Loading...
2014-28512 Reso RESOLUTION NO. 2014-28512 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5/7.. VOTE, COMPETITIVE BIDDING, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY, AND AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO UTILIZE FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT NUMBER C-9D06, FOR MAJOR EVENT TRAFFIC MONITORING SERVICES THROUGH MAY 2014, IN THE AMOUNT OF $100,174.74. WHEREAS, the City is one of the main centers of attraction for events in Florida and most events are heavily attended and therefore increase traffic volumes on the City's roadway network; and WHEREAS, on October 2013, the Florida Department of Transportation (FDOT) acquired the services of a traffic engineering consultant for the purpose of providing real-time traffic monitoring and traffic management services; and WHEREAS, the consultant performing these services for FDOT, Advanced Transportation Engineering Consultants, Inc. (ATEC), performed event traffic monitoring and management services for the City during Art Basel 2013 (as part of a City Commission- approved pilot project) and Miami International Boat Show 2014; and WHEREAS, ATEC's traffic monitoring and traffic management services were found to be effective in decreasing vehicle travel times, improving vehicle throughput through the network during these major special events, and allowing the Miami Beach Police Department to effectively allocate its resources; and WHEREAS, the Administration is seeking approval to utilize the FDOT contract for traffic monitoring and management services during Winter Party Week, Winter Music Conference, Winter Music Conference (ULTRA), and Memorial Weekend (through May 2014) ; and WHEREAS, The City has obtained a price proposal from ATEC for these services in the amount of $100,174.74; and WHEREAS, the Administration anticipates issuing a competitive bid for city-wide traffic monitoring and management services by June 2014; and WHEREAS, in the interim, the City Manager would recommend that the City Commission waive competitive bidding, in order to allow the Manager to negotiate and execute a contract with ATEC for the above services. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, waiving, by 5/7t" vote competitive bidding, finding such waiver to be in the best interest of the City, and authorizing the City Manager, to utilize FDOT Contract Number C-9D06, for major event traffic monitoring services through May 2014 in the amount of $100,174.74. PASSED AND ADOPTED THIS VA DAY OF ParC 2014. ATTES CITY CLERIC -- MAYO l T:\AGENDA\2014\ cfic anlGf ae ontrapt Auth i ation RE S cx � (0- > I APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION City Atto Date f COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The City Manager, Or His Designee, To Utilize Florida Department Of Transportation Contract Number C-9D06, For Major Event Traffic Monitoring Services Through May 2014;And Waiving By 5/7th Vote,The Formal Competitive Bidding Requirement, Finding Such Waiver To Be In The Best Interest Of The City. Key Intended Outcome Supported: Enhance Mobility Throughout the City. Supporting Data(Surveys, Environmental Scan, etc.): N/A Item Summa /Recommendation: The City of Miami Beach is one of the main centers of attraction for events in Florida due to its weather, restaurants, nightlife, beaches, and people. Most events are heavily attended and therefore increase traffic volumes on the City's roadway networks. The increase in traffic volumes severely burdens traffic signals, thus negatively impacting level of service and driver experience.The adverse traffic conditions are further exacerbated by roadway closures as a result of major roadway construction projects. On October 2013, FDOT acquired the services of a traffic engineering consultant particularly for the purposes of providing real-time traffic monitoring and traffic data collection within active work zones (including the Alton Road Reconstruction Project), implementation of smart technologies and innovative systems within work zones, signal timing support, reviewing Maintenance of Traffic plans and determining the need for detailed analysis of Maintenance of Traffic impacts, and other innovative traffic management practices to improve traffic flow through the Alton Road Reconstruction project. The consultant performing these services for FDOT, Advanced Transportation Engineering Consultants, Inc. (ATEC), also performed event traffic monitoring services for the City during Art Basel 2013 via a Commission- approved Pilot project.As part of this pilot project,ATEC provided real-time traffic and parking availability updates using a Smart Variable Message Board on Alton Road and constantly updating traffic and parking messages on social media networks. ATEC's traffic monitoring and traffic management services were found to be effective in decreasing vehicle travel times, improving vehicle throughput through the network during these major special ecial events,and allowing the Miami Beach Police Department to effectively allocate its resources. Pursuant to the requirements of the City Code, this is a request for the City Commission to approve utilizing the FDOT Contract C-9D06, for major event traffic monitoring and management. The City has obtained a lump sum price proposal of$100,174.74 from FDOT's consultant (ATEC) for traffic monitoring and management services during Winter Party Week,Winter Music Conference,Winter Music Conference(ULTRA), and Memorial Weekend through May 2014. The Administration recommends that the Mayor and City Commission authorize the City Manager, or his designee, to utilize FDOT Contract Number C-9D06, for major event traffic monitoring and management; and waive by 5/7th vote, the formal competitive bidding requirement, finding such waiver to be in the best interest of the City. Funding for this item will be re-aligned from the Resort Tax Contingency Account. Advisory Board Recommendation: Financial Information: Source of Amount Account Approved Funds: 1 $101,000 Resort Tax Fund- 160-4300-000312 2 3 4 OBPI Total Financial Impact Summary: N/A City Clerk's Office Legislative Tracking: Jose R. Gonzalez, ext 6768 Sign-Offs: Department Director Assistant City Manager City M nager ETC AID? KGB JLNf AGENDA ITEM G 7 15 MIAMIBEACH DATE _3-S'-1q MIAMI BEACH City of Miami Beach; 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov CO MISSION MEMORANDUM TO: Mayor Philip Levine and Members o the City mission FROM: Jimmy L. Morales, City Manager DATE: March 5, 2014 SUBJECT: A RESOLUTION OF THE MAYOR A D CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO UTILIZE FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT NUMBER C-9D06, FOR MAJOR EVENT TRAFFIC MONITORING SERVICES THROUGH MAY 2014; AND WAIVING BY 5/7T" VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY. ADMINISTRATION RECOMMENDATION Approve utilizing a Florida Department of Transportation (FDOT) contract to engage a Traffic Engineering Consultant through May 2014 for major event traffic monitoring and management services. FUNDING Funding will be allocated from Resort Tax Fund. BACKGROUND AND ANALYSIS The City of Miami Beach is one of the main centers of attraction for events in Florida due to its weather, restaurants, nightlife, beaches, and people. Most major events are heavily attended and therefore increase traffic volumes on the roadway network. The increase in traffic volumes severely burdens traffic signals, thus negatively impacting level of service and driver experience. The adverse traffic conditions are further exacerbated by roadway closures as part of the FDOT Alton Road Reconstruction Project. On October 2013, FDOT acquired the services of a traffic engineering consultant (Attachment A) particularly for the purposes of providing real-time traffic monitoring and traffic data collection within active work zones (including the Alton Road Reconstruction Project), implementation of smart technologies and innovative systems within work zones, signal timing support, reviewing Maintenance of Traffic plans and determining the need for detailed analyses of Maintenance of Traffic impacts, and other innovative traffic management practices to improve traffic flow through the Alton Road Reconstruction project. The consultant performing these services for FDOT, Advanced Transportation Engineering Consultants, Inc. (ATEC), also performed event traffic monitoring services for the City during Art Basel 2013 via a Commission-approved Pilot project. The consultant's services were found to be effective in monitoring and managing traffic during this major special event. The consultant monitored travel times through the use of Bluetooth technology and adjusted traffic signal timings along event routes as needed. As part of this pilot project, ATEC provided real-time Commission Memorandum—March 5, 2013 Traffic Management Services Contract Authorization Page 2 of 3 traffic and parking availability updates using a Smart Variable Message Board on Alton Road and constantly updated traffic and parking messages on social media networks. During Art Basel 2013, ATEC also worked with the City of Miami Beach Police Department to identify when police assistance was needed at an intersection, thus allowing Police to efficiently and effectively allocate its resources. The services provided by ATEC proved to be a valuable addition to the event planning and operations, thus improving the attendee experience and residents' quality-of- life. For example, the measures deployed during Art Basel 2013 and the Miami International Boat Show 2014 allowed ATEC engineers to proactively make changes to signal timing at critical intersections along event routes to avert heavy congestion and keep traffic flowing. When compared to a considerably less intense event (Miami Beach Auto Show 2013), travel times during Art Basel 2013 improved approximately 13 percent for drivers traveling from the North to the Miami Beach Convention Center via Michigan Avenue and 8 percent when traveling northbound along Alton Road from the Fly-over to 17th Street. Traffic monitoring and management measures were also deployed for the Miami International Boat Show in February 2014 on a partial basis and considerable improvements were observed (Attachment B). Through the use of traffic management, vehicles accessing the event from the North via Michigan Avenue saved an average of 105 seconds per trip during the morning peak, 76 seconds in the mid-day peak, and 36 seconds in the afternoon peak when compared to the first two (2) days of the event when no traffic management was deployed. These travel time savings translated into a larger throughput of vehicles through the network. Vehicles that continued South onto the 17th Street/Alton Road intersection saved an average of 7 seconds during morning peak and 174 seconds in the mid-day peak..However, during the PM peak, motorists accessing the event from the North experienced an increase in travel times of approximately 33 seconds per trip. The increased delay was due to the need to balance signal green time between ingress and egress movements, thus accommodating egress traffic more effectively. Traffic accessing the event from the South via northbound Alton Road did not experience any travel time savings before and after the traffic monitoring effort, however, it is important to note that vehicular throughput between the 5th Street fly-over and 17th Street increased by 300 vehicles per hour. Pursuant to the requirements of the City Code, this is a request for the City Commission to approve utilizing the FDOT Contract C-9D06, for major event traffic monitoring and management. The City has obtained a lump sum price proposal of $100,174.74 from FDOT's consultant (ATEC) for traffic monitoring and management services during Winter Party Week, Winter Music Conference, Winter Music Conference (ULTRA), and Memorial Weekend (Attachment C and D), based on pricing in the FDOT contract. . As part of the due anal, staff process,diligence zed the cost of the services outlined in the FDOT 9 P Y contract. While these services will include traffic monitoring and management services through May 2014, the Administration anticipates issuing a competitive bid for city-wide traffic monitoring and management services by June 2014. RECOMMENDATION Based on the analysis of the need for traffic monitoring and management services for Winter Party -Week, Winter Music Conference, Winter Music Conference (ULTRA), and Memorial Weekend, the documented benefits of the services provided during Art Basel 2013 and the Miami International Boat Show in February 2014, the due diligence of staff, and pricing available through a contract awarded by FDOT, it is recommended that the Mayor and City Commission authorize the City Manager, or his designee, to utilize FDOT Contract Number C-9D06, for major event traffic monitoring and management; and waive by 5/7th vote, the formal competitive bidding requirement, finding such waiver to be in the best interest of the City. We are committed to providing excellent public service and safety to all who live, work,and play in our vibrant, tropical, historic community. Commission Memorandum-March 5, 2013 Traffic Management Services Contract Authorization Page 3 of 3 Attachments: Attachment A: FDOT Contract C-91D06 for Traffic Monitoring Services Attachment B: Miami International Boat Show Traffic Management Summary Attachment C: ATEC Price proposal Attachment D: Map of Traffic Management Area per Event j. -v. GB/ETC/JRG/JFD T:\AGENDA\2014\March\FDOT Traffic Management Service Piggy Back Contract.docx We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. Attachment A STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-12 STANDARD PROFESSIONAL SERVICES AGREEMENT PROCUREMENT OGC-07113 Page 1 Gf 2 Contract No. C-9D06 FDOT Financial ID No.(s) 429286-2-32-01 Appropriation Bill Number(syl-ine Item Number(s)for 1st year of contract,pursuant to s.216.313, F.S. NIA fremdmd for contracts in excess of$5 midion) F.A.P.No. TBD THIS AGREEMENT,made and entered into this day of (74,61 ,by and (This date to be entered by DOT only) between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION,an agency of the State of Florida,hereinfter called the Department and Advanced Transportation Engineering Consultants, Inc. (F.E.I.D.No. F593811264 )of 13940 SW 136th Street,Suite 107,Miami,FL 33186 authorized to conduct business in the State of Florida,hereinafter called the Consultant,agree as follows: The Consultant and the Department mutually agree to abide by the Department's Standard Professional Services Agreement, Terms,dated July,2013 which are available as an appendix to this form in the Department's Professional Services web site or from the Department's Office of Procurement. The Standard Professional Services Agreement Terms,with the exception of the following non-applicable sections: NIA are Incorporated by reference and made a part of this Agreement 1. SERVICES AND PERFORMANCE A. The Department does hereby retain the Consultant to furnish certain services as described in Exhibit"A",attached hereto and made a part hereof,in connection with Traffic Engineering Support Services Consultant in 1.1 f the Standard written agreement,the site for inspection of work referenced Section o e B. Unless changed by g , Professional Services Terms,will be 13940 SW 136th Street,Suite 107, Miami,FL 33186 . 2. TERM A. Unless otherwise provided herein or by Supplemental Agreement or Amendment,the provisions of this Agreement will remain in full force and effect through completion of all services required of the Consultant or a 5 year tern from the date of execution of this Agreement,whichever occurs first. B. Check applicable terms The scheduled project services to be rendered by the Consultant will commence,subsequent to execution of this Agreement,on the date specified In the written notice to proceed from the Department's which notice to proceed will become part of this Agreement The Consultant will complete scheduled project services within months of the commencement date specified in the notice to proceed or as modified by subsequent Amendment of Supplemental Agreement. ® The project services to be rendered by the Consultant for each task assignment will commence, upon written notice from the Department's Project Manager ,and will be completed within the time period specified in each task assignment.All services performed under this contract will be completed within 60 months from the date of this Agreement The total fee for all accumulated task assignments may not exceed $1,500,000.00 The scheduled project services to be rendered by the Consultant will commence,subsequent to execution of this Agreement,on the date specified in the written notice to proceed from the Department's which notice to proceed will become part of this Agreement. The Consultant will complete scheduled project services within calendar days following completion of the constuction contact(s)with which consultant services are associated.The anticipated length of the consultant services is months. 375-030-12 PROCUREUIENr OGC-07113 Page 2 of 2 3. INSURANCE The amount of liability insurance to be maintained by the Consultant in accordance with Section 4.13 of the Standard Professional Services Agreement Terms is 8250,000.00 4. SUBCONTRACTS The following subconsultants are authorized under this Agreement In accordance with Section 7.A.of the Standard Professional Services Agreement Terms: AECOM Technical Services,Inc. (F952661922) Pinnacle Consulting Enterprises, Inc.(F142005307) CSA Central, Inc. (F311446286) TRACE Consultants, Inc.(F455418595) HBC Engineering Company(F223936061) TSM International.Inc. (F271743076) Nmley-Hom&Associates,Inc.(F560885615) Media Relations Group,LLC (F200118620) Metric Engineering,Inc.(F591685550) Transportation Technology Solutions (F461568953) 5. COMPENSATION The Department agrees to pay the Consultant compensation as detailed in Exhibit"B",attached hereto and made a part hereof. 6. MISCELLANEOUS_ A. Reference in this Agreement to Director will mean the District Director of Transportation Operatlons B. The services provided herein © do ❑ do not involve the expenditure of federal funds.In the event federal funds are involved,Section 9 of the Standard Professional Services Agreement Terms is incorporated by reference. C. The following attachments are hereby incorporated into this Agreement as part hereof as though fully set forth herein. Page A-1 through Page A-4 :Exhibit"A",Scope of Services Page B-1 through Page B-7 :Exhibit"B",Method of Compensation IN WITNESS WHEREOF,the parties have executed this Agreement by their duly authorized officers on the day,month and year set forth above. STATE OF FLORIDA Advanced T s . r C is Inc. DEPARTMENT OF TRANSIFQ TATION Name of BY: BY: Authorized Sig re (Print/Type) a (Print/Type) j Title: T'r L �,I Title: District Director of Transportation Opemnons „^ FOR DEPARTMENI USE ONLY APPROVE LEGAL REVIEW: • Professional errlce nit General Counsel Office EXHIBET "A" SCOPE OF SERVICES EXHIBIT A SCOPE OF SERVICES TRAFFIC ENGINEERING SUPPORT SERVICES CONSULTANT FPID:429286-2-32-41 A. OBJECTIVE The Department desires to obtain assistance from the Consultant for the performance of miscellaneous Maintenance of Traffic support services including, but not limited to (1) providing real time traffic monitoring and traffic data collection within active work zones (2) implementation of smart technologies and concepts within work zones (3)signal timing support within work zones (4)reviewing Maintenance of Traffic Plans and determining the need of the detailed analysis of Maintenance of Traffic impacts(5)analysis of maintenance of traffic alternatives (6) Traffic simulation and modeling of Maintenance of Traffic alternatives (7) Coordination with traffic signal maintaining agencies, FDOT offices, and other public agencies (8) providing the data collection and analysis of traffic prior to the beginning of project construction (9)Miscellaneous activities to support the District traffic operations office such as traffic operations studies, coordination with municipalities and other agencies. B. SERVICES The Consultant shall provide anyone or more of the following engineering services or elements contained therein, as required by the Department: • Traffic simulation—Develop a traffic simulation model of the highway system affected by the maintenance of traffic setup. The objective of the traffic simulation is to evaluate traffic operations during construction and to assess the traffic operational impacts. The consultant shall have the ability to use the most appropriate and up to date traffic simulation tool including,but not limited to Synchro, VISSIM,CORSIM. • Real time traffic monitoring and traffic data collection within active work zones - collect real m"me travel tirme and delay data and rnoniior significant cha*�ges in travel time along active work zones. Consultant shall have the ability to provide temporary video monitoring and collect real time travel time and delay data to monitor the operational performance of the work zone. Consultant shall have the ability to share real time video images with the contractor and FDOT. • Develop and implement traffic signal timing and phasing plans along the work zone. The Consultant shall coordinate with the traffic signal maintaining agencies to develop and implement signal timing and.phasing plans. Stage III A-1 • Identify strategies that could be used to mitigate impacts of the work zone on the operation and management of the transportation system within the work zone impact area. These strategies can be used to minimize traffic delays, improve mobility, maintain or improve motorist and worker,safety, complete road work in a timely manner, and maintain access for businesses and residents. Coordinate the implementation of these strategies with the district construction office and/or traffic signal maintaining agencies. • All necessary engineering required for reviewing Maintenance of Traffic Plans, roadway construction projects, PD&E studies to identify impacts on traffic and determine the need of traffic operational components in the Transportation Management Plans. The Consultant shall make reference to Chapter 10 of the Florida Department of Transportation Plans Preparation Manual. • Coordinate with the necessary FDOT office to obtain all available roadway plans, bridge plans,right-of-way maps and other available information pertinent to the project. Coordinate with the signal maintaining agency to obtain the necessary signal timing and phasing information. • Represent the district traffic operations office in multi-discipline transportation management plan teams that may be formed to handle the planning, coordination, implementation, monitoring, and evaluation details of transportation management plan elements. C. DEPARTMENT RESPONSIBILITIES The Florida Department of Transportation will furnish any or all or the following items, as appropriate,for performance of the required services: 1. All previously completed studies or data collection(if any). 2. Aerial photography 3. Right-of-way maps and legal descriptions which are not part of the Consultants work effort,when required. 4. Conceptual drawings, roadway construction plans, PD&E studies, traffic studies (if any). 5. The DEPARTMENT will arrange for use of the DEPA.RTMENT's mainframe system, subject to normal security procedures. Stage N A-2 D. CONSULTANT RESPONSIBILITIES 1. The CONSULTANT shall provide a Project Manager (CPM) who is acceptable to the Department and who will be the primary point of contact for the CONSULTANT for scope, schedule,manpower coordination, negotiation of staff-hours, and completion of all Work Orders.The Project Manager (CPM) shall meet with the DEPARTMENT Project Manager on a regular basis and shall provide monthly progress reports by Task Work Order. These progress reports shall be the basis for evaluation and processing of invoices for payment. 2. The CONSULTANT shall provide sufficient staff, either the specific staff person requested or acceptable staff at defined levels of expertise as agreed to by the DEPARTMENT's Project Manager, in a timely manner to complete all assigned work within the Task Work Order schedule. If, at any time, the DEPARTMENT's Project Manager determines that the number or expertise of particular staff assigned to a specific task is inadequate, the Project Manager shall coordinate with the CONSULTANT Project Manager to remedy the situation so as to ensure the timely completion of the work. 3. While it is expected that the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the DEPARTMENT Project Manager. 4. Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the DEPARTMENT for their records within one(1)week of the receipt or mailing of said correspondence. S. The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all reports, documents, and plans as required by DEPARTMENT standards. 6. The CONSULTANT shall have as part of the staff at least one IMSA certified traffic signal technician level II as required by DEPARTMENT. 7. The CONSULTANT shall have at least one staff member who holds an advanced maintenance of traffic certification as required by DEPARTMENT. F. QUALITY ASSURANCE/QLTALITY CONTROL It is the intention of the DEPARTMENT that CONSULTANTS are held responsible for their work. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Assurance/Control Plan that describes the procedures to be utilized to verify, independently check, and review all tasks and services performed as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. Stage III A-3 The names of the CONSULTANT's.staff that will perform the quality control reviews shall be included in the Quality Control Plan. The Quality Control reviewer shall:be a Florida Registered Professional Engineer. The Quality Assurance/Control Plan may be one utilized, by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. The CONSULTANT shall submit a Quality Assurance%Control Plan for approval within 1.0 (ten).calendar days of the written Notice to Proceed. Unless specifically waived, no payment shall be made until the CONSULTANT's Quality. Assurance/Control Plan is approved by the Department. Significant changes to the work requirement may require the CONSULTANT to revise the Quality Assurance/Control Plan. It shall be the responsibility of the CONSULTANT to keep the plan current with the work- requirements. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps,drawings,specifications and/or other services. The CONSULTANT shall maintain adequate records of the quality control actions performed by the CONSULTANT team, (including sub-contractors and vendors), in providing services and-products.under this Contract. All records.shall indicate the nature and number of observations made, the number and type of deficiencies found, and the actions taken. These records shall be available to the Department, upon request, during the contract term.All records are subject to.audit review. O. METHOD OF COMPENSATION Payment forth work.accomplished will be in accordance with Exhibit B of this contract. The CONSULTANT shall meet with the DEPARTMENT as required.and.shall provide a written progress and schedule status reports that describe the work performed on each task. Progress and schedule status reports shall be delivered to the DEPARTMENT concurrently with. the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. Payments will not be made that exceed the percentage of work for any-event until those events have actually occurred and the results are acceptable to the DEPARTMENT. Stage III A-4 EXHIB%T "B>' METHOD OF COMPENSAI'IOPd ............ METHOD OF COMPENSATION EXHIBIT"B" FFIIB:429286-2-32-01. 1.0 PURPOSE This exhibit defines the method and limits of compensation,to be made to the Consultant for the services described in Exhibit''A"(Scope of Services)and method by which payments will be made. 2.0 COMPENSATION For satisfactory completion of services authorized.under this agreement,the Department will pay the Consultant a Total 'Maximum Limiting.Amount :not to.exceed $1,500,000.00. This is a task assignment type agreement. The Department will furnish the Consultant a task work order specifying the services to be,performed and the fees to be paid for each project assigned under this agreement. Compensation for individual assignments will not exceed $300,000. The Department will confirm funds availability prior to issuing a task work order to the Consultant. The Department shall request Consultant services on an as-needed basis. There is no guarantee that any or all of the services.described in Exhibit"A"of this Agreement will be assigned during the term: of this Agreement. Further,the Consultant is,providing these services on a non-exclusive basis. The Department may, at Jts option, elect.to have any of the services ser forth herein performed by other consultants.or Department.staff. The total:amount of this agreement is expected to be funded by multiple appropriations. The State of Florida's performance and obligation to pay under this contract is contingent upon an appropriation by the Legislature. Currently$300,000.00 of the total amount has been approved. Therefore, it is agreed that the Consultant will not be obligated to perform services nor.incur costs which would result in exceeding the funding currently approved, nor will the Department be obligated to reimburse the Consultant for costs or make fee payments in excess of currently established funding. The Department will provide written authorization if and when subsequent appropriations are approved and encumbered for this.contract.. y. gr specific. � J funds_ are y This Agreement allows. for. Task...Work. girders to be individually. When encumbered b the Task.Work:Order a Financial Project Number and amount shall be identified on the Task Work Order. The Consultant shall invoice using the specifiefinancial Project: Number associated with the Task Work Order where services were performed. 2.1 Summary of Compensation Fees for each task work order will be negotiated either as a lump sum amount(fixed price),a limiting amount(cost reimbursement), or as a combination lump.sum,and limiting amount. Where lump sum amounts are established,fees will be negotiated in accordance with.Section 2.2. Where limiting amount fees are established, compensation.will be in accordance with Section 21. This Agreement does not involve the purchase of Tangible Personal Property, as defined in section 273.02 Florida Statutes- B-1 Project Cost,Redistribution 2.2 Retails of Compensation LUMP SUM ELEMENTS: For task work order compensation elements established as lump sum, the Department may compensate the Consultant in accordance with one or more of the following methods of payment: LS-1—At Completion of Task (LS-1) The Consultant will receive payment upon completion and acceptance by the Department of the subject task required under this Agreement. LS-2®% of Completion of Services for Task (LS-2) The Consultant will receive progress payments for task services based on the percentage of task services that have been completed and accepted by the Department during the billing period. For those rates specified in Table 6 without operation margin, a separate lump sum compensation element(fixed fee)will be established. LD41TING AMOUNT ELEMENTS For task work order compensation elements established as limiting amounts,the Department will compensate the Consultant,subject to the established limiting amount, for all reasonable, allocable and allowable costs incurred. The reasonableness, allocability and allowability of compensation sought under this agreement is expressly made subject to the terms of this Agreement; Federal Acquisition Regulations; Office of Management and Budget Circulars A-21,A-87,A-102,A-110;and any pertinent Federal and State Law. Salary&Salary Related Costs Salary Costs: (LA 4) Subject to the established limiting amount, the Consultant will be compensated for time expended by personnel in the performance of authorized work during the billing period at the billing rates specified in Table 6 of Section 5.0. Payment for such services will be based on approved time incurred during the billing period. Where the time units are in days, the rate will be prorated when less than a day is used. Billing Rates in Table 6 are identified as either the Home Office and Field Office Rates for those Consultants who have.both Home and Field Overhead Rates which have been approved by the Department. The Consultant must use the appropriate Home or Field Billing Rate when invoicing for this Contract. Operating margin shall be provided as a separate fixed fee for all rates specified in Table 6 without Operating Margin. All overtime must be authorized in advance in writing by the Department. When authorized in advance in writing by the Department, premium overtime will be paid at the rates specified in Table 6 of Section 5.0, for employees paid premium overtime by the Consultant. Only the following firms listed in Table 6 of Section 5.0 are authorized for direct reimbursement of premium overtime: N/A. B-2 Project Cost Redistribution Administrative OverheadlF'adlWes Capital Cost ofMongYMrect Expenses: Compensation for the loaded billing rates specified in Table 6 of Section 5.0 include administrative overhead and fringe benefit costs,Facilities Capital Cost of Money(FCCM) and direct expenses that are calculated as a percentage of chargeable direct salary and wages exclusive of premium overtime. Public Involvement Services/Specialty Services: (LA 4) Subject to the established limiting amount, the Consultant will be compensated for these services based on the rates at the rates specified in Table 6 of Section 5.0.. No multipliers will be applied to these rates. Payment for such services will be based on approved time incurred during the billing period. Where the time units are in days,the rate will be prorated when less than a day is used. Time for excess travel will not be included as time worked. These rates include allowances for salaries, overhead, operating margin, direct expenses and FCCM if applicable. 3.0 LNVOICING PROCEDURE The Consultant will be eligible for progress payments under this agreement at intervals not less than monthly or when individual tasks or mileposts defined in this agreement are completed or reached. Invoices for this agreement will be prepared by the Consultant and submitted through the Department's Consultant Invoice Transmission System. The invoices will be supported by such information as may be required by Department procedures to substantiate the charges being invoiced. The Consultant will maintain for this purpose a job cost accounting system that is acceptable to the Department. If requested by the Department, the final invoice for this agreement will be accompanied by a certified job cost summary report generated by the accounting system. The report will include at a minimum the total number of hours and salary cost actually charged to the project,the total direct vehicle expense,the total miscellaneous direct expense,and total sub-consultant cost charged to the project. The Consultant will report sub-consultant payments through the Department's Equal Opportunity Compliance System on the Internet.Failure to submit sub-consultant payment information may be cause for rejection of the invoice.Within thirty days after receipt of final payment,the Consultant will report final sub-consultant payments through the Equal Opportunity Compliance System. The Consultant will pay all sub-consultants their proportionate share of payments received from the Department within thirty days of the Consultant's receipt of payment from the Department. The Department will render a decision on the acceptability of services within five 5 working days of receipt of either the services or invoice, whichever is later. The Department reserves the right to withhold payments for work not completed,or work completed unsatisfactorily,or work that is deemed inadequate or untimely by the Department. Any payment withheld will be released and paid to the Consultant promptly when work is subsequently performed. The Consultant must use the appropriate Home or Field Billing Rate when invoicing for this Contract. B-3 Project Cost Redistribution 3.1 Project Cost Accounting The Department has established a Cost Redistribution Application (automated process) for the purpose of breaking out and capturing project costs associated with District-wide (miscellaneous minor professional services) and General Consultant task assignment contracts. This District wide miscellaneous minor professional services contract has been selected for project costing using the Cost Redistribution Application. The Consultant will be assigned work by means of Task Work Orders. Each Task Work Order will initially be associated to a single general (non-specific) financial project identification number for billing purposes in CITS (Consultant Invoice Transmittal System). It will be the consultant's responsibility to maintain a job cost accounting system that will capture detailed project cost information associated with each assigned Task Work Order. The Consultant and its subconsultants shall have staff performing work on this contract charge their time to the nearest quarter hour to each specific project on which services are to be performed. The Department shall provide the Consultant and its subconsultants the eleven digit project identification number assigned to each specific project for purposes of capturing time and costs. At any given time there may be several specific projects against which the Consultant and its subconsultants would be charging time on a single Task Work Order. At the time of submittal of each invoice in CITS, the Consultant will submit a Project Cost Redistribution spreadsheet that provides a breakdown of the invoice costs into the associated detailed project specific numbers where services were performed and costs were incurred. The spreadsheet must conform to and be submitted in a pre-defined format. The spreadsheet will contain the following key data fields: Consultant Contact E-mail address;Contract Number; DOT Invoice Number; "From"Project Number(the general project identification number); "To" Project Number (the project specific financial identification number); the dollar amount to be redistributed; the project description (optional data field); and the total amount for the spreadsheet. The spreadsheet template and directions for preparing the spreadsheet can be downloaded from the Department's Procurement website, at the following web address: btt)://www dot state fl ug6l oromement4Project%20Cos tigg%201nitiative.shtm Once the invoice has been submitted electronically in CITS by the Consultant, the consultant must separately, outside of CITS,e-mail the Project Cost Redistribution spreadsheet as an attachment file to the following Department e-mail address: PCRLOAD(a),dot.state.fl.us. The subject line for the e- mail should conform to the format `FDOT.PCR.FILE CCCCCNNNN' where CCCCC corresponds to the MOT contract number and NNNN corresponds to the MOT invoice number. A Project Cost Redistribution spreadsheet should be submitted to PCRLOAD every time an invoice is submitted through CITS. After an initial validation, the Cost Redistribution Application will transfer the data contained in the Project Cost Redistribution spreadsheet to data sets on the Department's mainframe computer. . The redistribution information will be processed and used to assess project costs for District-wide and General Consultant contracts. Project Cost Redistribution spreadsheets not timely submitted will be identified on a District Error Report. Failure to timely submit Project Cost Redistribution spreadsheets may constitute grounds for rejection of subsequent invoices submitted through CITS. 4.0 PROJECT CLOSEOUT 4.1 Final Audit If requested,the Consultant will permit the Department to perform or have performed, an audit of the records of the Consultant and any or all sub-consultants to support the compensation paid the Consultant. The audit will be performed as soon as practical after completion and acceptance of the contracted services. B-4 Project Cost Redistribution In the event funds paid to the Consultant under this Agreement are subsequently properly disallowed by the Department because of accounting errors, or charges not in conformity with this Agreement, the Consultant agrees that such disallowed funds are due to the Department upon demand.Further,the Department will have the right to deduct, from any payment due the Consultant under any other contract,any amount due the Department. 4.2 Certificate of Completion A Certificate of Completion will be prepared for execution by both parties stating the total compensation due the Consultant,the amount previously paid,and the difference. Upon execution of the Certification of Completion, the Consultant will either submit a termination invoice for an amount due or refund to the Department for the overpayment, provided the net difference is not zero. 5.0 COMPENSATION RATES The following tables are provided for definition of contractual rates. Table numbers not listed are not included in this document. Table 6-Loaded Billing Rates Table 6 PARTIALLY LOADED BILLING RATES Salary Related Casty Consultant Item Unit Billing Rate's Fixed Fee wlout OR OM !Chief Engineer Hour $ 201.22 . $ 23.47 IIesi er Hour $ 104.70 $ 12.21 Advanced Transportation Engineering Consultants 'E ' eer How $ 83.051 $ 9.69 ;Engineering Inter Hour $ 83.66 $ 9.76 iEn ' Technician Hour ; $ 47.83 $ 5.58 !Chief Engineer Hour j $ 214.62 $ 23.52 :Design Hour . $ 111.88 $ 12.26 j£ ' cerin Intern Hour $ 75.94 $ 8.32 Project Engineer Hour $ 137.04 $ 15.02 ABCOM Technicial Services,Inc. ect Mana er Hour $ 194.47 $ 21.31 Secretary/Clerical Hour $ 60.25 $ 6.60 Senior En ' eer Hour $ 164.44 $ 18.02 Senior E ' eering Technician Hour $ 73.20 $ 8.02. Senior S etialist Hour $ 370.74 $ 40.63 Chief Engineer Hour $ 293.23 $ 26.09 Desi er Hour $ 122.41 $ 10.89 CSA Central,Inc. Engineer Hour $ 84.05 $ 7.48 Senior Engineer Hour $ 211,76 F$ 18.84 Specialist Hour $ 137.26 $ 12.21 Des' er Hour $ 68.65 1 $ 8.46 Engineering Intern Hour $ 78.02 $ 9,62 HBC Engineering Company Project Engineer Hour $ 118.58 J $ 14.61 Project Manager Hour $ 143.56 1 $ 17.69 Senior Engineer Hour $ 129.93,1,$ 16.00 B-5 Project Cost Redistribution Palle 6 PARRALLI LOMA"D BILLING RA'IM S1 a an Related Coeh Consultant Item Unit Billing Rate* Fixed Fee (Tdout on OM En&eer Hour $ 110.45 S 9.97 Project En ' eer Hour $ 117.30 $ 10.58 Project M er Hour $ 191.51 $ 17.28 Se .Xlerical Hour $ 64.69 $ 5.84 Senior Engineer Hour ' $ 173.56 $ 15.66 Kimley-Hom&Associates,Inc. Senior,E rjo ectEn ea Hour $ 154.70 $ 13.96 Senior SpecialistA Hour S 268.32 $ 24.21 Senior SpecialistB Hour $ 184.90 $ 16.68 I S iatistA Hour $ 149.41 $ 13.48 S ecialistB Hour $ 90.67 $ 8.18 S ecialistC Hour $ 122.69 $ 11.07 Chief Engineer Hour $ 201.47 $ 19,89 Metric Engineering,Inc. E Intern Hour $ 62.55 $ 6.18 Project Manager Hour $ 147.03 $ 14.52 Pinnacle Consulting Enterptises,Inc, Senior En 'neer Hour $ 149.27 $ 24.15 gpg'jeering Intern Hour $ 80.07 $ 8.66 TRACE Consultants,Inc. Project Engineer Hour $ 117.95 $ 12.75 Senior Engineer Hour $ 138.77 $ 15.00 CADD/Computer Technician Hour $ 55.75 S 9.00 ' Chief En veer _ Hour $ 133.80 $ 21.60 Desi er Hour $ 100.35 S 16.20 L4neering Intern Hour Is 80.28 $ 12,96 Engineering Eggineering Technician Hour $ 44.60 $ 7.20 TSM International,Inc. project En ' eer Hour $ 100.35 $ 16.20 Project Manan er Hour $ 133.80 $ 21.60 Secretary/Clerical Hour I $ 44.60 $ 7,20 Senior Engineer Hour $ 129.34 $ 20.88 Senior E Oee!#g Technician Hour $ 55.75 $ 9.00 Technician Aid Hour $ 39.03 1 $ 6.30 *The above billing rates include overhead,direct expenses and FCCM,if applicable. 'Table 6 LOADED BILLING RATES PUBLIC INVOL'irFA ENT SERVICES No Mnitipliears should be added to these rates. Consultant Item Unit Rate Media_Relations Croup, LLC _ Public I_nformati_on Manager Hour $ 130.50 Media Relations_Group, LLC Graphic �Designer-_!-_ Hour_ ,$ 80.00 Media Relations Group, LLC Public Information Manager! _- Hour $ 80.00 -- . _._....__._..._,._I.-�- _ _ ._.. _ .,. Media Relations Group, LLC JAssistant Public Information Officer Hour $ 55.00 B-6 Project Cost Redistribution The above billing rates include overhead,direct expenses,operating margin and FCCM,if applicable. Table 6 LOADED ffiLLING MAMES SPEC ALTY SERVICES No NkItipliers should be added to these rates. Consultant Item Unit Rate Transportation Technology Solutions Senior Speciahst Hour $ 79.46 Transportation Technology Solutions S eriaNst Hour $ 66.22 The above billing rates include overhead,direct expenses,operating margin and FCCM, if applicable. 13-7 Project Cost Redistribution TO: PM626RCedot.state.fl.us 10545596 SUBJECT: FUNDS APPROVAL/REVIEWED FOR CONTRACT C9D06 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #C9D06 Contract Type: Method of Procurement: Vendor Name: ATEC Vendor ID: VF593811264001 Beginning date of this Agmt: 10/02/13 Ending date of this Agmt: 10/02/18 ************************************************************************ ORG-CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA (FISCAL YEAR) *BUDGET ENTITY *CATEGORY/CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATUS ************************************************************************ Action: ORIGINAL Funds have been: APPROVED 55 064030662 *TO *131567 * 300000.00 *42928623201 *119 2014 *55150200 *088866/14 0001 *00 * *0001/04 TOTAL AMOUNT: *$ 300,000.00 * --------------------------------------------------------------- --------- FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 10/03/2013 e METRI-4 OP ID:TLS TE CERTIFICATE OF LIABILITY INSURANCE [:!10/17/2013 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(!es)must 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). CONTACT Carrie Worley PRODUCER Phone:30544-2324 NAME; _e Y _- - — MDW Insurance North PHONE ~A (North) Fax:305-4444980 954.616-6408 arc NQ).954.616-6410 w_ 362 Minorca Ave .1AI�,- •�0' -�--- Cora!Gables,FL 33134 .ADD E ;cwoi le mdwinsurance.com Craig Weinstein �� � INSURER(S)AFFORDING COVERAGE ! _ NAIC#_ INSURER A:Hartford Casualty Insurance Co 29424 INSURED Advanced Transportation INSURERS:Hartford Fire Ins.Co. Engineering Consultants,Inc. INSURER C:Hartford Casualty Insurance Co 29424 13940 SW 136th Street,#107 Miami,FL 33186 INSUREiao:Hartford Insurance Co of SE 38261 INSURER E:Lexington Insurance Company 19437 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. M...._..�...................... :._.�.._.. _. ............ r DD UBR �F uPOiCYEXP ILTR �A, �5 LIMITS TYPE OF INSURANCE FINS ` POLICY NUMBER fdMlDDra'YYY AtfDD1YYYY GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,00 A X I COMMERCIAL GENERAL LIABILITY 21 UUNAN3986 03/01/2013 0310112014 PREMISES{Ea ooeurrence $ 300,00 CLAIMS-MADE f X OCCUR MED EXP(Any one person) $ 10,00 _s.....;... L....._. 4 3. { PERSONAL&ADV INJURY $ /1,000,00 GENERAL AGGREGATE 1$ , GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP 10P AGG I$ 2,000,00 POLICY I X 9 PRO- jECT I LOC $ AUTOMOBILE LIABILITY F11 OCddE0YD11SINGLE-LIMIT 13 1,000,00 B X=ANY AUTO 21 UENAN4048 03/0112013 03/01/2014 BODILY INJURY(Per person) $ ALL OWNED _ SCHEDULED BODILY INJURY(Per accident) $ PROPERTY DA A - X I IiIREDAUTOS X AON OS-OWNED Per.aacidant $ � I E UT is X UMBRELLA LIAR X 4 OCCUR TEACH OCCURRENCE $ 1,000,00 EXCESS LIAB21XHUAN3161 03101/2013 03/01/2014 AGGREGATE $ 1,000,00 C s I _ CLAIMS-MADE DED XTRETLNTCON$ 10 000 $ ry WORKERS COMPENSATION X WC STATU- OTH- 'AND EMPLOYERS'LIABILITY Q ld(111l D l ANY EMPLOYERS' ABILITY XECUTIVE YIN 21WBAH4207 03/01/2013 03101/2014 E.L.EACHACCIDENT S 1,000,00 `OFFICER/MEMBER EXCLUDED? NIA E.L." " (Mandatory in NH) DISEASE-EA EMPLOYE $ 1,000,00 If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS below E ±Professional Liab 1031428218 j 03101/2013 03/01/2014 Ea Claim 250,00 ,'Full Prior Acts 1 100,000 DEDUCTIBLE Aggregate 250,00 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Project Description: Contract #6 C-91306: Traffic Engineering Support Services Consultant CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Florida Department of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Transportation 1000 NW 111th Avenue,Rm.6202 AUTHORIZED REPRESENTATIVE Miami,FL 33172 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD )TTE ,advanced Transportation Engineering Consultants October 17, 2013 RE: Contract Execution Authority Dear Sir/Madam: The following is a true, certified copy of the portion of our July 17, 2013 corporate minutes, which authorizes Mr. Elio R. Espino to execute (sign) proposals and contracts on behalf of ATEC: "Upon duly motion made, seconded and unanimously carried, it was RESOLVED that Elio R. Espino, Director and President, shall have authority to execute any contracts on behalf of the Corporation." Sincerely, /CAd Mariiey Perez Vice President/Corpora ecretary STATE OF: FLORIDA COUNTY OF: MIAMI-DADE Sworn to or affirmed and subscribed before me this 17th day of October 2013. If�jersonalhvKnown OR Produced Identification Notary Public- State of: Florida Commission Expires: �' 3" -7 Authorized Signature: Date: 10/17/2013 Y'o j'' JESSIE SANTISTEVAN Nowy wear o sea a Ror10o } My Comm.E Apr 3.201? CWH*8 n#EE$92211 129015 S`r7/42 St•Suite 209•Miarni. FL 33175 3015:A 91938 .305,480.9964 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-21 DBE PARTICIPATION STATEMENT PROCURE 100101 Note: The Consultant is required to complete the following information and submit this form with the technical proposal. Project Description: Traffic Engineering Support Services Consultant FM No.429286-2-32-01 Consultant Name: Advanced Transportation Engineering Consultants This consultant is not a Department of Transportation certified Disadvantaged Business Enterprise(DBE). Expected percentage of contract fees to be subcontracted to DBE(s): 10 % If the intention is to subcontract a portion of the contract fees to DBE(s), the proposed DBE sub-consultants are as follows: DBE Sub-Consultant Type of Work/Commodity TRACE Consultants, Inc. Roadway Design Pinnacle Consulting Enterprises, Inc. Construction Engineering& Inspection HBC Engineering Company Traffic Engineering Studies By: Elio R. Es ino Ph.D. P.E. PTOE Title: President _avi Date:. 10/1612.01.3 Assessment of Procurement Operations December 12,2012 Recommendations Section 1of8 DEPARTMENT OF PROCUREMENT MANAGEMENT M I AMI 1700 Convention Center Drive Miami Beach Florida 33139 305-673-7490 February 26, 2014 Advanced Transportation Engineering Consultants, Inc. 13940 SW 136 th, Street, Suite 107 Miami, Florida 33186 Attention: Erik Echezabal Subject: Piggy-backing Florida Department of Transportation Contract C-9D06 for Traffic Monitoring Services Dear Mr. Erik Echezabal: The City of Miami Beach Code would like to consider utilizing Contract C-9D06 for Traffic Monitoring Services awarded to ATEC by the Florida Department of Transportation, and effective through July, 2018, to procure traffic management services at the same scope, terms, conditions and pricing as in the above-referenced contract. Please acknowledge and verify, by signing and returning this document to my attention that your firm will extend to the City the same scope, terms, conditions and pricing as awarded in the contract referenced above. Please feel free to contact me at 305-673-7490. S' cerely, Alex Denis Director Procurement Management Department By signing and returning this document to the individual named above, the firm agrees to extend to the City the same scope, terms, conditions and ricing as awarded in the contract referenced above. COMPANY NAME: AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE SIGNED: C: Kathie Brooks, Assistant City Manager Jose Gonzalez,Transportation Manager 00 r y S z� 4; W Q 70 ` X 0 eo a > o a y t � c «•. - .� - as _ c • a � co •L... cc { d Till CL L r - .40 . cm F ° .' ••a a c i u E to �- u ' — cc cu v = E c c L n � y W F f a.. C/:) a .'5.. 'S co G 1 —1,4 '.• a t N rL '" YL CD � as •T I O N CL t C � � a m �1 �'� y L • � T'�s a +�*{n-'�f .� � > id .".'L s 0 ea c is ti O O 1 N r C QJ X N O cu fall It C7 Co cm a _ _ � 03 � CL m cm CIO C) cm _ i I, - P•i � ie v �w .. o C -�• ea a> a m O7 m E a o IA � tO y y L 0 3 r m O N w CD w O U) O O h to r- Q7 00 N J W O O O h M N r O Q N 69 N F-O 0 J� I- D N ONO V 00 O Q Q N N N N { _ E 7 00 a C m O E 7 C M co Cl) Cl) � J U 0 N LD N to d) 6-t (A fA d d LL � o U u> W O C O N O O co Q (6 V W _ 07 2 t3 C O � W � W W N O = (n C >, N N N N N O) W c :3 V V V CO W W O co M M M N ll = � � � � } O C N N N Q c C \ V) to O C (n �� � tf') O In r N i--� .�� CO +-j N C }� 00 C j L CD 0 M E m 00 ED CD O O m 11J Q C ° '_ _ _ _ ao N Q n O Q69 69 EA EA N Z > � E» p �J o Q N v �cu (n � LO N to r- N a � D O N _ N d O > L W Nom- W E»N U N 0 o Q . - C, > o�OD O O N N N N 0 m C = N N N N Co U �[ � C C .m ER El9 ER ER LU a Q 1'' wto Q m O> 11J N o U C v IT v 00 o `D U (6 m E E m cn c �+ o N E d E co 7 Y c C o a U) Ep C C d cA E H Y d � a c ea � c � c m O E U Ea m } U) C � J y. � > H d N F— > _ v U O W of r- Q ~ a c ` r W c r N C C +' y Y H EO W N O N E CL r U U O QI C N C C O t4 cc d N N C r+ R H w w N V d c O O V C1 r E U U m c N C) U U i O > 7 7 ~ -0 V d Z a+ N N a W Z 3 d wN ? > N U J 0) E iii of v W D nU) w w r-c c c c p Z f= w> W> W> w> a 0 v 0 Li P"r �' i' '�l IE .r1 e a V �'.��.!_�c 1181• _. .: ,, �: i Rr Ul 4�:rtt.l lr i w� e r c ti jr , • J FL end! 3�.L,. �•' `I s�• ,- � t (: •��ye^i •'• '>'r M:. / rw ��. ,4 �y�:_��k�'rC+'T,�' � k 'f '�` � *��' SFr � �.�.lsldS �•,r. i d� r 4 1r t ,,�in r'v �''7°s�' #gym '_t� ' :� j� '1'�I � F �y -�'• "W� �L. ��i�M`A+I i I { �!'_ •{ s.ry^a�6�.•. '�' q' fj' r���}1FYt ����iS�T � i.r I � 1 f •�* 1 �' •f�• r �''`p s,• 'r�C',�� M L' �,11��1,.t .� ,' '` �� r i ; �:.✓r¢ •t�.y�'•��i� e���� ��. per.,�{{•��.`; � Aa. 4 .vim - 'e.•r \ ,'�' �'� jq\�T /e•i X� r •Ji �'9 '�P C�s.� 4^'�Jilr>Q�.�` � t/it r `4 _.,•. •� �'' �:.- p �-� L Iy+1i ; t r'e7,_ r i.i'i '�!r � � _ Y���.�r w r.0�•.1.-_ IL'. dL- N,. .��'. .fit -�� �• `` �' -+•.- i vi j{ ++ a sE I 6a sue:^_ '�! w � Al Itj �ftr1L „11, � c±-� lid� •I��� '�* s r �! ` • ' Ir.i�:1.c 4 R � 1"M 5 17,,�P{�,,,,,,,...,���.�_�'�i �F�i� ..,.E�� ����^1,''yw��'r..t••s• +��.'��`, a f =2 Rr L!ft .. _.,++M��1�'•f- .i'°`"'`_:.fir. /yam r- _■■ppy}y� ..,_� _�•a ..•. �� d�•l1r�N1�71 $�dlA '-.vt�dt �r •-, �,`^ � .r•F 1' ao acs ,1f✓.a'��,.-. t•. 'f�.+! yc � ����•�' _2itifi" .�i�: �1����"�'�i�yr n.•/T-,yam,:�,,�'p� j}�i_ �.�\�� W A •�••• •kq I I Vol- � ...� �• +°'moo�'.y�e� .s } icy •r. ,' air �` 1 x•— + x'' .a f* Vt i�.14 .e`'�� �� ',,.�'7,� ',�,•�Ll d' �YY.._�Yl 1• ,�� a ���� a- �: rj��} vv�• 11" r: f � � ■�j: i � '� � 5' «r ��jr��`"N�'i, )/ `err lo �,QR�►,..JNC' }: 'r ♦ �� �jKr 1 AIF b' /--:--I t. �. ���7�ttt ,,p�sti� �►' sY,�. r.. �. 1 *,P - �. �!��•..7.- ■1 7w c 14�� !f_�II - _ w. Ili Y=sue _ it Y�� 1•"�,.r� Ptl}i�;f'' •l I; ��� � � � .. •fry, � � k���....,�+ }'P� � w�* ab►it :r► 7 11`: -T• -� :T. 4M!IG r �! )� ���,�'00 �_ sTlp I►�jt � �;fj•. X11 '; � Yt� } 1. •F! .4` low IT, ' V4 �* All rem,N ar x.-! `+ ��±.■.s. 1.as�..�_.� rfi_ e � - C�"JII�e =rte+_ 'r�i�c ♦♦=i �`aj 11°� '� C 1 .� r; S � j4 j, �q� 'R'S�. ■w^ �� �c� a lip��� , 'rtr,x v'�`tl1_+i' p %',p�� 1! sue..!" v,■�r',�' S.�C�.�^J�r-� jg efi It dw x IF !' - 3` ,++.'I " � '�,�:.ti�� tit'3� -'i1� �,j� k �:�•.�� . �' ! �' w�~~ iry �� r1 a��,+•�g��. E 1 R 1�1 4 tax,- 1 r rty-' 1�1-..r �♦ �����` ,� j� �,..a'1. '?,�hires �• `I � i IY !� ✓ y j _j. 1 .� � !! �� Y - Via:a' rf �� �r';s Y T� .� _i � •I - *. 111 .'� d• � a. b +. .. 11'1 r i r � .l +' all Im r j yka vlv looiiow MAD .r A • +vt � r,1 ,�I,J 1 r. �a`•a i' ,filattx '- 1 -� ,:,j a a -' rf d+s�a"�r���►1f►`:;s " /ti 1 .J .,w.«}, •a�:��rp�l ! 1 CR F - •� T:.!. are' '�J► L ar 9a y Irae+'rr-- �t' •� T�'Nok,�li`1b Lr I 1 `7 b a r �r�I •:. #fir 11' *tom . -� I'.�F�.t�t��j�� Y���, �.�� '1` i1 f� l• �' - i y_� - AP F:�f�/. .` _ 1� 477 1 t 1-5i IJ.�. ! .��� 4 i i��• ate• �1 s4a{i�1MA! a Po � �y�r pig r�� ��_^:f Cal!}�',•. � ��; ` ^®4 P"��, ��>g`� ti;tr i' y.-�. F.r L:- -A1 f.'y4.r,` - V qt♦ ;,�1 Fi�" 7.` y, 1j1 r•1t.� jl4' �...�sralY_.,,,t y�{ 'enle rx�.�c=r"s QIa���k'- �tf'•, 1 v)♦jr _.f �.lv�,.�Viise 4. # 1+� R I,1 +r:., •#�c�,ti�ID I,*-. Al `�i r x- �: -���° a 1� � :,�dy�..:' a �'j� •+..+i A,0 Row Cl o '9i� ���.,� :N� •,'��II+H�''#�l "4J '#fl 1 upC 1s3� �'�.,".� ,.�. � -.ri any ":,� ' p ;;-,.-IC '�7�.•, oc ,��'.�,,�s i _ •-1 dl �, r MM .iP ,t�'^�- s".'' .''• 13 � �. � -.- �� �.,:►�,.,.°�•M_� ,=�'� ��•'',,,ems •, w/ Ali t MR F. �s • Est. V a - FI� .f"•Z h 111IIYYYYY``��` - .I�N�11� li�'': �7• / jI P-4 11 ,Sw - 1.°, jA- , Jam►' � �,. ...YYY - �r �...1. •'♦ r. _ ! �� tip.` 1'. /.��� � .10- •�1!� �'�R-'1P'�'y�,^� -.'�c+lf �.6 i At J `J7 pp 1r� r ���i�. 1 r.,51ro Fes' 't J ,.`�►n x