility Study - Sub -Consultant 30 Miles in Duval County (2015), Forecasting/Project Analyst. As part of thejob, Mr. Katragadda has developed existing validation, No -Build and Build forecasts for the study corridor. Traffic forecasts were developed, and post -processing efforts were conducted. Reference: FDOT D2, James Knight, PE, 386-961-7707 • 2040 Long Range Transportation Plan Update for the Southeast Florida Regional Transportation Plans - Sub- ConsultantMiami-Dade, Broward and Palm Beach Counties (2015), Project Analyst. Coded LRTP projects into SERPM 7 model to develop E+C and 2040 cost feasible networks. Reference: Miami -Dade MPO, Wilson Fernandez, 305-375-1886 ■ 1-95 Interchange Master Plan- Palm Beach County and Broward County - Sub -Consultant. 18 interchanges in Palm Beach County (2015), Forecasting Analyst. Mr. Katragadda has developed the subarea traffic forecasts, and post -processing efforts were conducted. Reference: FDOT D4, Cesar Martinez, PE, 954-777-4653 ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 60 rience & Qualifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YANG (.JOHNNY) HAN, PHD, PE Travel Demand Modeling Dr. Han has 17 years of professional experience in travel demand modeling, multi -modal transportation planning and engineering. He is leading Corradino's transportation modeling and planning activities in Indiana and plays a key role in managing transportation business lines in Kentucky, Tennessee, Michigan and Illinois. He is a nationally recognized expert in developing the best travel demand modeling methods in terms of urban sizes & community needs and applying Big Data in travel demand modeling. Prior to join Corridor, Dr. Han was a Senior Transportation Planner in Thomas Jefferson Planning District Commission in Charlottesville, VA and a Transportation Modeler in HNTB's Atlanta Office. EXPERIENCE INDOT On -Call Long Range Transportation Planning, Project Manager - Dr. Han leads the development of various planning tools and providing technical support to INDOT Planning & Programming Division. Major tasks include 1) Development of a TransCAD-based Traffic Forecasting Tool (TFT) based on the Indiana Statewide Model and latest traffic counts to facilitate INDOT's traffic forecasting activities; 2) Development of an EMME-based air quality post -processor for Northwestern Indiana Regional Planning Commission (NIRPC) to support regional air quality conformity analysis; 3) Prepared air quality conformity documents for a few Indiana counties to get FHWA/EPA approval; 4) Statewide corridor bottleneck analysis and improvement strategy development; 5) Development of an enhanced online TFT version (using R); 6) Development of a TREDIS post -process for economic analysis. Indiana Statewide Corridor Planning Study, INDOT - Project Manager. Dr. Han leads a diverse team to develop intermediate and long-term visions for enhanced comprehensive transportation planning for 66 statewide mobility corridors throughout Indiana. Corridor analysis heavily relies on INDOT's Statewide Travel Demand Model and many other planning, engineering and environmental analysis tools. An on-line GIS tool is developed for data digestion, visualization and dissemination. Indiana Statewide Travel Demand Model Update, INDOT - Dr. Han is currently in a team to update INDOT's Statewide Travel Demand Model (ISTDM) and serves as Corradino's Project Manager. This project updates the ISTDM with a new base year of 2015 and new future year of 2045. A new tolling time -of -day algorithm is also incorporated into the model. 1-65/1-70 North Split Interstate Access Document (IAD), INDOT - Dr. Han is the Lead Modeler developing a TransModeler sub -area simulation model for the 1-65/1-70 North Split interchange in downtown Indianapolis, one of the busiest interchanges in Indiana. The sub- area model is developed based on the Indianapolis MPO (IMPO) Travel Demand Model and calibrated to actual OD patterns (StreetLight Data), traffic counts as well as INRIX speed data. He is also responsible for system -level traffic analysis for the Indianapolis metro area using the IMPO Travel Demand Model. 1-65 & SR 267 Interstate Access Document (IAD), INDOT - Dr. Han was the lead modeler developing a TransModeler simulation model along a 10-mile 1-65 corridor segment. The corridor model was extracted from the Indianapolis MPO Model and calibrated to peak -period counts. Future growth from planned land development was estimated by ITE Trip Generation Manual and incorporated into 2040 Future Model for traffic forecasting. Interchange operations and system -wide performance were analyzed for various alternatives. A conventional DDI was selected for both modified 1-65/SR 267 interchange and the new 1-65/CR 550 interchange. 1-69 & 106th Street Interchange Study, INDOT - Dr. Han was the lead modeler developing a TransModeler corridor traffic model along the highly -congested 1-69 in suburban Indianapolis based on the Indianapolis MPO Travel Demand Model. The model was calibrated to observed traffic count and travel speed on freeways and arterials. He prepared traffic data for capacity analysis and conducted performance measure analysis to support the selection of alternatives. Final design is a roundabout interchange over 1-69. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 61 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YANG (JOHNNY) HAN, PHD, PE- PAGE 2 Terre Haute MPO Model Update, Terre Haute MPO, IN - Dr. Han was the lead modeler. He expanded the old model to include Clay County in east and updated network as well as TAZ data. The model was calibrated to new traffic counts. Dr. Han also converted the old TransCAD 5 model to TransCAD 6, and improved validation report and post -processor of performance measures in GISDK. Kentucky Statewide Corridor Plan, KYTC - Dr. Han is the Technical Principal responsible for all tasks. The study identifies 52 statewide and regional corridors that have the greatest potential to improve safety, reduce congestion, improve system reliability, and provide economic benefits to Kentucky. A data -driven tiered approach is used to prioritize corridors based on quantitative performance measures and qualitative performance indicators. Intermediate and long-term visions will be developed for top 20 corridor segments and visualized by a GIS online tool. Downtown Frankfort Traffic Study (Phase 1 & 2), KYTC - Dr. Han is the Project Manager leading a diverse team to conduct traffic and safety impact study of a new large-scale state office building in downtown Frankfort. In Phase 1, a Frankfort traffic simulation model (TransModeler) was developed using StreetLight OD data and calibrated to collected traffic counts as well as observed speed trajectory data. The new state office building traffic is estimated by ITE Trip Generation Manual and then incorporated in the simulation model for traffic forecasting and analysis. In Phase 2, the traffic simulation model is enhanced by new traffic counts and OD patterns collected at the new state office building. The enhanced traffic simulation model is used to assess traffic impact of various alternatives in downtown Frankfort. Dynamic Traffic Assignment (DTA) is used in all traffic simulation and analysis. Kentucky Traffic Forecasting Tool, KYTC - Dr. Han was the Project Manager responsible for developing a customized Traffic Forecasting Tool (TFT) as a TransCAD add -on to the Kentucky Statewide Traffic Model (KYSTM). The TFT incorporates commonly used traffic forecasting methods (linear, regression, exponential), NCHRP 255 method, and a new Kentucky Traffic Growth Profile for AADT and truck traffic, to improve forecasting results. The TFT incorporated an application of R programming to enable an enhanced output visualization of traffic forecasting results. KYTC Statewide Model Update for Economic Modeling, KYTC - Dr. Han was the Deputy Project Manager. The project updated the Kentucky Statewide Traffic Model (KYSTM) to incorporate a TransCAD post -processor for TREDIS economic forecasting and improved traffic assignment algorithm. The updated KYSTM was used for transportation economic modeling analysis for over 80 projects throughout Kentucky. KYTC District Transportation Plan (DTP), Six -Year Plan (SYP) and CHAF Projects Modeling, KYTC - Dr. Han was the Project Manager responsible for conducting travel time analysis for the prioritization of KYTC's DTP, SYP and CHAF projects using the Kentucky Statewide Traffic Model (KYSTM). He updated the KYSTM to improve model outputs for travel time analysis. KYTC Regional Model Development, KYTC - Dr. Han was the Lead Modeler to develop completely new TransCAD travel demand models for Owensboro MPO and KYTC's District 9. He did analysis of AirSage 0-D data to develop trip generation, distribution and time - of -day parameters for model development and calibration. He developed an innovative method to estimate area type factor to improve trip generation based on AirSage data and statistical models. He integrated an enhanced truck model in the model stream, using Quick Response Freight Manual II and origin -destination matrix estimation (ODME) techniques. Thomas Jefferson Planning District Commission (TJPDC), Charlottesville, VA - Dr. Han was a Senior Transportation Planner in TJPDC, where he took the lead on transportation planning activities for all modes for both the Charlottesville MPO as well as a five - county rural region. He managed and updated the MPO's travel demand model. He was the Project Manager of Berkmar Drive Extension Corridor Study and served as the Technical Lead on the MPO's 2040 LRTP Update as well as the MPO's Livable Communities Planning project with $1 million in funding granted by US. HUD. HNTB Corporation, Atlanta, GA - Dr. Han was a Transportation Modeler in HNTB's Atlanta office. He developed new models for five Georgia counties (Bulloch county, Butts -Jones -Monroe multi -county region, and Colquitt county) as part of their LRTP Updates, using GDOT's modeling stream. He updated and calibrated the Gwinnett-Barrow-Oconee multi -county regional model for the SR 316 Implementation Plan. He was a key modeler responsible for traffic and revenue modeling in the Atlanta Regional Managed Lanes System Plan and 1-75 South Corridor Potential Managed Lanes Study. He led the traffic modeling and forecasting for interchange justification reports for 1-85 at Amlajack Blvd and 1-20 at Veazey Rd. He also played a key role in GDOT Statewide Truck Lanes Needs Identification Study, GDOT Radial Freeway Strategic Implementation Plan, ARC Congestion Management Process Update 2006-2007 and Paulding County Comprehensive Transportation Study. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 62 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SHUQI HAO Transportation Planner EXPERIENCE SERPM9 Model Development QAQC. Ms. Hao was responsible for highway and transit network review and edit, including lane number, facility type, toll, centroid location and centroid connector for TAZs and MAZs, transit line shape, and stop locations. Ms. Hao developed the turn penalty file for the SERPM9 model. St. Lucie Micro -mobility Study Project. Ms. Hao assessed existing conditions and analysis of the mobility network, land use and demographic characteristics and created corresponding GIs maps. Corridor Traffic Analysis Project. Ms. Hao developed the prototype for Pines Blvd and Atlantic Ave study areas and used the VLOOKUP function to plug in traffic counts and model forecasting volumes. Ms. Hao conducted linear regression analysis on historic AADTs of available count stations and calculated the grow rate for the study area. Ms. Hao processed the traffic data, calculated AM and PM D-factors, and identified the peak -direction for the study corridor. Broward Commuter Rail (BCR) Project. Ms. Hao developed the prototype for BCR corridors and used the VLOOKUP function to plug in traffic counts and model forecasting volumes. Ms. Hao processed the collected traffic data, identified peak -hour and peak -direction, and calculated traffic factors (K-factor and D-factor). Ms. Hao coded count station IDs and SAVTURNs in the network to tag traffic counts on network links for model validations and to report model turning movement volumes for volume balancing and QAQC. Ms. Hao also prepared the BCR data collection report. Fairfax Project. Ms. Hao edited the 1-495 interchange in the network. Coded SAVTURNs in the network to report model turning movement volumes (TMVs). Ms. Hao developed the spreadsheet to plug in TMVs and set up the TMVs comparison against base year counts. Treasure Coast Project. Ms. Hao coded cost feasible highway and transit projects in the network. Tongji Consulting Associates Inc., Fresh Meadows, NY. Civil Engineering Intern - Ms. Hao assisted in traffic study projects and conducted the analysis in ArcGIS. Ms. Hao processed traffic collision data and generated GIS maps to visualize the data patterns and prepared the traffic crash study report. Netherlands Airport Consultants (NACO), Shanghai, China. Airport Consultant Intern - Ms. Hao revised and developed AutoCAD drawings of Huangtian Airport layout and new runway. Ms. Hao cooperated with senior engineers on PowerPoint presentation, design proposal, and cost estimation. Ms. Hao aided in building the business market database to identify potential clients through traffic data collection and City Development Plan study of top 30 cities by GDP (Gross Domestic Product). Civil Aviation University of China (CAUC), Chengde, China. Research Assistant - Ms. Hao assisted in land survey to collect and process data such as elevation and angle. Ms. Hao utilized land survey data to establish the control network and draft road designs in AutoCAD, based on the JTG D20-2017 manual and was responsible for writing Project Diary and recording items of work. ACADEMIC PROJECTS A Cube -based Trip Analysis of Redondo Beach, USC, Spring 2020 • Applied highway program to estimate zone -to -zone paths and to predict traffic impacts of a new development on VMT and turning movements at intersections. • Developed AON and LIE models to identify shortest paths by time, distance, and cost and to load the network. • Added a 220,000 ftz community college in the study area to estimate VMT increase and changes of the traffic. A GIS-based Analysis of Traffic Accidents in LA County, USC, Spring 2020 • Applied GIS tools to explore and analyze traffic collision data and dig into the time -space pattern. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 63 TAB 2 Experience & RFO 2023.030-ND lifications MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SHUQIHAO-PAGE 2 • Utilized Kernel Density Method to diagnose high -crash areas in different time intervals and seasons and implemented the hot - spot analysis to uncover statistically significant spatial clustering. • Established the time -space cube of traffic accidents and performed the cluster and outlier analysis to explore spatial -temporal patterns of traffic accidents. Research on LA Public Transportation Ridership Decrease, USC, Fall 2019 • Probed factors affecting public transit ridership and provided suggestions on how to curb ridership decline. • Identified internal factors, namely system performance and accessibility; summarized external factors, such as car ownership, gas price, and emerging shared mobilities including TNCs, sharing bikes, and scooters. • Proposed feasible solutions: a). optimization of transit routes b). pricing policy c). cooperation strategies with providers of emerging transportation tools. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 64 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP CARIDAD MESA Public Involvement Ms. Mesa has served as a Public Information Specialist for The Corradino Group for eight years, with five of those years as a Project Manager as well. Ms. Mesa is highly involved in all aspects of project management, including but not limited to contract staffing, budgeting, QA/QC revisions, task reviews, and project status reporting. Ms. Mesa also has extensive experience in public outreach, event planning, crisis management and crisis communication, and in media relations. She also has in-depth knowledge of developing and managing various communication strategies. Ms. Mesa is fluent in Spanish, both written and verbal. She has used this skill as an additional asset in working first-hand with clients, the media and the public. Other areas of expertise for Ms. Mesa include marketing, graphic support, public affairs, customer service, social media management and sponsorship fulfillments. EXPERIENCE Town of Medley, Medley, FL. Public Information Specialist, Water Main/Force Main Upgrade Along N.W. 741h Street, Serves as the lead point of contact for all project related information, including public outreach, as well as general inquiries and updates. Identifies potential community impacts and coordinates with the Town to address concerns. Creates and disseminates project documents to local Town of Medley constituents. Works with Town staff to respond to inquiries and help handle crisis communication incidents. Provides translation services on project collateral documents. Performs other duties as needed and as required by the Town. Florida Department of Transportation District Six, Miami, FL. Community Outreach Specialist, SR 836/1-395 Interchange Reconstruction Design -Build Project. Supports the activities of the Senior Community Outreach Specialist, Develops and coordinates social media content for meetings/events. Assists with lane closure information. Serves as the primary point of contact if/when the Senior Community Outreach Specialist is not available. Works with the Senior Community Outreach Specialist to create and maintain a project issues log and a project contact log, Helps prepares information for updating website. Distributes weekly project a -blast updates to stakeholders. Supports formal and informal public meetings. FDOT D6, Miami, FL. Community Outreach Specialist, District -wide Communication Programs and Special Projects. Performs outreach for multiple traffic safety campaigns. Assists with outreach and education for the Drive Safe, Put it Down and Alert Today, Alive Tomorrow Campaigns. Performs outreach efforts by attending/conducting presentations, assisting with safety and community events, and organizing public hearings and partnership meetings. FDOT D6 and D4, Miami -Dade and Broward, FL. Project Manager, District -wide Public Communications Services for Miscellaneous Construction Projects. Serves as the primary point of contact with the Department for all contract activities. Oversees the outreach efforts performed by Community Outreach Specialists in the Miami -Dade and Broward regions to ensure contract compliance. Manages staff for both the FDOT District Six Construction Office and the FDOT District Four Broward Operations Center. Meets with FDOT Project Managers to discuss community outreach initiatives and procedures, project statuses, as well as billing and invoicing inquiries. Performs QA/QC revisions on outreach collateral documents. Manages budget and helps develop cost -saving initiatives. Helps coordinate website development and maintenance. Performs crisis management on prominent contract issues. Assists the Community Outreach Specialists with the planning and execution for events and public meetings and guides them as -needed on various general tasks. FDOT D6, Miami, FL. Public Information Specialist, Public Communications Services for Miscellaneous Construction Projects Acted as the lead point of contact for all project related information, including public outreach, general inquiries and updates pertaining to various district -wide miscellaneous construction projects in Dade County. Identified potential community impacts due to construction. Was responsible for dissemination of public information about the projects by preparing and distributing project collateral materials such as press releases, fact sheets, and stakeholder letters. Performed door-to-door outreach, planned and executed public meetings and special events, performed website maintenance and provided content for social media updates. Reached out to and met with elected officials ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINoGROUP 65 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP CARIDAD MESA - PAGE 2 regarding initial outreach and updates throughout project life -spans. Helped develop strategic alliances and corporate partnerships. Worked with the Department to respond to media inquiries and helped handle crisis communication incidents. Provided translation services on project collateral documents. Fort Lauderdale Regional FDOT District Four, Fort Lauderdale, FL. Public Information Officer. Handled public inquiries and outreach pertaining to the prominent renovation project of the Fort Lauderdale Las Olas Boulevard Bridge and the replacement of the Las Olas Boulevard Bridges of the Isles. Was responsible for the dissemination of public information for the projects, by means of press releases, flyers, brochures, door-to-door contact, social media, planning and executing of public meetings, intake and logging of public concerns, and community research. Reference: Eduardo Caballero, 561.370.1104 Communications & Special Events Coordinator, City of Hialeah, Hialeah, FL - Assisted with the planning, promoting, coordination and execution of city-wide, departmental, and community events. Wrote press releases for the promotion of events and for breaking news. Took photographs and video footage during events, which would later be aired on local Hialeah TV station Channel 77, YouTube, Facebook and Twitter. Helped write scripts for film footage. Wrote and sent 'Thank You' letters to sponsors post -events. Helped maintain relationships with sponsors for future events and activities, as well as assisted with grant and sponsorship proposal plans. Created and distributed a Sponsorship Recap Package that included all media, marketing, documents and tools used to help promote events. Assisted with community events such as street dedications and honorary ceremonies. Assisted with the maintenance of the local TV station and helped keep track of all marketing materials used for promotions and outreach. Public Affairs Intern, Univision 23 Communications, Doral, FL - Translated news updates, media advisories, and flyer/poster information about events and public engagements, from English to Spanish, Assisted with news -gathering and distribution process for information to be put on press releases. Maintained a contact database for all media and public relations outlets for the station, and for organizations that assisted with public affairs initiatives. Was heavily involved in the event -planning process of special events, by means of communication with media outlets and other officials to inform them of such events, as well as informing the public by means of media advisories/press releases and social media outlets. Assisted with the logistical planning of special events. Helped write and edit scripts for the show, Ahora en Nuestra Comunidad, as well as assisted with production of show on Thursday nights. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 66 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP REBECCA GUERRERO Public Involvement Ms. Guerrero is well -versed in various aspects of community outreach, public relations and customer service. Her recent experiences have honed her knowledge in special event coordination, project collateral creation, inquiry logging, public speaking and social media accounts. She is adept at researching project information, as well as corridor limits and project areas. Ms. Guerrero is an expert at database creation and performing project outreach and collateral dissemination. She also helps facilitate clear and r transparent communication through multiple outlets. She is skilled at working a-- well both independently and with project teams. Her attention to detail helps ensure quality work and contributes strongly to clients as well as her teams. Fluent in both English and Spanish, Ms. Guerrero can communicate clearly in written and verbal format. EXPERIENCE Florida Department of Transportation, Broward, FL. Community Outreach Specialist. Working as the in-house Community Outreach Specialist, Ms. Guerrero is the main contact for construction -related projects throughout Broward County. She is tasked with developing and maintaining project collaterals that include a Community Awareness Plan (CAP), project factsheet, dear neighbor letter, elected official letter, project press release and translating website content for projects preparing to enter construction. She distributes information to the impacted community by performing door-to-door outreach, sending weekly project updates via email campaigns as well as other outreach methods. Ms. Guerrero develops and maintains project databases, addresses stakeholder concerns, handles media inquiries, performs general website updates and meets with elected officials on an as -needed basis. Florida Department of Transportation, Broward, FL. Assistant Community Outreach Specialist. Ms. Guerrero assists the Community Outreach Specialist for District 4 at the FDOT Broward Operations Center. She is involved first-hand in various aspects of community outreach. She assists with the creation of project outreach collateral materials, such as project flyers, detour graphics, website profiles and project boards. She also helps with project research and studies corridor areas to assist with the identification of potential construction project impacts. She uses this research to create project contact databases. Ms. Guerrero attends project progress meetings to be up- to-date on all relevant activities occurring on multiple construction projects. She also attends stakeholder meetings with the Community Outreach Specialist. She assists with website maintenance and with the dissemination of project information. She is involved in performing door-to-door outreach prior to project starts, as well as assisting with mailout distributions. Ms. Guerrero plays a key role in assisting with the planning and coordination of public meetings. She offers her assistance in manning sign -in tables, creating staff name tags, producing comment cards and logistical planning. She is also in charge of logging all stakeholder inquiries for multiple projects. Ms. Guerrero helps translate project documents from English to Spanish on an as -needed basis. Her recent experiences have enabled her to have first-hand knowledge of current issues, activities and inquiries for FDOT construction projects in District 4. They have also allowed her to form relationships with project teams and local stakeholders. The Corradino Group, Miami -Dade, Broward, Palm Beach and Treasure Coast, FL. Public Information Intern. Ms. Guerrero shadowed and received guidance from the entire Public Information Team, in both FDOT District 4 and District 6. She attended meetings with FDOT project teams in both districts, which helped build relationships and first-hand knowledge of project scopes and inquiries. She also assisted with inquiry logging, door-to-door outreach, project research and database creation. Ms. Guerrero helped coordinate efforts for public meetings and assisted with logistical planning of various events. She helped translate documents from English to Spanish as needed and assisted with project mailout distributions. The Diabetes Research Institute Foundation, Hollywood, FL. Account Manager Intern. Ms. Guerrero helped oversee all outreach efforts of the Account Team. She revised and developed various project proposals. She developed and implemented a concept marketing campaigns for the foundation's Diabetes Diplomats, Ms. Guerrero also communicated daily with clients via telephone and email and helped maintain those relationships. She also addressed, resolved and documented all client and founders' inquiries. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 67 TAB 2 Experience & Qualifications _ MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP REBECCA GUERRERO- PAGE 2 The Corradino Group, Miami -Dade, Broward, Palm Beach and Treasure Coast, FL. Public Information Intern, Ms. Guerrero shadowed and received guidance from the entire Public Information Team, in both FDOT District 4 and District 6. She attended meetings with FDOT project teams in both districts, which helped build relationships and first-hand knowledge of project scopes and inquiries. She also assisted with inquiry logging, door-to-door outreach, project research and database creation. Ms. Guerrero helped coordinate efforts for public meetings and assisted with logistical planning of various events. She helped translate documents from English to Spanish as needed and assisted with project mailout distributions. Signature Flight Support (Formerly known as Landmark Aviation), Miami, FL. Customer Service Representative. Ms. Guerrero arranged reservations and was the main point of contact for customer travel, hotel stays, auto rentals and entertainment coordination. She was responsible for tracking aircraft arrivals, departures and ensuring quality customer service. She handled and documented all customer inquiries. She also arranged all prompt customer debriefings by appropriate technical personnel. Ms. Guerrero observed all safety, environmental and general housekeeping policies and procedures. She developed and maintained professional customer relations and performed follow-ups to all inquiries. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 68 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP ANDREA PACINI BAYNHAM Public Involvement Ms. Pacini is a highly experienced public information officer and media relations manager. As spokesperson and communications manager for high - profile heavy civil interstate construction projects, she has a proven track record of successfully communicating consistent and clear messaging while building and maintaining strong professional relationships. She is equally autonomous and team -oriented, currently independently managing all aspects of communication and coordination for eight major construction projects along the 1-95 corridor while working collectively with client leadership, individual project teams and each project's respective stakeholders to achieve specific outreach goals. EXPERIENCE Florida Department of Transportation District 4, 95 Express Phase 3, Interstate. Community Outreach Manager. Oversees daily communications and manages all stakeholder, media and agency inquiries and correspondence for the 95 Express Phase 3 construction projects totaling over $1 billion along the 1-95 corridor in Broward and Palm Beach County. FDOT D4, I-95 construction, Palm Beach Operations, Interstate. Community Outreach Manager. Serves as single point of contact for all stakeholders, including FDOT D4 senior leadership, government agencies, elected officials and media outlets. Leads corridor -wide coordination to ensure minimal construction impact. Corresponds regularly with the Governor's Office regarding a wide array of constituent inquiries and complaints. Develops and executes unique, project -specific communication plans and provides social media content and support. Writes and distributes press releases and collateral, performs on - camera interviews and creates talking points for client leadership speeches and interviews. Hosts public meetings, facilitates public speaking trainings and identifies community partnership opportunities. FDOT D4, Spanish Riverl1-95 Interchange, Community Outreach Specialist. Oversaw daily communications and managed all stakeholder inquiries and correspondence for high -profile $67 million interchange project in Boca Raton. Liaised with government staff, media, motorists, residents and stakeholders including Florida Atlantic University (FAU), Boca Raton Airport Authority, South Florida Regional Transportation Authority and the Palm Beach County Transportation Planning Agency to resolve issues, manage claims and minimize construction impact. FDOT D4, 1-95 Mobility 2000 Projects, The Corradino Group. Public Information Officer. Addressed daily media and public inquiries regarding the status of seven high -profile interstate construction projects, wrote and distributed weekly press releases and project updates, processed damage claims, attended public meetings to present construction updates, created the Corridor Advisory Team (CAT) and liaised with 13 affected cities and municipalities. McCarten & Associates, West Palm Beach, FL. Public Relations Manager. Wrote and distributed press releases, procured press and media coverage for clients. Worked closely with clients to conceptualize and produce fundraising events such as golf tournaments, fashion shows, galas, and large-scale speaking engagements featuring Jay Leno and Goldie Hawn. Organized vendors to ensure smooth and seamless execution of events, created content for all marketing material and secured numerous sponsor partnerships. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 69 TAB 2 Experience & Qualifications MiAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP CHRISTIAN S. GONZALEZ Community Outreach Specialist Mr. Gonzalez is well -versed in various aspects of community outreach, public relations and publications. He is responsible for maintaining project records, arranging and staffing public meetings, and actively participating in community outreach efforts. His recent experiences have honed him knowledge in special event coordination, inquiry logging, project collateral creation, public speaking, and with crisis communication. He has experience working in in the areas of project Design and Construction. Mr. Gonzalez is an expert at database creation and performing project outreach and collateral dissemination. He has experience with door-to-door outreach and planning events. He has also handled many stakeholder inquiries in a lead role. Fluent in both English and Spanish, Mr. Gonzalez can communicate clearly in written and verbal format. EXPERIENCE Community Outreach Specialist, The Corradino Group, FDOT District Six, District -wide Public Communications Consulting Services for Miscellaneous Construction Projects, Miami, FL - Working as the in-house Community Outreach Specialist, Mr. Gonzalez is the main contact for construction related projects throughout Miami -Dade County. Mr. Gonzalez is tasked with developing and maintaining project collaterals that include a Community Awareness Plan (CAP), project factsheet, dear neighbor letter, elected official letter, project press release and translating website content for projects preparing to enter construction in English and Spanish. He distributes information to the impacted community by performing door-to-door outreach, sending weekly project updates via email campaigns as well as other outreach methods. He develops and maintains project database's, addresses stakeholder concerns, handles media inquiries, performs general website updates and meets with elected officials on an as -needed basis. Scheduling Assistant, The Corradino Group, 1-3951SR 836/1-95 Design -Build Project, Miami, FL - Working as a consultant for the Florida Department of Transportation (FDOT) on the 1-3951SR 836/1-95 Reconstruction Project, Mr. Gonzalez is tasked with maintaining a project database that includes all major stakeholders, elected officials and special event venues in both the project area and regionally. He also has a detailed master calendar of all the special events in the area, where he provides the project team with an extensive three- week look ahead with specific events that are identified in the 'Request For Proposal' (RFP). Mr. Gonzalez has an open line of communication with various community representatives and special event venues to ensure that all events are taken into consideration during the construction process. Assistant Community Outreach Specialist, The Corradino Group, FDOT District Four (D4), Broward Operations Center, Broward, FL. Mr. Gonzalez assisted the Community Outreach Specialists for FDOT D4 at the Broward Operations Center. He was involved in various aspects of community outreach and performed several public involvement tasks. He assisted with the creation of project outreach collateral materials such as project flyers, detour graphics, website profiles and project boards. He also helped with project research and studied corridor areas to assist with the identification of potential construction project impacts. He helped create and maintain project contact databases, as well as acquiring mailing lists and updating elected official contact lists. He also attended stakeholder meetings with the Community Outreach Specialists. He assisted with website maintenance and with the dissemination of project information. He was involved with performing door-to-door outreach prior to project start dates, as well as assisting with mailout distributions. Mr. Gonzalez assisted with the planning and coordination of public meetings. He also logged stakeholder inquiries for multiple projects. Mr. Gonzalez helped translate project documents from English to Spanish, as -needed. Assistant Community Outreach Specialist, Infinite Source Communications Group, Miami, FL. Mr. Gonzalez assisted several Community Outreach Specialists with outreach efforts, such as stakeholder database creation, project research, door-to-door outreach and planning public meetings. He aided with the development of collateral material documents and with project mailout distribution. Mr. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 70 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP CHRISTIAN S. GONZALEZ- PAGE 2 Gonzalez attended stakeholder meetings along with Community Outreach Specialists to be up-to-date on all relevant inquiries on multiple projects. He was the main point of contact for various capital improvements projects within the City of Miami Beach. He also assisted with stakeholder inquiries on the FDOT 1-75 Express Lanes Project. Projects/Contracts Mr. Gonzalez worked on include: FDOT District Six Public Communications Contract for Miscellaneous Design Projects -As an assistant to the FDOT District Six In-house Design Community Outreach Specialist, Mr. Gonzalez was tasked with developing and maintaining project databases and updating them on a consistent basis. He assisted with the creation and distribution of project information to elected officials and members of the public by conducting door -to- door outreach, mail -out distributions and email campaigns. Mr. Gonzalez also documented notes and information for public meetings/hearings. He also assisted with the Facebook Live broadcasts for the 2016 & 2017 FDOT Five Year Work Program. City of Miami Beach Office of Capital Improvement Projects/Public Works Contract - Mr. Gonzalez served as the Community Outreach Specialist for various project throughout the City of Miami Beach. Those projects included Sunset Harbour, Palm & Hibiscus and Lower North Bay Road Neighborhood Improvements Project. For these projects, Mr. Gonzalez was tasked with performing construction outreach to the public daily by performing email campaigns, door-to- door outreach and coordinated with residents regarding construction inquiries. Mr. Gonzalez also maintained the project database and logged inquiries from residents. FDOT 1-75 Express Lanes Project - Mr. Gonzalez assisted the Community Outreach Specialist by sending out weekly traffic reports, developed detour graphics and performed door-to-door outreach to affected areas. He also provided construction updates and addressed stakeholder inquiries while the Community Outreach Specialist was out of the office. He also attended progress meetings and updated the project team on any ongoing issues that were presented by residents and motorists along 1-75. References: Monica Diaz: 305-573-0089, Tish Burgher: 305-470-5277 and Jose Rivas: 305-673-7080 Assistant Publications/Communications Manager, Florida Engineering Society: Miami Chapter, Miami, FL. Mr. Gonzalez developed content for the Chapter's online presence which included maintaining and updating the website's general layout as well as managing and providing Chapter information on social media pages such as Facebook, Twitter, Instagram and Linkedln. He also maintained and updated the membership database and distributed monthly newsletters to Chapter members. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 71 TAB 2 Experience & Qualificati 2023.030-NO Years of Experience 19 Areas of Expertise Transportation and Transit Planning, Traffic Simulation, Traffic Operation, Traffic Data Collection, Travel Demand Modeling, GIS Application, Urban Planning, Land Use Modeling, Computer Aided in Traffic Engineering Education M. Sc. in Civil Engineering, Florida International University, Miami, FL, 2002 B. Sc. in Civil Engineering Southeast University, Nanjing, China, 2000 Professional Registrations Florida P.E. # 64802, 2006; P.T.O.E. MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CT=1 Eo F.oIYrR+ g Yang, P.E., PTOE O !r 19 years of engineering experience with emphasis in traffic iportation planning, Geographic Information System (GIS) ata analysis. Prior to joining the industry, Mr. Yang was a it in the Lehman Center of Transportation Research (LCTR) at al University (FIU), He has been involved in several research t Department of Transportation (FDOT), which focus on travel )rovements and GIS application in transportation planning. After !ssional career, Mr. Yang has served FDOT and many other local yuveiin1ieiva, buL0 as Miami -Dade County and TPO, Broward County and MPO, City of Fort Lauderdale, City of Boca Raton, and Palm Beach TPA. He has provided professional services in multimodal planning and engineering, traffic analyses, managed lane feasibility studies, transit corridor studies, traffic simulation, travel demand modeling, transit and multimodal minor design, PD&E studies, park & ride, corridor action plan/master plan development, ITS planning and technology implementation, traffic impact study and reviews, traffic data collection, long range travel demand forecasts, school zone studies, and local government transportation system master plan development. He is familiar with various simulation platforms, programming languages, and demand modeling programs. Project Experience Transit and Multimodal Development Continuing Services; FDOT District 4. Project Manager. Performed transit, rail, freight, and multimodal system program administration and engineering support. Perform Districtwide grants (FTA, FRA, FHWA, and state) administration and application process for multimodal system. Performed safety and security review and vehicle inventory review for transit and rail system. Led the planning and engineering support for FEC/CSX Rail Crossing Delay Study, Hialeah Rail Yard Master Plan Scoping, Park & Ride Facility Planning, Engineering, and Design, High Crash Rail Crossing Safety Study and Design, Crossing Trespassing Design, Conceptual Design for Multimodal Development, Sample Road Multimodal Improvement Study, University Drive Alternative Analysis, and SR-7 South Transit Improvement Study. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Gregor Senger; Telephone: 954-677-4141; Start/End Date: 09/2016-Present.) Districtwide Transit Program Support, FDOT District 4. Project Manager. Performed transit program administration and planning support. Managed Districtwide Transit Grants and application process. Performed safety and security review and vehicle inventory review for local transit agencies. Led the corridor planning support for Broward Boulevard Alternative Analysis, and Hollywood/Pines Boulevard Corridor Transportation Improvement Study. Support the Department in corridor study NEPA process. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Jayne Pietrowski; Telephone: 954-677-7898; Start/End Date: 09/2014-Present.) Sheng Yang, P.E., PTOE Page 1 1 THE CORRADINOGROUP 72 TAB RF ience & [r MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Cam+wwef+iouwio Districtwide Traffic Operation/Safety Studies, FDOT District 6. Project Manager. Perform traffic engineering operational and safety studies and reviews for Traffic Operations Office. Tasks include traffic simulation, intersection assessment, traffic data collection, signal warrant analysis, sight distance evaluation, LOS analysis, safety and crash analysis, signal timing optimization, and fatal crash reviews. Perform comprehensive reviews representing FDOT for Miami -Dade SMART Corridor. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Ramon Sierra; Telephone: 305-470-5336; Start/End Date: 2013-Present.) PortMiami Tunnel Freight Mobility Evaluation Study, FDOT District 6. Principal in Charge. Oversee the tasks evaluating existing and future multimodal transportation system conditions with PortMiami Tunnel in operation. Tasks include future multimodal improvements identification; coordination with PortMiami, CSX, FEC, cruise companies, and other partners; demand model development; Port Evacuation VISSIM Model development and validation; project management and documentation. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Carlos Castro; Telephone: 305-470-5238; Start/End Date: 2017-Present.) Districtwide SIS Program Support, FDOT District 4. Project Manager. Provided comprehensive planning and engineering services for FDOT District 4 Strategic Intermodal System (SIS). Lead the tasks of performing SIS facility LOS evaluation, developing SIS corridor action plan/master plan, Interchange access documents development and reviews (IJR/IMR/IOAR), SIS Cost Feasible Plan Development, LRTP development, DRI and Sub-DRI reviews, Comp Plan Review and growth management documentation reviews, ITS and other technology review for SIS operation improvements, SIS management database and program development, and concurrency and development plan reviews. Assist the Department in preparing and participating at public meetings, coordination with local governments. As part of the contract, Mr. Yang recently assisted the Department with Interchange Operations Analysis Reports (IOAR) for 1-95 at Woolbright Road, 1-95 at Gateway Blvd, 1-95 at 6 Avenue S., 1-95 at 10 Avenue N. and 1-95 at Lantana Road. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Tammy Campbell; Telephone: 954-777-4668; Start/End Date: 09/2010-Present.) Oakland Park Boulevard Alternative Analysis, FDOT District 4. Project Manager for traffic analysis. Provide planning and traffic analysis services for an Alternatives Analysis (AA) to investigate and evaluate premium transit improvements in the Oakland Park Boulevard corridor. Mr. Yang led the Team traffic data collection and analysis effort to identify a Locally Preferred Alternative (LPA) for the study corridor. He performed data collection for both traffic and transit along the corridor, studied traffic patterns and market using advanced Dynamic Traffic Assignment (DTA) tool, and conducted micro -simulation analysis for all 45 signalized intersections along the corridor using VISSIM tool. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Khalilah Ffrench; Telephone: 954-677-7898; Start/End Date: 0212012-Present.) Multi -Modal Modeling Support, FDOT District 4. Project Manager for Sub -Consultant. Provided full transit data collection (OD and BA surveys) support for BCT and Palm Tran using smart phones and tablet equipment. Lead the tasks in planning and analysis of the BCT and Palm Tran on -board surveys, developing the draft survey plan, which focused on minimizing sample and expansion bias. Performed QA/QC of the survey results and identified new technologies to improve data accuracy and save the data collection cost. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Scott Seeburger; Telephone: 954-777-4632; Start/End Date: 09/2011-Present.) Districtwide General Planning Consultant, FDOT District 4. Project Manager. Provided planning and engineering services to supplement the Department's System Planning, Statistics and PD&E Staff. Assisted the Department in producing Design Traffic Report for PD&E studies, 18-Kip Reports, comprehensive GIS support, FSUTMS Model (SERPM and GTCRPM) Development and Application Support, Interchange access proposals and reviews (IJR/IMR/IOAR), Q/LOS Support, Traffic Analyses Review, Socioeconomic Data Development, Interchange Operation/Modification/Justification study and reviews, LRTP development, DRI and Sub-DRI reviews, growth management documentation reviews, and on -site Support. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Chon Wong; Telephone: 954-777-4659; Start1End Date: 09/2010-Present.) Sheng Yang, P.E., PTOE Page 12 THE CORRADINO GROUP 73 TAB 2 Experience & Qualifications MIAMBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 39 Areas of Expertise Project Management, Traffic Operations, Maintenance of Traffic, Local agency Planning (LAP), Landscape Management, Public Records Management, Planning and Designing for the Aging Population, P.D. & E Process, Public Involvement, Right of Way, Legal Considerations in Access Management, Real Estate Management and Sales, Land Development Regulations Education B. Sc. in Civil Engineering University of Florida, Gainesville, Florida, 1980 Professional Registrations Florida P.E. # 37287, 1986 Florida Real Estate # 51287 y Iglesias, igineer II P.E. TS Engineering 9 years of engineering experience in the Florida Department of h emphasis in Consultant Project Management, in District 6. r, Mr. Iglesias worked in Project Management and Traffic traduating the FDOT Professional Training Program. In 1985 as the District Legal Engineer and represented the state in court onsultant Management as a Senior Project Manager in 1987 until i FDOT in 2016. During the late eighties to mid. nineties, Mr. arge of one of the two project management teams for District 6. oetween i=) tnrough 1999 he took the additional roll of District Landscape Manager and was successful in obtaining funds for local Landscape Projects in Dade and Monroe County through the Highway Beautification Grant. During 2000 through 2013 he was assigned the roll of District Local Agency Program Administrator (LAP) for District 6 in addition to his duties as Senior Project Manager and was a member of the Statewide LAP Administrators Task Team providing key input for establishing the guidelines for Certifying Local Agencies in LAP Administration. Mr. Iglesias Certified over 30 Municipalities during his tenure as LAP Administrator. In addition to his engineering work, Mr. Iglesias was also one the Founders of the City of Sunny Isles Beach which he served on the Commission as an elected official from 1997 until 2007 where he termed out of office. With key input on the comprehensive plan and zoning changes he was influential bringing world class developers such as Donald Trump to the City thus turning Sunny Isle Beach into one of the richest cities per square foot in the world. During 2002 through 2007 he continued to serve his community by serving on the Board of Trustees of Aventura Hospital, a period where the hospital doubled its size adding over $135 million of expansion. Project Experience Port of Miami Bridge, FDOT District 6. Project Manager. Responsible for managing all the design and permit process and agency coordination for the new Port of Miami Bridge from Biscayne Boulevard to Watson Island as well as the roadway expansion of Port Boulevard in Watson Island. This project was nominated and won the FHWA Excellence in Design Award. (Client: FDOT District 6; Location: Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305-470-5289). Biscayne Boulevard/SR 5/U.S.1 Expansion Project, FDOT District 6. Project Manager. This project consisted of widening SR5/ U.S.1 From N.W. 87th avenue to N.W 215th avenue from a four -lane typical section to an eight -lane typical section. Responsible for managing all the design, permit process, utilities, right of way requirements. Coordinate all state, federal municipal and local agency activities. Coordinate all planning and traffic analysis services for all maintenance of traffic and coordinate all phase reviews within the district staff. This project won the FHWA Excellence in Design Award. (Client: FDOT District 6; Location: Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305-470-5279). SR-823/Red Road/NW 57th Ave, FDOT District 6. Project Manager for managing all the design, permit process, utilities right of way requirements, coordinate all the Danny Iglesias, P.E. Page 1 1 THE CORRADINOGROUP 74 TAB 2 Experience & Qualifications MiAMiBEACH RFU 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering as all FDOT phase review meetings. (Client: FDOT District 6; Location: Dade County, Florida. Contact: Teresita Alvarez; Telephone: 305-470-5287). Districtwide Intersection Resurfacing and Improvement Project, FDOT District 6. Project Manager. Managed several Districtwide contracts involving resurfacing various roadways in Dade and Monroe County throughout Dade and Monroe Counties that involved both state and federal funding. (Client: FDOT District 6; Location: Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305470-5289). Local Agency Program (LAP) Administrator, FDOT District 6. Administrator. Was responsible for managing the districts LAP program overseeing that FHWA funds allocated to the local Municipalities to incorporate in the agency's local enhancement project. Served as the responsible person in the District for Certifying the municipalities under the LAP guidelines. Certified over 30 municipalities making them eligible to spend the federal monies in their local enhancement project while providing oversite and monitoring their performance. (Client: FDOT District 6; Location: Dade County, Florida; Contact: Harold Desdunes; Telephone: 305- 479-5200). Districtwide Safety Improvement Projects, FDOT District 6. Project Manager. Managed the consultant design contracts on various Districtwide Safety Improvement projects in the district in both Dade and Monroe county that included but not limited to: Flagler Street, Lejeune Road, N.W. 107th avenue, Bird Road, NW. 12th avenue, Biscayne Boulevard, Miami Gardens Drive, Red Road/57th avenue, Roosevelt Blvd, NW 79th street, Alton Road and Collins Avenue. (Client: FDOT District 6; Location: Dade County, Florida; Contact: Teresita Alvarez; Telephone 305-470-5287). SR8561VVilliam Lehman Causeway Bike Path Pilot Program, FDOT District 6. Project Manager. Responsible for managing the Design Consultant in the first ever statewide pilot program to put a bike path in a limited access roadway. (Client: FDOT District 6; Location: Miami- Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305470-5287). Districtwide Signalization Improvement Project, FDOT District 6. Project Manager. This project consisted of upgrading multiple intersections in Dade county from span wire to mast arms. (Client: FDOT District 6; Location: Miami- Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305-470-5287). SR-5 At Lehman Causeway Signalization Improvement, FDOT District 6. Project Manager. This project consisted of safety and signalization improvement of the intersection. The work included 5 signal mounted traffic signals, an additional left turn movement converting the intersection from dual left eastbound movement to a triple left turn movement as well as mast arm relocations on the existing signals. (Client: FDOT District 6; Location: Miami- Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305-470- 5287). SR-8261NW 16711 Street from Golden Glades to NE 181h Street, FDOT District 6. Project Manager. Project consisted of pedestrian crossing signalization improvements, additional left turn access and ADA ramp upgrade. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Teresita Alvarez; Telephone: 305-470-5287). Port of Miami Tunnel Freight Study, FDOT District 6. Q/C officer and District 6 liaison. Supports Project Manager in Data Collection, meeting coordination and liaison to state and local agencies. Overseas the QA/ QC peer review. (Client: FDOT District 6; Contact: Carlos Castro; Telephone: 305-470-5238). Danny Iglesias, P.E. Page 12 THE CORRADINOGROUP 75 TAB 2 Experience & Qualifications I'AAMiBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES T;��neS ers!�t� !:o,MMMIteFcwYnct yang Wu, P.E. .ngineer I �s of experience in Transportation Engineering and Planning. His include data collection and analysis, travel demand model Abration, project traffic development, traffic operational analyses, iies, freight movement analysis, long range transportation plan, leling. Experience includes the use of the transportation -related s: Cube Voyager/FSUTMS, TransCAD, EMMEl2, TBEST, Forecasting Model (HLFM II+), MOBILE, VISSIM, CORSIM, and TRANSYT-7F. Project Experience Years of Experience 24 Rail Highway Crossing Inventory and Support, Freight and Multimodal Operations Office. QA/QC Officer responsible for data accuracy, consistency, and completeness checks. Develop web -based data collection and analysis tools on Areas of Expertise Amazon Clouds and incorporating advanced database management tools and real - Travel behavior analysis, travel time geocoding capabilities using Google API and ArcGIS online functionalities. demand modeling, transit studies, Develop training material and guidance documentation. (Client: FDOT Central demographic analysis. Office; Location: Leon County; Contact: Rob Stapleton; Telephone: 850-414-4553; Start/End Date: 11 /13/2020- Present). Education GIS Support Contract, FDOT District 4. Technical Lead responsible for a range M. Sc. in Transportation Engineering, of general GIS services including developing District Atlas, geocoding Districtwide University of Regina, Canada,1994 Transit Development Plans (TDP), SIS database development and maintenance, and sub-DRI development tracking tool development. Provided support and B. Eng. Structural Engineering, programming services for SIS GIS Tool, GIS Portal, Interchange Reporting System, Taiyuan University of Technology, and Growth Management GIS Tracking Tool. (Client: FDOT District 4; Location: China, 1986 Broward County; Contact: Abdalla Abdalla; Telephone: 954-777-4664; Start/End Date: 06/30/2020-Present). Professional Registrations PortMiami Tunnel Freight Mobility Evaluation Study, FDOT District 6. Project Florida P.E. # 64707, 2006 Manager responsible for the development of modeling tool to monitor the operation of freight and passenger movement in and around PortMiami via the PortMiami Tunnel. Tasks involve stakeholders coordination, data collection and analysis, GIS mapping and visualization, macro- and micro -simulation model development, and economic and environmental analysis. (Client: FDOT District 6; Location: Miami - Dade County; Contact: Carlos Castro; Telephone: 305-470-5238; Start/End Date: 06/15/2017-Present). Treasure Coast Regional Household Travel Survey (TC-HTS), FDOT District 4. Project Manager responsible for design, implementation, and administration of the household travel surveys for the Martin, St. Lucie, and Indian River counties. Tasks involve public involvement, design and development of survey websites and mobile device APP to collect travel data. (Client: FDOT District 4; Location: Martin, St, Lucie, and Indian River Counties; Contact: Phan Trang; Telephone: 954-777-4294; Start/End Date: 09/2016-0512018). Yongqiang Wu, P.E. Page 1 1 THE CORRADINOGROUP 76 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Districtwide Census Data Support for Long Range Transportation Update, FDOT District 4. Project Manager responsible for tasks involving collecting traffic and operational data and providing relevant data analysis services; developing project traffic for pre- PD&E studies; conducting operational analysis for intersections, roundabouts, and interchange improvements; developing database tools to support the traffic counts processing and analysis. (Client: FDOT District 4; Location: Broward County; Contact: Shi-Chiang Li; Telephone: 954-777-4655; Start/End Date: 05/2017-Present). General Planning Consultant (GPC) Services, Miami -Dade Transportation Planning Organization. Task Manager and Senior Engineer responsible for collecting available demographic and socioeconomic data, preparing inventory of the current land use along the SMART Corridors (Beach Corridor and Kendall Corridor). Mobility Performance and Data Support Consultant, FDOT, Forecasting and Trends Office. Task Manager responsible for conducting population and employment projections at city, county, and state level; analyzing worker commuting pattern between counties and urbanized areas; supporting statewide multimodal corridor planning studies; developing visualization tools to support travel demand analysis; and performing gap analysis for statewide trail network. (Client: FDOT Central Office; Location: Leon County; Contact: Monica Zhong; Telephone: 850-414-4808; StarUEnd Date: 07/2016-Present). Districtwide Demand Forecast Model Data Development, FDOT District 4. Project Manager responsible for a wide range of tasks involving data analysis, travel characteristics survey, model development and application support. Responsibilities include analysis of Census and demographic data such as American Community Survey and Longitudinal Employee -Household Dynamics data (LEHD), local and national travel characteristics survey data, technical assistance to SERPM and GTCRPM model users. (Client: FDOT District 4; Location: Broward County; Contact: Shi-Chiang Li; Telephone: 954-777-4655; Start/End Date: 09/2010- 05/2015). Martin County Transit Development Plan (TDP), Martin County MPO. Task Manager responsible for conducting sociodemographic analysis, travel demand forecasting, transit service alternatives development and evaluation, and ridership forecast using the TBEST model. Also developed revenue projections and financial plans for different scenarios based on projected revenues and costs associated with implementation plans. (Client: Martin County MPO; Location: Martin County; Contact: Beth Beltran; Telephone: 772-221-1498; Start/End Date: 04/2013-06/2014). Modeling Support for Near -Term Public Transportation Improvements on Major Urban Travel Corridors, Miami -Dade MPO. Project Manager responsible for corridor model development using SERPM 6.5, transit ridership forecast, system cost -benefits analysis, and user benefits analysis using FTA's SUMMIT program. (Client: Miami -Dade MPO; Location: Miami -Dade County; Contact: Wilson Fernandez; Telephone: 305-375-1886; Start/End Date: 06/2010-06/2011). Premium Transit/Rail Corridor Feasibility Assessment, St. Lucie and Martin MPOs. Project Manager responsible for travel demand modeling using the Greater Treasure Coast Regional Planning Model (GTCRPM) and evaluating the feasibility of rail and premium transit on the three north -south corridors including US-1, 1-95, and FEC in the two counties. (Client: Martin/St. Lucie MPOs; Location: Martin County and St. Lucie County; Contact: Beth Beltran; Telephone: 772-221-1498; Start/End Date: 06/2011-06/2012). PD&E Study for the US-1 Express Lanes along the South Miami -Dade Busway, Miami -Dade Expressway Authority (MDX). Lead Modeler responsible for developing and implementing project travel demand forecast modeling methodology, interpolating and assessing quality of socioeconomic data, reviewing alternatives, implementing and analyzing transit and highway survey origin - destination data, preparing documentation, and developing presentation materials for the PD&E study for U.S. Route 1 express lanes along the Miami -Dade Busway from SW 344th Street to S.R. 826/Dadeland South. (Client: Miami -Dade Expressway Authority; Location: Miami -Dade County; Contact: Javier Rodriguez; Telephone: 305-637-3277; StarUEnd Date: 06/2008-07/2011). Yongqiang Wu, P.E. Page 1 2 THE CORRADINO GROUP 77 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 21 Areas of Expertise Traffic Operations Safety Access Management Signal Timing Lighting Analysis Signing and Pavement Marking Education M.S. in Civil Engineering, University of Connecticut, 2001 B. Tech, Civil Engineering, Indian Institute of Technology. 1999 Professional Registrations Florida P.E. # 68069, 2008; PTOE RSP1 TS E:ngineerir►g m,.�wuab rc.n«® i Allu, P.E., PTOE, RSP1 -ngineer ears of experience in traffic operations analysis, traffic safety management studies, pedestrian/bicycle safety studies, signal ng, and all aspects of traffic data collection. He is proficient in the of traffic engineering software applications including HCS, AFFIC, SIDRA, and CORSIM. He is intimately familiar with I Agency publications such as MUTCD, Highway Safety Manual ial Timing Manual, FDOT Traffic Engineering Manual and MUTS, 'DOT LOS Handbook, Project Traffic Forecasting Handbook, and .gook. He has conducted numerous traffic operations and safety studies as the lead engineer for the Department and has a thorough understanding of the various stages of the traffic/safety studies from conception of studies to development of recommended improvements and their implementation whether they are relatively simple signing/pavement marking improvements or relatively large projects that have been programmed into the FDOT work program. In addition, as Project Manager on a FDOT engineering studies and reviews contract, Mr. Allu led the review efforts for several traffic engineering studies, PD&E Studies, Preliminary Engineering Reports (PER), and various Strategic Miami Area Rapid Transit (SMART) Plan studies. Project Experience Districtwide Traffic Operations and Safety Studies, FDOT District 6. Project Manager and Lead Traffic Engineer responsible for traffic operational/safety studies and safety reviews that included crash analyses, intersection/corridor operational analyses, and field reviews to identify site -specific issues related to high crash study locations. Developed reports with recommendations to reduce the crash potential at the study locations. Studies included Key West Crosswalks Evaluation, Alton Rd between NW 44 St and NW 47 St. Also, worked with FDOT on network screening using the Highway Safety Manual (HSM) methodology for identification of top locations for each emphasis area in the Florida Strategic Highway Safety Plan (SHSP). Conducted preliminary safety studies for several intersections identified under the Safe Strides 2 Zero program (Contact: Misleidys Leon, P.E.; Telephone: 954-470-5335; Start/End Date: 08/2017-Present). Districtwide Traffic Operations and Safety Studies, FDOT District 4. Project Manager and Lead Traffic Engineer responsible for traffic operational/safety studies and safety reviews that include crash analyses, intersection/corridor operational analyses, and field reviews to identify site -specific issues related to high crash study locations. Developed reports with recommendations to reduce the crash potential at the study locations. Some examples of completed assignments include safety study/lighting analysis for SR 25/1JS 27,1-95 in Palm Beach, Hallandale Beach Blvd, Forest Hill Blvd; 3R Safety Reviews for 1-95, Broward Blvd, Sample Rd, and SR 5; safety studies on Sunrise Blvd, Griffin Rd, and Powerline Rd, Pedestrian mid -block evaluation and safety assessment on Indiantown Road; Road Safety Audit for Merrill Barber Bridge; Pedestrian Studies along Pembroke Rd, Oakland Park Blvd, and Lake Worth Rd; wrong -way signage and pavement marking assessment for all 1-95 Phani Allu, P.E., PTOE Page i 1 THE CORRADINOGROUP 78 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Qvrn,dmmE,o.lY,a. Developed a SharePoint site for efficiently managing the District's fatal crash review program. (Contact: David Moore; Telephone: 954-777-4375; Start/End Date: 02/2015-Present). Districtwide Traffic Operations and Safety Studies, FDOT District 6. Project Manager and Lead Traffic Engineer. Responsible for conducting several intersection and arterial safety improvement studies as part of the contract which involved traffic data collection, qualitative assessments, signal warrant analysis, intersection/arterial analysis, left -turn phase warrant analysis, sight distance evaluations, lighting analysis, safe curve speed studies, before/after evaluations, road safety audits, intersection control evaluation (ICE) studies, bottleneck mitigation studies, mid -block pedestrian crossing evaluations, access management evaluations, conceptual improvement sketches, and preliminary cost estimates. Some examples of completed assignments include access management evaluations for SR 823 and SR 909, signal warrant analysis for SR 90/SW 147 Ave and SR 5/NE 18 St intersections, mid -block pedestrian crosswalk evaluation in City of Key West, road safety audits for SR 112 and SR 907, bottleneck mitigation studies for SR 90/SW 74 Ave and SR 90/SW 137 Ave intersections, lighting evaluations for Shark Key and SR 112, speed limit evaluations for SR A1A, SR 990, and Village of Miami Shores, wrong -way signage/pavement marking assessments for 1-75 and SR 856. (Contact: Ramon Sierra, P.E.; Telephone: 954-470-5335; Start/End Date: 08/2014-Present). Districtwide Traffic Engineering Studies & Engineering Reviews, FDOT District 6. Project Manager for engineering reviews contract that included review of access permits, utility permits, landscape permits, MOT reviews, traffic studies, PD&E studies, traffic impact studies, SMART plan studies, safety studies, pedestrian studies, and intersection/arterial analyses through interfaces such as OSP and ERC. Represented the Department in several pre -application meetings, Access Management Review Committee (AMRC) meetings, District Interchange Review Committee (DIRC) meetings, and ERC comment resolution meeting. (Contact: Jinyan Lu; Telephone: 954-470-5156; Start/End Date: 08/2016-Present). Districtwide Signal Retiming, FDOT District 6. Project Manager for performing signal retiming on several corridors ranging from 0.5 miles to 8 miles involving 60 traffic signals in Miami -Dade County. The tasks involved evaluating existing signal timing and proposing signal timing adjustments aimed at improving travel times and reducing delays. The corridors included SR 934 from NE 7th Ave to Abbott Ave, SR 922 from Broadview Blvd to Collins Ave, SR 925 from NW 8th St to NW 1st St, SR 112 from Alton Rd to Collins Ave, and SR 25 from SR 997 to SR 932. (Contact: Jacques Defrant, PE; Telephone: 305-470-5385; Start/End Date: 01/2018- 06/2019). Pedestrian/Bicycle Safety Studies, FDOT District 4. Lead Traffic Engineer responsible for field reviews, and development of pedestrian and bicycle related recommendations for several roadway segments, intersections, and greenway crossings. Recommendations from the study included bike lanes, additional lighting, upgrading existing pedestrian features, and minor signing/pavement marking improvements. The studies also identified technology -oriented improvements such as blank -out signs (to alert turning motorists) and audio/visual feedback pushbuttons. (Contact: Jacques Defrant; Telephone: 954-777-4375; Start/End Date: 07/2013-07/2014). Districtwide Traffic Operations Access Management, FDOT District 4. Project Engineer for this work -order based contract. Responsible for numerous data collection, field reviews, operational analysis, development of access management plans, and development of final reports. Corridor settings ranged from built-up urban to rural areas, with study lengths ranging from one to five miles. Study steps included field reviews, traffic data collection, operational analysis, crash analysis, and presentations to the District Access Management Review Committee (AMRC). (Contact: Beth Coe; Telephone: 954-777-4373; Start/End Date: 2005-2013). High Crash Locations Preliminary Safety Review, FDOT District 6. Traffic Engineer responsible for the preliminary safety review and development of the technical report for 20 high crash segment locations within Miami -Dade County. The project included crash analysis, development of crash summary tables, expected value analysis, identification of abnormal crash patterns, probable contributing causes and potential countermeasures, and review of FDOT's work program. (Contact: Misleidys Leon; Telephone: 305-470-5335; Start/End Date: 06/2010-06/2011). Phani Allu, P.E., PTOE Page 12 THE CORRADINoGROUP 79 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 21 Areas of Expertise Roadway/Highway Design, Multi -modal Improvements, Signing & Pavement Markings, Signalization, and Lighting Education Bachelor of Science in Civil Engineering, University of Florida, 2001 Professional Registrations Florida P.E. # 64740, 2006 Georgia P.E. # 048976, 2022 Certifications & Training Advance MOT Certification FDOT Supervisor Academy FDOT Management Academy FDOT Specifications Training Hughes, ngineer P.E. 1 years of engineering experience, specifically in the areas of sportation design. Prior to joining CTS Engineering, Inc., Mr. first 12.5 years of his career with the Florida Department of Act 4. After completing the 2-year Professional Engineer Trainee ies spent 10 years as a Designer, Lead Engineer, and Assistant District4 In -House Design. He worked on and assisted managing including Safety, RRR, Widening/Reconstruction, Major Bridge, Mr. Hughes also performed tasks for a variety of projects including Long Range Estimates, Value Engineering Studies, Project Scheduling, and Plans/Permit Reviews. He has also served as a Technical Review/Advisor Committee Member for Design Build Projects and Consultant Selection Contracts. Mr. Hughes was also the District 4 CADD Graphical User Group and Roadway Technical Advisory Committee Leader. From 2013 to present, Mr. Hughes has served as the Project Manager, Senior Engineer, and Engineer of Record (EOR) for a variety of the FDOT and County design and planning projects. Projects have included RRR, Widening, Intersection/Interchange Improvements, Safety, Push Button, Signalization, Lighting, Multimodal Corridor Studies, Transit Improvements, Park & Ride/Travel Centers, RFP Development, and Joint Lease Agreements. Project Experience Golden Glades Truck Travel Center (GGTTC) (FPID 445984-1; Contract CAE44), FDOT District 6. Project Manager. Project encompasses the design and construction of a commercial truck parking facility within the Golden Glades Interchange. This facility will accommodate a minimum of 135 truck parking spaces on a 15-acre site and will also include lighting, drainage system, restrooms, water/sewer improvements, landscaping, and security features. Additional amenities may include vehicle and truck fueling stations, travel center with retail space and quick service restaurants, truck repair facility, truck wash, certified static scale, and Truck Parking Availability System (TPAS). Primary responsibilities include Design -Build Request for Proposal Development, Conceptual Plans, Scheduling, Estimates, and technical support for a Joint Use Lease Agreement. (FDOT Contact: Carlos Castro; Telephone: 954-777-4499; Start/End Date: 2020- Present). US-27 Safety Projects (FPID 439939-1, 439940-1, 440143-1, 440143.2; Contract CA180), FDOT District 4. Project Manager and Engineer of Record. Project includes safety improvements along US-27 in Broward County from just north of I- 75 to the Broward/Palm Beach County line. Improvements include shoulder widening, auxiliary lanes, internally illuminated RPM's, ITS enhancements, and other signing and pavement marking enhancements. The project also included SFWMD and USACE permitting, wetland mitigation, and drainage modifications. (FDOT Contact: Adham Naiem, PE; Telephone: 954-777-4440; Start/End Date: 2018-Present). Steve Hughes, P.E. Page I 1 THE CORRADINOGROUP 80 TAB 2 Experience & Qualificati RFQ 2023.030-NO MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering act C9H46), FDOT District 6. Project Manager and Engineer of Record. Contract includes push button design projects originating from Traffic Operation Studies, Requests, and Fatal Crash Report Analysis. Includes research, analysis, and vetting safety/fatal crash reports and recommendation, then completing design projects within a 6-month timeframe. Typical projects include pedestrian and multimodal improvements (including ADA upgrades), signing and pavement markings, signalization, lighting, intersection improvements, drop-off and above ground fixed object shielding, drainage improvements, and general roadway and operational improvements. Contract requires close coordination with FDOT Design, Traffic Operations, and Construction. External coordination includes Miami -Dade County Traffic & Signals and Miami -Dade Transit. (FDOT Contact: Ramon Sierra, PE; Telephone: 305-470- 5336; Start/End Date: 2014-Present). SR-9321NW 103rd Street RRR and Safety (FPIDs 434768-314; Contract CA323), FDOT District 6. Project Manager and Engineer of Record. Project includes milling and resurfacing, minor widening, and signalization/signing improvements to enhance traffic maneuvers. Project also includes ADA upgrades (including curb ramps, sidewalk, and bus stop locations), enhanced signing & pavement markings, and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact: Elsa Riverol, PE; Telephone: 305-470-5105; Start/End Date: 2019-Present). NW 7th Avenue Complete Streets and RRR (FPID 430817-2; Contract C9G75), FDOT District 6. Project Manager and Engineer of Record. Project includes repurposing of the outside through lanes to bike lanes with on -street parking. Project also includes milling & resurfacing, raised medians, ADA upgrades (including sidewalk, curb ramps, and bus stop locations), enhanced signing & pavement markings, signalization, lighting retrofits, and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact: Raul Quintela, PE; Telephone: 305-470-5271; Start/End Date: 2014-2018). 1-95 Safety (FPIDs 434273-314; Contract C9W21), FDOT District 4. Project Manager and Engineer of Record. Project includes new lighting from SR-706 interchange to the CR-708 interchange. Project also includes extension of the northbound inside general- purpose lane, extension of the SR-706 exit ramps, advanced guide signs, and curve warning signs. Primary responsibilities include management of all aspects of the project. (FDOT Contact: Bing Wang, PE; Telephone: 954-777-4406; Start/End Date: 2017-2022). Districtwide Lighting Retrofits (FPID 440186-1; FPID 440175.1), FDOT District 6. Project Manager and Engineer of Record. Contract includes lighting retrofits at signalized intersections to improve pedestrian safety and meet FDOT horizontal and vertical illumination criteria. FPID 440186-1 included 21 signalized intersections along SR-7 from SW 6th Street to NW 62nd Street. Other project elements including upgrades to impacted areas to meet ADA criteria including curb ramps, sidewalk, and bus stop locations. FPID 440175-1 includes 11 signalized intersections along SR-817 from SR-9 to NW 199th Street. (FDOT Contact: Patrick Marchant, PE; Telephone: 305470-5214; Start/End Date: 2017-2021). SR-5 (SW 2nd Ave/Street) Safety and RRR (FPID 412473-7; Contract C91`48), FDOT District 6. Project Manager and Engineer of Record. Project includes lane reconfiguration, minor widening and signing improvements to enhance traffic maneuvers. Project also includes minor widening, milling & resurfacing, ADA upgrades (including curb ramps, sidewalk, and bus stop locations), enhanced signing & pavement markings, signalization, and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact: Fabiana Gonzalez, PE; Telephone: 305-470-5183; Start/End Date: 2014-2018). NW 19th Street Bike Lanes (FPID 431665.1; Contract C9H19), FDOT District 4. Project Manager and Engineer of Record. Project includes widening, restriping, and/or repurposing of the outside through lanes to create 4' bike lanes. Initial tasks required close coordination with the Broward MPO, FDOT, County, and City staff to finalize the project scope. Project also includes milling & resurfacing, ADA upgrades (including curb ramps, sidewalk, bus stop locations, and a bus shelter relocation and pad replacement), enhanced signing & pavement markings, signalization, lighting retrofits, and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact: Bing Wang, PE; Telephone: 954-777-4406; Start/End Date: 2014-2018). Steve Hughes, P.E. Page 1 2 THE CORRADINOGROUP 81 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 16 Areas of Expertise Project Management Roadway/Highway Design Pavement Design Signing & Pavement Markings Temporary Traffic Control Education B.E. in Civil Engineering, Magna Cum Laude The City College of New York, 2005 Professional Registrations Florida P.E. # 71453, 2010 Certifications & Training Advance MOT Certification FDOT Supervisor Academy FDOT Management Academy FDOT Leadership Academy TS Engineering Comrbrtm ErMw¢t Brent Lee Shue Ling, P.E. Senior Engineer I .ee Shue Ling has over 16 years of engineering experience, specifically in the s of roadway and transportation design. Prior to joining CTS Engineering, Inc., .ee Shue Ling spent the first 12.5 years of his career with the Florida Department ansportation (FDOT). He spent 5 years as a Roadway Designer working on a ty of projects including RRR, Widening, and Reconstruction. From 2010 to Mr. Lee Shue Ling worked as the Assistant Section Leader for District 4 In- >e Design Section Two. He was the Lead Engineer and Assistant Project ...,.,,ager for a variety of projects including Safety, RRR, Widening/ReconstructionI Minor Bridge and Design Build. In addition to his duties as a Lead Design Engineer and Assistant Section Leader, Mr. Lee Shue Ling also performed tasks for a variety of projects including Long Range Estimates, Value Engineering Studies, Project Scheduling, and Plans/Permit Reviews. He also concurrently served as the District Pavement Design Engineer from 2008 to 2012 and was responsible for evaluating and approving all pavement design packages for District 4 during that time. In 2012, Mr. Lee Shue Ling joined the District 4 Consultant Project Management Section Six and served as a Project Manager until 2015. During this time, he managed a variety of projects including Safety, RRR, Widening/Reconstruction, Transit, Mobility, and Bridge Rehabilitation. In 2015, Mr. Lee Shue Ling became the Design Section Leader for District 4 In -House Design Section Two, where he led a group of 8 designers and engineers in the production of contract plans. From 2015 to 2018, he was the Project Manager and Engineer of Record (Roadway Design) for several projects including Safety, RRR, Mobility, Complete Streets, Widening/Reconstruction, Transit, Landscaping and Design Build. Project Experience Continuing Services Minor Project Design Consultant (FPID 441946-1; Contract CA982), FDOT District 4. Project Manager and Engineer of Record. Contract includes supporting the District 4 Design Office with comprehensive design services to produce construction contract plans for a variety of projects. Typical projects include RRRs, Safety Improvements, Bridge Rehabilitations, Off -System Mobility Projects and In -House Staff Augmentation. Primary responsibilities include overall contract management for assignment of tasks to internal staff and subconsultants, serving as Engineer of Record on various individual task work orders, quality control reviews of all construction plans, calculations and technical aspects of the project. (FDOT Contact: Robert Bostian, PE; Telephone: 954-777- 4427; Start/End Date: 2018-Present). SR-9321NW 103rd Street RRR and Safety (FPIDs 434768-314; Contract CA323), FDOT District 6. Senior Engineer. Project includes milling and resurfacing, minor widening, lighting and signalization/signing improvements to enhance traffic maneuvers. Project also includes ADA upgrades (including curb ramps, sidewalk, and bus stop locations), enhanced signing & pavement markings, and drainage improvements. Primary responsibilities include quality control reviews of all construction plans, calculations and technical aspects of the project. (FDOT Contact: Elsa Riverol, PE; Telephone: 305-470-5105; Start/End Date: 2019-Present). Brent Lee Shue Ling, P.E. Page 11 THE CORRADINOGROUP 82 TAB 2 Experience & Qualifi 023.030-ND MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering lency. Project Manager. This project identified pedestrian and ing six Palm Tran transit stops, with the goal of improving the conditions along the adjacent corridors for safer movement of pedestrians and bicyclists, and to create an environment that encourages healthy behavior and multimodalism. Primary responsibilities included the general project management, organization of field visits and meetings with all stakeholders, preparation of concept plans, cost estimates of improvements and development of summary report. (PBTPA Contact: Valeria Neilson, AICP; Telephone: 561-478-5743; Start/End Date: 2018-2019). SR-7 Mobility & Transit Improvements (FPIDs 427937-1, 427937-2 & 427938-1), FDOT District 4. Project Manager and Engineer of Record FDOT In -House Section 2. These adjacent projects installed enhancements along a 12.5 mile stretch of SR-7 from Commercial Blvd. in Broward County to Glades Road in Palm Beach County. Enhancements included widening for buffered bike lanes, shared use paths and sidewalks, bus stop amenities, signalization upgrades to detection/communication, and lighting retrofits. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing & Marking Plans. (FDOT Contact: Scott Peterson, PE; Telephone: 954-777-4416; Start/End Date: 2015-2018). Miramar Blvd. Park and Ride Lot (FPID 435855-1), FDOT District 4. Project Manager. This project proposed the redevelopment of an 18 acre site to construct of a new park and ride lot within the City of Miramar in Palm Beach County. The park and ride lot included over 480 parking spaces, bus shelter area, lighting, landscaping, fire hydrant system and automatic gated entry/exit for buses. The project involved right of way transfers, and extensive coordination with Broward County, the City of Miramar, FPL, and adjacent business owners. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing & Marking Plans. (FDOT Contact: Scott Peterson, PE; Telephone: 954-777-4416; Start/End Date: 2015-2018). Old Dixie Highway Complete Streets (FPID 432949-1), FDOT District 4. Project Manager and Engineer of Record FDOT In - House Section 2. This project introduced several traffic calming and complete street features to a local neighborhood road along Old Dixie Hwy. between NE 13th Street and the Bridge over Middle River within the City of Fort Lauderdale, FL (0.8 miles). The features designed and installed in this project included mid -block raised crosswalks, raised intersections, a roundabout, horizontal curve realignment, green bike lanes, sidewalks, pedestrian lighting, bio-swales, landscaping and neighborhood monuments. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing & Marking Plans. (FDOT Contact: Scott Peterson, PE; Telephone: 954-777-4416; Start/End Date: 2015-2018). SR-A1A Washout Reconstruction (FPIDs 433688-4 & 433688-6), FDOT District 4. Project Manager FDOT In-house Section 2. This project permanently repaired a storm damaged section of SR A1A from Sunrise Blvd. to NE 181h Street in the City of Fort Lauderdale, FL. Features designed and installed included a promenade to the east side of the road adjacent to Fort Lauderdale Beach, comprising of brick pavered walkways, shower areas, a decorative wave wall with beach entrances, decorative sea turtle friendly lighting, on -street parking, bike lanes, bike racks, sand dune restorations and landscaping. Primary responsibilities included Project Manager and Engineer of Record for Post Letting Revisions to Roadway and Signing & Pavement Marking Plans. (FDOT Contact: Scott Peterson, PE; Telephone: 954-777-4416; Start/End Date: 2015-2016). SR-838 Sunrise Blvd. Bridge Reconstruction (FPID 422866-1), FDOT District 4. Lead Designer, Project Manager and Engineer of Record FDOT In-house Section 2. This project reconstructed the Sunrise Blvd. Bridge over the Middle River between NE 201h Avenue and Middle River Drive in the City of Fort Lauderdale, FL. From 2009 to 2012 primary duties included Lead Designer and Assistant PM for the preparation of all roadway and signing & pavement marking plans. From 2015 to 2016 primary duties were advanced to Project Manager and Engineer of Record for all Post Letting Revisions. This project utilized FDOT's temporary detour acrow panel bridge for maintenance of traffic, and involved extensive coordination with environmental permitting agencies, utility owners, business owners, local agencies, and the public. (FDOT Contact: Scott Peterson, PE; Telephone: 954-777-4416; Start/End Date: 2009-2016). Brent Lee Shue Ling, P.E. Page 1 2 THE CORRADINO GROUP 83 TAB 2 Experience & Qualifications 0-ND Years of Experience 20 Areas of Expertise HCS, LOSPLAN, and Synchro Traffic Data Collection, Traffic Data Analysis, Roadway Data Collection, PTMS design and inspection, safety analysis, and crash data analysis. Education Bachelor of Science in Civil Engineering, Florida State University, 1999 Associates of Science in Civil Engineering, Miami -Dade Community College, 1995 Professional Registrations Florida P.E. # 77542, 2014 IMSA Il, 2019 MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering CdMMfY,.OeFa.MaY Jessica Reyes, P.E., IMSA II Engineer II Reyes has over 20 years of Transportation Planning and Traffic Engineering �rience. Ms. Reyes has experience in roadway and traffic data collection, the T in-house support, writing and preparing technical reports for Traffic *ations and Planning Studies for the FDOT District 4 and District 6. Furthermore, Reyes has experience using the latest software and manuals to develop ling and operational analysis, such as the Highway Capacity Manual, FSUTMS, SIM, VISSIM, LOSPLAN and Synchro. She has vast experience with multimodal Level of Service (LOS) analysis along the Strategic Intermodal System, SIS corridors within District 4, which provides the latest state-of-the-art and most adequate procedures for performing MMLOS along an SIS connector through implementing various methodologies, using HCS, LOSPLAN, and Synchro. Among her work experience, she prepares traffic engineering and operational studies which include LOS Analyses, Safety Analyses and Qualitative Assessment. Her traffic and planning study experiences also include field observations, traffic data collection, traffic data analysis, roadway data collection, PTMS design and inspection, safety analysis, and crash data analysis. Project Experience Planning RCI Data Collection and Analysis — Continuing, FDOT District 7. Project Manager. Ms. Reyes is leading this contract and provides the Department with professional services support for providing required statistical highway data. This support includes plans review, data collection, data entry, geographic information system (GIS) mapping, graphics preparation, SLD preparation utilizing MicroStation and AutoCADD and the FDOT's Auto Diagrammer software, conducting public hearings, and other tasks to support Roadway Characteristics Inventory (RCI), Straight Line Diagrams (SLD's), Linear Referencing System (LRS) mapping, and Highway Performance Monitoring System (HPMS) functions within District 7. (Client: FDOT District 7; Location: Hillsborough County, Florida; Contact: Sherry Meralagno; Telephone: 813-975-6128; StarttEnd Date: 04/2021-Present). BCT Fixed Route Ride -Check -Data Collection, Broward County Transit. Task Lead. Ms. Reyes is responsible for managing crews of surveyors which includes the supervision of the on -board ride check team and for ensuring full and accurate reporting on all sampled trips including specific details of the buses number, route number, block number, and other information. (Client: Broward County Transit; Location: Broward County, Florida; Contact: Nicholas Sofoul; Start/End Date: 10/2021-Present). 2021 Park and Ride Facilities Inventory, FDOT District 4. Project Manager. Ms. Reyes has provided service to District 4 by inventorying all 40 Tri-Rail stations/Park and Rides. Data collected included pictures, counts of all amenities, report discrepancies within the lots, updates on past years reporting's of broken/disabled Jessica Reyes, P.E., IMSA II Page 1 1 THE CORRADINOGROUP 84 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ; Contact: Newton Wilson; Telephone: 954-777-4638; StarVEnd Uate: 1 uf2u21-1 "2l"2u21). Districtwide Statistics Contract, FDOT District 6. Project Engineer. Provided planning services to support the Department's Districtwide routine RCI and HPMS data collection efforts, roadway functional classification updates, traffic data collection and support, innovative data collection methodology development, project specific data collection, in-house support, and GIS support. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Ana Calleja; Telephone: 305-470-5373; Start/End Date: 07/2010-Present). Districtwide RCI Data Collection, FDOT District 4. Project Engineer. Provide planning services to support the Department's Districtwide routine RCI and HPMS data collection efforts, in-house support, roadway functional classification updates, traffic data collection and support, innovative data collection methodology development, project specific data collection, basemap package, and GIS support. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Kara Schwartz; Telephone: 954-777-4364; Start/End Date: 0112010-Present). Districtwide Traffic Data Collection Project, FDOT District 4. Task Manager for the Traffic Characteristics Inventory (TCI) tasks. Implemented GIS applications to provide field maps and inventory tracking. Used SPS (MS2) and Counts Check applications to process the field information and to verify count sites. Performed PTMS design and inspections. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Kara Schwartz; Telephone: 954-777-4364; Start/End Date: 07/2009-Present). Transit System Safety and Security Review and "Check -Up", FDOT District 4. Project Engineer. Performed on -site and document reviews as a part of the triennial, comprehensive transit system safety and security reviews of 6 transit agencies within the FDOT District 4. Reviews were carried out and reported on as per the requirements of Rule Chapter 14-90, F.A.C. Assisted with technical and training efforts that entailed performing comprehensive mock, on -site and document reviews of all the circulator transit systems and Section 5310 agencies within the FDOT District 4. (StarUEnd Date: 2015-2018). Broward County Transit Garage Inspections. Project Manager. Ms. Reyes has worked doing bus inspections for BCT at Copans Road and Ravenswood Garages. The inspections consisted of documenting buses maintenance, buses condition, branded buses and bus route schedules. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Khalilah French; Telephone: 954- 777-4490; Start/End Date: 11/2018-1212018). Districtwide SIS Program Support, FDOT District 4. Project Engineer. Performed 23 Strategic Intermodal System (SIS) Multi Modal Level of Service studies for the connectors in District 4. Planning and Operational analysis was performed. Duties included field data collection, field observations, crash data analysis review to evaluate the MMLOS and general operation conditions along the connectors. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Arnie Goddeau; Telephone: 954-777-4343; Start/End Date: 09/2010-01/2011). Districtwide General Planning Consultant, FDOT District 4. Project Engineer. Provided planning services to supplement the Department's System Planning, Statistics and PD&E Staff. Assisted the Department in producing Design Traffic Report for PD&E study,l8-Kip Reports, comprehensive GIS support, FSUTMS Model (SERPM and GTCRPM) Development and Application Support, Q/LOS Support, Traffic Analyses Review, Socioeconomic Data Development, Interchange Operation/Modification/Justification study and reviews, LRTP development, DRI and Sub-DRI reviews, Comp Plan Review and growth management documentation reviews and on -site Support. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Tammy Campbell; Telephone: 954-777- 4668; StarUEnd Date: 09/2010-01/2011). Jessica Reyes, P.E., IMSA II Page 1 2 THE CORRADINOGROUP 85 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 15 Areas of Expertise ArcGIS, ArcView, HCS, CORSIM, SYNCHRO. Microstation and Windows. CTS Suresh Kumar Allu, P.E. !r 15 years of experience in Transportation Planning and Traffic a Master of Science in Civil Engineering. Prior to joining the Mr. Allu was a Research Assistant in the Lehman Center of search (LCTR) at Florida International University (FIU). He is applications, Transportation Statistics and Traffic Analysis. Mr. nted GIS applications, performed spatial analysis, database application packaging. He also maintains a solid knowledge in orms and operating systems such as ArcGIS, ArcView, HCS, CORSIM, SYNCHRO, SIDRA, Microstation and Windows. He has managed Traffic Data Collection and successfully led numerous traffic studies including intersection and arterial qualitative assessments, access management studies, RRR scoping reports, safety reviews, signal warrant analysis, left turn phase warrant analysis, general planning LOS analyses, and traffic projections. He has been an active Project Engineer in several projects related to traffic operations, crash analysis, safety and PD&E studies. Project Experience Districtwide Traffic Operations and Safety Studies, FDOT District 6. Project Education Engineer for traffic operational/safety studies and safety reviews that included crash M. Sc. in Civil Engineering, Florida analyses, intersection/corridor operational analyses, and field reviews to identify International University. Miami, site -specific issues related to high crash study locations. Assisted FDOT on network screening using the Highway Safety Manual (HSM) methodology for identification of FL, 2003 top locations for each emphasis area in the Florida Strategic Highway Safety Plan (SHSP). Conducted preliminary safety studies for several intersections identified B. Tech in Civil Engineering, under the Safe Strides 2 Zero program (Contact: Misleidys Leon, P.E.; Telephone: Jawaharlal Nehru Technological 954-470-5335; Start/End Date: 08/2017-Present). University, 2001 Districtwide Traffic Operations/Safety Studies, FDOT District 6. Project Engineer. Conducted several traffic operations and safety studies. Responsibilities Professional Registrations included supervision and review of data collection efforts, performing field reviews, crash analysis, access management reviews, and capacity analysis. Prepared Florida P.E. # 85951, 2018 condition diagrams, collision diagrams and produced initial draft reports as needed, based on the project. Some of the intersections studied include SR 976 at SW 69 Avenue, SR 5 at Sadowski Causeway, SR 986 at SW 116 Court, and SR 9 from Flagler Street to NW 7 Street. (Client: FDOT District 6; Location: Miami -Dade County, FL; Contact: Khalil Maarouf; Telephone: 305-470-5335; Start/End Date: 2014-2019). Districtwide Traffic Operations Safety Review, FDOT District 4. Project Engineer. Conducted several traffic operations, safety studies, and 3R safety reviews. Responsible for crash analysis, intersection/corridor operational analysis, field reviews, developing reports with recommendations to reduce the crash potential at study locations. Some of the studies include qualitative assessment at SR 80 and Hatton Highway, safety study along SR 858 from SR 7 to SW 44 Avenue, 3R safety review along SR 704 from Tamarind Avenue to Lakeview Avenue. Other Satya Suresh Kumar Allu, P.E. Page I 1 THE CORRADINOGROUP 86 TAB 2 Experience & Qualifications MIAMSEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering an.�rde b Emn.,,o FDOT District 4; Location: Broward County, FL; Contact: David Moore; Telephone: 954-777-4375). RRR Safety Reviews, FDOT District 6. Engineer Intern. The study involved performing crash analysis and field reviews to identify any traffic safety concerns along the study corridor and recommending appropriate improvements. Responsibilities included conducting field reviews, preparation of collision diagrams, crash summary tables, aerial exhibits, and drafting the report. Some of the corridors studied were SR 969/NW 72 Avenue from Flagler Street to NW 23 Street, SR 934/West 21 Street from West 4 Avenue to East 4 Avenue, SR 989/SW 112 Avenue from SW 224 Street to US 1, SR 7/NW 7 Avenue from NW 32 Street to NW 78 Street, and SR Al A from Bayview Drive to 189 Street. (Client: FDOT District 6; Location: Miami -Dade County, FL; Contact: Jennifer Barrow; Telephone: 305-470-5382; Start/End Date: 2006-2007), Districtwide General Planning Consultant, FDOT District 6. Project Engineer. Responsible for conducting transportation engineering studies which included 18-Kips report, project traffic forecasting, GIS applications implementation, spatial analyses, database management and application packaging. Assisted in preparation of context classification report for State Highway System in Miami -Dade and Monroe counties. (Client: FDOT District 6; Location: Miami -Dade County, FL; Contact: Neil Lyn; Telephone: 305- 470-5373; Start/End Date: 2015-2020). Districtwide SIS Program Support, FDOT District 4. Project Engineer. Districtwide contract for Strategic Intermodal System (SIS) connector studies that included multi -modal level of service analysis, safety analysis, and preparation of engineering reports. Responsible for conducting field reviews, crash data reviews, and LOS analyses using LOSPLAN and Synchro along SIS connectors and drafting reports for 23 SIS connectors located within Broward and Palm Beach Counties. Other tasks included preparing LOS maps, truck volume maps, FEC park-n-ride facilities and Amtrak station (potential locations) maps for all counties in District 4. Also, developed the SIS brochure for District 4 using ArcGIS. (Client: FDOT District 4; Location: Broward County, FL; Contact: Amie Goddeau; Telephone: 954-7774635; Start/End Date: 2006-2009). Districtwide GIS General Consultant, FDOT District 4. Project Engineer. Assisted in development of the Roadway Atlas using ArcGIS for all counties in District 4 for years 2007 through 2010. The compilation of Atlas included preparation of individual maps for each of the assigned series (LOS, SERPM/GTCRPM, SIS, and SHS) for all counties in District 4. The maps were published in Adobe Acrobat (PDF) format and ArcPublisher (PMF) format. The GIS data was also converted to Keyhole Markup Language (KML) files for graphically displaying the spatial data in the Google Earth application. (Client: FDOT District 4; Location: Broward County, FL; Contact: Jason Learned; Telephone: 954-7774664; Start/End Date: 2007-2010). Districtwide General Planning & Environmental Support, FDOT District 4. Project Engineer. Responsible for creating maps for the US 27 Rail Corridor Feasibility Study using ArcGIS which included the existing rail alignment, 1920's planned FEC rail alignment and the proposed initial rail alternatives. Other tasks included review of traffic forecasts and LOS analyses for Kings Highway PD&E Study, traffic forecasts for Interchange Operational Analysis Report for 1-95 at Lantana Road, and development of KML files to display the LOS and 2035 Cost Feasible Plans for District 4 Counties in the Google Earth application. (Client: FDOT District 4; Location: Broward County, FL; Contact: Chon Wong; Telephone: 954-777-4659; Start/End Date: 2008-2012). Districtwide PD&E Traffic Consultant, FDOT District 6. Project Engineer. Districtwide contract for PD&E studies that included traffic analysis and preparation of various engineering reports. Responsible for obtaining signal timing data, crash data, historical traffic data, data from SERPM, developing crash summary tables, performing trends analysis, traffic forecasting to establish future year volumes (interim and design), and conducting general planning LOS analysis. Districtwide Miscellaneous Traffic Studies & RCI Data Collection, FDOT District 6. Project Engineer. Assisted with obtaining site specific information prior to Roadway Characteristic Inventory (RCI) data collection. Created several maps with RCI features for field review purposes using ArcGIS. Provided office support for electronic submittals to include all data files. (Client: FDOT District 6; Location: Miami -Dade County, FL; Contact: Lee Fang Chow; Telephone: 305-470-5212; Start/End Date: 2007-2012). Satya Suresh Kumar Allu, P.E. Page 1 2 THE CORRADINOGROUP - 87 TAB 2 Experience & Qualifications MiAMiBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 18 Areas of Expertise Transportation (Transit) Planning, Community Redevelopment, Land - Use Planning, Affordable Housing, Public Outreach and Involvement, Social Media Marketing, Grant Administration, Transit Oriented Developments, Logistics and Supply Chain Management, Metropolitan Planning Process, Complete Streets Education B. Sc. in Marketing, Florida Atlantic University, Boca Raton, FL, 2001 B. Sc. in International Business and Trade, Florida Atlantic University, Boca Raton, FL, 2001 Certifications & Training American Institute of Certified Planners, American Planning Association, 2014 TS Eny�r���r�F,g Ca/n/rMlltlbEK�Ien[T ny Mullings, AICP 1lanner ever 18 years of urban, and long and short-term transportation :e including, mass transit, transportation demand management, it movement. He has also planned and successfully implemented outreach efforts for major transportation projects as Florida Transportation's (FDOT) District Transportation Demand A) Manager. He was entrusted to be FDOT District 4's official nd technical advisory committee member to the district's two elated and highest funded Metropolitan Planning Organizations taruwdiu dnu rdnrl Beach). Prior to working for FDOT, Mr. Mullings oversaw state led community redevelopment efforts under the Governor's Front Porch Initiative (GFPI). In carrying out GFPI responsibilities, Mr. Mullings was recognized, by the Governor of the State of Florida, as a state leader in getting community and business leaders to work cooperatively with city, county and state government to implement the community's master plan. In 2013, Mr. Mullings was also recognized by FDOT District Four for achieving excellence through partnerships. Project Experience South Florida Commuter Services (SFCS) FDOT, Districts 4 and 6. Project Director. Leads all aspects of FDOT's regional transportation demand management program, Region spans Indian River County to the Florida Keys. Through coordination with local transit agencies, MPOs, municipalities and the private sector, SFCS reduces daily vehicle miles traveled on regional corridors by encouraging single occupant vehicle commuters to change behavior and utilize mass transit, carpooling, vanpooling, biking and walking. SFCS has a staff of 17 and successfully utilizes grassroots, mass media and online/social media strategies to engage the traveling public. (Start/End Date: 2018-Present.) Transit System Safety and Security Review and "Check -Up," FDOT, District 4. Project Manager. Performed on -site and document reviews as a part of the triennial, comprehensive transit system safety and security reviews of 6 transit agencies within FDOT's District Four. Reviews were carried out and reported on as per the requirements of Rule Chapter 14-90, F.A.C. Additionally, led a technical assistance and training effort that entailed performing comprehensive mock, on -site and document reviews of all of the circulator transit systems and Section 5310 agencies within FDOT's District Four. (Start/End Date: 2015-2018.) 595 Express Bus Service, FDOT District 4. Project Manager. Oversaw and lead all activities to implement regional express bus service that operates within 1-595 Corridor and 1-95 Managed Lanes. Efforts required ongoing dialogue with Broward County Transit, Miami -Dade Transit, City of Sunrise, Broward MPO, South Florida Education Center, Town of Davie, community organizations and the private sector. Correlated existing commuting patterns and volume with market research to design routes and select bus model and features. Implemented a comprehensive regional marketing and outreach campaign that included focus groups, TV, radio, billboards, Jeremy Mullings, AICP Page 1 1 THE CORRADINOGROUP ow 88 TAB 2 Experience & Qualifications MiAMiBEACH RFO 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CTS Veidner, Telephone: 954-777-4670; Start/End Date: 2010-2013.) 595 Express Bus Park and Ride Network, FDOT Districts 4. Project Manager. Implemented three new park and ride lots to support the 595 Express Bus service utilizing three distinct strategies. BB&T Center Park and Ride Lot (Sunrise, FL) was implemented via three -party shared -use agreement preserving original event parking use while availing part-time excess capacity to commuters. Oversaw planning, design and construction of improvements to facility. Davie Mobility Hub (Davie, FL) was implemented via traditional FDOT planning and demand forecasting, right of way acquisition, design and construction. Westgate Square Shopping Center (Sunrise, FL) was implemented via shared -use agreement with property owner. Mr. Mullings quantified added value the increased vehicular and kiss and ride traffic as well as spillover benefits from 595 Express Bus marketing that the shopping center would receive in lieu of payment or more formal lease agreement for use of parking. (Contact: Jeff Weidner, Telephone: 954-777-4670; Start/End Date: 2010-2013.) Park and Ride Lot Capital Improvements, FDOT District 4. Consultant Project Manager. Led the effort to analyze certain park and ride lots' efficiency and effectiveness as it relates to present day and projected conditions and volumes. The study included collecting and analyze data and making planning level recommendations for potential capital improvements at each park and ride in District Four. This was done on a lot -by -lot basis. Data collection included field and GIS efforts in addition to reviewing traffic volumes and multimodal characteristics of adjacent roadways. (Start/End Date: 2017.) 95 Express Bus, FDOT District 4. Project Manager, Led final planning and introduction of regional express bus service that operates in the managed lanes on 1-95. Also worked with Broward County Transit, Florida's Turnpike and the City of Miramar to assess demand for additional route that would operate between Miramar and Downtown Miami via Florida's Turnpike. Said route, the first ever public transit service operating on Florida's Turnpike, was introduced under Mr. Mullings' leadership and is now a national benchmark. (Contact: Jeff Weidner, Telephone: 954-777-4670; Start/End Date: 2010-2012.) Commuter Assistance & Park and Ride, FDOT District 4. Program Manager, Provided direction and leadership of South Florida Commuter Services'18 staff member consultant team (PB Americas). Streamlined semi-annual park and ride lot inspection and inventory process. Introduced "measurable outcome" approach to implementing transit marketing and outreach efforts. Solidified partnerships for expansion of FDOT's rideshare program with Broward County Transit, Palm Tran, Miami -Dade Transit, Broward MPO, Palm Beach MPO, and St Lucie MPO. (Contact: Jeff Weidner, Telephone: 954-777-4670; Start/End Date: 2009-2010.) 1-75 Managed Lanes Planning Consistency (TIP/STIP/LRTP), FDOT District 4. Project Manager. Coordinated with Broward MPO, FDOT design project managers and district leadership as well as Federal Highway Administration to ensure required documented planning consistency and local support, which was needed to attain federal approval to advance construction of the $400M managed lanes project on 1-75 into FY2013. (Contact: Jeff Weidner, Telephone: 954-777-4670; Start/End Date: 2013). Interactive Transportation Improvement Program (TIP), FDOT District 4. Joint Project Manager. Researched and ranked available technology to automate how MPO's create, manage and amend their TIPS and how the public and transportation partners access their TIPS. Worked with the MPO's to transition to new TIP platform, making all MPOs' TIPS uniform and more user friendly. Crafted agreement and financial match requirement. (Contact: Jeff Weidner, Telephone: 954-777-4670; Start/End Date: 2011-2012.) WAVE Streetcar (Downtown Ft. Lauderdale Circulator) Planning Consistency, FDOT District 4. Researched and ranked available technology to automate how MPO's create, manage and amend their TIPS and how the public and transportation partners access their TIPS. Worked with the MPO's to transition to new TIP platform, making all MPOs' TIPS uniform and more user friendly. Crafted agreement and financial match requirement. (Start/End Date: 2016-2017.) Jeremy Mullings, AICP Page 1 2 THE CORRADINoGROUP 89 TAB 2 Experience & Qualifications I MIAMIBEACH RFD 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 8 Areas of Expertise Transportation (Mass Transit) Panning, Multi -modal Planning.. Transit Safety and Security, Metropolitan Planning Organization (MPO) processes. Complete Streets, Transit - Oriented Development, Transit Asset Management (TAM), Geographic Information Systems (GIS) Education M. A. in Urban and Regional Planning, Florida Atlantic University, Boca Raton, FL 2017 B. A. in Environmental and Public Health, University of North Carolina at Chapel Hill, Chapel Hill, NC 2014 Certifications & Training LEED Green Associate. Transit Safety and Security Program (TSSP) Certification, USDOT, 2018 Merit Award, APA Transportation Division, Paper Title. Level Three Autonomous Vehicles: Challenges to Safety Under Conditional Automation, U.S. Green Building Council, 2016 TS Engineering ina Morrow, AICP Planner > a Master's Degree in Urban and Reginal Planning and is an to of Certified Planners (AICP) professional who is committed to half of government agencies. Ms. Morrow has over eight (8) years transportation planning experience supporting and leading efforts easibility studies, multimodal assessments, equity analyses, public : Development Plans (TDPs), PNR lot inventories, transit safety and ice, transit service planning, transit grants, and MPO core products (LTRPs, TIPs, UPWPs, PPPs). Ms. Morrow has provided planning and outreach support for South Florida Commuter Services as well as supporting high -profile projects under the FDOT District 4's largest GPC-type planning contract and other GPC-type planning contracts in South Florida. She has provided both outside and in-house consulting services for the Florida Department of Transportation (FDOT) District Four's Office of Modal Development (OMD), and the Planning and Environmental Management Office (PLEMO) since 2016. Experienced in regulatory and statutory compliance, she has conducted technical assistance assessments of bus transit system safety and security operations and standards for 50+ transit providers in Florida. Ms. Morrow is committed to developing transportation options to increase local and regional mobility as well mitigate traffic congestion. Project Experience Community Bus Shuttle Safety/Security Reviews, Broward County Transit. Task Lead. Performing document reviews of safety and security documents for compliance with federal, state (Rule Chapter 14-90, F.A.C), and local requirements associated with the Interlocal Agreement for the Community Bus Shuttle program participants in Broward County. (Contact: Collin Mulloy; Telephone. 850-414-4553; Start/End Date: 01/2021-Present). RHCI Support Central Office, FDOT Central Office. Planner. Providing support for the Rail Highway Crossing Inventory update for all at -grade railroad crossings statewide. Assisted the development of a data collection tool to capture all required and voluntary data fields associated with the Federal Railroad Administration U.S. DOT Crossing Inventory Form F 6180.71. Participate in quarterly meetings with each FDOT District, including Florida's Turnpike Enterprise (FTE). Coordinating with local municipalities and metropolitan planning organizations statewide to compile traffic data for local roads in vicinity of at -grade railroad crossings. (Contact: Rob Stapleton; Telephone: 850-414-4553; Start/End Date: 01/2021-Present). Miami -Dade County Department of Transportation and Public Works (DTPW) Traffic Engineering Division (TED). In-house Support. Providing on -site support to the Traffic Engineering Division to review technical transportation studies submitted for proposed projects in unincorporated Miami -Dade County and municipalities. Prompt input to the Division is often required on accuracy of information provided in traffic studies as they relate to the impact of the existing and future transportation systems. These studies included, but not limited to traffic Kristina Morrow, AICP Page 1 1 THE CORRADINOGROUP 90 TAB 2 Experience & Qualifications MiAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS E=ngineering _.._.,_._, _..._ ....... closure request, CDMP concurrency and DRIs, site plan reviews, road impact fees studies, zoning applications, signal warrant studies, intersection level of service and gate/queuing analysis, intersection and collision diagrams, travel time and delay studies, and signing, marking and signal inventories. Conducted transportation, planning, and other feasibility work requested by the County Commission. (Contact: Yamilet Senespleda, P.E.; Telephone: 305-375-2746; Start/End Date: 04/2019-Present). Miami -Dade Transit's Transit Development Plan Updates, FDOT District 6. Transportation Planner. Assist in the development of the Miami -Dade Transit (MDT) Transit Development Plan (TDP) Major Updates and Annul Progress Reports including coordination with DTPW, Miami -Dade TPO, and the FDOT District 6 staff. Development of the TDP Implementation Plan and Vision Plan through evaluation of projects in partner agency documents such as the Miami -Dade TPO LRTP and adopted TIP, as well as county Capital budget rollup. Provide updates to existing service characteristics. Perform performance assessments to evaluate DTPW's progress in achieving TDP Major Update goals by assessing progress against quantifiable targets. Performed public outreach at high ridership transit stops and transfer terminals and collected +3,000 total survey questionnaires annually. (Contact: Thomas Rodriguez; Telephone: 305-514-3142; Start/End Date: 0812017-Present). FDOT CRISI Grant Management. Lead Planner. Led the development and coordination of the construction agreement/change orders as a stipulation by Federal Railroad Administration (FRA) for the Consolidated Rail Infrastructure and Safety Improvements (CRISI) grant, which was awarded to provide Rail Dynamic Envelope (RDE) pavement markings at select locations across Palm Beach and Martin counties. (Contact: Gregor Senger, FCCM; Telephone: 954-777-4142; Start/End Date: 06/2021-Present). Mobility Fee, Miami -Dade County Department of Transportation and Public Works (DTPW) Regulatory and Economic Resources (RER). Planner. Provided support to Miami -Dade County in shifting from collecting a Road Impact Fee (RIF) to collecting a Mobility Fee which could be used to fund projects improving all modes such as walking, biking, and transit. Coordinated with transportation agencies to identify project details for 2045 LRTP Bicycle and Pedestrian projects. Assisted in developing GIS layer of LRTP Transit, Bicycle and Pedestrian, Municipal projects stratified into proposed Mobility Fee Zones to support use of a mobility fee across all modes. (Contact: Dan Hardy, P.E., PTP; Telephone: 703-776-9922; Start/End Date: 10/2020-Present). Miami -Dade TPO FY 2021 and 2022 Unified Planning Work Program Development, Miami -Dade TPO. Planner. Provided direct assistance for the development of the Miami -Dade Transportation Planning Organization's (TPO) Unified Planning Work Program (UPWP) based on the TPO's mission, vision, and tasks to sustain the continuing state and federally mandared transportation planning process. Facilitated regular progress coordination meetings with internal TPO staff to coordinate the development of the UPWP and ensure adherence with all federal, state, and scheduled TPO deadlines. Developed UPWP content into a streamlined format, provided a technical review of tasks to ensure consistency with requirements, and performed financial reviews and assessments in the balancing and development of the FY 2021 and FY 2022 UPWP budgets. Coordinated with transportation partners including the Broward MPO, the Palm Beach TPA, and the Miami -Dade County Department of Transportation and Public Works (DTPW) and Regulatory and Economic Resources (RER) and other regional partners such as South Florida Regional Transportation Authority (SFRTA) and the Southeast Florida Transportation Council (SEFTC). (Contact: Lisa Colmenares; Telephone: 305-375-1738; Start/End Date: 12/2019-05/2020). TMA Grant Support, FDOT District 4. Transportation Planner. Provide additional support to the TMA Implementation in the Glades Area through identifying and responding to grant opportunities. Compiled grant opportunities into database. Initial research to create a regional profile of the Glades Area, identifying geographical and socioeconomic data, unemployment rates, employment by industry, average travel time, community preferences, etc. (Contact: Jayne Pietrowski; Telephone: 954-777-4661; Start/End Date: 08/2018-Present). Kristina Morrow, AICP Page 1 2 THE CORRADINOGROUP 91 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Years of Experience 15 TS m :)n Fernandez Engineering Technician 3s 15 years of experience as a Traffic and Planning Technician ransportation and Planning. He has worked in Rail -Highway y (RHCI) throughout the State of Florida, Traffic Data Collection, teristics Inventory (RCI), Highway Performance Monitoring System Line Diagrams (SLD) production, PTMS Inspections and Travel wring his career at CTS Engineering, Inc., he has proven to be a ble asset by applying new innovative ideas to conduct business by using his previous experience. He has great experience in the engineering field which helps him understand the need and value of quality data. Project Experience Areas of Expertise Planning RCI Data Collection and Analysis — Continuing, FDOT District 7. RCI Advance Senior Lead Technician. Mr. Fernandez supports District 7 by offering the latest HPMS Advance data collection methods and innovative ideas for RCI, HPMS and Construction CADD Technician Notices. He keeps records of schedules and mapping routes. Mr. Fernandez performs all the data collection from pre -office inventory to post -office leading to Education effective submittals. He collects all new roadways alignments using GPS High School Graduate coordinates, extremely familiar using the DMI, MicroStation and all the FDOT applications needed to complete his assignments. (Client: FDOT District 7; Location: Hillsborough County, Florida; Contact: Sherry Meralagno; Telephone: Certifications 813-975-6128; Start/End Date: 04/2021-Present). CSX Roadway Worker Protection Districtwide Statistics Contract, FDOT District 6. Senior Technician. Provided Contractor Safety planning services to support the Department's Districtwide routine RCI and HPMS RTA Contractor Safety Training data collection efforts, roadway functional classification updates, traffic data collection and support, innovative data collection methodology development, project specific data collection, in-house support, and GIS support. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Ana Calleja; Telephone: 305-470-5373; Start/End Date: 07/2010-Present). Districtwide Traffic Data Collection Consultant, FDOT District 4. Senior Technician for the Traffic Characteristics Inventory (TCI) tasks. Implemented GIS applications to provide field maps and inventory tracking. Used MS2 application to process the field information and to verify count sites. Performed PTMS design and inspections. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Kara Schwartz; Telephone: 954-777-4364; Start/End Date: 07/2009-Present). Districtwide Roadway Data Collection, FDOT District 4. Senior Technician. This project involved Mr. Fernandez in several tasks from pre -field inventory until the submittal process. He performed RCI field data collection, data input into the RCI database, running edits for the data input, preparation of SLD's, and submittal based on timeliness. (Client: FDOT District 4; Location: Broward County, Florida; Nelson Fernandez Page 1 1 THE C.ORRADINO GROUP 92 TAB 2 Experience & Qualifications MiAMiBEACH RFO 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering mrm�e.ab e,o.irs : 2011-Present). 1.95 Corridor Origin Destination License Plate Study, FDOT District 4. Field Technician. Mr. Fernandez has installed Bluetooth devices for Origin Destination Study along 1-95 from Martin County to Indian River County to find pairing of license plates along the corridor. Once the data was collected video revision needed to be performed and transferred the data into Excel database for analysis. 1-95 PD&E Study (from Martin/St. Lucie County Line to SR-70), FDOT District 4. Senior Technician. Under this project, Mr. Fernandez performed various tasks such as field traffic data collection, office data processing, and assisted with preparation of the project submittal. (Client: FDOT District 4; Location: St. Lucie County, Florida; Length of Corridor: 13.75 miles; Contact: Pat Glass; Telephone: 954-777-4681; Start/End Date: 09/2013-1112013). SR 808/Glades Road PD&E Study (from SR-7 to US-1), FDOT District 4. Senior Technician. Mr. Fernandez conducted intersection delay study along the corridor. He also performed travel time and delay study using the floating vehicle method with GPS equipment, while supervising the field crews. (Client: FDOT District 4; Location: Palm Beach County, Florida; Length of Corridor: 14.07 miles; Contact: Gregor Senger; Telephone: 954-777-4141; Start/End Date: 2012-2013). SR-7 PD&E Study (from Sample Road to Glades Road), FDOT District 4. Senior Technician. Mr. Fernandez performed travel time data collection using the floating vehicle method with GPS equipment. He also performed transit boarding and travel time data collection for this contract. (Client: FDOT District 4; Location: Broward and Palm Beach Counties, Florida; Length of Corridor: 6.5 miles; Contact: Gregor Senger; Telephone: 954-777-4141; Start/End Date: 2011-2012). Districtwide Miscellaneous Traffic Studies & RCI Data Collection, FDOT District 6. Technician. Mr. Fernandez performed Roadway Characteristics Inventory (RCI) data collection and data entry for Traffic Features collected for this contract. He also assisted office work for field data collection prior to inventory using Google, Iview, RCI mainframe information. Mr. Fernandez developed a target schedule to complete the work assignments on time. He also updated file systems as segments were inventoried. He provided office support for electronic submittals for all data files in the format requested by FDOT. (Client: FDOT District 6; Location: Miami -Dade County, Florida; Contact: Lee Fang Chow; Telephone: 305-470-5212; Start/End Date: 04/2009-01/2011). Districtwide Miscellaneous Traffic Studies & RCI Data Collection, FDOT District 4. Senior Technician. Mr. Fernandez performed traffic data collection for 24-hr and 48-hr ADT and classification counts. He downloaded the field data to process the information for FDOT. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Newton Wilson; Telephone: 954-777- 4638; Start/End Date: 2004-2010). Permanent Traffic Monitoring Site (PTMS) Inspection, FDOT District 4. Senior Technician. Mr. Fernandez performed field inspection on the cabinet wiring, loop assembling, piezo axle sensors, and the pull and junction boxes for PTMS sites within the District. He also conducted PTMS inspections for new and reconstructed sites. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Kara Schwartz; Telephone: 954-777-4364; Start/End Date: 2004-2010). Nelson Fernandez Page 12 THE CORRADINOGROUP 93 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY O Planning & Design O Public Policy O Land Use Planning & Zoning O Transit Oriented Development O Downtown Development O Neighborhood Revitalization O Urban Development O Community Outreach American Institute of Certified Planners TJKM 2019—Present Downtown Arlington Business Improvement District 2017-2018 JCPenney 2016-2017 City of Dallas 2009-2016 Florida DOT 2008-2009 HDR Architecture 2006-2008 Broward County 2005-2006 Masters in Real Estate, University of Texas at Arlington, TX Masters in Urban & Regional Planning, Florida Atlantic University, FL Mr. Fritz has 17 years of professional experience in the redevelopment of local and regional centers along with the revitalization of economically distressed neighborhoods. His roles on projects consist of providing guidance in the creation and implementation of concise measurable objectives that can allow for the implementation of wide scale redevelopment. He focuses on creating a roadmap with an emphasis on fostering economic and cultural vitality whether on a regional, city, neighborhood, or downtown scale. He has extensive experience on the redevelopment of catalytic projects through master planning and strategic land acquisition. His experience with neighborhood and downtown development involved the use of infill housing/land banking, implementing significant public infrastructure improvements, full-scale code enforcement approach, managing a business improvement district, and creating opportunities for economic development in federally designated CDBG neighborhoods. Mr. Fritz has worked with various jurisdictions in the Texas and Florida regions and is very familiar with their different standards and requirements. This knowledge often leads to successful interactions between firms and other interworking agencies. For many projects, Mr. Fritz has provided in-depth land use/economic analysis, management of public outreach initiatives, GIS support, land sale coordination, project management, and led master planning efforts. Aldo Fritz, AICP SENIOR TRANSPORTATION PLANNER Project Role: Bachelors of Arts, Communications, Florida Atlantic University, FL Project Experience Abram Street Redevelopment, Arlington, TX, Downtown Arlington Business Improvement District, 2019, $21 President and CEO for Downtown Arlington Business Improvement District. Project entailed extensive overall of a major corridor and spine running through Downtown Arlington and expanding across city boundaries. Construction included roadway and utilities improvements to Abram between Cooper and Collins streets and added on -street parking, enhanced landscaping, public art and pedestrian amenities that aimed to create a more vibrant, welcoming atmosphere for Downtown shoppers, diners, and visitors. Served as primary contact and liaison between the Downtown Arlington Stakeholders, business, property owners, City of Arlington, and Construction Project Managers. Sylvan Avenue Bike Lane Redesign, Dallas, TX, Circuit Trail Conservancy/ City of Dallas, 2022 $50K: Project Manager responsible to evaluate the project's impacts to the pedestrian network, transit accessibility, bicycle safety and overall accessibility on 146K/��M Planning • Engineering • ITS 9 Parking • Operations o Complete Streets California I Florida I Texas THE CORRADINOGROUP 94 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Aldo Fritz, AICP Sylvan Avenue between Irving Boulevard and Singleton Boulevard. Deliverables for the project included a multimodal analysis, traffic impact analysis, and assistance with design of intersections along the corridor. Economic Development Strategic Plan, Cedar Hill, TX, City of Cedar Hill, 2020, $80K: Project Manager for the Transportation Element of the City's Strategic Economic Development Plan. Responsible for a comprehensive assessment of multimodal circulation conditions, opportunities, constraints, and developing mobility opportunities to support community land use and economic development goals, including complete street feasibility assessment Downtown Arlington Master Plan, Arlington, TX, Downtown Arlington Business Improvement District, 2018, $20OK: Served as Downtown Arlington Master Plan Advisory Committee member helping to establish a strategic framework and specific action items to guide the next generation of development of Downtown Arlington. The Plan builds on the substantial public and private investment in Downtown in the last several years. Bexar Street Redevelopment, Dallas, TX, City of Dallas, 2009-2016, $24M: Served as Chief Planner on City of Dallas' redevelopment efforts of the Bexar Street Corridor. The redevelopment was implemented in three phases by the City of Dallas Housing/Community Services Department, under its Neighborhood Investment Program. The Bexar Street Corridor is located within the City's South Dallas Ideal/Bonton neighborhood. Extending from Brigham to CF Hawn, redevelopment plans included: • Pedestrian infrastructure implementation, community art and public green space • Four mixed use buildings comprising 32 residential units and approximately 30, 000 sq. ft. of neighborhood -serving office/retail space; 31 for -sale fee simple Townhouse units (Townhomes at Bexar Street Village) • Bexar Police Satellite State • Targeted infill development on land bank lots, infrastructure improvements and code enforcement within the Ideal neighborhood • Two acre Urban Farm • Neighborhood Cafe and Market Cigarette Hill/AlamWilton Manors Main Street Redevelopment, Wilton Manors, FL, City of Wilton Manors, 2006, $7.5M (proposed): Assistant Project Manager. The City desired a high -quality downtown redevelopment project including retail, office and/or residential space that also accomplished construction of a key public facility and infrastructure. There was a possibility that five acres of city -owned land could be redeveloped through a public - private partnership into a mixed -use city center encompassing a new city hall and sup- porting the functions of daily life: shelter, employment, recreation, retail, civic and possibly education. The Project Team analyzed two contrasting redevelopment scenarios. Scenario 1 included the redevelopment of the entire 5 acre parcel including a new city hall, hotel, residential and retail. Scenario 2 included a new city hall, surface parking and open space. The results were concluded through evaluating end -use compatibility, market demand, financial viability and implement ability. Broward County Governmental Center Downtown Campus Development Feasibility Study, Fort Lauderdale, FL, City of Ft. Lauderdale, 2007, $7SOM (proposed): Assistant Project Managei ano Urban Planner. A County Commissioners' "Sense of Place" initiative aimed at making Broward visually more attractive, instituting a comprehensive urban redevelopment plan in partnership with municipalities, preserving the environment and improving public transportation. The Project Team was selected as a development advisor to take the County through a comprehensive approach to this opportunity, establishing realistic redevelopment scenarios, testing the economics for public benefit, and procuring the most appropriate developer as a partner. Multi -Facility Master Plan Study, Fort Lauderdale, FL, City of Ft. Lauderdale, 2007, $150M (proposed): Assistant Project Manager and Urban Planner: The Project Team advised the City of Ft. Lauderdale could develop the City's owned lands through public -private partnerships. The team reviewed the re -use potential and values of 10 City owned sites in excess of 2 1/2 acres each (230 acres total) for both public facility development and/or private re -use. This had the potential of creating, not only a new city hall, central police station and supporting facilities, but could identify the most appropriate approaches for creating successful and fiscally optimal mixes of uses and facilities at the various sites while enhancing community and civic values and service. Inventory of Basic Housing Needs, Overtown, PowerU Miami, FL, Florida Atlantic University, 2006, $25K: Served as research assistant on a collaboration between PowerU and Florida Atlantic University. The project entailed examining the community of Overtown located along the periphery of Downtown Miami, Florida. The intent of the project was to analyze the impediments for community engagement, economic development and social equity along with highlighting the main economic drivers leading towards the gentrification of the neighborhood. Accessibility to transportation, limitations caused by land use, availability of social programs, and capital were all elements analyzed for the project. Comprehensive Plan Evaluation & Appraisal, Broward County, FL, Broward County Planning & Redevelopment, 2005: Served as Urban Planning Staff. The Broward County Comprehensive Plan is composed of 15 Elements that contain Goals, Objectives, and Policies (GOPs) and divided into specific Elements. The Plan also contains a map series that generally describes existing or future conditions related to the Plan's Elements. The Plan itself is evaluated every seven years to determine the plan's validity with state requirements, socio-economic conditions, and/or boundary changes. Design Guidebook Codification, Broward County, FL, Broward County, 2007, N/A: Assistant Project Manager and Urban Planner. The team worked with the County to identify and implement specific technical and legal changes in the County's regulatory and administrative system (administrative codes, roadway standards, Traffic Ways Plan, Zoning Code and Land Development Code) to both allow and incentivize development following the various principles set out in the Community Design Guidebook. This work includes identification of new streetscape cross sections from building wall to building wall for different levels of road. THE CORRADINOGROUP 95 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES T1KM I VISION THAT MOVES YOUR COMMUNITY With over 30 years of transportation planning and engineering experience in both public and private sector, Mr. Schatz continues to advance the tenants of community resiliency and sustainability, complete streets, and context -sensitive, people -centric solutions. A nationally recognized expert in alternative geometric design, he holds registration as a professional engineer in five states and certification as a professional traffic operations ` 4 engineer and as a professional transportation planner. He is a member of American r: Planning Association, Congress for the New Urbanism, WTS, and Institute of 1 4 Transportation Engineers (ITE). He was a member of the project steering committee for National Association of City Transportation Officials (NACTO) Urban Street Design Guide. He is a former chair of ITE's Roundabout Committee and a current member of TexITE's Roundabout Committee. O Complete Streets O Community Engagement O Safe Routes to Schools O Traffic Calming Techniques FL PE 94378 (Civil) KS PE 19340 (Civil) MO PE 2007022332 (Civil) NM PE 18835 (Civil) OK PE 16849 (Civil) TX PE 80895 (Civil) PTOE 1758/PTP 519 Gary Schatz, PE, PTOE, PTP SENIOR TRANSPORTATION ENGINEER Project Role: Project Experience City Transportation Engineering Consultant, Bryan, Texas, Mobility Planning & Engineering, LLC, 2015-2018, $450K: Provided guidance to City Engineer regarding . transportation issues. Mentored junior staff and engineering technicians on traffic engineering operations and customer service. Performed technical review of development submittals and capital projects. Developed review comments, design concepts, and recommendations for regionally significant projects: TJKM 2022 — Present Mobility Planning & Engineering, LLC 2015 — 2022 City of Austin, TX 2010 — 2014 Walter P Moore 2006 — 2009 City of Houston, TX 1996 — 2006 Traffic Engineers, Inc. 1995 — 1996 Oklahoma DOT 1988 - 1995 Master of Urban Planning, Texas A&M University, College Station, TX B.S., Civil Engineering, University of Oklahoma, Norman, OK • Texas A&M University Revised Master Plan • Farm to Market Road 50/University Drive Connectivity Study • Farm to Market Road 2818 Corridor Study • State Highway 6 Corridor Study • Interstate Highway 14 Gulf Coast Strategic Highway Initiative • Associate member of Bryan/College Station Metropolitan Planning Organization's Technical Advisory Committee and Active Transportation Advisory Panel • Planned, designed and facilitated implementation of transportation system improvements • Provided technical direction to the planning and design of the Farm to Market Road 158/William J. Bryan corridor project including integration of complete streets concepts, implementation of Bryan's first Pedestrian Hybrid Beacons, and development of schematic designs for Bryan's first two multilane roundabouts deployed along a major thoroughfare • Developed designs and documents for establishing a railroad quiet zone for 25 at -grade crossings • Facilitated the first installation of wireless Rectangular Rapid Flashing Beacons in Bryan • Devised, implemented and managed Bryan's first traffic calming program • Provided technical guidance and field reviews for Bryan's first bicycle master plan, first sidewalk master plan, and updated Americans with Disabilities Act transition plan • Actively engaged with staff, consultants, and other governmental jurisdictions in revising Bryan's thoroughfare plan as part of the first comprehensive countywide thoroughfare plan • Planned, designed and deployed a temporary roundabout and led stakeholder engagement efforts; guided design of the permanent roundabout and provided construction inspection support • Developed concepts, guided technical analysis, and performed stakeholder engagement to advance Bryan's first two-way cycle track as part of a four -lanes to -three lanes conversion of an arterial street w, Planning • Engineering • ITS • Parking • Operations • Complete Streets t M California I Florida I Texas THE CORRADINOGROUP 96 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Gary Schatz, PE, PTOE, PTP 2 Designed and facilitated implementation of Bryan's first buffered bicycle lanes Developed over $2 million in Highway Safety Improvement Program candidate projects Led the planning of a new subdivision incorporating complete streets concept Franklin -Beachwood Interconnectivity Plan, Merced County, CA, County of Merced, 2022-Ongoing, $135K: Task Lead. Project aims to increase multimodal interconnectivity between the Franklin - Beachwood study area and the nearby amenities and employment centers linked to the City of Merced, the City of Atwater, and the Mid -California International Trade District (formerly Castle Air Force Base) through a prioritized list of improvements which support the development of a safe, connected, and convenient multimodal transportation network. The plan entails three aspects: multi -faceted community engagement, innovative pedestrian and bicycle design and cost estimating, and an implementable and grant -funding -eligible Plan. As Task Lead, his role includes developing alternatives of design concepts and articulating their benefits and trade-offs, providing technical information and guidance to the project team and Client, building consensus supporting alternative intersection and street designs with public service agencies and entities, presenting findings and recommendations to the Client and the community, and writing and publishing the final report. State Route 156 Multimodal Enhancement Study, San Benito County, CA, County of San Benito, 2022, $199K: Project Transportation Planner. The scope of the State Route 156 Multimodal Enhancement Study included addressing traffic circulation issues at the only two access points into the City of San Juan Bautista from SR-156: The Alameda, and Monterey Street; optimizing and connecting the non -motorized system by providing safe connections for bicyclists and pedestrians traveling across State Route 156 via The Alameda, including Safe Routes to San Juan School; providing non -motorized access to Juan Bautista de Anza National Historic Trail from The Alameda to encourage active, healthy, and environmentally sound transportation choices; and, improving cycling connectivity on the existing State Route 156 between Hollister and San Juan Bautista. The project required significant community and stakeholder engagement, much of it virtually due to the pandemic. Role included developing alternatives of design concepts and articulating their benefits and trade-offs, providing technical information and guidance to the project team and client, presenting findings and recommendations to the client and the community, and writing and publishing. William J. Bryan/Farm to Market Road 158 Corridor Project, Bryan, TX, City of Bryan/Mobility Planning & Engineering, LLC, 2017-2018, $350K: City Transportation Engineering Consultant. Provided technical direction to the planning and design of the Farm to Market Road 158/William J. Bryan corridor project including integration of complete streets concepts and development of schematic designs for Bryan's first two multi -lane roundabouts deployed along a major thoroughfare and state highway. South Congress Avenue Corridor Plan, Austin, TX, City of Austin, 2010-2011, $2.41VI: City Traffic Engineer. Implemented innovative complete streets improvements that transformed South Congress Avenue to a people -centric corridor including back -in angled parking, bike lanes, intersection bulb - outs, consolidated transit stops, and revised traffic signal timing plans. Designed and implemented improvements increasing on - street parking and Americans with Disabilities Act accessible parking. Interstate Highway 35 Corridor Development Program, Austin, TX, City of Austin, 2010-2014, $11VI: City Traffic Engineer and Program Sponsor for multiagency analysis of Interstate Highway 35 through Travis County that developed 135 independent projects to improve safety and mobility valued at $2.4 billion. Pressler Road Extension, Austin, TX, City of Austin, 2013-2014, $1.2M: City Traffic Engineer. Developed a people -centric context -sensitive conceptual design for a roadway extension through a city park. Concept included a modern roundabout, a railroad quiet zone, structured parking functioning collaboratively with proposed adjacent residential -over -retail development, parking management for revenue generation options, green roof technology for leasable events space, public art, an interpretive nature area coupled with rain gardens, and bike and pedestrian connectivity to the rest of the park and to the adjacent community. Interstate Highway 35 Corridor Development Program, Austin, TX, City of Austin, 2010-2014, $1M: City Traffic Engineer and Program Sponsor for muitiagency analysis of Interstate Highway 35 through Travis County that developed 135 independent projects to improve safety and mobility valued at $2.4 billion. Pressler Road Extension, Austin, TX, City of Austin, 2013-2014, $1.2M: City Traffic Engineer. Developed a people -centric context -sensitive conceptual design for a roadway extension through a city park. Concept included a modern roundabout, a railroad quiet zone, structured parking functioning collaboratively with proposed adjacent residential -over -retail development, parking management for revenue generation options, green roof technology for leasable events space, public art, an interpretive nature area coupled with rain gardens, and bike and pedestrian connectivity to the rest of the park and to the adjacent community. THE CORRADINOGROUP 97 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY O Intelligent Transportation Design O ITS Planning O Traffic Control Systems O System Hardware & Software Design & Integration Certified Computer Professional 940075 TJKM 2020-Present Kimley-Horn 1993-2019 AECOM 1987-1993 Unisys Corporation 1975-1987 Dun & Bradstreet 1973-197S M.S., (Management) University of Miami, FL M.S., (Physics), University of Delhi, India B.S., (Physics), University of Delhi, India Mr. Saxena brings an unparalleled record serving national and international clients in their infrastructure design and transportation technology needs. Mr. Saxena directs software and system engineering activities for TJKM's traffic, freeway, and Intelligent Transportation Systems (ITS) projects. His experience includes program management involving all phases of ITS, freeway, and traffic control systems, including planning, design, specifications, implementation, and construction. He is a specialist in the design and integration of system hardware and software. Mr. Saxena has 47 years of experience managing numerous computerized control system projects throughout the US and abroad, through the phases of feasibility, planning, design, construction, and implementation. He has held numerous lead roles in professional organizations and led the team that developed the US Congress mandated first National ITS Program Plan. Mr. Saxena has a master's degrees in Physics and in Management Science/Information Systems. Kamlesh Saxena, CCP DIRECTOR OF CORPORATE AFFAIRS Project Role: Project Experience Broward County Transit Signal Priority (TSP) Implementation, FDOT District Four, FL: As a task order under a Distnctwide Modal Development contract, served as technical advisor for the 50-intersection TSP pilot project along two major corridors in Broward County that were implemented as part of the 95 Express Managed Lanes project on 1-95 in Broward and Miami -Dade counties. As team advisor, provided vast national communications and intelligent transportation system experience that guided the development of the concept of operations plan and technical specifications for the TSP equipment. Statewide Intelligent Transportation System (ITS) Architecture & Standards Development, FDOT Central Office, Statewide, FL: Project manager on this project for the Florida Department of Transportation Central Office to develop a statewide ITS architecture compliant with the national ITS architecture. This project will also formalize Florida's approach to NTCIP and other critical ITS standards. Jacksonville 1-95 ITS Design -Build Criteria, FDOT District Two, Jacksonville, FL: Project manager involved with providing a design - build criteria package for an Intelligent Transportation System (ITS) along 13 miles of 1-95 between 1-10 and 1-295 South in Duval County. The project includes the preparation of base plans and development of functional specifications for detector stations, changeable message signs, closed- circuit television surveillance, fiberoptic communication lines and hubs, and hardware and software for a Control Center located in the District Two Urban Office. The specifications are also being written for use on future ITS projects on other interstate and expressway projects in the Jacksonville area. The estimated construction cost of the project is $5 million. Jacksonville ITS Early Deployment Study, FDOT District Two, Jacksonville, FL: Project manager on this long-range study for the deployment of intelligent transportation systems in the Northeast Florida region. This study includes consideration of multimodal alternatives to enhance mobility in the region. Electronics & Security Systems Consulting Services, Palm Beach County, FL: Serves as Principal -In -Charge. The first task under this contract is a security system upgrade for the Palm Beach County Courthouse, including upgrades to court audio/visual systems, security systems, and correctional facilities. Scope of work includes planning support, design support, construction plans development, procurement management, and construction administration services. Computer Aided Dispatch/ Automated Vehicle Locator Replacement Project and �T Planning • Engineering • ITS • Parking • Operations • Complete Streets 'Wei - California I Florida I Texas THE CORRADINOGROUP 98 TA RFQ erience & lification MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES T1KM I VISION THAT MOVES YOUR COMMUNITY I Kamlesh Saxena, CCP Kendall Drive Signalization, Miami -Dade County, FL: Served as Principal -In -Charge for services to provide detailed design and integration for development of a transit signal priority interface with the County's existing advanced traffic management system (ATMS). Services include software development to provide TSP functionality along six major corridors in the County. Also provide training for the new software, support factory acceptance testing, mini - fleet testing, and system acceptance testing. Florida Statewide ITS Communication Protocol Study, FDOT Central Office, Statewide, FL: Project manager for the development of a standardized communications protocol that will incorporate the requirements of all of Florida's urban and freeway systems' communications exchange needs. Fort Lauderdale Executive Airport (FXE) General Engineering Consultant, Fort Lauderdale, FL: Provided QC/QA review for the team retained by the City of Fort Lauderdale under a general services contract for their Executive Airport. Our aviation specialists used their nationwide expertise to assist the Airport with a variety of improvement projects and studies. Under this contract, provided general airport consulting services, including master planning, airspace studies, design/build criteria documents, and airfield design. HART Bus Rapid Transit (BRT) North -South MetroRapid Preliminary & Final Design Services, Tampa, FL: Served as project engineer. provided design services to implement the first BRT project for the Hillsborough Area Regional Transit Agency (HART). The North -South MetroRapid project was the first in the region and a first for Florida's west coast. MetroRapid is HART's signature BRT service that provides additional passenger conveniences, including enhanced buses, 10-minute headways during peak hours and 15 minutes during non -peak hours, and traveler information systems. The MetroRapid project spans 17.5 miles of roadway and has 65 signature stations to serve passengers. 1-95 Golden Glades Interchange ITS Technology Evaluation, FDOT District Six, Miami, FL: Due to his extensive hands-on experience in the implementation of ITS technologies, was selected by the Florida Department of Transportation to conduct a comparative evaluation of alternative motorist information and traffic surveillance technologies at Florida's most heavily traveled freeway interchange. As project manager in charge of system evaluation, directs the assessment of four different types of variable message signs, including fiber optic and LED signs, two types of traffic surveillance technologies (inductive loops and video image detection), spread spectrum radio communications, and digital video transmission over leased T-1 lines. 1-95 SunGuide Final Design, FDOT District Six, Miami -Dade County, FL: Chief systems design engineer and deputy project manager for the early deployment study and ICS design project. This ICS will emphasize ATIS to support Southeast Florida tourism and significant intrastate and interstate commerce. Advanced system architecture will integrate regional sea ports, airports, public and private transit systems, and CVO dispatching systems with the ICS. The design also accommodates GIS, automatic vehicle location, and TRAVTEK/ADVANCE type technology. ITS Needs Definition for All FDOT Districts, Statewide, FL: Project manager on this effort to define the ITS needs of all of FDOT's districts as part of an RFP development that will result in the installation of fiber optic cable throughout the 1,900-mile limited access roadway network in Florida. Miami -Dade County Advanced Traffic Management System (ATMS) Project, Miami -Dade County, FL: Principal for the design and implementation of a county- wide ATMS budgeted at $100+ million in capital program for 2800 intersections. The KITS implementation will integrate existing Model 170 controllers and provide a platform for the integration of a new advanced traffic controller in the future. The KITS software capabilities will be expanded as part of this project to provide VAL-based emergency and transit priority operations. The KITS implementation will 2 be part of a larger project that includes design services related to the upgrade of the County'sinfrastructure. Miami -Dade Bus Rapid Transit (BRT)/Transit Signal Priority (TSP) Concept of Systems Operations Plan, Miami -Dade County, FL: Served as project director for development of a bus rapid transit (BRT) concept plan. The proposed BRT system will operate their transit system priority (TSP) using a global positioning system (GPS). As part of this project, we developed a concept of operations document that summarized the technology requirements of the system and the system architecture, as well as provided a summary of the literature review and vendor research. Conducted site visits to several transit properties throughout North America to review similar sites using GPS-based TSP and facilitated vendor presentations. Finally, we coordinated bench tests and field tests of selected system components to review their applicability and ability to connect with the Miami -Dade County signal system. Based on the concept of operations document, as well as information received during the site visits and bench tests, helped Miami -Dade Transit produce procurement documents for the BRT TSP system. THE CORRADINOGROUP 99 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY O Transportation Planning O Traffic Impact Studies O Transportation Management Plans O Traffic Operations O Transit Priority O Freeway & Arterial Management Studies O Multimodal Studies CA TR 2290 (Traffic) PROFESSIONAL HISTORY TJKM 2012—Present URS 2004-2012 Bucher, Willis & Ratliff 2001-2003 TJKM 1996-2000 VK Patel 1990-1994 M.S., Civil Engineering, San Jose State University, San Jose, CA B.S., Civil Engineering, Saurashtra University, Rajkot, Gujarat, India Mr. Amin has 32 years of both public and private sector experience in the areas of transportation planning, traffic impact studies, transportation management plans, construction scheduling, construction area signs, signing and striping, traffic signal coordination, traffic operations, transit priority, traffic signal systems, freeway and arterial management studies, and intelligent transportation systems planning, design and construction oversight. He specializes in macro and microscopic model development and application for analysis of impacts across all modes of transportation. His projects range from traffic studies for developments, specific plans, general plans, corridor studies, and area -wide studies to long-term planning studies. Studies also include multimodal operations, light -rail, bus rapid transit, pedestrian, bicyclists and traffic safety and operations. Nayan Amin, TE PRESIDENT Project Role: Project Experience On -Call Transportation Engineering, Transportation Planning & Traffic Operations Services, Oakley, CA, City of Oakley, 2016-Ongoing, $338K: Principal -In - Charge for on -call services for the City which include: developing a Citywide Traffic Model using VISTRO software; technical analysis for updating the TIF program; preparing traffic signal modification plans, specifications and estimates for improvements along multiple intersections which include video detection and internally illuminated sign installations, pole relocations, signal phasing upgrades, lane geometry changes and verification of truck turning radii; review of signal warrants, traffic safety studies, and traffic impact studies. Technical Transportation Planning, Modeling & Air Quality Planning & Conformity Analysis On -Call Services, Madera County, CA, Madera County Transportation Commission, 2018-Ongoing, $100K: Project Manager overseeing the team that is assisting MCTC as an extension of their staff to provide on -call services. The team provided assistance to analyze the impacts on transportation circulation and air quality due to roadway modifications for the proposed California High Speed Rail Preferred Alternative. The analysis was intended to better inform MCTC and their Task Force partners in developing meaningful comments on the Draft Supplemental EIR/EIS/Technical Report for the California High Speed Rail Project. The analysis was conducted using the existing MCTC Traffic Model and other planning tools with the proposed improvements. SNABM On -Call Land -Use, Transportation, & Socioeconomic Modeling & Forecasting Services, Solano & Napa Counties, CA, Solano Transportation Authority, 2017- Ongoing, $350K: Principal -In -Charge & QA/QC. For the Solano Transportation Authority, TJKM is providing travel demand modeling on -call services. Our services include developing the new ABM Model, calibration/validation and maintenance of the model. The main goals of this project are to: • Develop a new model based on MTC Travel Model 1.5 and adding additional detail in Napa and Solano networks and zones; • Calibrate the model to improve highway and transit validation; • Public Transit assignment validation on Capital Corridor Rail, Express Bus, local bus and access to BART and ferry; • Serve as a custodian and authoritative keeper of the model, maintain files, hardware, and software, and respond to requests from STA and NVTA; and Design and implement model updates in response to regulations/policies, such as MTC CMP Modeling Consistency Guidelines, SB 743 VMT Analysis, Active Transportation Plans, etc. Caltrans Statewide Modeling On -Call, Stockton, CA, Caltrans District 10, 2017- Ongoing, $60K: Principal -In -Charge. As part / 0 T w, Planning • Engineering • ITS • Parking • Operations • Complete Streets i ,�11 California I Florida I Texas THE CORRADINOGROUP 100 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Nayan Amin, TE of an on -call contract, the team received a task for Caltrans Transportation Modeling and Forecasting Training Services. The modeling training will include the Three County Model (TCM) covering San Joaquin, Stanislaus, and Merced counties, and the Amador County Transportation Commission (ACTC) Model. TCM is a CUBE model; while the ACTC model is built on TransCAD. The latest version of TCM and ACTC models will be used in this training. The training will be conducted in a workshop format at D10 office On -Call Transportation Services, San Luis Obispo, City of San Luis Obispo, 2017- Ongoing, $110K: Principal - In -Charge and QA/QC on project to provide Transportation Design, Engineering, and Review; Multimodal Planning and Analysis; Multimodal Operations and Analysis; and Travel Demand Modeling services on an on - call basis. Under this on -call contract, the team has been assigned the preparation of a Multimodal Traffic Impact Study for the proposed Froom Ranch Specific Pla Environmental Impact Report (EIR). Froom Ranch Specific Plan is the third and last major land annexation area identified in the City's General Plan, along with San Luis Ranch and Avila Ranch. The proposed project land uses include a mix of commercial, recreational, and residential uses, a large portion of which will be age -restricted and/or elder care living facilities. The purpose of this study is to conduct analysis for CEQA compliance and to evaluate consistency of the project with the City General Plan/Circulation Element. On -Call CEQA Consultant Services, Yolo County, County of Yolo, CA, 2017-Ongoing, $30K Principal -In -Charge and QA/QC on project to provide California Environmental Quality Act (CEQA) consulting services on an on -call basis. The services needed will mostly consist of focused analyses to support Initial Study, Negative Declaration, and Mitigated Negative Declaration reports, but could also potentially include more comprehensive analyses to support Environmental Impact Report (EIR) efforts when justified by the context and/or scope of a proposed project. As a result of this on -call contract, the team is in the process of performing an update to the Eastern Esparto Circulation Study in the Town of Esparto in Yolo County. This project consists of a comprehensive update to the 2006 Eastern Esparto Circulation Study. The goals of the study are twofold. First, the near -term goal is to analyze the transportation impacts of three proposed residential subdivisions in the eastern Esparto area and identify improvements to mitigate any impacts. Second, this study will evaluate the previously planned improvements from the 2006 study to determine whether it remains appropriate to support cumulative buildout of the East Esparto General Plan area. On -Call Traffic Engineering Services, Walnut Creek, CA, City of Walnut Creek, 2012- Ongoing, $100K: QA/QC under an on -call Ih the City of Walnut Creek. The team has provided Traffic Impact Analysis Technical Guidelines, multiple task orders related to the preparation of grant applications, traffic calming studies, traffic impact fee updates, Safe Routes to School, and preparation of Capital Improvement Projects. On -Call Traffic Engineering Services, Palo Alto, CA, City of Palo Alto, 2013-Ongoing, $1M: Project Manager responsible for overseeing projects including Safe Routes to School design and construction inspection project, Embarcadero Road redesign to Palo Alto High School, and review of Alma Street Train Preemption Signal Phasing Alternative. The team also conducted a citywide parking inventory for the residential permit -parking program and a signal warrant analysis for Alma Street/Loma Verde. On -Call Traffic Engineering Services, Belmont, CA, City of Belmont, 2010- Ongoing, $200K: Principal -In -Charge. TJKM serves as an on -call traffic and transportation engineering consultant to the City of Belmont, providing the following services: traffic impact studies, traffic control, signal evaluation and improvements, transportation planning, pedestrian and bicycle planning and design, grant applications, traffic calming studies and designs, traffic safety studies, complete streets design, and peer review On -Call Traffic Engineering Services, Redwood City, CA, City of Redwood City, 2007-2018, $250K: Principal -In -Charge cversav, numerous reviews of traffic impact studies, provided construction plan reviews, and regional transportation planning support. For two days per week, the team provided on -site assistance with the traffic calming and parking restriction citizen requests, reviewed proposed traffic calming devices, pedestrian crossing signals, stop sign installation, and other as needed services. On -Call Traffic Engineering Services, San Bruno, CA, City of San Bruno, 2015-Ongoing, $501K: Project Manager, as a part of the contract he has completed several traffic engineering related assignments. Some of the projects completed under this contract are Engineering and Traffic Surveys, Susan Drive Site Distance Evaluation, San Mateo Avenue Pedestrian Safety Enhancements, San Bruno Avenue and Second Avenue Intersection Safety Analysis, etc. On -Call Traffic Engineering Services, Tracy, CA, City of Tracy, 2014-Ongoing, $600K: Project Manager overseeing the completion of traffic impact analyses for various proposed projects, including a medical center, Montessori elementary school, and housing developments. Tasks include, but are not limited to, project management, stakeholder coordination, collecting traffic counts, trip generation and distribution, level of service calculations, traffic operations, and intersection configurations. He will coordinate project meetings at various stages of the project, as needed. THE CORRADINoGROUP 101 TAB 2 Experience & Qualifications MIAMBEACH RFQ 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY Mr. Williams has 44 years of professional experience in the transportation business. He began as an assistant surveyor after high school and eventually retired after serving five ,4W I years as Chief of the Traffic Signals and Signs Division of the Miami -Dade County Florida Public Works Department. AREAS OF EXPERTISE O Traffic Signal Operations & Maintenance O Traffic Signal System Design, Installation O Traffic Sign Maintenance O Street Light Operations & Maintenance YEARS OF EXPERIENCE REGISTRATIONS & CERTIFICATIONS Professional Traffic Operations Engineer Retirei FL Professional , PROFFSSIONAI HISTORY TJ K M 2020-Present Miami -Dade Co. Public Works 1980-2012 Sperry Rand Corp 1974-1980 Misc. firms 1969-1973 M.E., Transportation Engineering, Rensselaer Polytechnic Institute, Troy, NY B.E., Civil Engineering, Rensselaer Polytechnic Institute, Troy, NY During Mr. Williams's career, he designed, installed, operated, and maintained computerized traffic signal control systems in many cities in the eastern US. In Miami - Dade County, he supervised a staff of up to 135 engineers, programmers, system operators, electricians, and field technicians who were responsible for the operation and maintenance of over 3000 traffic signals, over 100,000 streetlights, over 1 million traffic control signs, and thousands of miles of pavement markings. He implemented countless system upgrades and supervised the recovery of the infrastructure from many destructive hurricanes. Robert Williams SENIOR TECHNICAL ADVISOR Project Role: Project Experience Design and Installation of Computerized Traffic Signal Control Systems • ATMS, Miami -Dade Co. FL • UTCS - First Generation, Washingotn DC • UTCS, White Plains NY • UTCS, Albany NY • UTCS, New Orleans LA • UTCS, Rochester NY • UTCS, Dade Co. FL • UTCS, San Salvador, El Salvador Operation and Maintenance of Computerized Traffic Signal Systems • Washington DC • Miami -Dade County, FL Developing & Implementing Traffic Signal Timing Standards • Miami -Dade County, FL Traffic Signal Coordination • Washington DC • Miami -Dade County, FL Installing, Operating, & Maintaining Safe Routes to School • Miami -Dade County, FL Intelligent Transportation Systems Design • ITS, Miami -Dade County, FL Traffic Control Center Design • Miami -Dade County, FL Traffic Impact Studies • West Side Highway, NY, NY • Downtown Parking, Miami, FL • Bus Priority Systems, Miami, FL • Emergency Vehicle Priority Systems, Miami -Dade, FL • Emergency Vehicle Preemption Systems, Miami -Dade, FL • Red Light Violation Detection Systems, Miami -Dade, FL • Reversible Lane Control Systems, Miami -Dade, FL Conversion from Incandescent to LED Traffic Signal Heads • Miami -Dade County, FL Intersection Design Reviews • Miami -Dade County, FL Courtroom Testimony • Miami -Dade County, FL Streetlight Operation & Maintenance • Miami -Dade County FL Disaster Recovery Operations • Hurricane Andrew Phases 1 — 3, Miami -Dade County, FL • Hurricane Hugo, Miami -Dade, FL • Hurricane Katrina, Miami -Dade, FL • Hurricane Rita, Miami -Dade, FL • Hurricane Wilma, Miami -Dade, FL • Hurricane Nicole, Miami -Dade, FL Streetlight Operation & Maintenance • Miami -Dade County, FL 4oM Planning • Engineering • ITS • Parking • Operations • Complete Streets California I Florida I Texas THE CORRADINO GROUP 102 TAB 2 Experience & Qualificati RFQ 2023.030-ND TJKM I VISION THAT MOVES YOUR COMMUNITY MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Ms. lariwala has 23 years of professional experience in the areas of traffic operations, transportation planning, freeway and arterial management studies, signal coordination, traffic signal systems, traffic impact studies/EIRs and intelligent transportation systems planning, design and construction oversight. She has extensive experience in macro and microscopic model development and application for analysis of traffic operations for i express lane studies as well as multimodal operations, light -rail, bus rapid transit, pedestrian, bicyclists, and traffic safety studies. Ruta Jariwala, PE, TE O Signal Coordination O Project Management O Traffic Impact Studies O Freeway Operations O Traffic Operations O Traffic Planning CA CE 73840 (Civil) CA TR 2465 (Traffic) TX CE 135281 (Civil) TJKM 2012-Present URS 2004-2012 Bucher, Willis & Ratliff 2001-2003 Autodesk 1999-2001 M.S., Civil Engineering, San Jose State University, San Jose, CA B.S., Civil Engineering, Bombay University, Mumbai, Maharashtra, India PRINCIPAL Project Role: Project Experience CSJ DOT Complete Streets Design On -Call, San Jose, CA, City of San Jose, 2021- Ongoing, $290K: Principal -In -Charge. Overseeing the project which includes various complete streets task orders the work ranges from civil, electrical signage, and striping plans as it relates to complete streets improvements. Projects include: • Bascom Avenue Protected Bikeways: The project includes a road diet by reducing the 3-lanes in either direction into 2-lanes. As part of Phase 1 improvements the parking protected bike lanes will be created via low cost temporary delineators. Phase 2 at a later date will convert the temporary features into more permanent infrastructure. • Downtown Bikeways Hardscape Conversion: TJKM is currently working with the City to develop the design plans for construction next summer. • 2021 Signage and Striping Plans for Pavement Projects Batch 2: This task order includes the re -striping of three corridors within San Jose On -Call Traffic Engineering Services, Mountain View, CA, City of Mountain View, 2012-Ongoing, N/A: Project Manager responsible for providing the City with traffic engineering services. Projects included traffic operations, general planning, traffic engineering design, traffic signal design and timing, traffic calming multimodal planning, complete streets analysis and design and adaptive systems. On -Call Traffic Engineering Services, Belmont, CA, City of Belmont, 2010- Ongoing, $200K: Task Lead providing the following services: traffic impact studies, signal evaluation and improvements, transportation planning, pedestrian and bicycle planning and design, grant applications, traffic calming studies and designs, traffic safety studies, complete streets design, and peer review. On -Call Traffic Engineering Services, Sunnyvale, CA, City of Sunnyvale, 2010- Ongoing, $143K: Task read assisting with the completion of transportation impact studies and parking analyses. Assists in public meetings and provides other services. On -Call Transportation Engineering, Transportation Planning & Traffic Operations Services, Oakley, CA, City of Oakley, 2016-Ongoing, $338K: Project Manager for on -call services for the City which include: developing a Citywide Traffic Model using VISTRO software; technical analysis for updating the TIF program; preparing traffic signal modification plans, specifications and estimates for improvements along multiple intersections which include video detection and internally illuminated sign installations, pole relocations, signal phasing upgrades, lane geometry changes and verification of truck turning radii; review of signal warrants, traffic safety studies, and traffic impact studies. Other tasks include: circulation and Safety Analysis, update signal timings, traffic signal timing optimization, providing technical assistance related to transportation planning, traffic engineering and operations, parking restriction, reviewing proposed traffic calming devices, 4jTJKM Planning • Engineering • ITS • Parking • Operations • Complete Streets California I Florida I Texas THE CORRADINOGROUP 103 TAB 2 Experience & Qualifications MIAMBEACH RFD 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Ruta Jariwala, PE, TE pedestrian crossing signals, stop sign installations and signal timings per the City's request. On -Call Traffic Engineering Services, Palo Alto, CA, City of Palo Alto, 2013-Ongoing, $1M: Deputy Project Manager responsible for projects including Safe Routes to School design and construction, Embarcadero Road redesign to Palo Alto High School including suggestion alternatives for the congested corridor, and review of Alma Street Train Preemption Signal Phasing Alternative. The team also conducted a citywide parking inventory for the residential permit -parking program and a signal warrant analysis for Alma Street/Loma Verde. On -Call Traffic Engineering Services, San Carlos, CA, City of San Carlos, 2010-2015, $52K: Task Lead, for projects which included speed zone surveys, safe routes to school, multi -way stop warrant analysis, pedestrian and circulation improvements, and funding application assistance. On -Call Traffic Engineering Services, Walnut Creek, CA, City of Walnut Creek, 2012- Ongoing, $300K: Project Manager under an on -call agreement with the City of Walnut Creek. She has provided Traffic Impact Analysis Technical Guidelines, multiple task orders related to the preparation of grant applications, traffic calming studies, traffic impact fee updates, Safe Routes to School, and preparation of Capital Improvement Projects. On -Call Traffic Engineering Services, Tracy, CA, City of Tracy, 2014-Ongoing, $600K: Task Leader responsible for assisting in the completion of traffic impact analyses for various proposed projects in the city, including a medical center, Montessori elementary school, and housing developments. The tasks include, but not limited to, project management, stakeholder coordination, collecting traffic counts, trip generation and distribution, level of service calculations, traffic operations, and intersection configurations. She will assist in coordinating project meetings at various stages of the project, as needed. On -Call Traffic Engineering Services, Los Gatos, CA, Town of Los Gatos, 2003- Ongoing, excess of $600K: Task Leader assisting in the completion of numerous traffic impact studies for a variety of land uses, including residential, retail, office, and mixed -use. She also completed traffic and parking studies for schools, parks, a hospital, the library, and the civic center master plan and commercial developments. Also provided traffic calming services, developed the city's first traffic calming policy, and conducted peer review of traffic impact studies. On -Call Traffic Engineering Services, Fresno, CA, City of Fresno, 2017-2020, N/A: Principal -In -Charge for providing on -call traffic engineering and transportation planning services to City of Fresno working as extension of their staff. Specific services include providing on -call traffic services to prepare review traffic studies for new developments, redevelopment projects, signal modifications, traffic safety analysis, traffic operations studies, and PS&E for new developments. On -Call Traffic Engineering/ Transportation Planning Consulting Services, Contra Costa County, CA, County of Contra Costa, 2019- 2022, $250K: Principal -In -Charge overseeing the On -Call traffic and transportation engineering consultant. Some of the task assigned through this contract included the Feasibility Study for Road Diet and signal coordination along San Pablo Dam Road to optimize signal timing and evaluate the feasibility of a Road Diet on San Pablo Dam Road between El Portal Drive and Castro Ranch Road and HSIP Cycle 10 Applications. The applications included traffic control system upgrade throughout the San Pablo Dam Road Corridor and the Bailey Road Corridor and submitted to the County for review. East Avenue Corridor Plan, Livermore, CA, City of Livermore, 2020-2021, $233K: Project Manager. The team collected and conducted a thorough review of prior planning and engineering technical studies relevant to the study corridor. We compiled and reviewed the history of collisions involving all modes of transportation along the study corridor. The team provided community outreach and created an interactive project website. A memorandum was prepared proposing priority projects, policies, and strategies. We also assessed needs for enhancement, mobility, and safety for all modes of transportation. TJKM also prepared three concept alternatives of the project corridor. Mission Boulevard Complete Streets Design Project, Alameda County, CA, Bellecci & Associates, 2019-Ongoing, $250K: Project Manager responsible for preparing PS&E for traffic handling plans for 26 stages of construction, four traffic signal modifications, signing and striping plans, design of two overhead RRFB systems, street lighting within the project, and ITS fiber interconnection from 172nd Street to Rose Lane. Bascom Corridor Complete Streets Study, Santa Clara County, CA, MIG, Inc., 2016- Ongoing, $93K: Project Manager responsible for assisting VTA and its member agencies, including Cities of San Jose and Campbell, and the County of Santa Clara, to transform a portion of Bascom Avenue into high - quality, multimodal street that prioritize bicycle, pedestrian and transit travel while maintaining capacity for motorists. Responsibilities include transportation planning, outreach, and design, to traffic analysis. Conducted a planning context review, existing conditions and needs assessment and has also completed preliminary intersection concept drawings to accommodate multimodal facilities and to evaluate vehicular traffic impact attributed to road diet and complete streets strategies. The team is currently in the process of developing concept alternatives by incorporating public input and traffic analysis of various scenarios to ensure final concepts are determined with thorough considerations. Through a collaboration effort with the general public, local and regional governments, the project is expected to benefit significantly to all travel mode users, and the growing local economic of member jurisdictions. THE CORRADINOGROUP 104 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY AREAS OF O Traffic Operations O Traffic Handling O Pavement Delineation O Signage Plans O Bicycle & Pedestrian Implementation O Complete Streets O Safe Routes to School O Traffic Signal Design O Intelligent Transportation Design O ITS Planning CA EIT 154117 2013-Present uR5 2007-2012 B.S., Civil Engineering, San Jose State University, San Jose, CA Mr. Patel has 15 years of professional experience in transportation/traffic engineering and design. He has provided support on traffic impact studies, highway operation analysis, signal coordination projects, and highway design plans, specifications and estimates (PS&E) packages. Mr. Patel has worked on various electrical design projects which include street lighting, traffic signal, and intelligent transportation system design plans, as well as the preparation of traffic handling, signage, and striping plans. Mr. Patel has worked with various jurisdictions in the San Francisco Bay Area, Tri-Valley, Central Valley, and Northern California and is very familiar with their different standards and requirements. This knowledge often leads to minimal need for plan check comments during the design phase. For all projects, Mr. Patel has developed project estimates, specifications to accompany the full plan set. He has met with clients for comment review meetings, assisted cities on answering contractor Requests for Information (RFI's) on design work, and have met with them onsite to resolve any design questions. Rutvij Patel, EIT SENIOR PROJECT MANAGER Project Role: Project Experience responsible for preparation of signing and striping plans. CSJ DOT Complete Streets Design On -Call, San Jose, CA, City of San Jose, 2021- Ongoing, $290K: Project Manager responsible for various complete streets task orders the work ranges from civil, electrical Signage and striping plans as it relates to complete streets improvements. Projects include: Bascom Avenue Protected Bikeways: The project includes a road diet by reducing the 3-lanes in either direction into 2-lanes. As part of Phase 1 improvements the parking protected bike lanes will be created via low cost temporary delineators. Phase 2 at a later date will convert the temporary features into more permanent infrastructure. Downtown Bikeways Hardscape Conversion: TJKM is currently working with the City to develop the design plans for construction next summer. 2021 Signage and Striping Plans for Pavement Projects Batch 2: This task order includes the re -striping of three corridors within San Jose. Geometric & Complete Streets Design Services, San Jose, CA, City of San Jose, 2018-2021, $290K: Project Manager 2019 — Service Order No. 1: This task order included four corridors within San Jose totaling approximately four miles. Provided designs to re -stripe these corridors with enhanced bicycle and pedestrian improvements to improve safety on those corridors in accordance to their city designs standards and guidelines. 2020 — Service Order No. 1: This task order included restriping of four corridors within San Jose for a total of approximately 4.3 miles. 2020 — Service Order No. 2: This task order included restriping within the downtown core of San Jose. TJKM designed the geometric layout for the signage and striping as well as the concrete work to be installed to separate the frontage lane. TJKM was instructed to prepare three sets of plans for the implementation of improvements including the interim plan, the ultimate plan, and the civil layout plan. 2021— Service Order No. 1: This task order includes the re -striping of eight corridors within San Jose for a total of approximately 16.8 miles. �T Planning • Engineering • ITS • Parking • Operations • Complete Streets (((( 1 California I Florida I Texas THE CORRADINOGROUP 105 TAB 2 Experience & Qualifications MiAMiBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES T1KM I VISION THAT MOVES YOUR COMMUNITY I Rutvij Patel, EIT Bicycle Facilities On -Call Engineering Services, Fresno, CA, City of Fresno, 2019- Ongoing, $50K: Project Manager Project Manager As part of the On -Call City issued separate task orders for bike lane improvements. Task Order No. 1: Operational Analysis for Road Diet along Palm Avenue between Belmont to Shields Avenue — The team reviewed operational impacts of a Road Diet on Palm Avenue. The analysis included converting an existing four -lane roadway to two -lanes with a two-way turn lane and class II bike facility. Task Order No. 2: Operational Analysis for Road Diet along Elm Avenue and Belmont Avenue — The team will review the operational impacts of a Road Diet on three separate segments. The analysis included converting an existing four -lane roadway to two - lanes with a two-way turn lane and class II bike facility. On -Call Traffic Engineering Services, Palo Alto, CA, City of Palo Alto, 2013-Ongoing, $1M: Project Engineer routinely assisting City staff to address citizen requests regarding transportation, resolving issues and complaints. As part of its on -call services, he has provided Safe Route to School (SRTS) design and construction inspection project, the redesign of Embarcadero Road to Palo Alto High School to recommend alternatives for the congested corridor, and review of an Alma Street Train Preemption Signal Phasing Alternative. He also conducted a citywide parking inventory for the residential permit - parking program and a signal warrant analysis for Alma Street/Loma Verde. On -Call Traffic Engineering Services, Fremont, CA, City of Fremont, 2016- Ongoing, $433K: Project Manager for the following projects: Pedestrian Crossing Improvements at Four Locations - Performed design services to install pedestrian improvements at four locations within the city of Fremont. The project installed flashing beacon system at four existing crosswalks at uncontrolled intersections, with the goal being to improve pedestrian safety. He led the design team which was responsible for preparing the electrical plans for flashing beacon system installation. Along with electrical plans, He was responsible for preparing signage and striping improvement plans to improve those respective elements as approaching the crosswalk. He prepared a full set of plans, specifications, and estimates for this project and assisted the City with potholing new pole locations. Walnut Boulevard and Civic Center Drive, Walnut Boulevard and Paseo Padre Parkway Signal Modifications - Provided traffic signal modification design services for Walnut Avenue/Civic Center Drive and Walnut Avenue/Paseo Padre Parkway intersections. Tasks included preparation of Traffic Signal Modification PS&E, Traffic signal Interconnect PS&E, and meetings and Construction Support Services. Mission Boulevard and Sullivan Underpass/Nichols Avenue New Signal — Provided design services for new signal installation at Mission Boulevard and Sullivan Underpass/Nichols Avenue intersection. We took the lead on preparing the signal design, signage and striping plans. Project Tasks included topographic survey, preparation of Traffic Signal PS&E, preparation of Signing and Striping PS&E, meetings and construction support services. Signal Installation at Mission Boulevard/Curtner Road — Provided design services for new signal installation at this intersection. Prepared a 65% submittal for full signal design along with wireless interconnect to the existing signal at Mission Boulevard/Paseo Padre Parkway. Due to proximity of the new signal to Caltrans ramps it caused this signal design to be put on hold. Signal Installation at Niles Boulevard/Rock Avenue— Prepared design plans for new protected bike traffic signal at 3-legged intersection with private driveway for Buddhist temple. The project included bike signal heads for protected bike phases, typical signal equipment, and wireless interconnect. Performed site visit, utility coordination, and prepared design plans for construction. AC Transit Line 97 South County Corridors Transit Performance Initiative Project Adaptive Traffic Control System, Alameda County, CA, Iteris, 2017-2019, $231K: Project Engineer assisted in preparing signal modification plans to install wireless devices to detect buses going through each intersection. Prepared PS&E documents which included technical specifications, crosscheck bid schedule line items, design plans in AutoCAD, prepared Engineer's opinion of probable construction cost estimate and technical specifications, prepared final bid package. Assisted with signal coordination/signal timing preparation and implementations. Tasks included, data collection, before travel time runs, existing conditions baseline Synchro models, signal timing plan optimization, implementation and fine tuning, after travel time runs, and prepared a final report. Provided TSP system integration support relating to the 27 signalized intersections within City of Union City Limits in which he designed signal modifications. SR 156 Multimodal Enhancement Study, San Benito County, CA, Council of San Benito County Governments, 2021- Ongoing, $199K: Task Lead assisting San Benito COG in preparing a multi -modal study of the SR 156 corridor between San Juan Bautista and Hollister and in certain locations within the City of San Juan Bautista. Tasks include: document review, conceptual designs/photo simulations, developing cost estimates, and a feasible implementation plan to implement improvements along SR 156. The project also includes a robust public outreach campaign with community workshops, mobile pop-up workshops, and an online mapping survey. THE CORRADINOGROUP 106 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Paul Lambert Managing Principal Paul Lambert founded Lambert Advisory in 1995 and is engaged by clients to provide expert market, financial, and strategic guidance associated with real estate and economic development efforts. Paul's clients have included Samsung Corporation, The Queen Emma Foundation, University of Pennsylvania, Harvard University, Port Miami, as well as the cities of New York, New Orleans and Tampa. He has served as advisor to sovereign wealth funds and some of the nation's largest charitable trusts. Between 2005 and 2007, Paul managed the post -Hurricane Katrina neighborhood rebuilding planning process ('Lambert Plans') on behalf of the City of New Orleans. Currently, Paul is heading the development of Miami Wilds, a theme park and associated entertainment development with an estimated $1.0 billion investment requirement adjacent to ZooMiami. Prior to starting Lambert Advisory, Paul was with Arthur Andersen LLP and Goodkin Research Corporation where he oversaw the firm's South Florida and Latin America real estate economics practice. Paul holds a BA from Miami University in Ohio. As an undergraduate he was a Beaver Fellow at the London School of Economics and graduated from the Massachusetts Institute of Technology with a master's degree in City Planning. ADVISORY THE CORRADINO GROUP 107 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Eric Liff Principal Eric Liff brings 25 years of experience providing economic and financial advisory services to both the private and public sectors. He has worked with numerous national and international corporations providing economic, strategic and investment guidance in real estate acquisition, development planning and asset repositioning. His advising work also includes mixed -use and resort development throughout the U.S., Central America and the Caribbean. Over the course of his career, Mr. Liff has served as project manager to more than fifty municipal and governmental agencies on initiatives ranging from economic development and neighborhood revitalization to complex financial and partnership structuring. Eric has also worked extensively in transit -oriented development (TOD) planning with a specific emphasis on public/private partnership initiatives. Prior to joining Lambert Advisory, Eric was responsible for acquisition and development at WorldStar Resorts, an entity of Starwood Capital. His core focus there included corporate and asset identification, deal structuring, due diligence and strategic positioning. Prior to WorldStar, Eric served as a Manager in the Real Estate Consulting Group of KPMG Peat Marwick and a Senior Consultant with the Real Estate Consulting Group of Arthur Andersen LLP, Eric was actively involved in acquisition, disposition, and underwriting engagements for firms such as CS First Boston, Morgan Stanley, Prudential, and Heller Financial. Eric earned his Bachelor of Science degree with a concentration in real estate management and development at the University of Southern California. He is a member of the Urban Land Institute (ULI). ADVISORY THE CORRADINOGROUP 108 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE C.ORRADINOGROUP This certificate hereby qualifies Joseph Michael Corradino, A1CP as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number 012012 ?A4,1— �- P 1 - i.ee Brmm, tune f,lu frx i,c OEhcer President F'rae,�-o,uib,rnae 11m don Nimb," e+C.nlR.dwnrl.rr Muk,nq Gleor Canmunrtlm This certificate hereby qualifies Edward Wing Keung Ng, Aicp as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number.. 028927 �J----M. Drirlan, 7D Executive Director a 0 Ameriunlnstltut of Cartihed Planners eValeri .Hubbard, PA[CP President AFBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINLL. Iv ; ICREIN 44FNSED UNDER THE PROVISIQI,t?PFCHAPTEF 471, FLgW4,StATUTES CORRADINO, JOSEPH C W H ALL CLICENSENUMBF111:002421 EXPIRATIONDAIL FEBRUARV28,2023 Alwayz veniv licenses nnine at MyRondaU—se.com ifDo not alter this document I, any form. ,P vV Thi, is yot r rrense Its unlawful for anyone the, than the censee to use this document. �:;ne=a�t�s �o.�,no, FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS ITHE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE 11 PROVISIONS OF CHAPTER 471. R ORIDA STATUTES M CZERMEJEWSKI, ERIC S. 2201 SW 180TH AVENUE I� MIRAMAR FL 33029 LICENSE NUMBOI:*y' �2 j EXPIRATION DATE: FEBRUARY 28, 2023 iAlways reriN licenxs online a[ MyFbdtlaLicenu.com o. o 1A IDo 'I not after this document in any form. O� This is your license. It is unlawful for anyone other than the licensee Io use this document. INSTITUTL FOR ABLE 11/' INFRAINASTRUCTUKE I S I �! pitseots the Envision'" Sustain ability Professional Credential to Eric S Czerniejewski Presented on; 31, 2013 December William Berrien Imdtee for Swtaiuble lnfrastru — THE CORRADINOGROUP 109 TAB 2 Experience & Qualifications MiAMiBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FBPE OR1111111111111111 STATE OF FLORIDA BOARD OF PRO DIAL ENGINEERS 1 4ESPI THE PROFES510NAt.,l. ED UNDER THE PROVISIOIpiIO H 5,: TUTES CISCAR, MIGUEL RAMON WEN STO STO 33317 IFL LI Fes: EXPIRATION DATE: BRUARY 28, 2023 Always verify licenses online at MyFI,,id,Littnse.— ps�o Do not alter this dxument in any form This fcense. It for licensee this document. is o^hK� your is unlawful anyone other than the to use 6tate of TelYne5w STATE BOARD OF ARCHITECTURAL AND ENGINEERING EXAMINERS PROFESSIONAL ENGINEER MR GERALD GLENN BOLDEN X a to "'4 aa6 all faM'.'w4Y d, �%lata o��ifcfteHee A. A,,. mat. G°rxsy '� •. ID NUMBER:106514 I-131 LIC STATUS: ACTIVE EXPIRATION DATE: February 28, 2023 DEPARTMENT COMMERCE AND INSURANCE (fransportationProfessional Trrtifleationtw dInc CSe♦r�l� C��r`n/,t�'vt��►/ PROFESSIONAL TRAFFIC OPERATIONS ENGINEER ri:.ly/.aY.t►.,..reG. //80 a„vwtd,ae %>taddaaullaF ffz `Cl,ib� /Lenrrr%r 0..207.1 4t- FBPE STATE OF FLORIDA BOARD OFP ENGINEERS a THE PROFESSIO S ED UNDER THE F TUTES PROVIS�C� - _ SPATAFORA,VANESSA 73H" A .11 ;TREE.- - ?' VI 'DAME I L 333:10 e lh LI hWlil: 7�41 EXPIRATION DATE: FI:BRUARY 28, 2023 Always verity licenses online at MyFloridaLicense.com qY.i�so +� F� �y Do not alter this document In any form This is your fcense. Its unlawful for anyone other than the licensee to use this document. o„n-l",n FBPE STATE OF FLORIDA BOARD OF PROFUAIPONAL ENGINEERS THE PR0FES510NAtj*1 41t0 USED UNDER THE PROVISIC)(4WECH- 1, RIORIDA STATUTES 1 KALTENQ CH,KENNETH DONALD DRI %VS.VI CLf e y't LICEN HI NUMBER PE23 1 EXPIRATION DATE: FEBRUARY 28,2023 Always vedN licenses online at MyFloridaLicense.<om ;aYa+t u.sdwi3 Do not alter this document in any form. Ih,'t vour I'iccnse. It is unlawful (or anyone other Ihan the liconcee u, use Ihis document (Tv'111spurtation1lrufern;iultalTcrtificafiuntoad) Inc pall 3u11q--R105 PHOFESSIONAL TMFFIC OPERATIONS ENGINEER /!/,e a�%ivlmuar �l /�r (��`a/��v • %jio,p(/�A, � ur�n�r73�Z �Ausfa��n j%e�r,+�.�1/��,xr�rr•/%!i%�4nnx,a�ne.�sr.�cAwonw� FT > -. THE CORRADINOGROUP 110 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Pen DeSannv. Goverror FE3PF STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSLD UNDI R I u PROVISIONS OF CHAPTER47I FLORIDASTATUTES y SOLIS-RIOS, RYAN 42 P LI Nam: S EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFloritlaLicense.com o>,o Do not alter this document in any form. Thls is vour Ilcense. It Is unlawful for anyone other than the licensee to use this document. 0 Hon DeSantls. Governor BPF STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENS I UNDi I' I II PROVISIONS OF CHAPTER 471. FLORIDA STATUTI SOTERO, JUAN A. 11611 SW 1515- PLACE MIAMI FL 33196 LICENSE NUMBER. PE67386� EXPIRATION DATE: FEBRUARY 28. 2023 Aiw y eihrnnse.n +v FiooaaLicensecom tPis', .L Do not alter this doe ument in any form. rr •:�$ This is your license. It is unlawful for anyone other than the licensee to use this document. f= Br'► STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES COFFIN, JEFFREY DANE 5200 NW 33RD AVENUE SUITE 203 FORT LAUDERDALE FL 333DY LI NUMBER: , 47 EXPIRATION DATE: FEBRUARY 28, 2023 Always verity licenses online at MyFloridAicense.com o>oe Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document Ran 111irs, F E31'I STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS 'jj Im- S.11 THE PROFESSIONAL&I RBN17IIffENSED UNDER THE PROVI! !QKCH��1, FL�DArSTATUTES ,5 �l a CHARPENTIER, GORKY F. A,,I ,k,,AZA PC L LICENSE: NUMBER: PE47523 EXPIRATIONDAH, FEBRUARY28,2023 Always venty licenses onnne as MyFloridaLicense.com ox� mo ��. ?�;5= Do not alter this document in any form. oa. This is your license It is unlawful for an gone other than the licensee to use this document. DeSanns, 40"" Govemo FBPC STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES LEON, FRANCISCO JOSE 2801 N 34TH AVENUE APT D -IOLLYWOOD FL 33021 LICENSE NUMBER: PE65502 EXPIRATIONDATE. FEBRUARY28,2023 Always verify licenses onnne t, MYFiorida License.com LE- L'a; Do not alter this document inany form. D.a 7fY�W This is your license. It is unlawful for anyone other than the licensee to use this document. Iransportanon :professional Ccrtlfranon board, 3nc, , dr,.. 3ditua Ziumar Wtragadda iiva rnt/.r//u�r/r n/n.�u«enr rrm/./tea/(y rb, r .-.y�.«i..n 'ILunr/ �arofcss�onal �rarspor anon Piano «n/.e.r mrdyr/una. /y .:;r r .,r,/•, „r,. ". .:,..rni,«rr/.v{/y..r n, r/.�M,.r.nv.>rr,. �,r ., u,:n,r.' ( a'/,r�..A, .«nu/rr h %; rarnrr/aa 'I'/inaW! /r•,rr 4i: I/ 1: 'a/� yµ rrmeeT.e +) ',L M'ASY.ORw THE CORRADINOGROUP 111 TA_ RFQ 2023-030.1 nce & Qualifications This certificate hereby qualifies Mario Francisco Duron Jr., AICP MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number: 32255 Joel Albizo, FASAE, CAI Deborah Lawlor, FAicp, Pe Chief Executive Officer AICP President American Planning Association American Institute of Certified Planners a American lnstitute of Certified Planners Creating Grerot Communities for All I'his mriilicne hcrcbr quAitic. Kathryn Lyon, AICP a, a nmidwr u it all i I w of A GTtificd lalanner atnl a ctmimitimiw to the MCP (. AMIe III Edsll% mi d Pr,11CNNNUI (. oidtiCt. Ccnilitd Planner Nuinlvr r, N 0 Armnttnlnlldrta of Cettltled Mannarf This certificate acknowledges Scarlet R. Hammon, nlcP crP having complied with all requirements of the American Institute of Certified Planners, the American Planning Association's professional institute, providing recognized leadership nationwide in the certification of professional planners and the ethics, professional development, planning education and standards of planning practice, is hereby provided this certificate as evidence of certification of expertise in the field of transportation planning and is hereby declared to be a Certified Transportation Planner jamea M. Drinan. ro Emotive Director PI CTP Certified Transportation Planner Glenn E. Limn, mu Pruident &4��, air � ASSOCIATION OF STATE FLOODPLAIN MANAGERS, INC. CEftTIFICATION 80A.RD Of REGENTS 1 Kathryn R. Lyon, CFM ASM C$BTII W FIDODPI" MMAGM :ra' a.....,..LL.� ..,r "...,..,....._ CFM' M THE CORRADINOGROUP 112 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES S Engineering Committed to Excellence to ' STATE OF FLORIDA BOARD OF PROFE.WOS AL ENGINEERS THE PROFESSIONAtok ED UNDER THI PROVISIONSOFCH 1 FL DA STATUTES LEE SHUE LING, BRENT JUDE 92',4 r Ri I NE. I ILR CT DAVIC FL 33328 lIC'E I' : 53 EXPIRATION DATE BRUARY 28, 2023 Always vet fy licenses .,line at MyFlondaLicense tom o De not alter this document in any fom,. This is your license. It is unlawful for anyone other than the licensee to use this document. This tvrtificaate hereby yuahties Jeremy Mullings, AICP as a member with all the benefits of a Certified Planner and a commitment to the MCP Code of Ethics and Professional Conduct. Certified Planner Number: 02i956 James M. Dtinan,iD \'alcr . l lubhard, ren:r Executive Director President "-,t FBPL STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471 FLORIDA STATUTES ALLU, VENKATA PHANI KIRAN 12848 NW 18TH COURT PF MBROKE PINES FL 33028 LICE 1#�: , fl069 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com o „.0 Do not alter this document in any form r ,y, Zry� ft: This is your license. It's unlawful for anyone other than the licensee to use this document. eon oesami:. eo.,,�o, FBP0 E STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. 11 ORIDA STATUTES IGLESIAS, DANIEL JORGE 270 ATLANTIC AVE SUNNY ISLE BEACH FL 331600000 LICENSE NUMBER: PE37287 —� EXPIRATION DATE: FEBRUARY 28, 2023 Always yenty tenses o the at MyFlondaL yens¢.,,. 3` Do not after this document in any form This is oti�Y" your license. It is unlawful for anyone other than the licensee to use this document. it FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. 1 LORIDA STATUTES REYES, JESSICA IRELA 12517 SW 9 TL RRACE MIAMI FL 33184 CI. ICENSE NUMBER PE77542 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFlond,I,cense.com h` in form. Do net alter this document any O This is your license. It is unlawful for anyone other than the licensee to use this document. L3Pf STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL(WINEER HEREIN 131 NSED UNDER THE PROVISIONS OF CHAPTER 471. FLOkIDA STATUTES HUGHES, STEPHEN ALLEN 1600 W EST OAK KNOLL CIRC LI. DAVIE FL 33324 LICENSE NUMBER. PL64140 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFlondalicense.com o �q Do not alter this document in any form. This is your I'cense. It -s unlawful for anyone other than the licensee to use this document. THE CORRADINOGROUP 113 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND r.FNFPAi TPANspnRTATinN PI Amu ANn TRAFFIC FNGINEERING CONSULTANT SERVICES n,=.,,n. �o..•„o F B PE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES ALLU, SATYA SURESH KUMAR 5127 SW 155 ;, VENUE MIRAMAR FL 33027 LIG .^ fiYlR: �85951_� EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFI,,id.L—.se.com Do not alter this document in any form. I O This is your license. It is unlawful for anyone other than the licensee to use this document. F Q P f STATE OF FLORIDA� BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAtENGI NEER HEREIN IS LICENSED UNDER THE PROVISIONSOF CHAPTER 471. FLORIDA STATUTES WU, YONGQIANG 8901 KETTLE DRUM TERRACE BOYNTON BEACH FL 33473 - EXPIRATION DATE: €'EBRUARY 28, 2023 Always verify licenses online a[ MyFloridaLlcense.com Do not alter this document in any form. 0 This is your license. It is unlawful for anyone other than the licensee to use this document THE CORRADINOGROUP 114 TAB 2 Experience & Qualifications MiAMIBEACH RFD 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Aldo W. Fritz, AICP a a ..-bWS" ON At 6melis da c:m ed reDRv .�+, n..IRIS.Ifr ro � au:r rase ut ErMils .Da ►�A�,...,.I c:�>,�, I �fiRjl� CMihn1 {4ADM �INI1blr la4rT.Rm.•.Rie. Rn..A.. '.bw .AJY •IO.I�IIY.rr♦ � a� �-1ja NUzirb of lirofrssinnal 3¢nµinmrs IVA—, Gary Walter Schatz �wywwry wd7fa.u, re Prw.rrr?. /i.�,..waf fwy;w..r; � wwr �. , pP..w°,w;r/wJ}'rwtrr«r«.rwn :/r/S R«wrdrp/ P.�,;eww! fwgt «.r,; r.G.ryT... ,fy ot.rr.../ram pw.wn. nP,rd';n ,o;./ /!•r.,.!!y r/. 4mi, a, ( Y..W. 1Jrrerrf'l J}w/iw;one! fwyin..0 Ar.8y ri— r.G. rar<yLau www,6.. V 94�T,78 Prwwr'd+d' ,fy d. Parn, ,/ J ,rw+. w"/ ,w6jrrr re rJP. pwarru •, �rrd' ;w ,w,� R,.wrd, %w,4.wy'117. ;/'II i! w, rfi,iyrerv.r. .frl. Glwx wwd`{ . G/a T. wwan r.4,wwl,,r/rf. .Ner.r./ciu /r /.y�!jT.4•.!0�+'. ®FBPE ix... BOARD FOR PROFESSIONAL ENGINEERS AND LAND SURVEYORS NP nw r - Croy n.r P.— T• T.. Pr•.W m ar (,r•iw T, OMrs a ar TR. Sbb.. W h. -- t NaUan 1,iiIlrmbruhhai Amin D OC'lY t1l T4SCD AS A PROFESSIONAL ENGINEER u< TRAFFIC ENGINEERING Go l ae Sr.t. of G4I•nw..Y h O4IMH To Ail 7Y Rlpt. Aw MN�� Ce•r.n.i Y SW Ce► P IIRIIR6A OL'R SAND Airy WEAL C•r4D.M.b \a TR 2290 .w. Zw A.Y ar J•r . 20DS. N S•.ru CW fm.l.. ',\ BOARD P PRO►ESSMAL •,F �i` "�itM`~. f SVQ $ A" LARD WRMORS JARRVALA, ROTA LICENSE NUMBER: 2465 LICENSE TYPE: TRAFFIC ENGINEERS LICENSE STATUS: CLEAR O EXPIRATION DATE: JUNE 30. 2022 SECONDARY STATUS: NIA CITY: SAN JOSE STATE: CALIFORNIA COUNTY: SANTA CLARA ZIP: 95120 JARIWALA, RUTA LICENSE NUMBER: 73840 LICENSE TYPE: CIVIL ENGINEER LICENSE STATUS: CLEAR © EXPIRATION DATE: JUNE 30. 2023 SECONDARY STATUS: N/A CITY: SAN JOSE STATE: CALIFORNIA COUNTY: SANTA CLARA ZIP: 95120 THE CORRADINOGROUP 115 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 2.2.1 Project Manager Projects The following are relevant similar project experience that provides the details of the proven track record of Corradino Project Manager providing similar scope of services as outlined in this solicitation. These projects are in addition to all the local Miami Beach experience from being a current incumbent Traffic and Transportation Engineering Consultant with the City as well as the other projects listed for The Corradino Group Team experience. The following projects have occurred overthe past ten (10) years and exemplifies experience with the planning, technical, managerial, and administrative efforts related to general transportation planning and traffic engineering activities. ► CITY OF COOPER CITY TRAFFIC AND TRANSPORTATION ENGINEERING SERVICES Project Description: Corradino provides Traffic and Transportation Engineering Services to Cooper City as part of the Continuing Engineering Consultant Services ooperc Contract. Provided a variety of traffic and transportation engineering services including intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, public school ARM - SW 90ti' Avenue Safety and traffic operational analysis, city-wide traffic modeling, corridor signal timing progression analysis, traffic calming- Mobility Improvements and neighborhood traffic mitigation, responded to citizen Public Works Department inquiries and coordinated the interests of the City with November , zolz Broward County Traffic Engineering Division, FDOT District IV and other key stakeholder government agencies. Provided traffic and plan reviews as part of the Development Review Committee. Prepared grant submittals for City projects for inclusion in the Complete Streets and Other Localized Initiatives Program (CSLIP) and the Broward Mobility Advancement Program (MAP). The following task work orders have been completed thus far by the Consultant under this Contract: • SW 90th Avenue Safety and Mobility Improvements (CSLIP) • Hiatus Road and NE Lake Boulevard Roundabout Improvements (MAP) • Broward County Surtax Support Services • SW 49th Street Culvert Rehabilitation Technical Peer Review and Hydraulic Analysis • DRC Traffic Study Review Services including the following development projects: o Chabad of SW Broward o Brightstar Credit Union o First Baptist Church School Expansion o Kingfisher Reserve o Lock -up Storage o USPS site Townhomes o Nur Islam Expansion Agency/Owner- City of Cooper City Agency/Owner Contact- Thomas Good, Public Works Director Address: City of Cooper City 9070 SW 51st Street, Cooper City, FL 33328 Agency/Owner Contact Phone Number: 954.434.2300 Agency/Owner Contact Email: tgood@coopercity.gov Year Project was Completed: 03/21 - Present Total Cost of Contract Work Order Based Type of Experience: Firm THE CORRADINOGROUP 116 TAB 2 Experience & Qualifications MAMBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► MIAMI-DADE TPO SMART PLAN GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES- SOUTH DADE TRANSITWAY Eric Czerniejewski, PE, ENV SP was Project Manager for the Strategic Miami Area Rapid Transit (SMART) Plan for Miami - Dade County. Of the six rapid transit corridors identified by the County, Consultant was responsible for the South Dade Transitway Corridor Study; which extends approximately 20 miles from the Dadeland South Metrorail Station south to Florida City. Consultant provided professional traffic engineering, transportation planning and transit planning and design services to supplement the Miami -Dade TPO's efforts in conducting the transportation planning process for the SMART Plan. Consultant assisted in developing a Land Use Scenario Plan, conducted transit planning and transportation related technical activities; Charrettes; 3D Modeling; and, public outreach. One of the primary goals of these services is to develop transit supportive land use scenarios with the ultimate goal of addressing the overall mobility of Miami -Dade County. Agency/Owner- City of Cooper City Agency/Owner Contact: Jeannine Gaslonde, Transit and Regional Manager Address: Miami -Dade Transportation Planning Organization Stephen P. Clark Center 111 NW 1st Street, Suite 920 Miami, FL 33128-1916 Agency/Owner Contact Phone Number: 305.375.1739 Agency/Owner Contact Email: jeannine.gaslonde@mdtpo.org Year Project was Completed: 08/17-10/19 Total Cost of Contract: $900,000 Type of Experience: Individual/Principal THE CORRADINOGROUP 117 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► CITY OF OAKLAND PARK ANDREWS AVENUE COMPLETE STREETS IMPROVEMENTS (2019) Lead Traffic Engineer who prepared the traffic study which evaluated the need for mid -block crosswalks along a stretch of Andrews Avenue between Oakland Park Boulevard and Prospect Road. Consultant completed a safety analysis including review of crash history along the corridor using Signal Four Analytics. Consultant evaluated the proposed midblock crosswalk locations based on criteria of the Traffic Engineering Manual and Manual on Uniform Traffic Control Devices per Broward County Traffic Engineering Division. Consultant collected pedestrian traffic data including four-hour pedestrian volume counts at ten (10) proposed mid -block crossing locations and 24-hour bi-directional traffic counts were collected for Andrews Ave between Oakland Park Boulevard and NW 38th Street and on Andrews Avenue south of Prospect Road. Consultant also evaluated the traffic operational conditions at the four signalized intersections along Andrews Avenue at Prospect Road, NE 38th Street, and E. Oakland Park Boulevard to determine the optimal signal timings and the appropriate length of future dedicated turn lanes. Design plans were developed for the transportation infrastructure improvements. Aeencv/Owner- Citv of Oakland Park Agency/Owner Contact: Jennifer Frastai, Assistant City Manager Address: City of Oakland Park 5399 N. Dixie Highway, Suite #3 Oakland Park, FL 33334 Agency/Owner Contact Phone Number: 954.630.4477 Agency/Owner Contact Email: jenniferf@oaklandparkfl.gov Year Project was Completed: 02/16-07/18 Total Cost of Contract: $60,000 Type of Experience: Individual/Principal THE CORRADINOGROUP 118 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► BROWARD COUNTY MAST ARM CONVERSION DESIGN BUILD PROJECT Design Consultant for the design -build professional services associated with the conversion of span -wire supported traffic signal at 35 intersections across Broward County. Consultant along with Horsepower Electric provided engineering and design services, plans preparation, field survey, utility coordination, permitting, public involvement, coordination with adjoining projects, minor roadway reconstruction and paving, signing and pavement marking, ADA compliant sidewalk reconstruction, traffic signal retiming and optimization, traffic signal design and construction, installation of underground conduit and interconnect cable, installation of monitoring devices (video detection), installation of vehicle pre-emption systems , as built record plans, and warranty necessary to provide the traffic signalization improvements in accordance with Broward County and Florida Department of Transportation specifications. Agency/Owner- Broward County Highway Construction and Engineering Division via Horsepower Electric Agency/Owner Contact: Michael Martinez Address: Horsepower Electric, Inc. 8105 West 20th Avenue Hialeah, FL 33014 Agency/Owner Contact Phone Number: 305.819.4060 Agency/Owner Contact Email: mike@horsepowerelectric.com Year Project was Completed: 01/15-09/19 Total Cost of Contract: $2,S00,000 Type of Experience: Individual/Principal THE CORRADINOGROUP 119 TAB 2 Experience & Qualifications MIAMIBEACH RFO 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► DOWNTOWN BOCA RATON TRAFFIC STUDY (2015-2016) Consultant was selected to provide traffic engineering and transportation planning services for the traffic analysis of numerous intersections in the Downtown including Palmetto Park Road and NE/SE 5th Avenue. The traffic study examined the safety and the operation of the intersection of Palmetto Park Road and NE/SE 5th Avenue and enumerated at least three viable improvement concept plans. The intersection of Palmetto Park Road and NE/SE 5th Avenue is in the heart of the Downtown area and a part of the Boca Raton Downtown Development of Regional Impact (DDRI). The stretch of Palmetto Park Road between Mizner Blvd and NE/SE 5th Avenue is also is a part of the Boca Raton Pedestrian Promenade Vision for Downtown with a goal of being a welcoming place for vehicles and pedestrians. NE/SE 5th Avenue and the intersection roadways just to the north of Palmetto Park Road are implementing the Context Sensitivity/Livability and Complete Streets with certain recreational destinations like Lake Wyman Park within this corridor. The limits were extended to include a couple of other intersections to determine the traffic intrusion along NE/SE 5th Avenue from the US-1 intersection. The extended limits and other intersections including NE/SE Mizner Blvd. provided current information on the traffic movements at that intersection with Palmetto Park Road. One other local issue that affected the study area and all coastal communities in South Florida is the regularly scheduled bridge openings to allow for the maritime traffic on the intercostal waterway. This occurs just east of the intersection of Palmetto Park Road and NE/SE 5th Avenue. During field visits at the time of the study, it was observed that westbound vehicles were backing up on to the bridge approach during peak periods. The results of the traffic analysis/study were presented to the City Council where they expressed consensus in supporting several short-term improvements and provided direction to city staff to move forward with the following in the Downtown: • Re-establishing left turn lanes along 5th Avenue & Palmetto Park Road • Re-establishing left turn lanes along Palmetto Park Road/Mizner Boulevard • Adding preemptive signals/adaptive signals • Adding traffic operations center staff The final report recommended re-establishing left turn lanes along Palmetto Park Road which required the removal of landscaped medians, which were originally intended to slow traffic and create a more walkable Downtown area. Multiple public workshops were facilitated for this project which provided extensive public sentiment and input. The City of Boca Raton staff was directed by the City Council to move forward with the design and construction of the left turn lanes which will improve the traffic flow on Palmetto Park Road. The design, engineering and construction of this improvement project was completed. Additional improvements to the intersection of Palmetto Park Road and NE/SE 5th Avenue including the modification of the existing lane geometry including the addition buffered bicycle lanes on both NE and SE 5th Avenue south Boca Raton Boulevard were also proposed. These supplemental improvements will require right of way acquisition by the City of Boca Raton and are still being considered. Agency/Owner- City of Boca Raton Agency/Owner Contact: Quan Yuan, Traffic Engineer Address: City of Boca Raton Traffic Engineering Division 2500 NW 1st Avenue Boca Raton, FL 33432 Agency/Owner Contact Phone Number: 561.416.3372 Agency/Owner Contact Email: bocatraffic@myboca.us Year Project was Completed: 06/15-06/16 Total Cost of Contract: $50,000 Type of Experience: Individual/Principal THE CORRADINOGROUP TAB 2 Experience & Qualifications WAMIBEACH RFQ 2023-030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 2.2.2 Evidence Of Prior Working Experience The following are examples of the proposed team working together. As previously outlined in the prior project experience such as the City of Doral Section Eight Traffic Calming Study, Corradino worked closely with our subconsultants. CTS Engineering, Inc. provided the traffic data collection for this project where Corradino is Prime. In addition, Lambert Advisory provided the Financial Planning and Analysis on the Miami Dade TPO SMART Plan General Transportation Planning Consultant Services South Dade Transitway project. The contact information has already been provided on these couple of projects. The one additional project, the Broward Commuter Rail/Tri-Rail Coastal Link PD&E Traffic Analysis, is another example of collaborative effort between Corradino and the subs on this contract. CTS Engineering, Inc. provided all the traffic data collection for this contract as well. This project includes several coastal communities in northern Miami -Dade County through Broward County. ► BROWARD COMMUTER RAIL/TRI—RAIL COASTAL LINK PD&E TRAFFIC ANALYSIS The Florida Department of Transportation (FDOT) District Four and Broward County have entered a Memorandum of Understanding to continue efforts to improve mobility in the southeast Florida region. The objective of the Broward Commuter Rail (BCR) PD&E Study isto develop and analyze alternatives that integrate passenger and freight service along the Florida East Coast (FEC) Railway. The purpose of the study is to address congestion issues and to support economic as well as land development policies in the eastern area of Broward County by improving mobility. The BCR is a 27-mile segment from Aventura in north Miami - Dade County to Deerfield Beach in northern Broward County. This commuter rail service will include the necessary rail, signaling, safety and communications improvements, and passenger amenities. Up to nine potential stations will be studied and evaluated within the study limits. The BCR PD&E Study will include a new rail crossing at the New River for passenger service through Downtown Fort Lauderdale. The existing railroad bridge will remain in place for exclusive use by freight rail. A traffic methodology memorandum was approved which identified the parameters, tools, assumptions, approach, and primary areas of focus for preparing the traffic analysis. It defined the level and method for analyses required to prepare and execute the traffic operational analysis. The traffic operational analysis was conducted at two types of locations throughout the study limits: • At -Grade Railroad Crossings • Station Areas .----------- jr -- s:--t- 0 PARKLOLUD ii rrruJnZa r Ica � adW140 r ie •�Rarnc�+ll ck:.. ■Z R lei .w.�swa.+. • LU uaa i k �' ILAb?AtTA�' ® YY �MMM a ,,'Nt, seas �* t SOL'7HhZ4l XANCMU W dmmn w stn+tt ■ .rrw�s 1< .iM A r r� sa�x�e t «• «YY1 Mr. 8 w { IREW rd.rsorro Clog~ 24r."NE 264 St WWAw rn st Figurr 1.1 Location Ala) aap► ? !fib �! fares Sf a�Ai1J1.S�n:F d6ACh 1cY M: � r..►r st§W*'g )rd O ,•��— p .,, k— � M THE CORRADINOGROUP 121 TAB 2 Experience & Qualifications MIAMSEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES The traffic operational analysis was performed for the existing, opening and design years to compare the results and document any potential cross street impacts with the proposed train traffic, demand and stations use as part of this project. This analysis determined if any significant queues and/or delays from additional gate closures and new station parking lots will impact the east/west and north/south arterial corridor operations. The project included traffic data collection, travel demand forecasting, microsimulation traffic modeling using Synchro and Vissim and traffic operational calibration. The traffic analysis was summarized in report format with key performance indicators established for arterial corridor travel time and delay and specific vehicle queue stacking during various train events. Agency/Owner: FDOT Agency/Owner Contact- Phil Schwab, PE, Program Manager Address:Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Agency/Owner Contact Phone Number: 954.236.7369 Agency/Owner Contact Email: Phil.Schwab@rsandh.com Year Project was Completed:09/20-12/22 Total Cost of Contract: $800,000 Type of Experience: Firm THE CORRADINO GROUP 122 TAB 2 Experience & Qualifications MIAMSEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES General Planning Contract Broward County, FL PROJECT DESCRIPTION CTS is the prime consultant of this contract. CTS is providing assessment, research, and analysis services on an "as -needed" basis for the following transportation - related planning and program support areas: capital project and development; environmental; economic development; organizational; information technology; public involvement and outreach; grants compliance, monitoring and development. Transportation planning for the contract consist of strategic planning, policy development, short and long-range planning, capital improvement plans, multimodal access planning, transportation demand planning, land use planning, traffic studies, analysis and microsimulation modeling, electric vehicle facility planning financial analysis and planning, transit planning data collection and analysis and GIS support. For the contract economic development planning consist of market feasibility, station -area development, Transit -Oriented Development (TOD) planning, policy, and guidelines development. TS Engineering C ine CLIENT: Broward County Transportation Department Khalilah Ffrench, Project Manager kffrench @ broward.org (954) 357-6543 VENDOR ROLE: Prime Consultant DATES OF SERVICE: 2021 —2025 TYPES OF WORK: Public Outreach; GIS Analysis; Asset Data Collection; Transit Oriented Development; Transit Planning; Transportation/traffic engineering; Safety/Security; Resiliency Planning. CTS recently performed fixed route rides checks for several routes of the Broward County Transit system and recommended operational changes to the routes surveyed. This contract was also used to perform safety audits for community shuttles under BCT's oversight. Currently CTS is working on providing support for the implementation of a mobility pilot for late night shift workers such as providing performing measures, outreach, and standards operating guidelines. BROWARD COUNT v 1 QANY I THE CORRADINOGROUP 123 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Districtwide Traffic Operations Studies Contract Miami -Dade County, FL PROJECT DESCRIPTION: This contract provided professional traffic engineering services through the development of various traffic operations and safety studies at intersections/arterials and related improvement alternatives/recommendations and evaluations. In preparation of the studies, tasks involved field reviews, crash analysis, collision diagrams, level of service analysis (using traffic engineering software such as Synchro, HCS, SIDRA, and VISSIM), and all types of traffic data collection (such as machine counts, turning movement counts, delay data, gap data, pedestrian/bicycle counts, speed data, ball bank studies, and queue data). As part of the subject contract, CTS performed numerous traffic operations and safety studies, which included qualitative assessments, signal warrant analysis, intersection/arterial analysis, left -turn phase warrant analysis, sight distance evaluations, lighting analysis, safe curve speed studies, before/after evaluations, road safety audits, Intersection Control Evaluation (ICE) studies, bottleneck mitigation studies, mid -block pedestrian crossing evaluations, access management evaluations, conceptual improvement sketches, and preliminary cost estimates. These studies were typically conducted in response to citizen requests and other agency requests. Some examples of completed assignments include access management evaluations for SR-823 and SR-909; signal warrant analysis for SR-90/SW 147 Avenue and SR-5/NE 18 Street intersections; mid -block pedestrian crosswalk evaluation in City of Key West; road safety audits for SR-112 and SR-907; bottleneck mitigation studies for SR-90/SW 74 Avenue and SR-90/ SW 137 Avenue intersections; lighting evaluations for Shark Key and SR-112; speed limit evaluations for AlA, SR-990, and Village of Miami Shores; and wrong -way signage/pavement marking assessments for 1-75 and SR-856. CT - CLIENT: Florida Department of Transportation, District 6 Ramon Sierra, P.E., Project Manager ramon.sierra@dot.state.fl.us (305) 470 5335 VENDOR ROLE: Prime Consultant DATES OF SERVICE: 2014 - 2020 TYPES OF WORK: Traffic Engineering, Traffic Signal Timing, Traffic Safety, Crash Analysis, Traffic Operational Analysis, Access Management, Conceptual Layouts, Preliminary Cost Estimates THE CORRADINoGROUP 124 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Districtwide Statistics Contract Miami -Dade County, FL Cngineering - PROJECT DESCRIPTION: Scope of project included planning and engineering services to CLIENT: support the Department's Districtwide routine RCI and HPMS data Florida Department of Transportation, District 6 collection efforts, roadway functional classification updates, traffic Neil Lyn data collection and support, innovative data collection methodology neil.lyn@dot.state.fl.us development, project specific data collection, in-house support, and (305) 470-5373 GIS support. As part of this contract, CTS has assisted FDOT District 6 in providing statewide RCI data collection services following FDOT Procedure 525-020-310 General Interest Roadway Data (GIRD) and the RCI Handbook. CTS also assisted D6 in Reliable Organized and Accurate Data Sharing (ROADS) project, Functional Classification (FunClass) updates, and Roadway Jurisdiction Transfer. CTS provided full traffic data collection services (i.e., vehicle classification, volume, speed counts, TMC, OD, travel time, queue, delay, etc.). CTS has successfully performed over 400 annual TO counts every year for D6 TranStat over the last five (5) years. CTS is also extremely familiar with the TO submittal end -of -year process to the CO and the deadlines. CTS has worked on hundreds of PTMS sites following the Traffic Monitoring Handbook guidelines. Under this contract, CTS has recently led the regional Design Traffic Process update effort representing D6. CTS has prepared over 200 design traffic documents for D6 (including DTTM and 18-Kip ESAL). CTS also provided small corridor studies, pedestrian and bicycle facility improvements, access management, conceptual design, Scoping Report, demand modeling application, GIS support, and on -site engineering support under this contract. TRAFFIC MONITORING HANDBOOK VENDOR ROLE: Prime Consultant DATES OF SERVICE: 2010 - Ongoing TYPES OF WORK: Traffic Engineering Studies, Traffic Data Collection, Traffic Safety Studies, Pedestrian/Bicycle Studies, Access Management, Operational Analysis, Conceptual Layouts and Preliminary Cost Estimates RC , wwaw�r c++,u�crunanea rrrvnioRv PLANNING DATA HANDBOOK _,, O I flwlda pepirlmant o9 hnrsdcW.atwm THE CORRADINOGROUP TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES �M rd, CA Role of the Firm: Prime Members of the Project Team: Chris Kinzel • Principal -in -Charge Ruta Jariwala • Deputy Project Manager Nayan Amin • QA/QC Praveena Samaleti • Transportation Planner Agency/Client: Abhishek Parikh, Traffic Engineer I City of Hayward (now with City of Concord) 777 B Street, Hayward, CA 94541 1 (925) 671-3129 1 Abhishek.parikh@cityofconcord.org Year(s) and Term of Engagement: 2015-Ongoing PROJECT DESCRIPTION: TJKM as a prime consultant assisting City of Hayward to prepare a Citywide Multimodal Improvement Study to address existing and future congestion, enhance safety and operations for all modes of transportation throughout the City of Hayward. TJKM conducted a comprehensive outreach approach geared in part to addressing potential concerns on the part of both the development community and City leaders. TJKM is examining about 100 intersections and 15 roadway segments for the project to identify existing and future deficiencies in terms of safety and congestion for all modes of transportation. As a part of the evaluation extensive accident analysis (5-Year period) was conducted and hot spots were identified. Extensive field observations were conducted at the identified hot spots location to identify the deficiencies. TJKM used land use information from the General Plan to determine the amount of growth expected, and will conduct a thorough study of needed roadway improvements for all modes of transportation, leading to the preparation of the CIP document. As a part of the project TJKM will also prepare conceptual layouts for the recommended improvements for all modes of transportation. Some of the recommended improvements to be included are but not limited to adaptive pedestrian and bicycle signals, traffic calming measures, intersection improvements and continuity of pedestrian and bicycle facilities. THE CORRADINOGROUP 126 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Project Name: Neighborhood Traffic Calming Program, Hayward, CA 4 rT M Existing Conditions 1111111111111111► l ■ Alternative 2 a� i ■ *mom � 0, Role Role of the Firm: Prime Alternative 1 or Ahcrnativ c 3 Members of the Project Team: Nayan Amin • Principal -in -Charge Ruta Jariwala • Project Manager Agency/Client: City of Hayward 777 B Street, Hayward, CA 94541 I Mr. Fred Kelley, Transportation Division Manager (510) 583-4781 1 fred.kelley@hayward-ca.gov Year(s) and Term of Engagement: 2015-2017 PROJECT DESCRIPTION: TJKM developed first comprehensive Neighborhood Traffic Calming Program for City of Hayward envisioned to eliminate current inconsistency in the application of traffic calming strategies and provide a well-defined toolkit to utilize the most proper and effective solutions with community outreach and collaboration. The program was developed to serve as a guide for the City Staff, elected officials, and residents to become acclimated to the policies and procedures for successful implementation of traffic calming solutions that will benefit Hayward residents and businesses with a variety of traffic safety related concerns. The project aimed to assess Hayward's current traffic related concerns and challenges, research various traffic calming strategies deployed by cities and states across the nation, and develop a robust traffic calming toolkit that will assist the City of Hayward in addressing these issues. Key elements of the toolkit included: the adoption of the four E's approach — Education, Empowerment, Enforcement, and Engineering, to expand the available strategies and tools to address neighborhood traffic safety concerns; engineering criteria on the feasibility of each traffic calming measures; effective policies to be applied consistently throughout the City for reviewing traffic related complaints and making necessary improvements; community engagement in the decision -making and implementation process; and identifying funding options. Ruta Jariwala our proposed Project Manager for this project served as the Project Manager for the Citywide Neighborhood Traffic Management Plan. THE CORRADINOGROUP 127 TAB 2 Experience & Qualifications MIAMIBEACH 4Y' RFQ 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Project Name: Livable Centers Study for Brays Oaks District, Houston -Galveston Area Council, TJKM TX Role of the Firm: Prime Members of the Project Team: Aldo Fritz, AICP • Project Manager Utsav Domadia • Project Engineer Agency/Client: Rebecca Leonard, FAICP, PLA, Cl I Lionheart Places, LLC 11023 Springdale Road, Building 6, Suite E, Austin, TX 78721 1 (512) 520-4488 1 rebecca@lionheartplaces.com Year(s) and Term of Engagement: 4/28/2021 — 2/4/2022 PROJECT DESCRIPTION: Houston Galveston Area Council's (H-GAC) Livable Centers Program conducts planning studies that focus on creating walkable and connected areas that integrate resilient, walkable, bikeable and transit -friendly communities with enhanced access to employment opportunities, civic infrastructure and amenities, and promote healthy lifestyles. • Developing the Livable Center Study encompasses seven primary pillars: • Strong commercial center that generates activity • Connected to neighborhoods amenities • Expands multi -modal travel choices, • Leverages mixed -use destinations and Complete Streets • Leverage Complete Streets for enhanced community • Improves environmental quality and quality of life • Builds on cultural diversity The overall goal of the study was to create a Livable Centers plan for the study area that defines new, context -sensitive standards for Brays Oaks Management District that foster multi -modal access and connectivity, a mix of land uses, a diversity of housing options, and a sense of place. The study's conceptual plan and recommended catalyst projects encourage walkability, connection within and between nodes of community activity, and built environment strategies that support local economic development and employment. The study resulted in a forward - looking vision and practical implementation strategies that consider responsible stewardship of Brays Oaks' existing resources to best meet anticipated population growth. As part of a team, TJKM's role was to assist with strategic tasks and provide transportation planning and engineering expertise, particularly aimed at developing context sensitive recommendations and projects that will result in successful implementation. Key efforts placed emphasis on creating a list of infrastructure improvements with an accompanying phasing plan. TJKM analyzed the existing transportation infrastructure, assessed opportunities for Complete Streets throughout the district, promoted multimodal access, and provided for realistic recommendations with a focus on Equity. THE CORRADINOGROUP 11 128 TAB 1 Y WE ,� tel: � _ ' i " 1�•,,, i 10 f" • .. � �.. ram. r. AAA Cover Letter & Table of Contents THE CORRADINOGROUP THE CORRADINo GROUP ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS December 23, 2022 City of Miami Beach Procurement Department Attn: Natalia Delgado 1755 Meridian Avenue, 3rd Floor Miami Beach, FL. 33139 RE: RFQ #2023-030-ND — Traffic Engineering Consultant Services Selection Committee Members: The Corradino Group, Inc. (Corradino) is pleased to present this Statement of Qualifications in response to the notice released by the City of Miami Beach (City) for General Transportation Planning and Traffic Engineering Consultant Services. Corradino will be joined by CTS Engineering, Inc. (CTS), TJKM Transportation Consultants (TJ) and Lambert Advisory, Inc. CTS is a certified Minority Business Enterprise (MBE). TJ is on the team and are certified as a Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE). We are confident that we meet all the minimum requirements and special conditions of this request for qualifications. Corradino has carefully reviewed the scope of services and fully understands the effort required to provide the City with General Transportation Planning and Traffic Engineering Consultant Services. It is our understanding that these services could include Short and Long Range Transportation Planning, Transit Operations Planning, Transportation Related Urban Design, Transit Oriented Development, Grant Assistance and Traffic Engineering Peer Review for Development and Redevelopment projects. Corradino is currently serving the City in this capacity on the current on -call Transportation Planning and Traffic Engineering Services contract. Corradino has a good understanding of the City of Miami Beach's Strategic Plan and Vision that includes being a Prosperous, Safe, People First, Smart and Resilient Coastal City. Corradino also believes in the City's Mobility goal of being a People First City where the pedestrian is prioritized, and the City becomes less car centric. Corradino is ready to continue to work alongside the City to help achieve the key goals and objectives including providing reliable, convenient, and consistent transit service and infrastructure and developing a safe, connected, and consistent bicycle network throughout the entire City by connecting the blocks. Corradino has worked closely with the City of Miami Beach Transportation and Mobility Department and Planning Department staff on peer review of numerous development and redevelopment applications over the past three years. Corradino has the expertise to provide these services seamlessly from the initial traffic study methodology meeting to the land use board meetings with a detailed set of conditions of approval. Another goal in the strategic plan is to ensure most, if not all, planned developments within all areas of the City are in concurrence with the expected capacity levels and the multi -modal vision for the transportation network. Corradino focuses almost completely on public sector clients to avoid conflicts of interest. Corradino continues to not have conflicts of interest with performing these peer review services of these private land development projects. Corradino is also committed to devoting the suitable staff to perform the work tasks and submit the peer review deliverables within the specified time outlined in the City of Miami Beach Planning Board's annual approved meeting schedule. Corradino will have multiple peer review teams ready to address all consultant service orders as they are assigned. Corradino is the Consultant of choice that understands how municipalities work. Corradino is this consultant and has tailored its municipal services department for these types of contracts. Corradino works with countless coastal communities who have similar transportation infrastructure challenges. Our experience and technical expertise working with the City of Miami Beach, Town of Surfside, City of Sunny Isles Beach, City of Aventura, City of Miami, 4055 NW 97T" AVENUE, SUITE 200, MIAMI, FL 33178 • P: 305.594.0735 • F: 305.594.0755 • WWW.CORRADINO.COM THE C/ORRADINOGROUP ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS Town of Cutler Bay, Village of Palmetto Bay, City of Fort Lauderdale, City of Hollywood, City of Hallandale Beach, City of Dania Beach, Pompano Beach, City of Boca Raton, City of West Palm Beach and Town of Palm Beach allows us to continue to provide our Transportation Planning and Traffic Engineering through a lens of Resilience. The Corradino Team led the Miami -Dade SMART Plan North Corridor project for the Miami -Dade TPO. The Miami - Dade SMART Plan was a national example for the integration of transportation and land -use. In addition to the North Corridor, Corradino's Project Manager for this contract was also the Project Manager for the Miami -Dade SMART Plan South Dade Transitway Corridor project. This extensive expertise in these two corridors will be an asset to the City of Miami Beach as the implementation of the Beach Corridor Trunkline continues to advance. Joseph M. Corradino, AICP, President of The Corradino Group, will be the Principal -in -Charge for this contract and can be contacted at 305.606.2364 with an office address of 4055 NW 97th Avenue, Suite 200, Miami, FL 33178. Eric Czerniejewski, PE, ENV SP, Director of Traffic Engineering, will be Project Manager and will lead the Corradino Team on all task work order assignments for this Contract. They will both be authorized to make representations for the Corradino Team. Our approach is to listen, understand what our clients want, then provide options to achieve goals efficiently and effectively. We appreciate the opportunity to respond to this request and know that given the opportunity, the City of Miami Beach will benefit from our extensive experience in the industry. You will find through the due diligence process of Corradino's provided references that Corradino's past performance as it specifically relates to the DRC traffic engineering reviews for Traffic Impact Analysis brings significant depth of technical expertise and knowledge. As previously stated, Corradino commits to not participating in land development projects within the City of Miami Beach city limits to ensure no conflicts of interest. Client satisfaction remains our underlying theme and is the most important part of any statement on past performance. Sincerely, , /, Joseph M. Corradino, AICP 4055 NW 97T" AVENUE, SUITE 200, MIAMI, FL 33178 • P: 305.594.0735 • F: 305,594.0755 • WWW.CORRADINO.COM TAB 1 Cover Letter & Table of Contents RFO 2023-030-ND TABLE OF CONTENTS MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TAB 1 Cover Letter & Table of Contents..............................................1 TAB 2 Experience & Qualifications 2.1 Qualifications of Proposing Firm .................................... 4 2.2 Qualifications of Proposer Team .................................. 21 2.2.1 Project Manager Projects..................................116 2.2.2 Evidence Of Prior Working Experience.................121 TAB 3 Approach & Methodology.......................................................129 Certificate of Insurance....................................................................153 THE CORRADINOGROUP 3 � m w w Approach & Methodology THE CORRADINOGROUP TAB 3 Approach & Methodology .. MIAMiBEACH RFQ 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FIRM OVERVIEW Corradino has provided engineering design, planning, environmental and construction management services to government and the private sector for over 50 years. Corradino maintains a staff of 200+ employees with extensive experience in successfully completing both small - and large-scale projects, many of which are complex. Our staff has accreditations such as: PE, AICP, AICP CTP, CIP, PTOE, RA, NCARB, and LEED AP -O&M. Our project experience has encompassed a wide range of services, such as: • Civil Engineering; • Transportation Planning; • Travel Demand Modeling; • Urban Planning and Community Development; • Transit Planning and Engineering; • Traffic Engineering; • Bicycle and Pedestrian Planning; • Design/Build Services; • Construction Engineering and Inspection; • Rail and Freight Planning; • Public Involvement/Community Outreach; • Environmental Assessment and Mitigation; • Highway and Bridge Design; • Project Fee Analysis; • Aviation Planning and Engineering; and • Property Acquisition and Relocation. The essence of our message is: We have worked for over five decades on project after project, for repeat clients. Our success is built on delivering a quality product developed through an inclusive planning process and effective communications. COMPANY INFORMATION NAME OF BUSINESS The Corradino Group, Inc. ADDRESS/PHONE/FAX/WEB 4055 NW 97th Avenue Mlami, FL 33178 P: 305.594.0735 • F: 305.594.0755 planning@corradino.com CONTACT PERSON Joseph M. Corradino, AICP - President T: 305.594.0735 E: planning@corradino.com BUSINESS HOURS M-F, 8AM - 5PM LEGAL STATUS Corradino is a C Corporation DATE/LOCATION INCORPORATED 1970/1-ouisville, Kentucky PARENT OR SUBSIDIARY BUSINESS Parent Corradino is headquartered in Dorol and licensed to do business in the State of Florida. THE CORRADINOGROUP 129 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CORRAOINO LOCATIONS Miami (Headquarters) 4055 NW 97th Avenue, Suite 200 Miami, Florida 33178 Fort Lauderdale 5200 NW 33rd Avenue, Suite 203 Fort Lauderdale, Florida 33309 Palm Beach 860 Jupiter Park Drive, Suite 2 Jupiter, Florida 33458 Fort Pierce 2781 Peters Road Fort Pierce, Florida 34945 Orlando 1551 Sandspur Road, Suite 120 Maitland, Florida Tampa Tampa Rivergate Tower 400 N. Ashley Drive, Suite 1100 Tampa, Florida 33602 Nashville 7000 Executive Center Drive, Suite 2-250 Brentwood, Tennessee 37027 Louisville 320 Whittington Parkway, Suite 210 Louisville, Kentucky 40222 Indianapolis 200 South Meridian Street, Suite 330 Indianapolis, Indiana 46225 Detroit 20027 Boardwalk Boulevard Southfield, Michigan 48075 THE CORRADINOGROUP 130 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP AWARDS Corradino has received numerous awards. Many of its efforts have been groundbreaking. Some of Corradino's other notable awards include: • 2022 - Award of Excellence - Best Plan, Report or Study for West Grove Affordable Housing Blueprint (APA FL, Florida Chapter Gold Coast) • 2022 - Excellence Award as the Number One Family -Owned Business from Chamber SOUTH and Miami -Dade County. • 2020 - Environmental Social & Government Performance of the Year. Winner: Windsor Detroit Bridge Authority and the Gordie Howe Int. Bridge. • 2020 - Best Operational Transport Project. Winner: 1-595 Corridor Improvements Project, USA. • 2020 - Best Road Project. Finalist: 1-95 Express Lanes Extension, USA. • 2019 - ACEC-FL I FDOT Outstanding Project Award, Design -Build Project 1-75 Express Lanes • 2014 - Outstanding Design Award of Excellence North Miami Downtown Concept Plan (APA Gold Coast Section) • 2012 - INDOT's Business Practices Major Engineering Awards, 1-69 Table Kitchen Meetings • 2011 - Construction tech 2011 Vision Awards Engineering Silver Awarded to The Corradino Group • 2009 - American Association of State Highway and Transportation Officials (AASHTO)'s People Choice Award for 1-95 Express Lanes • 2009 - Outstanding Smart Growth Project Award of Excellence for the City of Hialeah Automated Concurrency Management System (APA, Gold Coast Section) • 2009 - Outstanding Transportation Study Award of Excellence Palmetto Bay Bicycle and Pedestrian Master Plan (APA Gold Coast Section) • 2009 - TEAMFL Chairman's Award (most innovative and creative transportation project in the state of Florida) for 1-95 Express Lanes Project • 2006 - Florida Transportation Monthly (magazine), "Top 20 Consulting Firms in Florida". Corradino ranked 3rd in PD&E Contracts, and 1st in CEI Contracts • 2004 - Florida's Best in Construction Bridge Project, Krome Avenue and Tamiami Trail in Miami -Dade County • 2004 - Roy Kenzie Award Management Programs & Creative Partnerships Hialeah Concurrency Management Plan (Florida Redevelopment Association) • 2004 - Outstanding Transportation Study First Place Village of Palmetto Bay (APA Gold Coast Section) • 2002 - Phoenix Award, Recognition of Excellence in Brownfield Development, A Riverfront Reclaimed • 2001 - Award for Outstanding Mobility Planning Project, Alton Road Traffic Calming Study for the City of Miami Beach (APA Gold Coast Section) • 2001- Planning Award for Outstanding Strategic Planning Project for the Miami Beach, Transportation Concurrency Management Areas to the City of Miami Beach (APA, Gold Coast Section) • 2000 - Award of Excellence for Clearwater, "One City One Future" (APA, Florida Chapter) • 2000 - Award of Excellence for Miami Beach, Municipal Mobility Plan to City of Miami Beach (APA, Florida Chapter) Enivironmental Social & Government PERFORMANCE OF THE YEAR P3 Awards WINNER WINDSOR-DETROIT BRIDGE AUTHORITY AND THE GORDIE HOWE INTERNATIONAL BRIDGE BEST ROAD PROJECT BEST OPERATIONAL TRANSPORT PROJECT WINNER I-S9S CORRIDOR IMPROVEMENTS PROJECT, USA 1-95 EXPRESS LANES EXTENSION, USA 2022 Award of ErufMrxt �rr usr.«saw �..o.`.... w..ans.gn THE CORRADINOGROUP 131 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023 030 ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES UNDERSTANDING OF CITY NEEDS AND VISION The %11,11Ttl Beach Vision. A PROSPEROUS CITY with a sp4urW flay or of arts, culture, education, and business. �^ r A SAFE CRY month a mosaic of resodents enjoying 'conic and hlsan+r{ NEIGHBORHOODS A RMLIENT COASTAL CITY wJtn environment arsd modern Infraur-uCtwe The City of Miami Beach has a strategic plan with a new long-term vision that provides direction for 5 vision areas. The strategic plan and vision for the City is through the Lens of Resilience. Corradino understands this vision plan and realizes the current stresses and past shocks that have impacted the City of Miami Beach. These include growing traffic congestion, aging infrastructure, sea level rise and coastal erosion among many other challenges. We understand that the City's strategic objectives include increasing mobility and housing options for current and future residents and visitors. The vision includes a people first city where the pedestrian is prioritized in mobility options and community services are pathways to prosperity. A Commission goal includes becoming less car centric by 2050. The City's strategic objectives also includes protecting and enhancing the environment and investing in infrastructure projects and assets that build resilience benefits reducing flood rick and increasing sustainability. The vision includes being a resilient coastal city with a thriving environment and modern infrastructure. A Commission goal includes overall improved sustainable and resilient infrastructure by 2050. The Corradino Group, Inc. Team as an incumbent of a similar on -call General Traffic and Transportation Engineering contract and is very familiar with the City's other key master plans including the Transportation Master Plan which included the following six goals and strategies that benefit all road users: • Goal 1- Prioritize the people, the pedestrians. • Goal 2- Provide reliable, convenient, and consistent transit service and infrastructure. • Goal 3- Develop a safe, connected, and consistent bicycle network throughout the entire City. TRANSPORTATION MASTER PLAN FINAL REPORT MIAMIBEACH Crpr 01 ~ seem Myer via ca n""W" Up d Mrana BBBtls Marug"M Tom Mai"Pfft Lew* Jm y L Morlll Oty Mxv9v Comrmyaw JotnWabM AWw r", G B!ookL At9RX4 C* Moopr (0mm%K$" Rdry ArtW Jose it, Gm"n v E.l+yry,prfjpon(bn(pr Carnrmsorw MOW Gnwo /OON Fw+w-WC CL 1rwBpplaOan Mwspw Comm�ontl )gMalakal Maol�Mow M3,C E-irarM Opp�lgrt; StpEiWor ,p001 tommnelans me" PWW fon!Aw! x~ R FairoN.O.E.. Bade B.OdrwW Caorrfnwor Commoner Mrckyskrr$vq • Goal 4- Provide accessible and convenient off-street parking facilities. • Goal 5- Ensure most, if not all, planned developments within all areas of the City are in concurrence with the expected capacity levels and the multi -modal vision for the transportation network. • Goal 6- Plan for efficient freight mobility and delivery of goods within the City. Our Team will continue to ensure that during peer review of new development and redevelopment projects/land use applications, that there is continued focus on the goals and objectives of the Transportation Master Plan including the proposed capital improvement plan project bank. PROJECT APPROACH AND METHODOLOGY As the City of Miami Beach prepares to select their on -call general transportation planning and traffic engineering consultants, it is imperative for the City's selected consultant to be readily available to take on any traffic engineering or transportation planning task as the need arises; to maintain budget; and to have the qualified staff to complete the project on schedule. It is also key to have staff that is intimately knowledgeable of the City's traffic and transportation infrastructure, has a thorough understanding of the current traffic impact analyses methodology and review process and the requirements for completion of such technical documents, and have a firm grasp of the goals and objectives for the future of traffic and transportation for the city. Corradino's services will be performed from our Corporate Headquarters in Miami, Florida location with support from our other office locations. The Principal -in -Charge of this effort will be Joseph M. Corradino, President. The Project Manager and Lead Traffic/Transportation Engineer will be Eric Czerniejewski, PE, ENV SP a Florida registered THE CORRADINOGROUP 132 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023.030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES professional engineer since 2001. As Project Manager, Eric will ensure that resources are used in the most effective and efficient manner and will be the primary liaison with The City throughout the entire contract. Eric will utilize his background as a licensed professional engineer and his extensive experience in planning, design and construction of municipal projects to ensure all task work orders projects are successful. THE PROJECT TEAM Corradino will serve as Prime Consultant for this Continuing Professional Services Contract for the Transportation Planning and Traffic Engineering Services. Corradino has invited CTS Engineering, Inc. (CTS), TJKM, Inc. (TJ) and Lambert Advisory (LA) to the Team to support Corradino on this Contract. CTS and TJ will support Corradino with traffic data collection and miscellaneous traffic engineering and transportation planning services. LA has been invited to the Team to lead the Financial Planning and Analysis services. Corradino is not a certified CBE or SBE firm. Corradino has CTS on the team who is a certified Minority Business Enterprise (MBE). TJ is on the team and are certified as a Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE). Joseph, M. Corradino, AICP is the firm's President will be Principal in Charge and Lead Transportation Planner on this contract. Mr. Corradino has over two decades of municipal experience in performing transportation master plans, traffic calming, transit analysis, bicycle and pedestrian studies, complete streets, land use, zoning and high-level staff support. Joe Corradino knows well what it takes to be successful in project development, because he is a professional consultant serving as a high- level municipal government staff member and as an elected official, most currently as Mayor of Pinecrest, FL. Mr. Corradino is expert at working with the public, business community and appointed and elected bodies, in explaining the results of such analysis. This skill is critical in the credibility and acceptance of transportation planning and traffic engineering analysis. As a consultant he has intimate experience with local government, having served as high level department head staff in several cities. For example, he has been the Development Services Director for the City of Homestead one of the largest, fastest growing cities in our county, since 2011. Few consultants have this background. Mr. Corradino has won awards for his work from the American Planning Association, the Florida Redevelopment Association, and others. He currently serves as a board member of the South Florida Regional Planning Council, a board member of the Florida League of Cities, and a member of the Miami -Dade County Board of Rules and Appeals. Eric Czerniejewski, PE, ENV SP is the Florida Director of Traffic Engineering for Corradino. Eric will serve as Corradino's Project Manager and Traffic Engineering lead for this contract. Eric has over 25 years of experience associated with a wide range of traffic engineering, transportation planning, roadway, transit and multimodal projects, will lead a group of professionals who have extensive municipal experience in similar task work order contracts. Eric is the right Project Manager and Transportation lead for this Contract and has recent relevant Project Management experience including serving as Project Manager on the current Traffic Engineering and Transportation Planning on call contract with the City of Miami Beach. Eric is serving on similar on -call Traffic Engineering and Transportation Planning contracts for South Florida municipal coastal communities such as the City of West Palm Beach, Town of Palm Beach, City of Fort Lauderdale, City of Hollywood, City of Pompano Beach, City of Sunny Isles Beach, Town of Surfside, City of Miami, Village of Palmetto Bay and the Town of Cutler Bay. Eric was also the Project Manager for the Miami Dade TPO SMART Plan GEC working on the South Dade Transitway project. The South Dade Corridor includes a Bus Rapid Transit (BRT) line running 20 miles from the Dadeland South Metrorail Station along the existing South Dade Transitway to the Southwest 344th Street Park & Ride. The BRT system will provide rail -like travel time, iconic stations, near -level boarding through all doors and prepaid fares for speedy access. Eric is a certified Envision Sustainability Professional and understands the key sustainable design elements needed for a green and resilient infrastructure. Mike Ciscar, PE, Corradino's Vice President of Engineering and Planning has 35 years •:. i of experience in the field of civil and transportation engineering and will serve as CA/QC Officer. Mr. Ciscar oversees all Corradino's engineering operations in South Florida. Corradino's projects range from planning and design to major expressway corridor studies, highway design, and construction assistance. Prior to joining Corradino, Mr. Ciscar had a distinguished 16-year career with the Florida Department of Transportation's District Six office and served as the District Environmental Management Engineer for 5 and % years. In his capacity as the Environmental Management Engineer, he directed the activities of the District Environmental Management THE CORRADINOGROUP 133 TAB 3 Approach & Methodology MtAMIBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Office to ensure compliance with all FDOT objectives, Departmental policies, and FHWA requirements, as well as all federal, state, and local laws and regulations. Edward Ng, AICP is the Technical Vice President for Corradino's Planning Department and will serve as Deputy Project Manager and transportation plannerforthis contract. Eddie has relevant experience in DRC plan/traffic reviews, transit planning, economic development, transit -oriented development, and land use planning. His work involves demographic analyses, preparation of and updates to comprehensive plans, grant writing, land use code revisions, geospatial planning analyses, GIS mapping, public outreach, and analyses of traffic facilities and operational data. He specializes in interdisciplinary aspects of planning, including transit -oriented development and Complete Streets. His recent projects involve land use, transportation, and comprehensive planning services for the Miami -Dade Transportation Planning Organization. Eddie was the project Manager for the City of Fort Lauderdale Comprehensive Plan update and the Las Olas Corridor Streetscape projects. Eddie was also the Prime consultant Project manager for the North Beach Ocean Terrace Neighborhood Design Plan. Gerald Bolden, PE, PTOE is Vice President and Tennessee Traffic Engineering Division Manager. Gerald will serve as Senior Traffic Engineer on this contract. He has 26 years of experience in traffic engineering, transportation planning, intelligent transportation systems (ITS) and geometric design. He typically serves as the project manager and/or engineer -of -record for projects for state, county, and city clients throughout the US. During his career, he has had a significant role in traffic engineering projects in the states of Alabama, Arizona, Arkansas, Florida, Georgia, Hawaii, Indiana, Kentucky, Mississippi, North Carolina, Tennessee, and Texas. His project experience includes traffic impact studies; traffic signal design; traffic operational analysis; traffic signal timing and optimization; modeling using HCS, CORSIM, and Synchro; adaptive traffic control systems; ITS planning and design; corridor studies; roadway safety audits; interchange studies; benefit -cost analysis; ITS and traffic signal construction management; roadway geometric design; and intersection design including roundabouts. Corradino has assembled the following key local subconsultants which provide for depth and expertise for the services requested in this procurement. -rsCTS Engineering, Inc. (CTS)- CTS J Engineering, Inc., founded in C ' 2010, began serving the Southeast Florida market with the belief and understanding that the future of the transportation industry requires creative thinking and diverse solutions. The company's rapid growth over the years has led to the development of offices in Miami, Fort Lauderdale, Treasure Coast, Orlando and Tallahassee. Our services have expanded statewide with South Florida municipalities and counties, such as the City of Miami Beach, City of Coral Gables, City of Doral, City of Fort Lauderdale, City of Weston, City of Miami, Miami -Dade County and TPO, Broward County and MPO, Palm Beach County and TPA, Martin County and MPO, St. Lucie County and TPO, and Indian River County and MPO. CTS Engineering, Inc. offers extensive experience working with state agencies, especially with FDOT. We also provide transportation consultant services to private developers and clients. CTS Engineering, Inc. offers a wide array of services to our clients, including transportation planning, traffic engineering, public transit support, roadway design, policy planning, advanced technology support, data collection, statistical analysis, PD&E studies, Transportation Demand Management (TDM), multimodal improvements, economic analysis, market analysis, and return on investment management. CTS Engineering, Inc. is proud of its strong research and development capabilities and closely monitors progressive research efforts in order to provide our clients with the most advanced and effective technology -oriented services. Our Mission is to provide creative, comprehensive, and cost-effective solutions to our clients and community, working diligently to satisfy the needs of our public and private sector clients. CTS Engineering, Inc. currently provides Program Management for the South Florida Commuter Services contract with FDOT. Sheng Yang, PE, PTOE is the Chief Executive Officer and the Principal of the company. Mr. Yang has over 20 years of engineering experience, with a focus on traffic data collection, traffic engineering, transportation planning, demand modeling, concept development, Geographic Information System (GIS) application, and data analysis. Mr. Yang has unique expertise in developingfeasible transportation projects from the inception of planning concepts to cost estimates, and prioritizing the projects based on predefined ranking criteria. Over the course of his professional career, Mr. Yang has served FDOT and many other local governments, such as Broward County, Broward Metropolitan Planning Organization (MPO), Miami -Dade County and Transportation Planning Organization (TPO), City of Fort Lauderdale, City of Boca Raton, and Palm Beach THE C.ORRADINOGROUP 134 TAB 3 Approach & Methodology MiAMBEACH RFQ 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Transportation Planning Agency (TPA). He has provided professional services in traffic analyses, and managed lane feasibility studies, transit corridor studies, traffic simulation, travel demand modeling, interchange operational analyses and minor design, PD&E studies, corridor action plan/ master plan development, ITS planning and technology implementation, traffic impact analyses and reviews, traffic data collection, long-range travel demand forecasts, school zone studies, and local government transportation system master plan development. Key staff proposed on this contract include Mr. Phani Allu, PE, PTOE (for traffic engineering/safety studies), Steve Hughes, PE (roadway/complete streets design), and Danny Iglesias, PE (QA/QC officer) as the lead supervisory staff. The brief bios/experience have been provided below. This contract will be managed from CTS Engineering, Inc.'s Headquarter office located at 3230 West Commercial Boulevard, Suite 220, Fort Lauderdale, Florida 33309. Sheng Yang, PE, PTOE — Mr. Yang has over 20 years of engineering experience, with emphasis in high -profile transportation capacity improvement and congestion relief. His engineering expertise focuses on traffic data collection, traffic engineering, transportation planning, demand modeling, concept development, Geographic Information System (GIS) application, and data analysis. Danny Iglesias, PE — Mr. Iglesias has over 37 years of engineering experience in the Florida Department of Transportation with emphasis in Consultant Project Management. During his career, Mr. Iglesias Ar worked in Project Management and Traffic Operations upon graduating the FDOT Professional Training Program. In 1985 through 1987 he was the District Legal Engineer and represented the state in court until his return to Consultant Management as a Senior Project Manager in 1987 until his retirement from FDOT in 2016. During the late eighties to mid. nineties, Mr. Iglesias oversaw one of the two project management teams for District 6. Between 1996 through 1999 he took the additional roll of District Landscape Manager and was successful in obtaining funds for local Landscape Projects in Dade and Monroe County through the Highway Beautification Grant. Between 2000 and 2013 he was assigned the role of District Local Agency Program (LAP) Administrator for District 6 in addition to his duties as Senior Project Manager and was a member of the Statewide LAP Administrators Task Team providing key input for establishing the guidelines for Certifying Local Agencies in LAP Administration. Mr. Iglesias certified over 30 municipalities during his tenure as LAP Administrator. In addition to his engineering work, Mr. Iglesias was also one the Founders of the City of Sunny Isles Beach, where he served on the Commission as an elected official from 1997 until 2007 when he termed -out of office. With key input on the comprehensive plan and zoning changes he was influential in bringing in world class developers to the city, thus turning Sunny Isle Beach into one of the richest cities per square foot in the world. Phani Allu, PE, PTOE — Mr. Allu has over 20 years of experience in traffic operations analysis, traffic safety analysis, access management studies, pedestrian/bicycle safety studies, signal timing, traffic calming, and all aspects of traffic data collection. Mr. Allu has worked with FDOT District 6 on network screening using the Highway Safety Manual methodology for identification of top locations for each emphasis area in the Florida Strategic Highway Safety Plan (SHSP). AjSteve Hughes, PE — Mr. Hughes has over 20 years of engineering experience, specifically in the areas of roadway and transportation design. Prior to joining CTS Engineering, Inc., Mr. Hughes spent the first 12.5 years of his career with the FDOT District Four. He worked on and assisted with managing a variety of projects, including Intersection Improvements, Safety, RRR, Widening/Reconstruction, Major Bridge, and Design Build TJKM is a traffic engineering and M transportation planning firm that 4rTJservices Northern and Central California, Houston, Texas and Florida. Founded in 1974, TJKM currently has a staff of 30 employees with offices in Pleasanton, San Jose, Santa Rosa, Sacramento, and Fresno. Their projects range in size from short-term engagements developing meaningful traffic solutions for a wide range of transportation issues to long-term planning for new developments, communities, and transportation systems. For over 40 years, more than 3,500 satisfied clients have entrusted TJKM with their critical work. They serve a full -range of clients, including municipalities, congestion management agencies, metropolitan planning organizations, transportation agencies, private developers, other consulting firms, and attorneys. TJKM has been involved in more than 8,000 transportation projects throughout California, and averages 240 new projects each year. TJKM's primary service categories include transportation planning, traffic operations, corridor studies, traffic engineering design (including PS&E), intelligent transportation systems (ITS), THE CORRADINO GROUP 135 TAB 3 Approach & Methodology MiAMtBEACH RFO 2023 030 ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES traffic safety, and multimodal studies. Their motivation comes from satisfying clients' objectives and improving communities. TJKM has a strong roster of both public and private sector clients and continually builds upon this base. While TJKM has served both public and private clients throughout California and into Nevada, their experience is broadest in the San Francisco Bay Area and San Joaquin Central Valley. TJKM engineers don't just live and drive there, they've also worked on the public side of the desk for years as municipal engineers, developing superior skills in collaborating with the public and city councils and more importantly, crafting excellent relationships with the right people. Robert Williams, TJKM Senior Technical Advisor, is a key asset to the Corradino Team. Robert served as head of the Miami Dade County DTPW Signal and Signs Division for S of his 32 years at the County. TJKM is a disadvantaged and small business enterprise (DBE #40772 & SBE #38780). Nayan Amin, PE — Mr. Amin has 32 t., years of both public and private sector experience in the areas of transportation planning, traffic impact studies, transportation management plans, construction scheduling, construction area signs, signing and striping, traffic signal coordination, traffic operations, transit priority, traffic signal systems, freeway and arterial management studies, and intelligent transportation systems planning, design and construction oversight. He specializes in macro and microscopic model development and application for analysis of impacts across all modes of transportation. His projects range from traffic studies for developments, specific plans, general plans, corridor studies, and area - wide studies to long-term planning studies. Studies also include multimodal operations, light -rail, bus rapid transit, pedestrian, bicyclists and traffic safety and operations. Ruta Jariwala, PE — Ms. Jariwala has 23 years of professional experience in the areas of traffic operations, transportation planning, freeway and arterial management studies, signal coordination, traffic signal systems, traffic impact studies/EIRs and intelligent transportation systems planning, design and construction oversight. She has extensive experience in macro and microscopic model development and application for analysis of traffic operations for express lane studies as well as multimodal operations, light -rail, bus rapid transit, pedestrian, bicyclists, and traffic safety studies Founded in 1995, Lambert Advisory is an internationally recognized real estate and ADVISORY economic advisory firm. Established on a foundation of knowledge, data, and experience, Lambert works collaboratively with clients and partners to transform places and build stronger communities. Lambert is passionate about the work they do and are vested in positively impacting people's lives and contributing to the communities in which they work through data guided strategies. They are considerate and aware of client and community needs and are steadfast in our dedication to each individual project and its outcomes. Lambert's history of proven success and long-lasting relationships with clients and colleagues has yielded the trust and loyalty of these partnerships. Most importantly, Lambert Advisory's work has always been built on a foundation of deep research. Their research, and pragmatic approach to applying that research, affords them the ability to offer clients educated and objective guidance based on the most robust information available. Whether Lambert is working at home or abroad, they approach all they do with objectivity, diligence, and care. Paul Lambert founded Lambert Advisory WNW in 1995 and is engaged by clients to provide expert market, financial, and strategic guidance associated with real estate and economic development efforts. Paul's clients have included Samsung Corporation, The Queen Emma Foundation, University of Pennsylvania, Harvard University, Port Miami, as well as the cities of New York, New Orleans and Tampa. He has served as advisor to sovereign wealth funds and some of the nation's largest charitable trusts. Between 2005 and 2007, Paul managed the post -Hurricane Katrina neighborhood rebuilding planning process ('Lambert Plans') on behalf of the City of New Orleans. Currently, Paul is heading the development of Miami Wilds, a theme park and associated entertainment development with an estimated $1.0 billion investment requirement adjacent to ZooMiami. Prior to starting Lambert Advisory, Paul was with Arthur Andersen LLP and Goodkin Research Corporation where he oversaw the firm's South Florida and Latin America real estate economics practice. Paul holds a BA from Miami University in Ohio. As an undergraduate he was a Beaver Fellow at the London School of Economics and graduated from the Massachusetts Institute of Technology with a Master Degree in City Planning THE CORRADINOGROUP 136 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROJECT MANAGEMENT At Corradino, client relationships, budgets and schedules are paramount. We execute our Project Management plan to ensure these three pillars remain priorities. We utilize experienced staff, advanced technology and communication to organize and meet the City of Miami Beach's needs by standardizing routine tasks to eliminate the opportunity for any deviations from the schedule. As an organizational approach to the management of all our ongoing operations the Corradino project management teams apply their experience, knowledge, skills, tools and techniques to meet the requirements of a task work order assignment/project. Eric Czerniejewski, PE, ENV SP has been selected as the overall Client Manager and Project Manager for these Transportation Planning and Traffic Engineering services. As the overall Client Manager, Eric will ensure that resources are used in the most effective and efficient manner and will be the primary liaison with the City throughout the entire contract. Eric will utilize his background as a licensed professional engineer and his extensive experience in planning, design and construction of municipal projects to ensure all work authorization projects are successful. As Client Manager and Project Manager, Eric will establish the scope of work and the associated fees and costs for the City's review and approval. The Project Manager is also responsible for establishing the timeline and assigning tasks to the staff members and sub -consultants. Each work authorization will accompany a schedule and budget for the City's review and approval. Eric is unmatched in his traffic engineering experience with the City and his understanding and knowledge of the City's transportation initiatives and the traffic impact study peer review services. Willingness to Meet Time and Budget The Corradino Team is committed to provide the City of Miami Beach with a high -quality team of professionals that has the technical expertise and experience to deliver the proposed scope of services in an efficient manner. We are committed to meeting the City of Miami Beach's schedule and budget requirements for each task work order assignment under this on -call Continuing Professional Services Contract. The ability to control project costs throughout the work progress is the result of a strong commitment to do so, a thorough understanding of the scope, and incorporation of this understanding into all tasks. Strong communication and the use of experienced personnel are two effective cost control mechanisms. An experienced and knowledgeable team is essential to maintain the project schedule, realize potential cost reductions, minimize construction impacts, and gain public support. Eric Czerniejewski, PE, ENV SP, the project manager will assign the most qualified and dependable staff to carry out the work required under each task work order. Schedules will be prepared and tracked in Microsoft Project and the budget will be entered and tracked through Corradino's accounting software which provides real time feedback to the project manager regarding the progress of the project's expenditures against the budget. At the kickoff meeting for each task work order, the scope of work will be discussed, including the detailed scope, budget and timeline which will include all the critical path milestones. Effective schedule management includes responding to the changing needs and requirements of the project and adjusting to maintain a workable and achievable schedule. The schedule will be reviewed monthly, and all team members (subs) and discipline managers will be notified of any adjustments to ensure all schedule requirements are met. Regular coordination must be maintained with all discipline managers so that the project stays on track. Corradino has an excellent track record of completing projects within established budgets. Management of Subconsultants Corradino has assembled a team of experts specifically chosen to provide the best possible services for this contract. Coordination and communication with our subconsultant CTS, TJKM and Lambert will remain a priority from the beginning of each task work order assignment through the submittal of all deliverables. We host kick-off meetings, weekly team meetings, project management meetings, and hold additional opportunities for project issues to be resolved/discussed. Corradino has established THE CORRADINOGROUP 137 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES a close working relationship with CTS on previous similar projects. Most recently CTS provided the traffic data collection on the Broward Commuter Rail PD&E project that we are completing for FDOT and Broward County. Those relationships will directly translate into this project and be fostered even further during this contract. Of note, we are committed to exceeding any MBE/DBE goals on this contract. Corradino has typically met or exceeded this goal on prior similar contracts. We specifically have certified firms committed to this contract so that we can maintain our high MBE/DBE utilization percentages. Task Work Order Assignments Corradino's general approach on design development and construction related projects are outlined below. Variations will occur depending on the requirements of a specific task work order assignment. Our team's experience within South Florida demonstrations how our process ensures proper coordination of each task work order assignment. This experience gives us an unparalleled familiarity with the required processes and the opportunity to utilize lessons learned and proven procedures to develop a set of contract documents that will be functional, cost-effective, biddable, constructible and maintainable. Scheduling The Corradino Team is committed to providing the City of Miami Beach with a high -quality project by meeting the City's schedule and budget requirements, as well as assign the most qualified and dependable staff to carry out the work required under this Contract. The Corradino Team understands that a schedule is intended not only for the Consultant Team, but also for the City to coordinate their resources for reviewing submittals and for reporting to other City staff and Departments. The Corradino Team values the importance of meeting milestone dates, review dates, and final submittal dates. A sample version of a project delivery timeline has been provided for a possible safety improvement design project. It depicts the normal steps taken in execution of a task work order assignment. This scheduling timeline illustrates the Corradino's Team's methodology on effectively managing and executing scope of work in optimum time. The Project Manager will be responsible for assigning tasks to the various departments within Corradino and to any applicable sub -consultants. At the "Kick-off Meeting", the team will be introduced to the scope, the budget and the timeline. The Project Manager will define the various elements of the projects and describe the quality control/quality assurance requirements at this meeting. The team's Project Manager will periodically review the progress of the project to assure meeting the project timeline and budget as initially approved by the City. The Project Manager will then update City Staff of the project progress. Regular project meetings will be held with City staff for all phases of the project. The Corradino attendees present at the meetings will be dependent on the complexity and the phase of the project. These meetings will be focused on adherence to the project timeline, quality control, budget, and on the resolution of any outstanding issues. THE CORRADINOGROUP PROJECT DELIVERY TIMELINE Order NWu to Ik wd lknl,e, "�;, Revic�•. F: �:.. by C'u, bean sr,nr ".,n n1a1TIfi J. 1'nxmc anal IA.ha, 11 Week 1 I Week 2 i Week 3 I Week 4 i Week ; i Week 6 i Week 7 1 Week 8 1 Week 9 i Week III i Week I I I Week 12 i 1 _J Candmo I), ,., P,"I.:I Nkc ne, nl, D," IMr:,ln; lin,ln,l adQ ,W,Kk+..fl \,,I,ie LM-W r,Wh I..,,.i•. k: �i..• IAh,:r.,hll li<.,nu.r Ik.,gn Per ;mn THE CORRADINOGROUP 138 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Communication Methods The Corradino Team can provide in-house support staff as necessary. Corradino staff will be equipped with the necessary technology resources including a laptop computer, tablet, cell phone and other available communication methods to ensure services are provided in an efficient manner. Cross communication between the Town staff and the in-house support staff and the Consultant will be through regular face to face meetings, conference calls, email correspondence and other normal methods of communication. The City of Miami Beach will be able to contact the Project Manager/ Single Point of Contact and the Principal in Charge directly on their cell phones. TRAFFIC ENGINEERING Development Peer Review Corradino's history in providing similar on -call continuing traffic engineering and transportation planning contracts will be beneficial to continue to deliver services on this contract. Corradino is currently providing the City of Miami Beach traffic engineering and transportation planning services on the existing contract. Corradino has worked with the City of Miami Beach Transportation and Mobility Department and Planning Department staff on numerous development and redevelopment applications over the past three years. Corradino led the traffic engineering issues including attending the land use board meetings for each project. This process included the full duration of each development application from the preliminary meeting with the applicant, to the traffic impact study methodology and through the peer review of each submittal and resubmittal. The DRC traffic review process begins with establishing an acceptable procedure for the preparation of the necessary traffic analysis requirements for new developments and redevelopments in the City. Section 118-6 of the City of Miami Beach Code of Ordinances Land Development Regulations outline the cost recovery procedures for applications for development approval. Prior to the applicant applying for development approval, the applicant shall meet with city staff to determine the types of traffic studies required for the proposed project, as well as the traffic study methodology for each study. The applicant shall be responsible for all costs associated with the city's consultant review. The traffic study methodology will be defined based on the type of land use proposed and the size of the development/redevelopment. There are standard key elements that are included in a typical traffic study methodology as outlined in the City of Miami Beach Land Use Boards Coordination with the Transportation and Mobility Department (last revised 08/09/2022). A traffic study is required for commercial and mixed -use developments over 5,000 gross square feet and multi- family projects with more than four (4) units or 15,000 gross square feet. The traffic study shall be prepared by a professional traffic engineer, licensed, and registered in the State of Florida. The traffic study should address the following items as outlined in the criteria: 1. Detailed trip generation calculations for weekday AM and PM peak hours and weekend peak hours, if applicable, based on land use(s) 2. Data collection periods based on proposed land use(s) that will be used for the analysis to include volumes of pedestrians, bicycles, and heavy vehicles 3. Study area and intersections to be analyzed 4. Trip distribution and assignment based on an interpolated cardinal distribution from the Miami - Dade Transportation Planning Organization's (TPO) 2045 LRTP Directional Trip Distribution Report travel demand model based on 2015 base year and projected 2045 data 5. Background growth rate to be calculated based on the higher rate of either 5 and 10-year historic FDOT count stations or Miami -Dade TPO 2015 base year and projected 2045 model network volumes 6. Intersection capacity analysis to include trip distribution and trip assignment and evaluation of existing conditions; future background traffic conditions (with growth rate and committed development traffic); and future total conditions (with project) 7. Adopted and programmed projects and roadway improvements by the City 8. Conflicting pedestrian movements, conflicting bicycle movements, parking lanes, transit stops, pedestrian calls at signalized intersections 9. Synchro model results for study area, including intersections 10. Queuing analysis for all study intersections 11. Internal circulation 12. New driveway(s)/access to roadways including necessary FDOT approvals 13. Entry gate analysis, if applicable 14. Maneuverability analysis for loading for the existing and proposed conditions, including freight delivery and garbage trucks, any new driveways and within a new garage, as applicable 15. Parking (mechanical, automated, etc) 16. Valet analysis, if applicable 17. School Traffic Operational Plan, if applicable 18. Transportation Demand Management (TDM) strategies THE CORRADINOGROUP 139 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023.030•NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Eric as Corradino's Project Manager has created a development application summary excel file which is used to keep track of all active development peer review task work orders with the City of Miami Beach. This allows for an up-to-date snapshot of where the application is in the peer review process. This allows for all parties to understand next steps on each application. This is a competitive advantage for The Corradino Group as there is no learning curve. This is in addition to Corradino not having any conflicts of interest with development project within the City of Miami Beach. Corradino is not involved in with land development traffic engineering services for private developers. Corradino prepares a full itemized comment response technical memorandum that gets updated when each round of traffic review comments is made and responded to by the applicant. A full Traffic Impact Study Summary memorandum including Transportation Demand Management Strategies along with Conditions of Approval is prepared and provided to the City of Miami Beach Transportation and Mobility Department for submittal to the City of Miami Beach Planning Department in preparation of the applicable Land Use Board meeting. Corradino has successfully completed traffic engineering peer review for the following projects in the City of Miami Beach over the last couple of years: • 3900 Alton Road • 1901 Collins Avenue: The Shore Club • 120 MacArthur Causeway: Terminal Isles One Island Park • 251 Washington Avenue: Base Camp 305 • 1840 Alton Road • 1665-1667 Washington Avenue: Soundscape Park • 818 Lincoln Road: Oro & Elixir • 7902 Carlyle Avenue: Yeshiva Elementary School • Mount Sinai Medical Center • 1920 Alton Road • 1960 Normandy Drive: Normandy Isle Workforce Housing • The Alton • 801 South Pointe Drive: Gaia Restaurant MIAMI BEACH DEVELOPMENT REVIEW Case Name TIS Methodology LOG - THE Initial Traffic Review CORRADINO GROUP, INC. Resubmittal Sign Off Invoice Status 3900 Alton Road Yes Yes: 04/30/21 Yes Approved Submitted 1901 Collins Avenue (Shore Club) Yes Yes: 11/08/21 Yes Approved Submitted 120 MacArthur Causeway Site Plan A Yes Yes: 11/19/21 Yes: 12/10/21 Rejected Submitted 120 MacArthur Causeway Site Plan B Yes Yes: 04/20/22 Yes: 05/20/22 Approved Submitted 251 Washington Avenue Yes Yes: 04/15/22 Yes: 04/25/22 Approved Submitted 1840 Alton Road Yes Yes: 04/15/22 Yes Approved Submitted 1665-1667 Washington Ave (Soundscape Park) Yes Yes: 04/29/22 Yes: 07/14/22 Approved Submitted 818 Lincoln Road Yes Yes: 05/03/22 Yes: 07/14/22 Approved Submitted 7902 Carlyle Avenue (Yeshiva Elementary) Yes Yes: 05/20/22 Yes: 06/03/22 Approved Submitted Mount Sinai Medical Center Yes Yes: 06/10/22 Yes: 07/20/22; 07/25/22 Approved Submitted 1920 Alton Road Yes Yes: 06/24/22 Yes: 08/29/22; 09/22/22; 10/31/22 Approved Submitted 1960 Normandy Drive Yes Yes: 08/11/22 Yes: 09/20/22; 10/11/22 Approved Submitted The Alton (between Lincoln Road and 17th) Yes Yes: 08/24/22 Yes: 11/15/22; 12/06/22 No Pending Gaia Restaurant (801 South Pointe Drive) Yes Yes: 11/02/22 Yes: 11117122; 12/12/22 No Pending THE CORRADINOGROUP 140 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Each application is unique and understanding the key elements of each early in the peer review process is important. The establishment of a maximum multi -modal reduction factor of 20% is confirmed. There also are important elements such as evaluation of the area -wide growth rate removing the recent growth rate from the year 2020 and 2021 due to the pandemic altered travel patterns. These are all important factors when evaluating the traffic study methodology. Traffic Engineering Studies Traffic studies can take many forms but essentially, they are attempting to determine the impact of a development or a project (transportation or otherwise) on the transportation system. To do this a comparative analysis must be undertaken. These always begin with data collection to understand how the system is performing in the existing condition. Generally, a scope of services is set, and a list pertinent roads and intersections are counted. These can be as few as the ones immediately adjacent to a site, or as large as several miles from an individual site. The initial analysis includes roadway level of service, transit level of service and bicycle and pedestrian level of service. These conditions are project to the future planning horizon years, generally using the appropriate traffic engineering tools. This can be done for as near as 1 year out for an immediate development, to as far as 2S years out for a long-range transportation plan. The future year system performance without the project is measured against the future year systems with the project or projects. Deficiencies must be mitigated. Each mitigation method is tested until the system performs favorably. For individual transportation projects at least three alternatives are tested, one of which is a "no build" scenario. These alternatives are evaluated as to their impact to the environment, community profile, economic development and transportation level of service in the community. Intensive public involvement is typically held and ultimately a locally preferred alternative is selected. Many times, if federal funding is sought these processes can be highly competitive and the individual benefits must be advocated for strenuously. As explained in the ITE Traffic Engineering Handbook 7th Edition, "traffic engineering studies are used to obtain relevant empirical data and that data must be collected in an unbiased, objective manner to result in appropriate decisions for improvements" As projects are being initiated by the City, these traffic engineering studies can be used to explore alternatives, conduct operational analysis, evaluate system/network performance, etc. Corradino staff has been involved in various types and sizes of traffic engineering studies ranging from single intersection turn lane analysis to corridor operational analysis to statewide roadway safety audits. No matter the size or type of study, Corradino will provide the necessary technical expertise to collect data, analyze/evaluate alternatives, provide recommendations and, if needed, implement a solution. Although Corradino does not provide traffic engineering services for private developers, Corradino has recently provided traffic studies on behalf of municipal clients such as the Town of Cutler Bay and City of Miami who have Land Development Codes with ordinances requiring these traffic studies be completed in-house using the City on -call Consultants. Traffic Signal Timing A traffic signal timing project can be as small as one intersection or as large as an entire City's traffic signal system. Over the past couple of years, the South Florida Region has deployed adaptive signal control technology (ASCT) in numerous municipalities. However, there are several other corridors around the County that continue to experience changes in travel patterns and increased volumes, both of which could necessitate the need for updated traffic signal timings and coordination. Corradino will follow this process for a typical corridor -type signal timing project: • Data Collection — existing timing data; traffic counts; field inventories • Evaluation of Existing Conditions using Synchro model • Timing Plan Development — number of plans; system boundaries; cycle length; TOD schedule; yellow -red clearances; split; offset; phase sequence; coding sheets • Field Implementation and Fine Tuning • Before and After Study THE CORRADINOGROUP 141 TAB 3 Approach & MethodologV M MIAMBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Corradino staff has completed numerous signal timing projects for various agencies. Our staff knows their way around the traffic signal cabinet and traffic signal controllers and can take on any traffic signal timing project and complete all task from data collection through controller programming and final reporting/presentations. ITS Design For the completion of an ITS design project, Corradino will provide experienced staff, who will complete the project utilizing the appropriate design manuals and guidelines such as AASHTO, MUTCD, Traffic Signal Timing Manual (FHWA), FDOT Design Standards and other local design criteria. Intelligent Transportation Systems (ITS) and Traffic Engineering Study/Timings Approach The Corradino Team understands that ITS design projects have fast -paced design schedules due to the nature of the service. As such, we have strategically assembled a team of highly qualified and experienced professionals at all levels to offer the availability and redundancy necessary to deliver on multiple concurrent tasks with superior quality and within schedule. The Corradino Team has extensive knowledge and experience in the implementation of traffic engineering strategies on arterials which include the implementation of conventional traffic operations and controls technologies, as well as the state -of -art technologies such as adaptive signal control, Transit Signal Priority, and connected/ autonomous vehicles (CAV). Our staff's experience with the most current practices for signal retiming and the latest generation 2070 ATC controllers as well as experience with diverse ATMS functionalities, detections systems, cameras and other peripherals has allowed us to develop plans with minimal involvement from the Broward County staff and has greatly reduced the review time and approval from the maintaining agencies. We have also been able to develop optimal signal displays that can safely support the pedestrian and bicycle mobility needs from the County while meeting MUTCD and ADA requirements. As part of the review and development of the Traffic Signal Operations Plans (SOP)/Signalization plans we followed the following general approach. This approach has been developed by our staff and has been used at hundreds of intersections with different traffic and geometric characteristics. The key aspect of SOP development involves • How the left turn movements will be operated, is protected phasing needed? R1. •yd t • Is protected -only required based on the number of left turn lanes or geometric conditions? • Can the desired operation be achieved safely and efficiently with a single controller, or two controllers will be required? • In addition, we consider the controller cabinet location to minimize the likelihood of been hit by an errand vehicle, ease of troubleshooting and ability to monitor the operation by police officers and technicians. We are aware that Broward County is upgrading the existing traffic signal control system by implementing adaptive traffic signal control (ATSC) technology along various major corridors such as University Dr., Hallandale Beach Blvd., SR 7/US 441, Broward Blvd., Sunrise Blvd., US-1, etc. The Corradino Group and FL ITS Engineers, Inc. staff are working on a number of these corridors. As part of the Mobility Advancement Program (MAP), this upgrade will replace the old traffic signal control equipment with the advanced traffic signal control technologies including hardware and software. In addition, this upgrade can take up to several years and will significantly impact the County's regular traffic improvement projects. The ATSC improvement is a highly technical process that involves a multi -pronged delivery approach associated with deployment of traffic signal control technology, design, installation, integration, system testing, and interaction with FDOT and local stakeholders. Over the past few years, our Team has assisted Miami -Dade County Traffic Signal and Signs (TSS) Division deliver the County's Traffic Signal System Modernization project successfully and implemented ATSC along 12 identified congestion corridors. The project enhanced the driving experience of commuters by improving throughput, and reducing stops, delays and emissions within the County. We will engage more subject -matter experts in this project to make sure the ATSC component of every traffic engineering project THE CORRADINOGROUP 142 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES is delivered on time, within the budget and satisfying the design, installation, testing and operational requirements defined by Miami -Dade County and FDOT's Standards. ITS Analysis, Design & Communication For the ITS design, first, we will coordinate with the City Project Manager to have a thorough understanding of the goals and objectives about the traffic engineering/ ITS project. Then we will develop the system engineering documents including PSEMP, ConOps, and RTVM to make sure they fully address the requirements of design, construction, operations, and maintenance, as well as FHWA Rule 940. Next, we will identify the locations of traffic signal and ITS devices (i.e., CCTV, ADMS, MVDS, BlueTooth, and CAV, etc.) to make sure they satisfy the design requirements of the latest version of FDOT Design Manual (FDM), FDOT Plan Preparation Manual (PPM), FDOT TEC, Miami -Dade County standards and specifications, and AASHTO Green Book. We will pay special attention to the utility conflicts and right-of-way (ROW) restrictions to ensure the new traffic/ITS installations have utility and ROW clearances. Power is critical to the functioning of ITS devices. We will also prepare the power design and voltage drop analysis report to make sure the design of conductors, transformers, groundings, and disconnects comply with the requirements of NEC, FDOT Construction Specifications, and the Power Company (i.e., FPL). The Corradino Team has a complete understanding of the Miami -Dade County standards, specifications and Qualified Product List (QPL). We have reviewed hundreds of traffic signal and ITS design plans, most recently we reviewed the new type 2070 controllers and BlueTOAD devices deployment plans at 300 and 60 locations separately in the Miami -Dade County's Traffic Signal Modernization Project. We are also aware of the Miami - Dade County's special requirements such as grounding requirements of video detection cameras and minimum number of cameras requirement based on the number of approaching lanes, including bike lanes. Corradino has led the ITS expansion through Metro Nashville including ATMS deployment through numerous local agencies in Tennessee. TJKM are also national experts in the field of emerging technology and is recognized worldwide for transportation planning and design capabilities. They have worked with many agencies to improve the efficiency of surface transportation systems through the planning, design, operation, and maintenance of ITS. TJKM team members have gained significant experience in the design and development of ITS systems during the last 10 years. Through their work, TJKM has developed a process that provides efficient ITS design through a multi -leveled approach, which addresses each element from concept and communications technology to implementation. TJKM has successfully applied this approach to several similar projects throughout the nation, tailoring each project to the client's needs. On ITS design projects, they inventory existing conditions, develop base maps and prepare plans, specifications and estimates for traffic signals at 30%, 60%, 90%, and Final. Traffic Safety The City of Miami Beach's goal is to complete projects that reduce and immediate or future risk or address a safety hazard or safety need. This goal aligns with the other goals previously mentioned as it addresses pedestrian and cyclist safety. Recently, the City has constructed complete streets projects that have improve pedestrian and bicycle safety where hazards previously existed. Corradino has the expertise in evaluation of high accident/crash locations and has been using Signal Four Analytics to evaluate these locations for other municipal clients such as the City of Oakland Park, the City of North Miami Beach, the Town of Cutler Bay and the Village of Key Biscayne. Signal Four Analytics is a program developed by the University of Florida which evaluates crash data from the Florida Department of Highway Safety and Motor Vehicles. Crash Data is updated nightly and are geo- located which allows them to be shown on an interactive map and be presented as a spatial distribution of crashes. Intersection and road segment crash data analysis can be performed for certain timeframes to evaluate types of crashes (vehicle/bike/pedestrian), time of day, road condition and other variables using Signal Four Analytics. Signal Four Analytics is a critical tool in synthesizing crash data and evaluating citywide assessment of with potential for safety improvements. This can serve as an impetus for potential Capital Improvement projects in the future. The THE CORRADINOGROUP 143 TAB 3 A h & Methodol MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES bubbles shown on this exhibit represent the different locations with crashes and the numbers in the bubbles represent the number of crashes at the respective locations over the last 12 months in the City. A priority list can be created for future funding based on a certain threshold value of crashes (like 50+ crashes) and study these locations for potential future capital improvement projects. A similar map/list can be generated for only bicycle related crashes to help update projects included as part of the City of Miami Beach Transportation Master Plan or even to support different multi -modal driven grants including the Miami Dade TPO's Transportation Alternatives Program. Signal Four Analytics can isolate the number of crashes involving pedestrians and bicyclists including how many were fatal. Signal Four Analytics indicates there have been 3 fatal crashes involving pedestrians and bicyclists including one on Venetian Way at Purdy Lane. The crash reports allow for in depth review of the crash type versus crash severity to evaluate whether there are crash patterns and can lead to effective countermeasures. The key to successful starting and completing a systemic safety analysis is a clear and specific understanding of agency priorities, goals, and expectations for the process. The first issue that needs to be clearly and concisely resolved is the availability of high -quality crash, traffic, roadway, and environmental data. While crash data and traffic count data is often readily available, a systemic safety analysis program can also benefit from detailed inventories of changes to the roadway infrastructure that have occurred over the analysis years, and databases and the location of signage, safety equipment, and traffic control. The more data is available, the higher the resulting detail in crash type and risk factor analysis will be. Field data collection is then utilized to augment available databases. The following additional key elements will be reviewed when completing a safety analysis: • Identify crash types associated with severe and fatal injuries based on system -wide collision data • Identify risk factors associated with severe crash types that can be used to identify and prioritize other high -risk locations, regardless of location crash history. • Identify low-cost countermeasures that can be implemented at many locations where risk factors are present throughout the transportation system to maximize the safety investment return. • Identify, map, and prioritize locations across the roadway network for implementation through HSIP and other available funding mechanisms. The Corradino Team regularly assists jurisdictions with successful funding applications. Crash Severity vs Crash Type Angle Animal Bicycle Head On Lea Tun F� OH Road Other Pedestrian Rear End Right Turn Rollover Sideswipe Unknown P U D DOW Down Not To sale Y a M VENETIAN WAY AN ------- ------ TS��� Traffic Calming Traffic calming is one of the most popular issues when it comes to local government. Yet traffic calming if mis- applied it can have a negative impact on the community. Important is to initially quantify the problem. There are livability thresholds which determine the extent of each problem. These focus on traffic volumes and subsequently speeds. Developing a traffic calming program requires much thought and reflection on what problems the program is designed to solve and what measures will be used to solve them. Successful programs have shown that they need to be structured enough to allow citizens staff and elected officials to be comfortable in moving forward with projects; but flexible enough to adjust to the challenges of individual streets. This task should simply define why the project is being undertaken and why it is needed. This will be modified after the definition of the problem. Here traffic calming should be defined, and the goals of this project clearly articulated. Once the final plan is recommended, the conceptual costs for the plan will be developed. This should include the costs to design and construct the program. THE CORRADINOGROUP 144 TAB 3 Approach & Methodology MIAMIBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Potential funding sources or grants should be identified to pay for the program. The City should approve the program and implement it. Nonphysical aspects can be implemented by the administration or police department and physical aspects should be bid, designed and constructed. The Corradino Group continues to assist the Town of Surfside on the overall traffic calming program. This includes updating the previously prepared 2012 Transportation Master Plan. The study is currently being updated to reflect changes to the Town's Street network and goals for a lower area wide speed limit, modifications to certain street ends and other transportation infrastructure modifications including the intersection of 88th Street and Byron Avenue which connects to the City of Miami Beach. TRANSPORTATION/TRANSIT PLANNING The firm has worked for transit agencies across the nation in the projection of transit development plans, ridership surveys and system development. The firm was on the consultant team that developed the Metrorail. Corradino planned both phases of the South Dade Busway, and worked as the planner on the 1-95 Managed Lanes, which is a Bus Rapid Transit alternative which has had remarkable results. Additionally, Corradino has implemented municipal circulators in Miami Beach, Hialeah, Palmetto Bay, Cutler Bay and Dora]. The transportation systems of the City of Miami Beach, Florida and the nation are in the process of becoming more complex and will be transformed through Automated, Connected, Electric and Shared Use (ACES) and other emerging technologies. Our Team's diversity in expertise and planning means that we are well equipped to assist the City on any evaluation for exploration and development of new mobility options, including shared -use, micro -transit, micro -mobility, automated transit, mobility -on -demand, and transportation network companies. These analyses, as we have found through our work with the Miami - Dade TPO and with local entities such as North Miami Beach, where our Comprehensive Operational Analysis's implemented recommendations resulted in an increase in ridership in 3 years' time, require an understanding of available infrastructure, policy, and financial options that are critical to selecting the correct technology to deploy. We can provide options on how to better integrate short-term and long-term planning through the City's core planning documents to address the challenges and opportunities of the future. Corradino understands the ACES guidance from Florida Department of Transportation and its application in the Long -Range Planning processes. Corradino most recently has developed the Impact of Future Technology Document for the 2045 Miami -Dade Long -Range Transportation Plan and is including ACES considerations into the 2045 Gainesville Long -Range Transportation Plan. This document included thorough research of all upcoming technologies and their possible impacts on transportation systems. Our team has a wide array of technical squads that can assist the City with future technology solutions. Our modeling team, at the forefront of the modeling of technological advancements, has performed connected/ automated vehicle modeling guidelines for FDOT and the MPOs through the Florida Model Task Force presentations. We understand that it is key to understand the market penetration rates of these emerging technologies and make necessary adjustments in travel forecasting processes. Adjustments to each step of the model are necessary, including the Trip Generation to model assignment. Depending on the kind of technology being implemented, fully automated vehicles will have the ability to self -park and perform on -demand pick up of users. These options THE CORRADINOGROUP 145 TAB 3 Approach & Methodology MIAMIBEACH RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES will have the tendency to increase the vehicle miles traveled (VMT) characteristics. In addition, this may reduce the need for owning multiple vehicles in a household, allowing for a reduction in auto ownership and subsequent reduction in the VMT. However, most literature that we researched indicated overall increase in VMT for which the City should be prepared. The other tradeoff would be the increased use of automated transit and transportation network companies. There is a potential for increased mode split towards these new technological modes. Corradino's modelers Srin Varanasi and Ken Kaltenbach have extensive experience with Florida Standard Urban Model Structure (FSUTMS) models use and their applicability. Further, the COVID-19 pandemic has put us all into more challenging transportation planning scenarios. Telecommuting has been a favorite topic in most LRTPs. However, there may be immediate need for modeling telecommuting for short-range and long-range planning, as it has become a huge reality. While it is hard to predict the impacts of changing telecommuting percentages due to the changes in government policies on social distancing, our recommendation would be to model and understand a range of telecommuting scenarios. Agencies dedicate a great deal of time and effort developing and using models to forecast future travel behavior. A key challenge is that current models often do not account for modes or travel choices that don't yet exist. This makes predicting the effects of autonomous vehicles (AVs) or mobility as a service (MAAS) uncertain and raises questions about how to best predict their influence. At a minimum, our existing models need to evolve. CTS is on our team and have significant transit planning experience. CTS is currently the Program Manager's for the South Florida Commuter Services through FDOT. South Florida Commuter Services promotes alternatives to commuters driving alone. South Florida Commuter Services seeks to reduce vehicle miles traveled (VMT) in South Florida through a variety of Transportation Demand Management (TDM) strategies including carpooling, vanpooling, working from home, flexible work schedules, mass transit, bicycling, walking, park and ride facilities and guaranteed ride home. BICYCLE AND PEDESTRIAN PLANNING/ COMPLETE STREETS Multimodal Planning and Corridor Analysis As the City of Miami Beach's population and transportation system continues to expand and develop, Corradino can perform professional planning activities involving multimodal planning, corridor studies, land use analysis, market area study, and traffic circulation. We are experienced in corridor studies that support a single corridor or involve a sub -area or major activity centers. We have performed corridor planning studies that develop both intermediate and long-term vision to enhance multi -modal transportation planning networks, including arterial analyses, transit planning, and rail. Corradino has conducted Corridor planning projects in which various growth scenarios were planned and tested, in addition to multimodal forecasting analysis. At the core of our transportation planning is the concept that land use and transportation are inextricably linked, and multimodal access involves a keen understanding of available space, land use, and a prioritization scheme for each mode of transportation specific to local corridor conditions and its role in the overall transportation network. Corradino's planning staff has gone beyond the idea of Complete Streets to incorporate the concept of "Complete Networks" for master planning. This "layered network" approach ensures that each mode of transportation long term grid is acknowledged, and when all the various grids are compared to each other and the existing infrastructure, context sensitive Complete Streets corridors can be identified. In the long term, this allows for an easier alternatives analysis, including explanation to the public, and allows for better understanding of project bundling for implementation planning, resulting in cost savings over time. This also allows to better evaluate existing and proposed routes in our transit studies by incorporate "first and last mile" approaches. Corradino's traffic engineers and planners regularly assess level of service for each individual mode (pedestrian, bicycling, transit, and vehicular travel), as well as from an overall multimodal standpoint. On the recent St. Cloud Transportation Master Plan, Corradino evaluated the current level of service and the future THE CORRADINOGROUP 146 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023-030•ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES level of service as provided for the regional planning model. During this study, we also had to critically re- evaluate the roadway network, reclassifying some of the roadways in the system as well as designating new roadways and associated classifications to account for future growth. Corradino also was selected by the Village of Palm Springs to create a Mobility Plan to guide its future multimodal development. This work has been completed and the Village has started to program some of the short-term improvements. Corradino's traffic engineering services provide for corridor analyses, speed studies, and pedestrian studies as needed. As needed, Corradino will arrange for the collection of speed and volume counts and analysis of the traffic data to provide the 85th percentile travel speeds for each road segment. A traffic study memorandum documenting the findings was provided, including recommendations based on the identified 85th percentile travel speeds and traffic volumes from the traffic data collection for each road segment location. Work will be conducted with Traffic Engineering Manual thresholds. Corradino's Project Manager for this contract prepared the traffic study for the Andrews Avenue Complete Streets Improvements in 2019, evaluating the need for mid -block crosswalks along a stretch of Andrews Avenue between Oakland Park Boulevard and Prospect Road. Corradino completed a safety analysis including review of crash history along the corridor using Signal Four Analytics. Corradino evaluated the proposed midblock crosswalk locations based on criteria of the Traffic Engineering Manual and Manual on Uniform Traffic Control Devices per Broward County Traffic Engineering Division. Corradino collected pedestrian traffic data including four- hour pedestrian volume counts at ten (10) proposed mid - block crossing locations and 24-hour bi-directional traffic counts were collected for Andrews Ave between Oakland Park Boulevard and NW 38th Street and on Andrews Avenue south of Prospect Road. Corradino also evaluated the traffic operational conditions at the four signalized intersections along Andrews Avenue at Prospect Road, NE 38th Street, and E. Oakland Park Boulevard to determine the optimal signal timings and the appropriate length of future dedicated turn lanes. Design plans were developed for the infrastructure improvements. TJKM has incorporated bike and pedestrian planning and design in many of its projects. TJKM has prepared trail designs, and trail/roadway intersection designs, along with elaborate Class II bicycle facilities along major streets and at intersections. Based on the individual project, TJKM frequently inventories existing bicycle and pedestrian volumes as a part of multimodal planning studies and design projects, analyzes impacts, develops recommendations and alternatives, conducts outreach and prepares deliverables. Bicycle and Pedestrian Planning/Studies The active transportation field is evolving as new technologies and best practices develop. By facilitating discussions on policies, programs, practices, and designs, we help our clients customize their active transportation plans and designs to meet local community values, with implementation being a core focus of each plan. Planning bicycle and pedestrian safety infrastructure to both reflect local goals and integrate well with multimodal networks is a common challenge in transportation today. Our commitment to both elements assists our clients in phasing projects and having robust plans for successful near -term and long-term outcomes. Our team also has experience in grant writing for ATP funding. Acknowledging that bicycling network analyses must include perceptions of comfort for users, we recently incorporated a "level of stress" analysis into the bicycle and pedestrian plan for Miami Springs. A level of stress analysis evaluates the s A:. THE CORRADINO GROUP 147 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES comfort a bicyclist may encounter on a particular road, based on the volume of traffic, if there are separated facilities, and other factors; by extension, this allows an evaluation that provides for better insight to create facilities for people of all ages and riding ability by translating qualitative aspects into a quantitative factor for evaluation. While quantitative data is a driving force for many planning functions, we feel that qualitative data is equally important and plays a particularly important role in bicycle and pedestrian analyses. Our data collection approach starts with a clear understanding of the scope of the study, followed by confirmation of key factors such as peak hours, limits for data collection, etc. Our Village of Palmetto Bay award -winning plan Bicycle and Pedestrian Master Plan focused on providing connections to local generators, other city bicycle and pedestrian facilities, as well as regional lanes, paths and trails. Corradino, as part of its bicycle and pedestrian count study for the Miami - Dade TPO, evaluated potential technologies which could either enhance or automate counts at key locations. The deployment of such technology as we proposed would create an alternative to a much -needed dataset that is often missing in planning. At Corradino, we look at each community's unique needs to design safe and efficient transportation alternatives that meet the needs of all users. The goal being to integrate all modes to achieve safer and more accessible communities. TJKM is on the Corradino Team and has prepared preliminary designs and traffic operations studies for transportation projects that enhance the accessibility and safe accommodation of bicycle, pedestrian, and public transportation modes on roadways. These projects are consistent with the objectives of Complete Streets, which the National Complete Streets Coalition defines as facilities that "are designed and operated to enable safe access for all users" INTEGRATION OF TRANSPORTATION AND LAND USE The Corradino Team led the Miami -Dade SMART Plan North Corridor project for the Miami -Dade TPO. The Miami -Dade SMART Plan was a national example for the integration of transportation and land -use. In addition to the North Corridor, Corradino's Project Manager was the Project Manager for the Miami -Dade SMART Plan South Dade Transitway Corridor project as well. Corradino understands that the County is politically diverse, consisting of transportation assets that cross multiple political boundaries. There are almost three dozen municipalities in the County, yet county government, due to its Home Rule Charter, controls all non -state and federal roads. Conversely, land uses are controlled by the local municipalities, or the county in unincorporated areas, often resulting in competing interests. All the SMART corridors traverse or impact multiple cities and the County, all of which will need to be supportive for transit solutions to be implemented on these corridors. A clear vision of each corridor's future was critical to building consensus, as well as determining a base line of conditions to demonstrate progress toward achieving that vision. Corradino added value to this process due to our in-depth knowledge of local municipalities. Corradino has a reputation as a municipal specialist, working as a trusted partner with most cities in the County, often holding general planning and engineering contracts including the City of Miami Beach's Traffic and Transportation Planning on -call contract. One complex part of transit planning isthe fact that local governments approve the future land uses while regional, state and federal governments control, approve and often pay for the infrastructure. Coordination of land use and transportation plans is paramount to the SMART Plan's success. Corradino's understanding of the interactions of local and regional land use/zoning and transportation is beneficial to the evaluations critical to implementing the SMART Plan solutions. Corradino collected available demographic and socioeconomic data for a preliminary inventory of the current land uses along the North SMART Corridor. This established a complete picture of the existing conditions within the corridor area, including an understanding of land use patterns and those elements that are not transit -supportive. Deficiencies within the corridor were identified based on existing development patterns, committed development and land use policies to support a rapid transit system. The needs analysis will be supplemented with input from citizens and community stakeholders. Corradino understands the need for Transit -Oriented Development (TOD) guidelines and other conditions within the corridor that impact transit supportive development, such as job - housing linkages, diversity of employment and housing, THE CORRADINOGROUP 148 TAB 3 Approach & Methodology MIAMIBEACN RFD 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES design standards and available development incentives. The most basic form of transportation "infrastructure" is compact, walkable urbanism. The SMART plan is as much about reforming land use and connectivity within and to hubs as it is about choosing the right type of technology for each corridor. Ensuring that SMART, transit -oriented land use patterns and codes exist at transit nodes is a key to the long-term success of the plan and the economic sustainability of Miami -Dade County. Future transit nodes must allow for safe, convenient, and pleasant walkability to attract and retain "transit populations". A significant part of the county will not be within walking distance of transit stations. Understanding and planning for the first mile/last mile elements of transit nodes is also critical to the success of the SMART plan. ECONOMIC AND FINANCIAL ANALYSIS Market and Development Analysis Lambert Advisory is on our team to lead the Economic and Financial Analysis services. Any market and development analysisare driven bytheabilitytoaggregate comprehensive levels of data and effectively analyze the information to provide a meaningful link between physical/regulatory planning and economic reality. This is a core component of Lambert's practice having completed feasibility analysis, financial evaluation and economic/fiscal impact studies for a myriad of projects ranging from a single -use property to a major mixed -use master plan to city-wide economic development strategy. It is this experience that will help support a broad range of transit planning initiatives, as well as the resultant potential redevelopment. Lambert Advisory (Lambert) will assist in market analyses associated with City-wide transportation planning. There are a number of prospective objectives that can be undertaken as part of the broad scope of services outlined in the RFP, including: identifying areas with potential economic growth resulting from improved transit; completing market studies for potential redevelopment opportunities among a wide range of housing and commercial uses; enhancing employment opportunities and access to job growth; understanding the feasibility of potential redevelopment that will be supported by maximizing leverage among both public and private resources; and, assessing the potential economic benefits and value capture potential of proposed, transit related development/redevelopment. Financial Feasibility While the market study identifies opportunity and need, as well as provide the critical inputs of performance (i.e. lease rates, sale prices, stabilized occupancy, absorption, phasing, etc.), the financial analysis effectively tests the feasibility of a particular development and/or investment. Both Principals of the firm started their careers working within the real estate consulting division of (what was then) one of the Big 5 accounting groups. Since that time, Lambert has created highly complex financial models that dive well below simple estimates of net operating income (NOI) from operations, and into complex debt and equity structuring, partnership "waterfall;' return - on -investment (ROI), internal rate of return (IRR) and residual land value. Additionally, the ability to prepare comprehensive financial models provides a key resource to long-term economic development planning and, especially, as it relates to tax increment financing (TIF), affordable/mixed-income housing, and/or creation of incentive programming. TRANSPORTATION AND URBAN DESIGN/SMART GROWTH/LIVABLE CITIES Our team will provide expertise to help the City navigate future development that connects land use, urban design, and transportation to enhance "Live, Work, Play" principles that enhance local quality of life. Our approach balances the needs of the community with the desires of developers. TOD planning by our team is carefully crafted to create civic space, park land and green open space. The entire community benefits from TOD zoning and guidelines that create walkable boulevards with wide sidewalks, sidewalk cafes, safe pedestrian crossings, bike lanes, comfortable transit stops and universal design approaches to serve people with disabilities. A TOD needs to make resilience a core goal to which all proposed solutions respond. TODs require carefully crafted, compact, walkable, mixed -use design that addresses human resilience. An overarching resilient approach must include age - in -place, a major issue for people 55 and over. Many THE CORRADINOGROUP 149 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES are finding that car -dominant communities force them to leave their family home of decades for retirement communities. TOD's blend of dense development that provides for all daily needs — in a compact area that can be accessed by foot, wheelchair, and public transportation — allows a community to age in place. Safe, walkable/ bikeable development patterns also allow children to access educational, cultural, athletic, recreation and other enriching activities without relying on a parent's car. Our team believes in contextual design in terms of density, intensity, resiliency, mobility, harmonizing existing communities within the TOD district in a context -sensitive manner. The team is committed to creating the critical tools that provide livable communities such as TOD design and legislation, to serve their residents with vibrant, prosperous, resilient, and affordable infill development. To create consensus from a broad range of stakeholders, each plan must have a highly flexible approach in concert with each unique development pattern and local culture. A key factor in making TOD work is addressing a trip's "first and last mile" — i.e., the distance a person walks or rides to travel from home to a transit station, or from the transit station to a job, a service or an amenity in the community. Techniques to do so involve better universal access within the entire TOD district by designing ride sharing, car sharing, driverless cars, automated circulator buses and other evolving technologies, while contextual solutions integrate and consider local culture. With housing affordability being one of the most challenging issues in the region, we understand the potential of TODs to create a range of affordable/attainable housing, including smaller apartment units that appeal to millennials, empty nesters, young families, and young professionals. The TOD can be accepted by a community as a place that creates jobs that are close to transit, or new residential development within the TOD, that workers do not need an automobile to commute to work. This relieves a family of the staggering annual cost of automobile ownership. Bonuses can be provided to increase building heights, provide funding for civic spaces, dedicate bike lanes and other amenities to ensure that TOD redevelopment is geared to creating a healthy, livable community. Context Analysis can result in one- to three-story height limits nearest existing single-family units. Closer to a transit station, buildings can reach four stories, while paying into Open Space and Parking Funds allows six stories. Additionally, in the most -intense development area, directly next to existing transitways, building heights may reach nine stories, plus three additional bonus stories. COMPUTER VISUALIZATION/GRAPHICS The Corradino Team offers award -winning graphic design and visualization capabilities using the latest in multimedia presentation technology ranging from PowerPoint presentations to 3-D Stereo VR videos. The Team has created, directed, filmed, and produced visual presentations and videos for marketing campaigns, branding initiatives, websites, public workshops, industry forums, safety and educational campaigns, instructional videos and public service announcements. With our creative abilities and visualization tools, we can communicate technical project details in a way the public can easily understand and appreciate. Our creative team has developed and produced hundreds of PowerPoint presentations which included embedded 3-D video, renderings, and scripts for the presenter or voice-over talent. We use a complete set of digital graphic design and animation tools for our visualization services, including: Adobe Creative Suite, Premier Pro/After Effects (Animations/Video Editing), Cinema 4-D/ Dimensions (3-D Modeling) and Google Earth Studio. The use of 3-D modeling, animations, and VR video has started to find its way into more immersive and interactive public engagement strategies, and our Team is incorporating this innovative tool into our public engagement planning. These tools allow us to create 3-D stereoscopic renderings and videos which can be integrated with virtual reality headsets to give the viewer a completely immersive experience where they can see (and hear) a proposed project from all angles as they "virtually" walk or drive through it. Our Team has recently incorporated a 3-D animated VR experience into a public meeting for FDOT to help participants visualize the R-CUT design concept in a mixed -use urban area with high pedestrian and vehicle traffic near International Drive and the Orange County Convention Center in Orlando. Our Team has also produced a 360-degree 4K VR video of an ACROW lift bridge operation for the FDOT District Four Innovation Week. The video allowed participants to experience a 360-degree panoramic view of downtown West Palm Beach and the Intracoastal Waterway as well as the operating details and mechanics of the bridge from a virtual position ranging from 60 to 120 feet above the Intracoastal. The Corradino Team has the experience and expertise to provide visualization and graphics necessary for task work orders under this Traffic Engineering and Transportation on -call services contract. THE CORRADINOGROUP 150 TAB 3 Approach & Methodol PUBLIC OUTREACH AND ENGAGEMENT MIAMIBEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Constant communication is key to a successful outreach program. Corradino's approach to public involvement processes is premised on listening first to build consensus on projects developed in the areas of roadway capacity, multimodal transportation development, and transportation demand management. A key component of any successful public engagement process is to form relationships with the . community throughout the process. We are experienced when working within diverse demographics and understand that all communities are different. While there are basic outreach strategies, some areas are unique and will require additional and specific outreach initiatives. Our team's philosophy centers on experiences that encourage community members to shape their built environment. We are experienced facilitators and can deliver public engagement strategies at all stages of a project (from defining project scope all the way to design development and construction). The Team incorporates the use of 3-D modeling, animations, and VR video into more immersive and interactive public engagement strategies. Most recently, Corradino utilized drone video footage to create a virtual walking tour workshop for the conceptual redesign of the Las Olas corridor in Fort Lauderdale. While we employ a variety of methods at each project phase, commonly used approaches include: Pop-up engagements: Pop-up engagements involve setting up eye-catching, interactive, oversized survey boards in places where people typically gather as part of their everyday lives, such as transit stations, parks or shopping malls. Participants can use sticker dots and sticky notes to provide project feedback and have one-on-one conversations with project team members. The locations of the pop-up engagements are typically determined in consultation with staff. Public life studies: We are experienced in measuring and evaluating the performance of streets, parks, plazas and other public spaces with an age -friendly lens. To do this, we conduct observation -based "public life studies" to develop an objective understanding of how the public space currently functions. Public life studies are typically conducted before and after improvements have been made to measure the impacts of the project. their feedback is incorporated into the final designs and permanent installations. This iterative approach optimizes investments in transit systems and public spaces. Rapid urban prototyping: Also known as pilot projects, 4. Online and print surveys: Utilizing digital surveys, rapid urban prototypes are developed with community we supplement data gathered through pop-up members to test out new ideas in public spaces in engagements, public life studies, and other engagement an inexpensive and temporary manner. The wider strategies. We typically set goals for the number of community is invited to use the prototypes, and survey responses we aim to receive. THE C.ORRADINOGROUP 151 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 5. Key stakeholder meetings: It's important to build trust in the community we're working in. The local "expert" insights gleaned from these relationships will help us frame the tone, language, brand, and content of the broader community engagement campaign. 6. Public meetings and open houses: These are opportunities for the public to learn more about the project and ways to get involved, provide feedback, and have conversations with project staff. 7. Stakeholder workshops: We design fun, interactive workshops that encourage participants of all ages to work in small groups to develop project ideas, action plans, and take ownership over action items. 8. Completing the feedback loop: We keep lines of communication open and accessible throughout the course of the project by keeping project websites up to date, using social media, project newsletters, and visually appealing reports. Through public meetings, mail -outs, websites, surveys, social media, project collateral materials, and visualizations, we proactively communicate and connect with residents where they live, work and play. Our approach is to create sustainable positive relationships that promote trust and focus participation on decisions and solutions rather than just "checking the box". This approach allows our clients to partner with their target audience and explore effective, context - sensitive solutions. Our team members are experienced with the State's Plain Language requirement and utilize clear, concise information for all materials and communications. In our experience, clear and straightforward communications contribute to a positive public perception and greater support for a project's purpose. Understanding audience demographics, identifying impacted stakeholders, and leveraging partner agency initiatives are key to our community outreach approach, preparation, and engagement. We know that the audience and stakeholders can vary based on the geographic area, type of project, work plan or initiative and degree to which it will affect the community. Our grassroots efforts will contribute to project understanding, meaningful stakeholder input, and broader support for the complete range of the visioning and planning for the City of Miami Beach. - THE CORRADINOGROUP 152 TAB 3 Approach & Methodology MIAMIBEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES AFRO® CERTIFICATE OF LIABILITY INSURANCE 12/OS/2022 DATE(MM/D ) 2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc of Florida 1001 Bri ckel l Bay Drive Suite 1100 Miami FL 33131 USA CONTACT NAME: PHONE F IA/C. No. Ext): (866) 283-7122 (,, No.): (800) 363-0105 EJnAIL ADDRESS: INSURERS) AFFORDING COVERAGE NAIC 0 INSURED INSURER A: Property 81 Casualty Ins CO Of Hartford 34690 The corradino Group, Inc. suit NW 97th Avenue suite 200 INSURERB: Hartford Fire Insurance Co. 19682 INSURERC: Hartford Insurance co Of The southeast 38261 Miami FL 33178 USA INSURERD: Starr surplus Lines Insurance Company 13604 INSURER E: INSURER F: COVERAGES CERTIFICATE NLIMRFR, 570096684851 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as re uested L TYPE OF INSURANCE L I D POLICY NUMBER ppop IMM/DDm�) (M LI Y %P) LIMITS A X COMMERCIALGENERALLIABILITY Y Y 1U NNOL5648 5 01 2022 01 EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR PREMISES (Ee occurrence) 8300 , 000 MED EXP (Any one person) S10,000 PERSONAL B ADV INJURY $1,000,000 GEM. AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 X POLICY ❑PEo- ❑LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: B AUTOMOBILE LIABILITY Y Y 21 UEN OL5649 05/01/2022 05/01/2023 COMBINED SINGLE LIMIT (Ea accident) $1, DOD, DD BODILY INJURY ( Per Person) X ANY AUTO BODILY INJURY (Per accident) OWNED SCHEDULED AUTOS ONLY AUTOS HIRENON-OWNED ONLY UTOS AUTOS ONLY ONLY PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EACH OCCURRENCE AGGREGATE HOCCUR E%CESS LABCLAIMS-MADE DED RETENTION C WORKERS EMPLOYERS LIABN A IONAND v/N ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER N [Mandatory In NH) N/A Y 21WBOL6H6N See Attached 05/01/2022 05/01/2023 X PER STATUTE FRH- E.L. EACHACCIDENT $1, 000, 000 E.L. DISEASE -EA EMPLOYEE $1, 000, 000 If yes, 0escnoe under DESCRIPTION OF OPERATIONS belay E.L. DISEASE -POLICY LIMIT $1 , 000, 000 D E&O-PL-Primary 1000600229221 07/11/2022 07/11/2023 Per Claim $10,000,000 Claims Made Deductible $100,000 Aggregate $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD iOl, Additional Remarks Schedule, may be attached If more apace Is required) City of Miami Beach is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A waiver of subrogation is granted in favor of Certificate Holder in accordance with the polic provisions of the General Liability, Automobile Liability and workers' compensation policies. CERTIFICATE HOLDER CANCELLATION J SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION �.,PC-- DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. L� City Of Miami Beach AUTHORIZED REPRESENTATIVE r C/o EXIGIS Insurance compliance services, PO Box 4668 - ECM# 35050 a� New York NY 10163-4668 USA ✓J �it.1- 94�p - i dre'� - ©1988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD THE CORRADINOGROUP 153 TAB 3 Approach & Methodology MiAMiBEACH RFQ 2023.030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES AGENCY CUSTOMER ID: 570000075512 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk services, Inc of Florida NAMEDINSURED The Corradino Group, Inc. POLICY NUMBER see Certificate Numbe 570096684851 CARRIER See Certificate Numbe 570096684851 I NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liabilitv Insurance Underwriting Companies Twin City Fire Insurance Company - Colorado Hartford Insurance Company of the Southeast - Florida Property & Casualty Insurance Company of Hartford - Illinois Hartford Casualty Insurance Company - Indiana Hartford underwriters Insurance Company - Kentucky Property & Casualty Insurance Company of Hartford - Michigan Twin City Fire Insurance Company - New Jersey Hartford Underwriters Insurance Company - Tennessee ACORD 101 (2008101) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THE CORRADINOGROUP 154