Loading...
Agreement with Calvin, Giordano & Associates, Inc. ao0-3Cb�� AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CALVIN, GIORDANO &ASSOCIATES, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS (PROJECT) PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB RESOLUTION NO. 2017-30029 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. INTENTIONALLY DELETED 16 ARTICLE 5. ADDITIONAL SERVICES 16 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 18 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 19 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 19 ARTICLE 10. TERMINATION OF AGREEMENT 20 ARTICLE 11. INSURANCE 21 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 22 ARTICLE 13. ERRORS AND OMISSIONS 23 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. NOTICE 24 ARTICLE 16. MISCELLANEOUS PROVISIONS 24 2 SCHEDULES: SCHEDULE A— SCOPE OF SERVICES 29 SCHEDULE A-1 - CONSULTANT SERVICE ORDER 33 SCHEDULE B - COMPENSATION 34 SCHEDULE C — HOURLY RATE SCHEDULE 35 SCHEDULE D - CONSTRUCTION COST BUDGET 36 SCHEDULE E - PROJECT SCHEDULE 37 SCHEDULE F -APPROVED SUBCONSULTANTS 38 ATTACHMENTS: ATTACHMENT A— Resolution, Commission Item, Commission Memorandum 39 ATTACHMENTB - RFQ 40 ATTACHMENT C— Consultant's Response to the RFQ 41 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CALVIN, GIORDANO & ASSOCIATES, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "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 CALVIN, GIORDANO & ASSOCIATES, INC., a Florida corporation having its principal office 1800 Eller Drive, Suite 600, Fort Lauderdale, FL. 33316 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the RFQ No. 2017-126-KB (the "RFQ") was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 18th, 2017, the City Commission approved Resolution No. 2017- 30029, respectively, authorizing the City to enter into negotiations with Calvin, Giordano & Associates, Inc., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, 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 Consultant pursuant to this Agreement, 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. 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 Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design 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 design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. 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 Subconsultants. The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design 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 design services in connection with the Project. The following Subconsultants 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-1 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. The provisions in this Agreement relating to Construction Cost, Construction Cost Budget, Statement of Probable Construction Cost, or the DCP shall apply to the extent set forth in the Consultant Service Order. 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 Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), 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), the Consultant Service Order issued to Consultant by the City for a Project, and the documents prepared by Consultant in accordance with the requirements stipulated in such Consultant Service Order. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), Design Criteria Package (if any). CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- 6 builder or any other duly licensed construction contractor 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. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. 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. PROJECT: The "Project" shall mean that certain City capital project described in the 7 Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Projector scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. 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– Scope of Services Schedule A-1 - Consultant Service Order Schedule B –Consultant Compensation Schedule C – Hourly Billing Rate Schedule Schedule D – Construction Cost Budget Schedule E- Project Schedule Schedule F—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. 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 8 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. SUBCONSULTANT: Any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design 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 design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: (Schedule "F") 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 completion, 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, as more particularly 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 by similarly-situated professionals performing similar services in the design or planning of 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 9 perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). . 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 Scope of Services; 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 negligent design errors or omissions. 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 Design Documents and Consultant's Work, 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 Design Documents and Consultant's Work. 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. With respect to the performance of Services by Subconsultants, the Consultant shall, in approving and accepting such services, ensure the professional quality, completeness, and coordination of the Subconsultant's services. 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 3 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 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 10 impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 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, Contractor, 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 Orders (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 consulting 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 to the extent caused by the Consultant's deficient Services, breaches of this Agreement, or negligent acts, 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 Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and the costs of any resulting deficient, defective construction work that may be directly related to Consultant's deficient Services or any negligent acts, errors or omissions in the performance of Consultant's Services. 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 11 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, contractors, 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 for design or construction of 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, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. 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. 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. If, during the course of 12 performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed 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 CONSULTANTS OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANTS 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 CONSULTANTS 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: 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 13 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, within the standard of care, 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 Consultants 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, 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, 14 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 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 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. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, 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 15 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 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" 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 hourly 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, but are not limited to, the following: 16 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 the Consultant Service Order(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. Except as specified herein, services that are required for completion of the Work, Design Documents or Construction Documents, if any, shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 17 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 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). If the City objects to any invoice submitted by Consultant, City shall so advise Consultant in writing giving reasons therefor within fourteen (14) days following City's receipt of such notice. No mark-up shall be allowed on Subconsultants or 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 or in the applicable Consultant Service Order. 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: During the Term of this Agreement, the City Manager, at his sole discretion, may consider an adjustment to the hourly rates set forth in Schedule C. 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 18 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 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 Contractor. 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. Invoices shall identify 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 Subconsultant 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. 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 19 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 City's prior approval which shall not be reasonably withheld, 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. 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 material 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 20 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). In the event of Termination of Consultant only, the City acknowledges that the use of any incomplete or partial material prepared by Consultant shall be utilized by the City at the City's risk. 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. 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 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the 21 State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $2,000,000 with the deductible per claim. Consultant shall notify the Project Administrator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability policy. 11.2 Except for Professional Liability, Workers Compensation, and Employer's Liability, the City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation, substantial modifications, or nonrenewal of any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 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. To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall pay all claims and losses in connection therewith and shall investigate 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 22 through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, 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 or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant 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 applicable Assistant City Manager or the City Manager. 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 total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the 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 the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by 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 total amount of compensation/fees due to Consultant for all Services 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. 23 SUBJECT TO CONSULTANTS COMPLIANCE WITH THE REQUIREMENTS OF SECTION 558.0035, FLORIDA STATUTES, A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT. ARTICLE 15. NOTICE 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: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Calvin, Giordano &Associates, Inc. 1800 Eller Drive Suite 600 Fort Lauderdale, FL. 33316 Attn: Shelley Eichner Phone: 954-921-7781 Email: marketinci(o)cgasolutions.com All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: 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. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement 24 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. 16.3 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 contractor, supplier, subcontractor, 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 16.4 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. 16.5 LAWS AND REGULATIONS: 16.5.1 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. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," 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 contractor 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. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, 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, 25 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. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 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. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: 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. 16.7 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. 16.8 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. 16.9 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. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall 26 perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 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. 16.10.3 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. 16.11 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. 27 IN WITNESS WHEREOF, this Agreement has been duly executed by the parties hereto, as of the date first written above. Attest CITY OF MI „ DE a CH: 3-4/n. CITY CLER MAYOR Attest / / ' / CS Uj CALVIN, GIORDANO &ASSOCIATES INC ( *tINCEanonTED( *'OiY 'ture/Secretary 1-�� Signatur Preen - 1 LOn \ _ ns n is 11- ` 1..Kf KY Print Name Print Name ,) �kier . Ir e JOANNE MAGIIRA i 11114:\ Notary Public-Stare of R0,16 CommSsron.GG 147404 `� ?2 My Comm.9plre1 Oct 61011 .•.',!'c•.,. eCded mmup Ne c it NNryA r 28 SCHEDULE A-SCOPE OF SERVICES SCOPE OF SERVICES The Consultant shall provide professional services, transportation planning, traffic engineering, and related services on an "as needed basis" pursuant to the Agreement. Each firm awarded a contract hereby agrees to be placed on a list of professionals that will provide general transportation planning and traffic engineering consultant services where the City may call upon them to perform professional services for certain City projects, (the Project or Projects), as assigned by the City, in its sole discretion and judgment. As the need for service arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. Professional services will be quoted as a not to exceed or lump sum based on the estimated hours to complete a project and in accordance with the hourly rates set forth in Schedule "C" of this Agreement. The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order; the Consultant shall sign it and return it to the City for execution by the City Manager or his/her designee. 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 to include but not be limited to the following activities. 1. Short and Long Range Transportation Planning a. Conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management and other projects, as directed. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach, with the purpose of identifying 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 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 as well as for bicycles and pedestrians. These counts can be either manual or automated. In addition, most of the above-mentioned studies will require the staff resources, degree of specialization, and equipment 29 availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multimodal 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 service. 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. 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 The Consultant will support City of Miami Beach projects by providing financial planning and analysis, as requested. 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 30 system development and/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 area of environmental sustainability, and the City's adopted transportation mode share priorities support its environmental goals. The Consulting team should have experience in incorporating environmental best practices into transportation studies and projects. Experience in incorporating environmental 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. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 8. Urban Design The Consultant should be familiar with current planning issues and regulations in South Florida, with experience in transit-oriented development planning. The Consultant should also have experience working with community and agency stakeholders to design high quality pedestrian, bicycle, and transit facilities that may include but not be limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines that emphasize pedestrian- scale development and transit and non-motorized-accessible site plans. 10. 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 31 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 consulting team, the City of Miami Beach, other consultants and stakeholders; and f. Conduct regularly scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders; 32 SCHEDULE A-t PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the Agreement between the City and Consultant for General Transportation Planning and Traffic Engineering Consultant Services on an As-Needed Basis (RFQ 2017-126- KB), Consultant shall provide the following Services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 33 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration "r* $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. 34 SCHEDULE C HOURLY BILLING RATE SCHEDULE RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED CATEGORIES HOURLY RATES 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 $105.00 Engineer $105.00 Landscape Architect $105.00 Planner $105.00 Graphic Designer $110.00 Senior CAD Technician $90.00 Landscape Architect -Associate $90.00 Engineering Intern $90.00 CAD Technician $75.00 Clerical $75.00 Administrative Assistant $75.00 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F APPROVED SUBCONSULTANTS 1) TINDALE OLIVER 2) TOOLE DESIGN GROUP 3) CALTRAN ENGINEERING GROUP INC. 4) ROAD MEDIA 5) LAMBERT ADVISORY 38 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 39 RESOLUTION NO. 2017-30029 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. 2017.126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSON/NYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC., AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; KITTELSON & ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an"As Needed Basis.; and WHEREAS, Request for Qualifications No. 2017-126-KB (the 'RFQ") was released on April 28. 2017; and WHEREAS, the purpose of the RFQ was to establish a pool of pre-qualified consultants for transportation planning and traffic engineering services, in accordance with the requirements of Section 287.055 of the Florida Statutes; and WHEREAS, a voluntary pre-proposal meeting was held on May 9, 2017;and WHEREAS, on June 14, 2017, the City received a total of 17 proposals; and WHEREAS, the Committee convened on August 7, 2017 to consider the 17 proposals; and WHEREAS, the Committee was provided 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 Committee's ranking was as follows: HNTB corporation, as the first ranked proposer; Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer, H.W. Lochner, Inc., as the third ranked proposer, Gannett Fleming, Inc., as the fourth ranked proposer, Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer, Alta Planning + Design, Inc., as the eighth ranked proposer; Keith And Schnars, as the ninth ranked proposer. WSP USA, Inc., as the tenth ranked proposer, Florida Transportation Engineering, Inc., as the eleventh ranked proposer; The Corradino Group. Inc, as the twelfth ranked proposer; The Street Plans Collaborative, Inc., tied as the twelfth ranked proposer; AECOM Technical Services, Inc., as the fourteenth ranked proposer; Kimley-Horn And Associates, Inc.; tied as the fourteenth ranked proposer; Zyscovich. Inc., as the sixthteenth ranked proposer,and Atkins North America, Inc.,as the seventeenth ranked proposer; and WHEREAS, after reviewing the qualifications of each firm, having considered the Evaluation Committee's rankings, and the implementation of the Miami Beach Transportation Master Plan, the City Manager has recommended that the Mayor and the 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, and further authorize the Administration to enter into negotiations with each of proposers, and further authorize the Mayor and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations;and WHEREAS, as the City identifies projects and transportation planning needs, the City will engage in a competitive selection to identify from the consultant pool established herein, the most qualified firm to perform services; and the selected firm shall be awarded such work through a service order/task order to the agreement the contractor executes with the City pursuant to this RFQ solicitation. 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 pertaining to the ranking of proposals, pursuant to Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis'; authorize 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 HNTB corporation, as the first ranked proposer, Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer; H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer, Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer, Alta Planning + Design, Inc., as the eighth ranked proposer, and further authorizing the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. /7 PASSED AND ADOPTED this if day of Oah4PV 2' , Philip Le • vdr c ATT B L.. ,�� q� , APPROVED/ .....�....,'" FORM&LANGUAGE Rafael E. Granado, l'erk\�t(n,>',_ c), &FOR�CUTKKJ ct F:WURCWLL15oliotafautIDln]D1766K7 IftrtSl1E*e'a �Plm amg Consultant for Tran on 11 Commission DQamentsM`spri9eq* aka 21P.C,ae lution 9.22.17.doc UUW/yy)ttt 1 Q L'I r ' q � CF i 2re >> Resolutions-C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 18, 2017 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. 2017- 126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE- QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSON/NYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC.,AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN, GIORDANO&ASSOCIATES, INC.,AS THE FIFTH RANKED PROPOSER; KITTELSON & ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City's current agreements for general transportation planning and traffic engineering consulting services had an initial term commencing on October 11, 2012 through October 10, 2016, with a provision allowing the term could be extended for an additional two (2) years through October 10, 2018. At this time, the Transportation Department is seeking to replace the exdsting contracts to pursue proposals from firms that can provide transit planning and implementation of transit projects that require the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the promotion of transit, pedestrian, bicycle and auto accessibility. Given that the scope of future assignments is unknown at this time, it is important to create a robust pool to expedite future needs. Therefore, the City of Miami Beach seeks to contract with a pool of qualified consultants to provide Page 200 of 1633 professional services transportation planning .and related services on an "as needed basis." The Consultants shall provide subject ratter expertise to the City of Miami Beach specializing in planning for transportation and related projects. Suggested specializations include, but are not limited to: general transportation planning, smart growth, livable cities, complete streets, integration of transportation and urban design, economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning, and traffic engineering. RFQ PROCESS In order to complete a successor agreement, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications(RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an "as needed basis." On April 28, 2017, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on May 9, 2017. RFQ responses were due and received on June 14, 2017.The City received a total of 17 proposals from the following firms: •AECOM Technical Services, Inc., •Alta Planning+ Design, Inc. •Atkins North America, Inc. • Calvin, Giordano&Associates, Inc. • Florida Transportation Engineering, Inc. • Gannett Fleming, Inc. • HNTB Corporation • H.W. Lochner, Inc. • Keith and Schnars, PA • Kirdey-Hom and Associates, Inc. • Kittelson&Associates, Inc. • Marlin Engineering, Inc. • Nelsoniygaard Consulting Associates, Inc. •The Corradino Group, Inc. •The Street Plans Collaborative, Inc. •WSP USA Inc. •Zyscovich, Inc. On July 11, 2017, the City Manager appointed the Evaluation Committee via LTC #362-2017. The Evaluation Conrrittee convened on August 7, 2017, to consider proposals received.The Comdttee was comprised of Josiel Ferrer, Transportation Manager, Transportation Department, City of Miarri Beach; Rogelio Madan, Chief of Community Planning & Sustainability, Planning and Zoning Department, City of Miami Beach; Lynda Westin, Transportation Manager, Transportation Department, City of Miarri Beach; and Collin Worth, Bicycle Coordinator/Transportation Analyst Office of Transportation Management City of Miami.The Comrittee was provided an overview of the project, information relative to the Citys Cone of Silence Ordinance and the Govemment Sunshine Law.The Committee was 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 indicated in Attachment A in the following order. t HNTB Corporation 2. Nelson/Nygaard Consulting Associates, Inc. 3. H.W. Lochner, Inc. 4. Gannett Fleming, Inc. 5. Calvin, Giordano&Assodates, Inc. 6. Kittelson&Associates, Inc. Page 201 of 1633 7. Marlin Engineering, Inc. 8.Alta Planning+ Design, Inc. 9. Keith and Schnars, P.A. 10. WSP USA, Inc. 11. Florida Transportation Engineering, Inc. 12. The Corradino Group, Inc. 12. The Street Plans Collaborative, Inc. 14.AECOM Technical Services, Inc., 14. Kirriey-Horn and Associates, Inc. 16. Zyscovich, Inc. 17.Atkins North America, Inc. A summary of each top-ranked firm is available upon request. CONCLUSION The Miarri Beach Transportation Master Plan, adopted in April of 2016, identified 102 potential projects in the next few years. The City Commission has directed Transportation staff to implement the Transportation Master Plan as quickly as possible. Each of the 102 projects identified in the plan will need an initial feasibility study followed by design development. This work is primarily done by the Transportation General Planning Consultants (GPCs). Additionally, other project needs arise from time to time. As such, staff has expressed a need for a robust pool of consultants to be able to expeditiously address project needs. The current pool of Transportation GPCs consists of only four (4) firms. More than four GPC finis are needed to move projects forward quickly into project implementation, as the existing firs are at capacity with the various ongoing projects or studies, either with the City or elsewhere. For these reasons, the Transportation Department is recommending selection of the top eight (8) finis as ranked by the selection convrittee. After considering staff's recommendation and the results of the Evaluation Committee process, I recommend the selection of the top eight(8)fires as ranked by the selection committee. Doubling the nunter of firms will enable the Transportation Department to address project needs more expeditiously and begin project implementation sooner.The recommended pod of eight (8) firms contains each individual Evaluation Conrrittee member's top four (4) highest ranked firs. Selecting a pool larger than eight (8) finis may be too large for the anticipated work load. Additionally, several of the finis that are not in the pool of the eight (8) recommended firms are currently available either through the Miami Beach Architectural and Engineering (A&E) list or may be contracted, if needed, as sub-consultants to the eight(8) GPC firs being recommended. Therefore, after reviewing all the submissions, results of the evaluation process, and the anticipated implementation of the Miani Beach Transportation Master Plan projects, I recommend that the Mayor and City Commission approve the resolution authorizing the Administration to establish a continuing pool of prequalified consultants for general transportation planning and traffic engineering services, pursuant to Section 287.055, Florida Statutes, from the following firms qualified to perform the work: HNTB corporation, as the first ranked proposer; Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer, H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer; Calvin, Giordano&Associates, Inc., as the fifth ranked proposer; Kittelson &Associates, Inc.,as the sixth ranked proposer, Marlin Engineering, Inc., as the seventh ranked proposer; Alta Planning + Design, Inc., as the eighth ranked proposer. Further, I recommend that the Mayor and City Clerk be authorized to execute agreements, upon conclusion of successful negotiations by the Administration,with the prequalified fims. KEY INTENDED OUTCOMES SUPPORTED Page 202 of 1633 Ensure Comprehensive Mobility Addressing All Modes Throughout The City FINANCIAL INFORMATION The cost of the related services, detemrned upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Legislative Tracking Transportation/Procurement ATTACHMENTS Description o Attachernent A-- Evaluation Committe Scoring and Ranking o Resolution Page 203 of 1633 1111111111111 I i 11111110111 11111•11 1.4;laf'%ulallEM111 . 1111111110M . u'inDf €DjAllEMEM INEEN L.rPnVj°i:CCIIMIIIM 111101111 g ' .;:-e InlEMEMO ii. s!4 j. ,i: ! 1 0o X '1 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 40 MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3'd Floor,Mlani Beach,Florida 33139,www.niamibeachFl.gov,305-673-7490 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 14, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, July 14, 2017 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. MODIFICATIONS: 1. APPENDIX C Minimum Requirements & Specifications, Subsection Cl has been modified as follows: * * * • PRIME PROPOSER: 1. The Prime Proposer (Enginoorng Firm) shall be a Planning, Architectural, or Engineering firm "__•. ..- _ , •- •, - r•" e •- - -•- • • '• Ii."..:• @-sines--and-fret---',•- ---- - - --- -- - o authorized to conduct business in the State of Florida. II. RESPONSES TO QUESTIONS RECEIVED. Q#1: Are there are any public information/public involvement/communications opportunities in BID RFQ #2017-126-KB- General Transportation Planning Consultant Services on "As Needed Basis." - A#1: Yes, public involvement and related activities may be included in task orders. Q#3: Solicitation number #2017-126-KB, General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis' requests the "volume of contract" fry each qualifying project on page 27 of the Request for Qualifications. Will you please clarify what is meant by"volume of contract"for the projects submitted on behalf of the Prime Proposer and Project Manager? I ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' A#3: When submitting information pertinent to volume of contract, please indicate the contract fee. Q#4: Is there an estimated budget available for this? A#4: Estimated budget is not available at the present time. Q#5: Does Miami Beach prefer to have the 10 copies submitted in three-ring binders also? A#5: Section 0300, Submittal Instructions and Format, 1. Sealed Responses, requests the submittal of one original Statement of Qualifications (preferably In 3- ring binder), ten (10) bound copies and one (1) electronic format (CD or USB format). There is no specific requirement for the type of binding of the ten (10) • copies. Q#6: Our firm recently submitted a response to an RFQ in April of this year for which we had to submit our DUNS report. Would we be required to submit another one for our response to • this RFQ? • A#6: Pursuant to Section 0300, Submittal Instructions and Format, 3. Statements of Qualifications Format, Tab 2, Experience & Qualifications, 2.3 Financial Capacity, at the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. l Q#7: Please confirm the proposal delivery address is: Natalia Delgado, Contracting Officer 1 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor • Miami Beach, Florida 33139 A#7: The delivery address indicated above Is the address for the delivery of the proposals. Q#8: At the preproposal meeting City staff mentioned that work tasks might include design development. Should the response Include team resources for geometric design development, surveying, subsurface/utility investigation, and geotechnical analysis? Ma: The City anticipates up to 30% design for some tasks. The team should consist of technical specialties to facilitate conceptual design development. Q#9: Do you require Dun and Bradstreet SQR and submittal requirements from Appendix A from the Prime only? A#9: Yes, at the request of the City the Dun and Bradstreet SQR is to be submitted for the Prime only. Q#10: Miami Beach General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis", Solicitation No. 2017-126-KB, ARTICLE 11. INSURANCE, sub article 11.2 requires naming the City as an additional insured on liability 2 ADDENDUM N0.3 REQUEST FOR SPORTATION PL O.NAl26-KB DTR GENERAL TRAA'GPOftTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' • policies on page 54 of the sample agreement. This is acceptable with respect to General Liability and Automobile Liability policies. However, this is not possible for the Professional Liability policy. Please confirm that this sub article pertains only to the General Liability and Automobile Liability policies and not to Professional Liability policy. A#10: The request to name the City as an additional insured on the liability policies is only applicable to general and automobile liability. Q#11: The indemnification in Section 40. of the RFP is inconsistent with the indemnification in Article 12. of the Sample Contract, and more broad than what is allowable in Section 725.08 of the Florida Statutes. Can this be updated for consistency, so that both sections are equivalent to that listed in the Sample Contract? M11: Indemnification language will be agreed upon during the negotiation process with the awarded firm(s). Q#12: The Sample Contract Article 11.2 requires us to name the City as additional insured on all the policies. Additional insured cannot be named on the Workers' Compensation or Professional Liability policies, can the city add an exclusion for these policies in the contract language? • A#12: Please refer to response to Q10 above. Q#13: Can you please clarify the difference in what is being requested between Tab 1, 1.3 • Minimum Qualification Requirements and the Tab 2, Experience and Qualifications items 2.1 and 2.2. Both areas of the RFQ seem to ask for similar information. For Appendix C, item C.2 specifically— what is being requested from proposers for this section (e.g., • qualifications, approach, etc.). It appears qualifications and approach are covered uncer Tab 2 and Tab 3 already. Clarification for this piece under Tab 1, 1.3 is appreciated. A#13: Section 0300, Submittal Instructions and Format, 3. Statements of Qualifications Format indicates how the City recommends that the Statement of Qualifications be organized and tabbed. Tab 1, 1.3 will include verifiable information documenting compliance with Appendix C, Minimum Requirements & Specifications, Cl. Minimum Eligibility Requirements. Tab 2. Experience & Qualifications will include information pertaining to Appendix C, Minimum Requirements & Specifications, C2. Statement of Work Required. Q#14: Are there any specific forms or certifications that subconsultants need to submit as part of our proposal, or are those only to be completed by the Prime Proposer? A#14: No, there are no specific forms or certifications that need to be submitted by the subconsultants as part of the proposal. Q#15: Are Proposers required to obtain a business license in the City of Miami Beach prior to proposal submittal? A#15: Please refer to Section I. Modifications. 3IADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017426-KB GEPERHL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASS' 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 RafaelGranadoamiamibeachfl.Qov, Procurement Contact: • Telephone: ' Email: Natalia Delgado 305-673-7000, ext. 6263 I nataliadelgadc@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pro sal. i c ely, f ex Is rocurement Director • 4I ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2011-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" MIAMIBEACH Procurement Deportment, 1755 Merid'an Avenue,3 d Floor, , , . Miami BeachFlorida 33139wwwmiamibeach9. spar gov, 305673-7490 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 5, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions we underlined).. I. ATTACHMENTS (Unintentionally Omitted from Addendum No.1): Exhibit A: Pre-Proposal Meeting Sign-In Sheet 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 . RafaelG ranadoOmiam i beachil.qov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 1 nataliadelgado@miamibeachf1.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pr•:•sal. i r rely, . x ■- Is '° oc,-ment Director 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN°A5 NEEDED BASIS° EXHIBIT A Pre-Proposal Meeting Sign-In Sheet VIIAMIBEACH COPY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: RFQ-2017-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" '11 *4.D. L a s ' COMw ; a'FIs gi 4 :' * £ I'.FhSP1'YF7N l?- x`- L F'E-itiR AW V" 1.5157zs :' d � £ Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado(Tamiamibeachfl.gov Ext. 6263 d 0\ vann'nq Grp) -2S.Lgr. OkC, SASS 21S1730\110$ • 7%-\ Ml\ T„dam. at e?, r [n+� and Senn Na2 . h >\IAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: RF Q-20 17-126-K8 GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" :1C-41‘g i COm�a�Y ��i `_V f P9 IecEas : :- n� )x 3nnT sS • • Zyncie adhS,j w C3 r /r/:4...; c% - Jot-L 7s-700" c C14j 4 t-tl0.n..Z. (R)AC ars -413'100o .JSIe( Terra-DMZ Ye,53I Jasierewr( ' ite..A.Z.L9Achfl-arrst Oct. Vie% KSCLw 4a.17710 10-7- �u�l�rzs .ileo ti \S1 .. Colt 1-86- EL- ‘161Nrevetim Ltu. Jo-we Calh-a-nodre P.tem n � _ 57-Ore. e pI iich;a c&n, 305 �FiLY LcSAf3C I GonzAJea is hbn l.4o nxw ted eCita SA , COM C' °-; J 20G-95 25 �.q-� '+SAL. 30C-s3s•-mil I '`1�1. �LJ Flt 1�+1h+� 0 Ki.r�,�4�H941.tiyp EKer4 kfMLGf-ttoa-.j 1110-951/- n a EA111'10NSys- 1 t,- temns Un1S`[4MLC'Y--soacco• al CftA CO m'NY&rr /et6H hG 79‘ girt C..ETA-1 Cc ).c v ffnel.ceh 7rYd Je Cvu�wed PLJt cc ll. , -AAS In tee S ���z/'/ 2 IAIAMIBEACH CITY OF MIAMI BEACH PRE-SJBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 20-17 TITLE: RFQ-2017-126-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" rzr `-3L4II.iftbRESS rj " r -"z g `'1 C • a- L4 F-'FE305 z/63 - 'curie �y4 C/a FTG- 1hc. ne�- cxF to7 ouubR K(4a4S p-i- " 3 - atUaKE'F"IG/NC,itar/ 33-272.9 Ific ceter4iejeWSvi L1MIr 6/.0.49.4a gia6dclgd r ,L53 Gas-7323 �CPi12E VAGivvroGPA 5 - U CorraOlo G-)i-v e e' 20ont 5-79 sbwn.w.ZT„ crad llc. QUI\e,e. w5,P/ 0 b Qum('zelAs 5wvflct , CoNn 3o6H's 3 `1AIAMIBEACH CITY OF MIAMI BEACH PRE SUBMITTAL MEETING SIGN-IN SHEET DATE: Mat 9, 2017 TITLE: RFQ-2017-126-KB GENERA_TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" riA.ME f-;_+ _ CO�ffi.1.`\'Y h 11 " f r&na, Ro\\d1/4.\ e\.ciK As ,o Suc 954903. 1\O bc=c4rltd—\� n@ �i�eagq .mu, Kt Antes,. enix Hu-2 Airz.Avxai, 3.D5 k Pio i cP,„a c . u O •5g1j f I q c1M Chkse.� TY l,v, T,c - na-hov,a;i 3&S 3*I _ ,1 lt-c.ertic c1e --}yt,n. Cot" 1zt6 �orye µ . Let ' Loch Qr 3LSS03 °IPl3 '7Loeez di kw toclvner . co w. -AAc *wire rT1a- l�.'TK-(NS 30G-514-33/6 jakk schi+ehlav-@Abns6lobaL torr, pr 4L4 r.s r7rA��� m @ 11n.1'b• o,„ °5 22214 j2fl�1 Go Sfh ih�r.+do ``4•Mit ISJhnes et.m . '3t3 . 2a. r lc ce.,a0.34 3os- 4 Y55 eict. e.lQ y /12),-t ? . c'rJu1 T1nlate_ Q L. jt-.r {Cnbhgbacla e"AokA, beackii °off Tho 4 MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3'Floor, Miami Beach,Florida 33139,www.miamibeochR.gov,305673-7490 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 5, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, July 7, 2017 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach,-Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet 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 Rafae IG ran adoam lam i bea chfl.Dov. Procurement Contact: Telephone: Email: • Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Ale De ' rement Director I ADDENDUM NO.1 REQUEST FOR QUALJFICATIONS NO,2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" REQUEST FOR QUALIFICATIONS ( RFQ) GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" 2017-126-KB RFQ ISSUANCE DATE: APRIL 28, 2017 STATEMENTS OF QUALIFICATIONS DUE: JUNE 12, 2017 @ 3:00 PM ISSUED BY: MIAMIBEACH Natalia Delgado, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeacbR.gov M ';ll 2.1;' BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B 'NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 28 APPENDIX F INSURANCE REQUIREMENTS 30 APPENDIX G SAMPLE CONTRACT 32 REQ 20.7-125-KB 2 BEACH SECTION 0200 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 Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications(the'proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and,subsequently, the successful proposer(s)(the"contractorfsj") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicourchase.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 PublicPurchase must register immediately with PublicPurchase 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 contract with consultants to provide professional services transportation planning, traffic engineering, and related services on an "as needed" basis. 'As needed°basis means that each firm awarded a contract pursuant to this RFQ will be placed on a list where the City may call upon it to perform professional projects, as assigned by the City Administration. As the need for services arise, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as-needed basis. The ability to have a rotating list of firms available to provide these services for Transportation Department would enable the City to effectively and efficiently manage these projects. Each proposed contract shall be for a three (3) year contract term,with two(2)one year renewal options at the City's option. The Consultant shall provide subject matter expertise to the City of Miami Beach specializing in planning for transportation and livability. Suggested specializations include but are not limited to: general transportation planning, smart growth, livable cities, complete streets, integration of transportation and urban design, economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning,and traffic engineering. 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:Ilwww.miamibeach0.gov/transportation/). These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. Continued on the following page. r<FQ 20'7-126-KB 3 : 1 BEACH The modal prioritization strategy below was adopted by Resolution of the City Commission as a guide during the planning process conducted during the City's Transportation Master Plan. Mode share goals for 2035 were developed based on the recommended projects identified in the Transportation Master Plan, UNDERSTANDING MODE SHARE 0 Q o% 0 0 ottti "RIC- 1 --- rrs tircis 2 - - 3-- mw CITY in MIAMI-DACE COUNTY m ucrrrns MOLE It U M The Goals below were developed to move toward this mode share and to guide project selection during the Transportation Master Planning process: 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. Goal 4: Provide accessible and convenient off-street parking facilities. Goal 5: Ensure most, if not all, planned developments are 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 the efficient freight mobility and deliver of goods within the City. From these efforts Priority 1 (short term), Priority 2 (medium term), and Priority 3(long term) projects were identified to meet the Transportation Department's goals and Key intended Outcomes. The short term projects are based on an assessment of needs and the potential for rapid deployment. The mid- and long- range planning phases are designed to further shape the City by upgrading transit corridors, mobility and accessibility throughout the City. An additional and very important component of transit planning and implementing regionally significant transit projects is the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the promotion of transit, pedestrian, bicycle and auto accessibility. To accommodate these needs, a broad, interdisciplinary team is required. In accordance with Section 287.055, Florida Statutes, known as the "Consultants' Competitive Negotiation Act", the City may enter into a 'continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule 2FQ 2017.126-KB 4 ' I ' :' BEACH with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The price and leans for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. This RFP is issued pursuant to Chapter 287.055, Florida Statutes,the Consultants Competitive Negotiations Act(CCNA). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation Issued April 28, 2017 Pre-Submittal Meeting May 9, 2017 at 1:00PM(EST) Deadline for Receipt of Questions June 2,2017 at 5:00PM(EST) Responses Due June 12, 2017 at 3:00PM(EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone'. Ematl. NATALIA DELGADO 305-673-7490 NATALIADELGADO• MIAMIBEACHFL.GOV dditionally, the City Clerk is to be copied on all communications via a-mad at: RafaelGranado(o)miamiheachfi qov: •rvia facsimile: 786-394-4188. The Bid 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 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE•PROPOSAL MEETING OR SITE VISITIS).Only if deemed necessary by the City,a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3RD Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow RFO 20'/-I 26-KB 5 0 :.''I ',`.' 'BEACH SECTION 0200 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 Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s)(the'contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (wwn.pubiicourchase.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 PublicPurchase must register immediately with PublicPurchase 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 RFD, the City seeks to contract with consultants to provide professional services transportation planning, traffic engineering, and related services on an as needed' basis. 'As needed' basis means that each firm awarded a contract pursuant to this RFQ will be placed on a list where the City may call upon it to perform professional projects, as assigned by the City Administration. As the need for services arise, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. It is the intent of the City of Miami Beach to select several firms under this RFQ,which will be contacted on an as-needed basis. The ability to have a rotating list of firms available to provide these services for Transportation Department would enable the City to effectively and efficiently manage these projects. Each proposed contract shall be for a three (3) year contract term,with two(2) one year renewal options at the City's option. The Consultant shall provide subject matter expertise to the City of Miami Beach specializing in planning for transportation and livability. Suggested specializations include but are not limited to: general transportation planning, smart growth, livable cities, complete streets, integration of transportation and urban design,economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning, and traffic engineering. 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:/Iwww.miamibeachfi.gov/transportationf). These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. Continued on the following page. RFQ 2017-125-KB 3 m 1=P,' BEACH The modal prioritization strategy below was adopted by Resolution of the City Commission as a guide during the planning process conducted during the City's Transportation Master Plan. Mode share goals for 2035 were developed based on the recommended projects identified in the Transportation Master Plan. UNDERSTANDING MODE SHARE 0 ok 0 PrO:t; ET YCL9: -C'F '3.W 3=10:5 n:rr CITY Ir MIAMI-DADE COUNTY TO icrrpn MINE 111212CIY The Goals below were developed to move toward this mode share and to guide project selection during the Transportation Master Planning process: 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. Goal 4: Provide accessible and convenient off-street parking facilities. Goal 5: Ensure most, if not all, planned developments are 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 the efficient freight mobility and deliver of goods within the City. From these efforts Priority 1 (short term), Priority 2 (medium term), and Priority 3(long term) projects were identified to meet the Transportation Departments goals and Key intended Outcomes. The short term projects are based on an assessment of needs and the potential for rapid deployment. The mid- and long- range planning phases are designed to further shape the City by upgrading transit corridors,mobility and accessibility throughout the City. An additional and very important component of transit planning and implementing regionally significant transit projects is the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the promotwn of transit, pedestrian, bicycle and auto accessibility. To accommodate these needs, a broad, interdisciplinary team is required. In accordance with Section 287.055, Florida Statutes, known as the'Consultants' Competitive Negotiation Act', the City may enter into a 'continuing contract' for professional architectural and engineering services for projects in which construction costs do not exceed$2 Million or for study activities for which the fee does not exceed$200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule RFQ 20'7-126-K3 4 m BEACH with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. This RFP is issued pursuant to Chapter 287.055, Florida Statutes,the Consultants Competitive Negotiations Act(CCNA). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation Issued April 28,2017 Pre-Submittal Meeting May 9, 2017 at 1:00PM (EST) Deadline for Receipt of Questions June 2,2017 at 5:00PM(EST) Responses Due June 12,2017 at 3:00PM(EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement contact Telephone. NATALIA DELGADO 305-673-7490 NATALIADELGADO• MIAMIBEACHFL.GOV •dditionally, the City Clerk is to be copied on all communications via e-ma] at: RafaelGranado( miamibeachf.gov: r via facsimile: 786-394-4188. The Bid 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 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISITIS).Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3o Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow QI-O 20'1-I 26-KB 5 G BEACH these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. 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 PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase 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. 7. 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 Citys Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: h ttp:/(web.mi ami beachfl.govlorocurement/scro II.aso x?Id=23510 CONE OF SILENCE.. CITY CODE SECTION 2-486 PROTEST PROCEDURES CITY CODE SECTION 2-371 DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-085.3 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2481 THROUGH 2406 CAMPAIGN CONTRIBUTIONS BY VENDORS. CITY CODE SECTION 2-487 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES.. CITY CODE SECTION 2-488 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS. CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2407 THROUGH 2-410 • PREFERENCE FOR FLORI DA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS.FAVORS&SERVICES_....... _. CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perforin work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 4FC0 2017-12x6-KB 6 m •.'! ":' BEACH 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT (ADAI. Call 305-673-7490 to request material in accessible format, sign language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer 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 responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals 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. KF0 201/-126-KB 7 BEACH 19. DETERMINATION Of AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who 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 Managers recommendation need not be consistent with the scoring results identified herein 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 Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Managers 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. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Nohwithstanding 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. 21. Postponement/Cancellation/Acceptance/Resection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFC); postpone or cancel, at any time, this RFC) process; or waive any irregularities in this RFC), or in any responses received as a result of this RFO. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the PROCUREMENT DEPARTMENT prior to award of the contract by the City Commission. 22. 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. 23.COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposers employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic RFQ 201/126-K8 8 m • BEACH substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposers history of citations andlor violations of environmental regulations in investigating a proposers responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations andlor violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this REQ. Failure to do so will be at the Proposers risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment 011 be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS& ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, andlor agents, from liability of any nature or kind,including cost and expenses for,°iron account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30, DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty,obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the FQ 2017-126-KB BEACH Proposer, or its officers,employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NONDISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including'. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods andlor services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer,including past performance(experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement,other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. • FQ 201/-125-K3 10 m BEACH 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation;then D. The Proposers proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees., agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor 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 be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter 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; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with,all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. FQ 20 7-126-K9 11 0 `.' BEACH 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, 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 Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ,and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term andlor condition of the RFQ to which Proposer took exception to (as said term andlor condition was originally set forth on the RFQ). 48.ACCEPTANCE OF GIFTS, FAVORS, SERVICES.Proposers shall not offer any gratuities,favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items'), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Paqe Intentionally Left Blank RFC,1 201/-125-Ks 12 CA -.' ' BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder)must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Addifionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopen$d. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact,contact telephone&email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract, 2.2.1 Provide a comprehensive summary of the experience and qualifications of the individual(s) who are proposed to serve as the Project Manager and Task Leaders for this Project. 2.2.2 Team Experience.Personnel and consultants specializations listed below are desirable: R=Q 2O17-126<3 13 BEACH 1. Transportation Planning 2. Smart growth 3. Livable cities 4. Complete streets 5. Integration of transportation and land use 6. Economic and financial analysis 7. Transit planning 8. Bicycle and pedestrian planning 9. Urban design 10. Station area planning 11 Traffic engineering 2.2.2 Evidence of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. 2.3 Financial Capacity. At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SCR) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:Ihu ool ie coo rta lido b.c om/webs oolwcs/storesls ervleUSu ppl ierPortal?store Id=11696 Proposals are responsible for the accuracy of the information contained in its BOR. It is highly • recommended that each proposer review the information contained in its SCR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SCR submittal •rocess,contact Dun &Bradstreet at 800-424-2495. Approach and Methodology Submit detailed information on the approach and methodology, how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, strategies for assuring project is implemented on time and within budget. Include the percent of time the Project Manager and Task Leaders will be available to provide the require scope of services to the City. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (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). KFC 20 /-1 26-Kb I2 m 'r'1 ' ,=;' BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step i-Qualitative Criteria Maximum Points Proposer Expenence and Qualifications,including Financial Capability 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each fine by the City within the last three(3)years from the due date for proposal.See 5 Section 4 below. 4. Volume of Work 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 R=0 2017-126-KB IS e ','J =.':'. BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scaring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Prcposn Proposer Proposer A a C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step I Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 94 Member2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 79 I Member2 Rank 1 2 3 low Aggregate Scare 3 ] a Gina,Flanking' 1 2 3 'Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. FQ 201/-126-KB 15 APPENDIX A m MIAM BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 201/ 26-KB 17 Soliotaean No Sdiolaecn Title. RFC)2017-126-K3 GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS° Procurement Contact: Ter Erna& NATALIA DELGADO 305-673-7490 I NATALIADELGADO@MIAMIBEAChFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affdav't Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME. No of Years a Boitless. No of Years in Buvnes&Localy OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST In YEARS'. FIRM PRIMARY ADDRESS IHEAOOUARTERSP CITY STATE. ZIP CODE. TELEPHONE NO. TOLL FREE NO. FAX NO.. FIRM LOCAL ADDRESS: CITY. STATE. ZIP CODE. PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. ACCOUNT REP TELEPHONE NO ACCOUNT REP TOLL FREE NO. ACCOUNT REP EMAIL. FEDERAL TAX IDENTIFICATION NO. The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or prindpal 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 xith contract requirements. FO 20 7-126-KB 18 1. Veteran Owned Business.Ia�Proposer claiming a veteran owned business status'? "; YES Fn NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government as required pursuant to ordinance 2011-3743. 2 Conflict Of Interest.All Proposers must disclose,in their Proposal,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 Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officerdirector, agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3 References 8 Past Performance.Proposer shall submit at least tree(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name 8,Title.3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is'YES,' Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein.including disqualification of their Proposals,in to event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)wit a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contnbuted to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ('Cade) and submit that Code to the PROCUREMENT DEPARTMENT with its proposaVresponse or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachflgov/procurement/. tF(3 20 /-126-Ci 19 7. Living Wage.Pursuant to Section 2408 of the Miami Beach City Code,as same may be amended from time to time,Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,20123 the hourly living rate will be Si 1.28/hr with health benefits,and S12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami(Ft.Lauderdale,issued by the U.S.Department of Labor's Bureau of Leber Statistics. Notwithstanding the preceding.no annual index shall exceed three percent(3%).The City may also,by resolution.elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposes'failure to comply with this provision shall be deemed a material breach under this proposal.under which the City may, at its sole option, immediately deem said Proposer as non-responsive,and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at www.miamibeachti.gov/procurement SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8 Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over 4100.000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or mare calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain cortractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide'Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Dces your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES l NO B. Dces your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? YES l NO C. Please check all benefits that apply to your answers above and list in the "other section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit ; Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance provides in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachf.gov/prowrementl. 'FC,/ 20 1-126-KB 20 9 Public Entity Crimes.Section 297.133(2)(a).Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entry crime may not submit a proposal. proposal. or reply on a contract to provide any goods or services to a public entity: may not submit a proposal. proposal,or reply on a contract with a public entity for the construction or repair of a publid building or public work:may not submit proposals,proposals,or replies on leases of real property to a public entity: may not be awarded or perform work as a contractor. suppliersubcontractor.or consultant under a contract with any public entity:and may not transact business with any public entity in excess of the threshold amount provided in s. 297.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes.and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required, By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance wit Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or serrices sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement Beginning on December 1, 2016, the city shall not enter into a contract,resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V cf chapter 62 of this Code. SUBMITTAL REQUIREMENT: Na additional submittal is required.By virtue of executing this affidavit document.Proposer agrees it is and shall remain in full compliance with Resolution 2015-29375. 13. Acknowledgement of Addendum. After issuance of solicitation.the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the Citys e-procurement system, PublicPurchase.corn. However. Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Inthal to Conlan Initial to Confirm I Initial to Confirm Remipr Recap' Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. *'01 201/-126-KB 2 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City')for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications. or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sale discretion,the City may withdraw the solidtation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sale discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances. including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicants affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents.or on any permitted communications with City officials,shall be at the recipients own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied.as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is fatally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposals MU be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto. are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solidtation. Sy submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true.accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10.000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. REQ 20 /-126-KB 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted: Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Fbrida Sunshine and Public Records Laws;all responses,data and information contained in this proposal. inclusive of the Statement of Qualifications Certification. Questionnaire and Requirements Affidavit are true and accurate. Name of roposer t Authorized Representative: Ito of Proposer s Authorvea Representadva Signature of Proposer's Authorized Representative. Date: State of FLORIDA 1 On this_day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: • k--O 201/-126-KB 2 3 APPENDIX B m MIAMI BEACH " No Bid " Form RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 " ' a µ. ii etxiars who have received nofficafion o- ..z<, i vet1�naf to respond,to complete and submit. `I, �"$tofeltnetlt o(No fid n The "Statement of No Bid" provides' Cly wfth Frfognatwri al how to improve the soficitotion txacessf failure to sttnit a;Statement of No Bid" may result in not being nofified _ by..:the.Cl1Y.,.i:. .. _ RFQ 201/-126-Kb 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO STATEMENTS OF QUALIFICATIONS#2017-126-KB 1755 Meridian Avenue, 3rd Floor MIAMI BEACH, FL 33139 kr Q 201/ 126-K8 25 APPENDIX C m MIA/VII BEACH Minimum Requirements & Specifications RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 20 /-126KB 26 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit,with its proposal,the required submittal(s)documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall rot have its proposal considered. PRIME PROPOSER: 1. The Prime Proposer(Engineering Firm) shall hold a 'Certificate of Authorization' by the State of Florida, Division of Business and Professional Regulations, as applicable. 2. The Prime Proposer shall submit no less than five (5) projects completed within the last ten (10) years completed exemplifying experience planning, technical, managerial and administrative efforts related to transportation studies andlor other planning-related activities. Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract, prime proposer's role in project. PROJECT MANAGER: 3. The Prime Proposer shall identify a Project Manager which shall submit no less than three (3) projects completed within the last ten (10) years completed exemplifying experience and capacity in performing transportation planning and related professional services Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract, prime proposer's role in project. C2. Statement of Work Required. 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:llwww.miamibeachfl.govltransportationl). 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 to include but not be limited to the following activities. 1. Short and Long Range Transportation Planning a. Conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management and other projects,as directed. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach, with the purpose of identifying 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 accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. RFC 2017-1 26-KB 27 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 as well as for bicycles and pedestrians. These counts can be either manual or automated. In addition, most of the above-mentioned studies will require the 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, multimodal 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 service. 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. 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 The Consultant will support City of Miami Beach projects by providing financial planning and analysis, as requested. Tasks may include but not be limited to: RFC) 201/-'26-KB 28 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 developmentfinancial analysis; economic and fiscal impact; economic (re)development and new transit system development and/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 area of environmental sustainability, and the City's adopted transportation mode share priorifies support its environmental goals. The Consu0ing team should have experience in incorporating environmental best practices into transportation studies and projects. Experience in incorporating environmental 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. 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. 6. Urban Design The Consultant should be familiar with current planning issues and regulations in South Florida, with experience in transit-oriented development planning. The Consultant should also have experience working with community and agency stakeholders to design high quality pedestrian, bicycle, and transit facilities that may include but not be limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines that emphasize pedestrian-scale development and transit and non-motorized-accessible site plans. 10. Project Control and Management It is expected that the Consultants project management team will bring the following experience and skills in the following areas of project control and management: Rh(3 201/-1 26-KB 29 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 consulting team, the City of Miami Beach, other consultants and stakeholders, and f. Conduct regularly scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders, RFQ 201/. 26-KB 30 APPENDIX D m► M AM BEACH Special Conditions RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFO 2017-126-KB 31 1. TERM OF CONTRACT. Three(3) years. 2. OPTIONS TO RENEW. Two (2)additional one(1)year options 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. 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. 13. 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). 14. 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. 15. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. RFQ 2017 26-KB 32 APPENDIX E M AMI BEACH Insurance Requirements RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 . RFC 101/-116XB 33 in MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels'of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence font), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000000 each occurrence-owned/non-owned/hired automobiles included. 4, Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 _Fire Legal Liability $ .00 _Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other • $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. R`O20I/I26-KB 34 APPENDIX F m' M AM BEACH Sample Contract RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 R-Q 20V-126-KB 35 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB DISCIPLINE: RESOLUTION NO. 2017- FCD 201/-126-KB 3� TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 38 ARTICLE 2. BASIC SERVICES 43 ARTICLE 3. THE CITY'S RESPONSIBILITIES 47 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 49 ARTICLE 5. ADDITIONAL SERVICES 49 ARTICLE 6. REIMBURSABLE EXPENSES 50 ARTICLE 7. COMPENSATION FOR SERVICES 51 ARTICLE 8. CONSULTANTS ACCOUNTING AND OTHER RECORDS 52 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 52 ARTICLE 10. TERMINATION OF AGREEMENT 52 ARTICLE 11. INSURANCE 54 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 54 ARTICLE 13. ERRORS AND OMISSIONS 55 ARTICLE 14. LIMITATION OF LIABILITY 55 ARTICLE 15. NOTICE 55 ARTICLE 16. MISCELLANEOUS PROVISIONS 56 SCHEDULES: SCHEDULE A 60 SCHEDULE B 62 SCHEDULE C 64 ATTACHMENTS: ATTACHMENT A 65 ATTACHMENT B 66 ATTACHMENT C 67 ZFO 20 7-1 26-KB 37 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN"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 , a corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on , the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-126-KB for GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on , the City Commission approved Resolution No._ _, respectively, authorizing the City to enter into negotiations with 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. 1tC,1 2U'/-126-Kb 38 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 Consultant pursuant to this Agreement, 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. 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 Construction Documents are constructible. in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design 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 design professional Fr]) 201/-126-KB 39 has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record"for the Project. 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 architectural, design, engineering 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 design 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 design services in connection with the Project. The Subconsultants in Schedule "C", 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 Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars($50,000.00) or less(or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), 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 Invitation to Bid (ITB). 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 Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor 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 FQ 20'/-126-KB 4,� 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. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultants control that are not due to any act, omission or negligence of either City or Consultant and. which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. 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. 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 prepared and established by the City, including the estimated Construction Cost and Soft Costs, The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described rFC 20 /-1 26-'K1'ti 41 in the Consultant Service Order. 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 B—Consultant Compensation and Hourly Billing 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. 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 govemment 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. .FFC2 201/-126-KB 42 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 the design of 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 (including, without limitation, the Design Documents contemplated in Schedule 'A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultants 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. 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 Design Documents and Construction Documents, nor shall any City approval andior decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. 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: FQ 2017-126-KB 43 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants(if any). 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 Consultants 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, Contractor, 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 consulting 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 RFC;/ 2017-126-KB 44 caused by the Consultants 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 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, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 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, contractors, 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 for design or construction of 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, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. 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 RFQ 2017-126-KB 45 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. 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 CONSULTANTS OBLIGATIONS, A WAIVER OF CONSULTANTS 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. ±Q 201/-1 26-Kb 46 2.18 GREEN BUILDING STANDARDS: 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 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, ZFC) 2017-12&0 47 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 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 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. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, 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 Fa 2017-126-KS 48 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 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator(which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" 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 hourly 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. Rho 201/-126-KB 49 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 the Consultant Service Order (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 geatechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. 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 *0 201/-1 26-KB 53 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 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 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 in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultants payment request. No mark- uR shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases 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, will be considered. In the event that the City 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 Consultants compensation on account of sums withheld by the City on payments to Contractor. 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. Invoices shall identify 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 Subconsultant 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. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records FCD 2017-126K3 5' 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. 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 FQ 201/126-KB 52 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 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. FQ 2017-126KB 53 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 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30)days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnity 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 attorneys 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 'shC3 201/-125-KB Se 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 Contractor, 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 Contract Documents that were prepared by the Consultant 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 applicable Assistant City Manager. 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 Consultants "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 k}-U 201/-I 26-KB 55 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: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Attn: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail. return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: 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. 16.2 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. 16.3 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 contractor, supplier, subcontractor, 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 H-C,1 201/-126-Ks G6 Consultant 16.4 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. 16.5 LAWS AND REGULATIONS: 16.5.1 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. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes. entitled "Inspection, Examination, and Duplication of Records: Exemptions," 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 contractor 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. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, 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. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 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. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: 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. RFQ 20'/-1 /26-K6 57 16.7 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. 16.8 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. 16.9 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. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 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. 16.10.3 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. 16.11 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. FQ 201/-1 26-K3 5B 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: CITY CLERK MAYOR Attest CONSULTANT: Signature/Secretary Signature/President Print Name Print Name �FQ 20 7.126-KB 5� SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RFC) 2017-I26-KB 60 ATTACHMENT C CONSULTANTS RESPONSE TO THE RFQ 41 Detail by Entity Name Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS ] Drimol i of ./""Jtt.or9 ir r Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation CALVIN. GIORDANO&ASSOCIATES, INC. Filing Information Document Number M17373 FEI/EIN Number 65-0013869 Date Filed 06/27/1985 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/21/2001 Event Effective Date NONE Principal Address 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Changed: 04/02/2001 Mailing Address 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Changed: 03/02/2000 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 02/12/2018 Address Changed: 02/12/2018 Officer/Director Detail Name&Address Title PCEOD GIORDANO, DENNIS J http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inq... 4/1 1/2018 Detail by Entity Name Page 2 of 3 1800 ELLER DR STE 600 FORT LAUDERDALE. FL 33316 Title V EICHNER. SHELLEY 1800 ELLER DR STE 600 FORT LAUDERDALE. FL 33316 Title V Keyser. Curt 1800 ELLER DR STE 600 FORT LAUDERDALE. FL 33316 Title V COOK-WEEDEN.TAMMY 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title Secretary HOPKINS. DAWN 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title V WATTS, STEVE 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Title VT GIORDANO. CHRIS 1800 ELLER DR STE 600 FORT LAUDERDALE, FL 33316 Annual Reports Report Year Filed Date 2017 01/10/2017 2018 01/02/2018 2018 02/06/2018 Document Images 02!12;2018--Req.Agent Change View image in PDF format 02/06/2018—AMENDED ANNUAL REPORT View image in PDF format 01/02/2018--ANNUAL REPORT View image in PDF format 01/10/2017--ANNUAL REPORT http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 4/1 1/2018 Detail by Entity Name Page 3 of 3 View image in PDF format 01/04/2016--ANNUAL REPORT View image in PDF format 05/07/2015--AMENDED ANNUAL REPORT View image in PDF format 01/14/2015--ANNUAL REPORT View image in PDF format 12/22/2014--AMENDED ANNUAL REPORT View image in PDF format 10/30/2014--AMENDED ANNUAL REPORT View image in PDF format 03/20/2014-AMENDED ANNUAL REPORT View image in PDF format 01/09/2014--ANNUAL REPORT View image in PDF format 01/04/2013--ANNUAL REPORT View image in PDF format 01/24/2012--ANNUAL REPORT View image in PDF format 03/15/2011--ANNUAL REPORT View image in PDF format 02/17/2010--ANNUAL REPORT View image in PDF format 02/25/2009--ANNUAL REPORT View image in PDF format 02/21/2008--ANNUAL REPORT View image in PDF format 04/23/2007-ANNUAL REPORT View image in PDF format 01/20/2006--ANNUAL REPORT View image in PDF format 01/19/2005--ANNUAL REPORT View image in PDF format 07/02/2004--ANNUAL REPORT View image in PDF format 01/27/2003--ANNUAL REPORT View image in PDF format 03/13/2002--ANNUAL REPORT View image in PDF format 04/02!2001--ANNUAL REPORT View image in PDF format 03/20/2001--Amendment View image in PDF format 03/02/2000--ANNUAL REPORT View image in PDF format 02/24/1999--ANNUAL REPORT View image in PDF format 01/27/1998--ANNUAL REPORT View image in PDF format 02/10/1997--ANNUAL REPORT View image in PDF format 01/29/1997-NAME CHANGE View image in PDF format 02/06/1996-ANNUAL REPORT View image in PDF format 01/25/1995-ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 4/11/2018 Calvin, Giordano g Associates, Inc. / EXCEPTIONAL SOLUIINS'• Electronic GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING RFQ# CONSULTANT SERVICES ON AN "AS NEEDED BASIS" 2017-126-KB Alki- ;`iso e ° . — - air �.i i - fi , _. "� • — _ 1 di \ ,,,-... ..„....,-,--2-.,,_,Rtglw,-.4.- •,ii.---4:- — ' / / \ \ _r r j, -ti - - ' -- - _ - -- • -- oke:, y . __-- s ''"if ' 41116 - ..-�"�!,`'� _ ilt ... 41-111/341 Air !• fir'° — �e.` .. �r� OM 4 ill �, t. SEs y �. ` �a - st , --,,...,:- .„,f.,..i....- , is , ! 1S4 gt _:, fri NMI IOW j. Prepared CITY OF MIAMI BEACH For: Due Date/Time: 1755 Meridian Avenue,3RD Floor JULY 14,2017 Miami Beach,Florida 33139 3:00 P.M. 1 . .., $ .. .,. - . fiir 4 . t ' . .. .- ' .... -• .* . , • .. , 11-°.`;k 4 .*e 4... ... = . CEIVIt4ailli ;:----- , 'I''_-iN .1—> .1,- i - I •,- ..--- ,-----;.,-_,,,atzft :-.6"..-=.1 __P t :-..-.! 41-_, „--- -....' ..._....,- Ausioratzmi soir_„,:1--.,... , .....-...-_z .._..___;„----er,--7'." .-. • - -- z- - -• -.: _... - ...., .-.... ,., mi .• . :, _,---77-±---- ,.._;... _--_ _ .',•::...gi.7. :_, - ,. .--..t.,-..- .- • -----1 - - - - ---• ,-- -- - - mIni M.I - imimium -- g 13 - tomma= -i - t vow:. -.--EMNIIIEM Ill --W ..."-- 1........„ ' irui:, .1_,.-7-, , -_--- :__-11)._i---___. -,, 4; - -•?-7",,, ENNIIIMIIMB '' --=11111:--,..,:-tipt_- . ._,, " ,,, - ,, ,..,_ =ft ...1_.. ..•••••••!".,"-- iggr7ri......e.'-.-4- - ii, • .5---- site... ..1.-:- '-3.1iiii::: . 'r'- - .7.-- gt -- i g•::0 Ir.-1 46,1›...kiar•AR-• '- ''. ••. . 7 ' ----*- II= WI UP -• -2._-_ iE:t, !:.f.,2'2-441' .10102tir---1( t-' • -•• i' ----1., ''aIL- III;; .;., - •ie ' .• _ asa..-• _.............._._.. „.... • f:LIN 1 e'..7' –!NE•It ,..:..."..-.. ..:.. ' 1 .....ivse. . •:'r . .711ka_:7...4l ...-..- -••-•if 7 ' "'- - 7 11'-'11 --- -------- .;Eif A.••t-,,,-•I MN::: • .•... . _ - ."-•::::1:: ;:4, . •••••• ..... Si • . — ...-- '"Ii."4.1i ".... "42111-0r.4.' ."...•••:. '•-:-Al 1-Ili.' 'fotiii.. .: :7"'17-4''': `'•••••• 1 - -,k‘i ..---•- ••:,.... , •• .......8-I ..!.r• ;•./k:;10!.....• , . . . .. _a• ...,....--......._,..ri,.. ',M,•t•..., .1„,,, -.. •it-t.- - - ---% ''''''... ..it' P':G.._.2//i-11/ ' •••••:.....-' I ...•i4:ir,,,,e--L.:,1:,12:; __.-— ..-- ,x----,. ..„,„„--5, elgigitimil,.1 Ili 3.04,of'.*r-,t,'!".'• 4, -3t. .•-• . ---• - --..„.•- • re",--•: i„ --_-.4161.. •G. .:-1 : - :-.' ,e:-1 ''''' • '.. •r.- .... ',a... ;tt.:....1.-'.. .1111Pilet... ...,....."'N ' „...._. COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS . , - - 111ft!- • -'-- •r -t-V_-.,4_-_-:.:' kt_ v '^,..:,.-."--.1-1.• •:: LW' ...,,..r....._, --. •- - ,•., ..0r.°"-Irt...• * ..'"'--' '• 11-'-z.:5- ,... !1"--'•• '..-7."-;)^ -... ..-"'"" -.: .=-:. : '---.7_--z fr- ._11,z 0,, •.:-L.,visas ...-• , - • -*-• ...,.. • —1-....----=' —- ..., 44, --",- ..-.,--x^.--.-• -W:•• - ' -----E' .04.1QF -- . .._ •- - _ ' — . . - —-- .ALINit. 1'""""'''i"'"" II ' - . 1 -7.--.. -,-gtAr-allriSo.-±-7--':-.'' . . _ „.,.,. - ,._7,,•_•_, 4.4.1..- it., .e' . ...--- If ',-. - -Yor•SLA,„%„ '-- ----' ' . ,..... ,_. ..., . .--. - 've: ._,-.•.;'Oin.' ''- ''' '''''' '--• 4 Z.--.;"- 'L,.2,-.1 .",' . 4i,, Atiftil ' • \, ..... .., . AM..•---_-_,-, — ..A..--'' "..--...s.--3, ...,-- ''....3254 406. ,...---..; _ . 11 .117- ,.._ ......-.....,...- .... ••. -Sr..11 .. .P. ....-...--,...;_h•-....- -.1.------ .....- , .......:•,.• . ---p-,--b - - 1,./.1r......: : • IIMII . - ..... . -, ..,.... „....--ai r i - • . -..:. ....... ..„ . • - - -,,, • ...,...,-. . -- " Ala ""'""IF .$ ' ' " j,..,-' ,:egmAirior Ar /pomp . ",... e.rloare, • .....e114... • - s um&t':A., __,4 --T• ' - .-, ,s— , . -_i_ „.._._(,...- . '''' 7,...1•9•• ' 1111.111MLINWa. ' ' S./ -':, - - . 1 ifr,.,, -'---f ' 711- .) -.., • '''... 7 • ' - •a • • - •Z-.41-• "2.414,r2 e•,•.77'. .........4 J'-•• 4. , . , ••-----• — Pr. 1, •. -•. ,_.,. , s -- ,..._ ?- :- -? •,-........ j .-, '; i : 1"t. - '•,, , - Or .1.,A,' - . _ _ - _:.4-4•: i / . Calvin, Giordano 8 Associates, Inc. E % C E P T I O N A I. SOLUTIONS' — July 14,2017 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach,FL 33139 RE:City of Miami Beach General Transportation Planning and Traffic Engineering Consultant Services on an"As Needed Basis"-RFQ#2017-126-KB ridding Code Services Dear Selection Committee: Crvll Ergineering/Roadway &Highway Design Calvin, Giordano & Associates, Inc. (CGA) is pleased to present this Letter of Interest in Coastal EnAlneer ng response to the notice released by the City of Miami Beach (City) for Transportation Planning Code Entorement Conawcnon Engireying& and Traffic Engineering Consulting Services, and is committed to providing the services Inspection ILEI; outlined within this solicitation. Thank you for giving us the opportunity to respond to this Construction services Letter of Interest We know that given the opportunity,we have the experience,the desire and Data Technologies& the dedication to meet the needs of the City with the highest degree of professionalism Development resulting in the successful completion of all services related to this contract Electrical Engineering Engineering For this project, CGA has assembled a team with the technical expertise and the in-depth Environmental Services experience working together on various projects in the tri-county area. CGA, along with Facilities Management Tindale Oliver,Toole Design Group,CALTRAN Engineering Group,Lambert Advisory and Roar Geographic information - Media have collaborated on the traffic engineering and transportation planningservices for yograpStems(GIS) g g ' P Governmental Services the City of Boca Raton Downtown Traffic Study, the Fort Lauderdale Mobility near tut Quality Management/Transit Master Plan and the SR 5/US-1/Biscayne Boulevard project from SE 8 .andscase Ar*ascWre Street to NE 215 Street for FDOT District 6 among other projects. The CGA Team includes Planning nationally recognized local experts In transit (Tindale Oliver) and complete streets planning Project Management and design (Toole Design Group). From this experience,the CGA team has gained an immense Redevelopment understanding and knowledge of collaborating together on similar multimodal transportation &Crban Design Surveying&Mapping planning and traffic engineering projects which will help ensure successful partnership with -raffle Enlneering the City. 'ransportat on PlennDg Water utllnies Engineering As a multi-disciplinary firm, CGA has been doing business in South Florida for more than 80 Website Devela.meni years. Our diversified experience and exposure to different professional perspectives has greatly enhanced our team's ability to provide our municipal partners with innovative ideas, quality solutions and technical strength in our roll as designers, reviewers and agency liaisons. Since its inception, CGA has served as professional consultants to various municipalities throughout Florida, a number of which have been repeat clients for over 30 years. Our municipal transportation and traffic engineering experience is extensive; recently providing consulting traffic engineering services for the Cities of Pembroke Pines, Weston, Hallandale Beach, Fort Lauderdale, Sunny Isles Beach, Boca Raton and the Town of Surfside. Bayshore Executive Plaza Town of Cutler Bay and the Town of Davie. CGA has served as consulting engineer for 10800 Biscayne Boulevard numerous municipalities in South Florida including being the City Engineer and City Traffic Miae 950 Engineer for the Cityof Pembroke Pines and the Cityof Weston for a number of years.In that 786.4 5.L 200 p1hone g 786.4815200 phone role CGA serves on the Broward MPO Technical Advisory Committee on behalf of both Cities. 786.485'520 tax Today, CGA provides a broad range of services, including Traffic Engineering and Transportation Planning, Urban and Regional Planning, Civil Engineering and Roadway WWwsaasdullons.com Design, Construction Engineering and Inspection, Environmental and Sustainability Services, Electrical Lighting Design and Landscape Architecture. Taking advantage of opportunities brought about by growth and change is what distinguishes CGA as a professional consultant and what defines the firm as a problem solver and creative partner for the long term. FORT LAUDERDALE MIAMPOME WEST PALM REACH CLEARWATEARAMPA ESTERO PORT ST.LUCIE With more than 350 employees, our firm provides a broad range of consulting engineering and related services typical of a large firm,but with the personalized attention of a much smaller company. We are confident that we exceed all of the following minimum eligibility requirements and preferred qualifications: C.1.1 Yes Minimum Eligibility Requirements (MER)- The Prime Proposer (Engineering Firm) shall hold a "Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations, as applicable. CGA holds a Certificate of Authorization by the State of Florida, Division of Business and Professional Regulations. C.1.2 Yes Minimum Eligibility Requirements (MER)-The Prime Proposer shall submit no less than five (5) projects completed within the last ten (10) completed exemplifying experience planning, technical, managerial and administrative efforts related to transportation studies and/or other planning-related activities.CGA has provided eight(8)completed projects by CGA as examples within the past 10 years that exemplify this experience. C.1.3 Yes Minimum Eligibility Requirements (MER)- The Prime Proposer shall identify a Project Manager which shall submit no less than three (3) projects completed within the past ten (10) years completed exemplifying experience and capacity in performing transportation planning and related professional services. CGA has provided five (5) completed projects by CGA's Project Manager as examples within the past 10 years that exemplify this experience. C.2 Yes Statement of Work Required-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.These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. CGA has put together a team of multidisciplinary Consultants that have the technical expertise in all of the services and activities outlined. If selected, CGA's Miami-Dade office located at 10800 Biscayne Boulevard, Suite 950, Miami, FL.33161 will be the responsible office for this contract. I, Shelley Eichner, AICP, Senior Vice President, will serve as the Principal-in-Charge for the proposed project. CGA's Project Manager, Eric Czerniejewski, a former Transportation Manager for the City of Fort Lauderdale Transportation and Mobility Department, has past experience in managing the Municipal Traffic Engineering section for the City of Fort Lauderdale and knows the importance of an efficient transportation system including prioritization of all modes of transportation. lie assisted in the creation of a Complete Streets Manual and Multimodal Connectivity Program for the City of Fort Lauderdale and assures the City of no learning curve for these services and a wealth of knowledge and relevant experience. We appreciate the opportunity to respond to this request and know that given the opportunity,the City will benefit from our extensive experience in the industry. Contact Information. Eric Czerniejewski, Project Manager Shelley Eichner,AICP,Principal In Charge 10800 Biscayne Boulevard,Suite 950 1800 Eller Drive,Suite 600 Miami,FL 33161 Fort Lauderdale, FL 33316 FCzernie'ewsk'Cdcgasolutions.com SE•chnertalcgasolu[ons.com T: (786) 485-5200 F: (786)485-1520 T: (954) 921-7781 F: (954)921-8807 The CGA Team is fully committed to assigning the necessary manpower, expertise and attentiveness to ensure that the City meets its goals and objectives through the provision of these services. Sincerely, CALVIN,GIORDANO&ASSOCIATES,INC. FEIN:65-0013869 SelItY ey Eichner,AICP Senior Vice President TABLE OF CONTENTS 1 COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS 1.1 Cover Letter 2 Table of Contents 4 1.2 Response Certification,Questionnaire&Requirements Affidavit(Appendix A) 5 1.3 Minimum Qualifications Requirements 13 1.3.1 Prime Proposer Experience on Similar Projects/References (CGA) 14 1.3.2 Prime Proposer-Project Manager Experience on Similar Projects/References (CGA) 22 2 EXPERIENCE&QUALIFICATIONS 2.1 Qualifications of Proposing Firm 28 2.2 Qualifications of Proposer Team 67 2.2.1 Experience&Qualifications of Proposed Project Manager and Task Leaders 68 2.2.2 Team Experience and Prior Working Relationship 77 2.3 Financial Capacity 158 3 APPROACH AND METHODOLOGY 3.1 Approach and Methodology 160 3.2 Project Management,Scheduling,Completion of Work and Availability 180 3.3 Workload 182 3.4 Quality Assurance/Quality Control 185 CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN AS NEEDED BASIS" all. -- • ",• ' ■ y � t F— t s r. - -- e S , a4 » f y r s al/ar� + r 11 • - � ' Ihiii ' t,* b• h.„...,_ .. •so • ■ " ,// • IBIS/ ,_ : �:.a, ,. • s / / iiia • 1• -aftS a " " / • i eosin r. /i _ ...al; :.- �a • .piii • /1 ' yak //i p. !! elle lid ; l' r a a �� • �� ," jai /� .+ a •� Jr`� _" , - a. ',j// Ili; ! + ._r fir ""� - ti '`. t �// moi/ R^.! ! ti •*!* R . ¢ Ir r a iL= !S q a as V / 1Ki ! •! + s 1 ir' `�I i:y., far +! .' /�r ' -,- til - c �J - !D '• mss. r,r`,.. .41 a! r Jr. slie _,,,,, 4 ' '' • ., :.. ,., , . f 4 ~ I ` l _ And, may^��+ . ` _ 4 "Ifilr ), AriaL,...-^e0-/ 17 thit) 1 ' Ott ' I" Sale • — ^A ..• = _ ,i • M1, 4= ''" 4� a ,� ISO AAA; 4; '44-- • ill- : e _ • , . .. . . #. ... ..ii: tat % afig, //' . - Aiiiik• r, - •, ®® 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT (APPENDIX A) Response Certification, Questionnaire & Requirements Affidavit (Appendix A) has been fully completed and attached on the following pages. CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 5 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DIVISION 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-126-KB 17 6 Solidlarbn No Solicitation Tiifk: RFD 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Procurement Conlacr Tel: Emal: NATALIA DELGADO 305-673-7490 NATALIADELGADO@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE Si REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Calvin,Giordano 8 Associates, Inc. No of Years in Business: BO No of Years in Rusness Locally: ao OTHER NAMEISI PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. None FIRM PRIMARY ADDRESS(HEADQUARTERS). 1800 Eller Drive, Suite 600 CITY Fort Lauderdale ; STATE: Florida ZIP CODE 33316 TELEPHONE NO.. 954-921-7781 TOLL FREE NO.: N/A FAX NO 954921-8807 FIRM LOCAL ADDRESS' 10800 Biscayne Boulevard, Suite 950 CITY Miami STATE Florida ZIP CWE_ 33161 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Shelley Eichner,MCP ACCOUNT REP TELEPHONE NO.: 954-921-7781 ACCOUNT REP TOLL FREE NO: N/A ACCOUNT REP EMAIL marketing@cgasolutions.com FEDERAL TM IDENTIFICATION NO 65-00113869 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or vintner 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. RFQ 2017-1 26-K8 18 7 1. Veteran Owned Business. ser claiming - - an owned business status? YES IN NO SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2 Conflict Of Interest.All Proposers must disclose,in their Proposal,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 Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of len (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers 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. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates None. 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. See Tab 1,Section 1.3, Page 13 SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4 Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to r erformance by.r I Mc sector agency? YES In. NO SUBMITTAL REQUIREMENT: If answer to above is°YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5 Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring tat all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. None. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code) and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeach0govlprocurementl. CGA will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics. RFQ 2017.1 26-KB 19 8 7 Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time,Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12 921hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide'Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies o all employees of a Contractor who work within tie City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or off- -ss to any benef employees with spouses Cr to spouses of employees? aYES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? lgi YES n NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave x x Family Medical Leave x x Bereavement Leave x z If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.. there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee. Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at www.miamibeach8 gov/procuremenU. RFQ 2017-126-KB 20 9 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies on leases of real properly to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 far CATEGORY TWO for a period of 36 months following the dale of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287 133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based Oil race,color, national origin,religion,sex.intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375. the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12 Fair Chance Requirement. Beginning on December 1, 2016,the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solictation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Intal to Confirm I IniAal to Confirm Recepr Rece9r Receipt �Z Addendum 1 Addendum 6 Addendum 11 Addendum 2 i Addendum 7 Addendum 12 5� Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. REG) 2017-126-KB 21 10 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City')for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award.shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. My reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own'¢k.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solidtation,the selection and the award process,or whether any award will be made.My recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Govemment-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Flodda Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees Nat the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is cue.accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2017-126-KB 22 11 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or parry to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Auhunied Representative: Title of Proposer's Authorized Reaesentatire: Shelley Eichner, AICP Senior Vice President Signature al Proposer's Authorized Representative. Date: July 11, 2017 Gl Club State of FLORIDA ) On this iLday of -AA 2O'.personally appeared before melds M who County of Brow cwA ) stated that (s)he is the set Vita Pr<AAcA,t of UAvih&i0,2fru o , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: )O.4A 2 Notary Public for the State of Florida My Commission Expires: MPN• 21,200. r '?s EXPIV FESSMach 2SIPCN 0 91.411—.. awes n.xo�.rrtexua..,A.s PR; 2017-126-KB 23 12 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS' 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS Calvin,Giordano&Associates,Inc.(CGA)as Prime Proposer meets the minimum requirements as listed in section C1.1 as follows: 1. The Prime Proposer (Engineering Firm) shall hold a "Certificate of Authorization" by the State of Florida, Division of Business and Professional Regulations as applicable. RESPONSE:CGA holds a"Certificate of Authorization"by the State of Florida,Division of Business and Professional Regulations. State of Florida Department of State I certify from the records of this office that CALVIN,GIORDANO& ASSOCIATES,INC.is a corporation organized under the laws of the State of Florida,filed on June 27, 1985. The document number of this corporation is M17373. I further certify that said corporation has paid all fees due this office through December 31,2017,that its most recent annual report/uniform business report was filed on January 10,2017,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given underrxy hand and the Great Seal of the.State of Florida at Tallahassee,the Capital,this the Tenth day of January 2017 . B :r j Y Secretary of State TrackingNurnber:CC9065327953 To authenticate this certtlkate,vWt the following ske,eraer this number,and then follow the ksstruct[ms dispkyed. hops./hervlces sunbliorgiFllWgs/CertdtateOlStatus/Cert[iateAuthentkatim CITY OF MIAMI BEACHRFQ N0.2017-126 KB(GENERAL"I 13 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" ISO Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS"' 2. The Prime Proposer shall submit no less than five (5) projects completed within the last ten (10) years exemplifying experience planning, technical, managerial and administrative efforts related to transportation studies and/or other planning-related activities. Submittal Requirements: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract,prime proposer's role in project. RESPONSE: CGA has completed the following eight (8) projects within the past ten (10) years as a minimum that exemplify experience in planning,technical,managerial and administrative efforts related to transportation studies and/or other planning activities. 1.3.1 PRIME PROPOSER EXPERIENCE ON SIMILAR PROJECTS/REFERENCES(CGA) CGA has extensive experience working for coastal municipalities in South Florida, some with barrier islands similar to the City of Miami Beach.The following are representative projects similar to those stated in the scope of services that meet the minimum requirements and specifications. TOWN OF SURFSIDE TOWN WIDE TRAFFIC STUDY - - (2010-2016) Ei .I As the Town's traffic engineering consultant, CGA ' 6111113 conducted a town-wide traffic analysis to determine LEGEND appropriate neighborhood traffic mitigation measures. E— L CGA completed Traffic Data Collection, Speed Table 0 Roundabout ® Road Closure Analysis, Signal Timing Analysis, Left Turn Bay o Partial Road Closure - f '-O __ Analysis and Capacity Analysis as part of the scope of G choker work, which was summarized in a Final Traffic Study. o Speed Table/Hump Q Q Traffic Median The recommendations based on the analysis included Proposed nrot„ct, conversion of two-way stop control intersections to ® Roundabout four-way stop control, installation of speed tables Traffic Median I ! + and the conversion of two-way roadway segments _ 'vae:some soee° -.." 991C saw, to one-wayoperation. The analysis included the ! m p Y t+nVo<u�lyeMq�a71 ao d Q' d 4 9 development of a comprehensive traffic flow model .vssowopt� it S 6 V '. to determine the impacts of proposed traffic calming -Surrtide ESI,d: - — measures.CGA also provided extensive public outreach +i I 1 , . I, and coordination between citizen groups and Town staff. CGA coordinated with Miami Dade County who ms _ responded with approval for installation of the seven �. + 1; ! \! proposed traffic-calming locations outlined in the CGA traffic study. • • Minor updates to Town wide model as necessary to C� c'_ _ t> - address new traffic concerns from the community. • • Current Status-Completed. 3 ' ;- • Y } • • Project Highlights: ' _, _ — # • Townwide Traffic Analysis ^i • Neighborhood Traffic Intrusion Analysis r • Traffic Calming Recommendations • Intersection Analysis REFERENCE-TOWN OF SURFSIDE Contact: David Allen,Chief of Police 305-861-4862 dallen@townofsurfsidefl.gov 9293 Harding Avenue,Surfside,FL 33154 CITY OF MIAMI BEACH RFQ No.2017-126-KB(GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 14 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONALlip SOLUTIONS' CITY OF BOCA RATON DOWNTOWN TRAFFIC STUDY(2015-2016) CGA was selected by the City of Boca Raton to provide professional traffic engineering --•-_y_ and transportation planning services for the - T:c--- preparation of a traffic study at the intersection -e �` r r -• a' ," '�'",.� � , , '' of Palmetto Park Road and NE/SE 5th Avenue. _" The traffic study examined the safety and the • -!----v.--• ,. - operation of the intersection of Palmetto Park T # , - f�/ _ - -`,_ Road and NE/SE 5th Avenue and enumerated �. , '. f "sT — 1, t at least three viable improvement concept • . ,; Tans. Aspart of our submittal, CGA proposed _ �`y P P P --.7 ,r-- %4.. K. extending the project limits to include ;:` ,-41t, • tr :+ �,, additional intersections to determine the traffic ,�. '`��� � intrusion along NE/SE 5th Avenue from the °' fir! i. US-1 intersection. There also was a recently . •, ' approved mixed use development called Palmetto Promenade that is under construction - _ �` and will soon be adding additional trips on to the road network being studied. These approved but unbuilt development projects will be adding committed trips to this corridor, which will affect the subject intersection of NE/SE 5th Avenue and Palmetto Park Road. The additional trips generated for the site were looked at when analyzing the intersections.One other local issue affecting this 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. CGA utilized Synchro modeling software to analyze the roadway network including the arterials and intersections in the core Downtown Boca Raton area for existing (short term) and future (long term) planning horizons.This scope of work included an arterial analysis, intersection analysis and safety review of the subject intersections. The final report included context sensitive design alternatives and mitigation including proposed multimodal improvements.CGA performed a quantitative and qualitative ranking of each alternative which included which improvement provided the best level of service and least delay as well as which improvement was the most pedestrian friendly and safest alternative. • Improvements proposed as part of the traffic study have been built. • Current Status-Completed. Project Highlights: • Review of FDOT Bridge Operations • Intersection Analysis • Assessment of Traffic Impact • Context Sensitive Alternatives REFERENCE-CITY OF BOCA RATON Contact: Rasem Awad,P.E., PTOE Traffic Operations Engineer 561-416-3387 rawwad@myboca.us 201 W. Palmetto Park Rd, Boca Raton,FL 33432 CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 15 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano 5 Associates, Inc. EXCEPTIONAL10 SOLUTIONS." CITY OF KEY WEST CARRYING CAPACITY STUDY(2012-2016) As the City's traffic engineering consultant, CGA was selected by the City of Key West to complete rExhibits,Existing Conditions PA1Peak Hour Peak Direction LOS I a comprehensive traffic study of the entire City ofmss.. Key West encompassing more than 15 corridors and 25 intersections. The purpose of the study was to determine the carrying capacity of key ,.s corridors in the City. The study specifically addressed the numerous vehicle types,including • i's' tour vehicles, which are common in the City. t.k �' The project included several public outreach 0�,,' ,Fc meetings and surveys to keep residents informed 'T' on the study and enabled residents to voice their opinions on a variety of transportation issues. '•' The study also evaluated traffic counts, speed u---- data, — ..---data, vehicle classifications, corridor travel time ' runs,multi-modal vehicle attributes,general roadway characteristics,speed limits,parking,cruise ship data,bike lanes, sound levels,and roadway Level of Service (LOS). Four different methodologies were utilized to evaluate the City's transportation system.A 3D comprehensive citywide model utilizing VISSIM software was one of the ;., �hibt*.DnwntnwnPwitinllrovenh� l — methodologies chosen. The VISSIM model was developed rf.e;�;.„ after extensive data collection and was highly calibrated �. - - to the existing conditions. The model consisted of eight �. ik �� _ -4 \ � different vehicle types along with pedestrians to replicate the multi-modal nature of the City.The findings of the study ��� _ \ were documented in the final report, which consisted of I�: %..4, ,��-t� �, .*' ,� several recommendations including cost effective solutions • ', to improve multi-modal efficiency in the City. One of the \ >;` ' -- ,, ` recommendations included implementation of a city-wide `\ ":''' ei \ `• Signal Timing program to address over-capacity roadway 'r; \ C' — congestion. Several of the primary roadway corridors and U•----- .. \ intersections within the City operated below the acceptable Level of Service thresholds established in the City's Comprehensive Plan.The results of this study illustrated that improvements to the traffic signal operations can have a significant benefit to traffic operations on the overall City roadway network. • Consultant currently updating speed and volume data along certain corridors. • Current Status-Completed. REFERENCE-CITY OF KEY WEST Project Highlights: Contact:James Bouquet, Director of Engineering • Citywide Traffic Study/Model 305-809-3962 • Traffic Operational Improvements • Community Meetings/ Extensive jbouquet@cityofkeywest-fl.gov Public Involvement 1300 White Street, Key West,FL 33040 CITY OF MIAMI BEACH RFQ No.2017-126-KB 1 i;t:.`.IiK,1L i KANSPORTATION PLANNING AND TRAFFIC ENGINEERING 16 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" 110, Calvin, Giordano r Associates, Inc. EXCEPTIONAL SOIUTIONS"' SHERIDAN STATIONSIDE VILLAGE LAND USE PLAN AMENDMENT(2012-2015) The "Sheridan Station-side Village" transit- oriented development(TOD) land use change IIIIIIIBIIIP LIONOPM11 was consistent with the objectives of the City .7...c--.,--rte of Hollywood and Florida Department of '�n l l - 1. ° `Trans ortation to create a "transit villa e" lit: r icf, T reflecting 21st century planning principals. �r +�;f l .� � ;� -"r The amendment proposed to change the - . at� ''' =„,, land use designation from low medium residential (6-10 units/acre), industrial rte. and transportation to transit-oriented �_ �. I l development. The "Sheridan Station-side 1111 ' -- — - _ s•' •_. Village” is a true mixed-use development ,r,� iy� tears 1, ,,,;:; , j� ; integrating the existing Tri-Rail station as a _._ �6'� , _r7, ,,; transit hub along with other providers such ��` as Broward County Transit.Located at the intersection of I-95 and Sheridan Street,the development plan creates a diverse urban village that will foster a live,work,play and ride atmosphere.A 6-acre park will be created within a Live Oak hammock on the site's southern portion,which will preserve an historic coral rock house. The development opportunity was born as a result of the desire of state and local government to leverage state lands to create new development compatible with mass transit,and to encourage increased ridership of existing systems. • Prime Role-Traffic Engineering,Transportation Planning,Urban and Regional Planning • Current Status-Completed. • Contract Amount-$750,000 Project Highlights: • Transit Planning • Transit Oriented Development • Urban and Regional Planning • Integration of Transportation and Land use REFERENCE- PINNACLE HOUSING GROUP Contact: Michael D.Wohl,Vice President 305-854-7100 admin@pinnaclehousing.com 9400 S.Dadeland Boulevard,Suite 100, Miami, FL 33156 CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING • 17 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S"' CITY OF WESTON BICYCLE AND PEDESTRIAN MASTER PLAN (2012-2013) As the City's on call traffic engineering consultant, CGA provided traffic engineering and transportation planning consultant services for Complete Streets and Context THE Sensitive corridors as part of the preparation of the City of CITY OF WESTON Weston's Bicycle Master Plan.CGA helped begin the current initiative in the City of Weston to incorporate Complete Streets by conducting a city-wide Bicycle Master Plan outlining, among other things, how the City can achieve a complete streets profile including dedicated bicycle facilities on all arterial roadways within a two (2) year period. CGA 69 continues to be instrumental in providing transportation .,� 'l/r planning and design services to the City. Since its inception, CGA has accomplished providing bicycle facilities on over 90 - ""t T percent of all arterial roadways within the City.The complete streets improvements slated include the conversion of four- lane arterial roadways to two lane roadways through the '. implementation of road diets. CGA provided comprehensive -74 M public outreach throughout the process, open house style meetings and resident surveys. CGA understood the early desire to have wider shared use paths on one side of the road instead of standard 5' sidewalks on both sides. This BICYCLE MASTER PLAN early complete street concept eliminated the need to have midblock pedestrian crossings along arterials since the shared use paths were on one side of the City's roadway facility. • Prime Role-Traffic Engineering and Transportation Planning • Current Status-Ongoing.Continue to provide these services to the City of Weston. • Contract-$250,000 Project Highlights: • Complete Streets • Corridor Planning • Bicycle and Pedestrian Planning • Public Outreach REFERENCE-CITY OF WESTON Contact: Denise Barrett,Director 954-385-2000 Dbarrett@westonfl.org 17200 Royal Palm Boulevard,Weston, FL 33326 CI'I Y OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING. 18 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" y - , lipCalvin, Giordano r Associates, Inc. EXCEPTIONAL SOLUTIONS' CITY OF FORT LAUDERDALE MOBILITY MANAGEMENT/ TRANSIT MASTER PLAN (2015-2017) CGA Project Manager to Tindale Oliver and the City of Fort Lauderdale and the Downtown Fort Lauderdale _amT R A(1 S I T '►r�vr %arco Community ud� Transportation Management Association (DFLTMA) LLQ' for the long-range system planning for the future upgrades to the Community Bus System.The City of Fort Lauderdale was a sub-recipient of a two-year Federal Transportation Administration's (FTA) New Freedom , Grant through the South Florida Regional Transportation -I. -` Authority (SFRTA). CGA conducted an analysis of the ,� City's community bus system which included a review of _ mak, ranstt Master Plan the current service and development of a comprehensive . . >.._urafHeport strategy to create a sustainable, efficient, and customer- centric transit service. Consultants scope of work _ included the development of a community bus master -a -' ' plan, five-year financial plan, transit needs analysis, - - ' operational analysis &route review,security and system • safety program plan,fleet replacement plan,staffing plan, and the development of performance measures. I °"' " • Prime Role - Traffic Engineering & Transportation -w, 1.-ii • jr/B Planning(Sub to Tindale Oliver) 1. • Current Status-Completed. . • Contract Amount-$50,000 CD Project Highlights: • Transit Planning • Corridor Planning • Bicycle and Pedestrian Planning • Public Outreach REFERENCE- TINDALE OLIVER Contact:Joel Rey,P.E.,A1CP, Principal/Director of Transit Services 813-224-8862 jrey@tindaleoliver.com 1000 N.Ashley Drive,Tampa, FL 33602 CITY OF MIAMI BEACtI RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 19 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONALSO SOLUTIONS" MIDDLE BEACH RECREATIONAL CORRIDOR(MBRC) (2012-2014) ,"- „'"-• w: CGA was contracted by the City of Miami Beach to -'. �' S: design andpermit an on-grade, ADA-accessible t "�' g 1'' !-! . pathway that will support the use of bicycles,walking, . and other non-motorized means of transportation. 4. . The MBRC project is a part of the greater Atlantic Greenway Network, which is a system of bicycle .: � ,%�� facilities throughout the City of Miami Beach. , The MBRC connects to the existing Miami Beach ,4II , a• c. :� Boardwalk at Indian Beach Park on the south and the North Beach Recreational Trail at Allison Park on 4 - j ' , the north with a 2-mile paver walkway, continuing ,, ; ,'"` ++ I ^ 'the City's unique branding qualities. The path was I> w•aa. wa.� permitted in accordance with the Florida Dept. of EROSION CONTROL LINE Environmental Protection's and the Florida Fish and Wildlife Conservation Commission's regulations, as - .,. 1 ���/� the entirety of the project lies within State-ownedlillekk � . lands. The scope of work included extensive public ` outreach, branding and site design, coastal engineering, dune planting plans, lighting design, and bidding and construction administration. The project connected business districts, cultural/tourism centers, parks, residential neighborhoods and the beaches. The MBRC completed a major portion of the essential north-south connector of the AGN which further facilitates pedestrian and non-motorized transportation throughout the City. Design,permitting and construction have been completed. • Prime Role- Urban Planning. Traffic Engineering, Transportation Planning, Landscape Architecture • Current Status-Completed. • Contract-$50,000 Project Highlights: • Complete Streets • Bicycle and Pedestrian Planning • Civil Engineering Design • Public Outreach REFERENCE-CITY OF MIAMI BEACH Contact: David Gomez,Senior Project Coordinator Office of Capital Improvements 305-673-6071 x 6732 davidgomez@miamibeachfl.gov 1700 Convention Center Drive, Miami Beach, FL 33139 CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 20 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 414010 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS- , ANDREWS AVENUE COMPLETE STREETS AND ,. -- 7"-h4 3 PEDESTRIAN SAFETY STUDY(2013-2016) CGA completed a preliminary transportation safety study of Andrews Avenue between Oakland Park --- - _.. _. Boulevard and Prospect Road.CGA also completed the --- accompanying conceptual civil engineering,landscape, hardscape design, and planting plans as components for the Broward County Transportation Enhancement ;� Grant,administered through the Metropolitan Planning e • Organization. The focus of the redesign was to apply •; Complete Streets principles to the corridor to include Ala. I 10 . M_ an access management plan, extensive new medians 1 construction,median and ROW planting,the narrowing -_-_..—.1,1:i( I w I -w;- I I7: I ii H.�. of travel lanes, provision of safe and improved -_ -_„, crosswalks, new street lighting, and the provision bls. Ce Gd trrd a conpu I - 14 designoficycle and preparedaneAa' soliduapplicationnedaround package cetforal ,.- s the Broward MPO grant. The City was awarded the l — grant for more than$1 Million to be disbursed in FY17- 18. Final Design plans are currently being permitted. The safety study included the evaluation of 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 Blvd 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 appropriate length of future dedicated turn lanes. • Prime Role- Traffic Engineering and Transportation Planning, Urban and Regional Planning • Current Status-Completed. • Contract-$100,000 Project Highlights: • Complete Streets • Pedestrian Safety Study • Mid-Block Crosswalks • Crash Analysis • Public Outreach REFERENCE-CITY OF OAKLAND PARK . Contact:Albert Carbon, P.E.,Public Works Director 954-630-4458 albertc@oaklandparkfl.gov 3801 N.E.5th Avenue,Oakland Park,FL 33334 CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 21 CONSULTANT SERVICES ON AN"AS NEEDED BASIS” Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS- 11011° OLUTIONS'" 1.3.2 PRIME PROPOSER-PROJECT MANAGER EXPERIENCE ON SIMILAR PROJECTS/REFERENCES(CGA) CITY OF BOCA RATON DOWNTOWN TRAFFIC STUDY(2015-2016) CGA was selected by the City of Boca Raton to provide professional traffic engineering and transportation planning services for the 'i-,'^ - preparation of a traffic study at the intersection --• -. ` ' . ;; � ,, -, - . of Palmetto Park Road and NE/SE 5th Avenue. _ ,; The traffic study examined the safety and the - ' *or + . ,. operation of the intersection of Palmetto Park r a `_, /% .4111111- ..! " Road and NE/SE 5th Avenue and enumerated ,, .•. : -1,,-`' - ,, at least three viable improvement concept " - 0,��., . "" .- plans. As part of our submittal, CGA proposed �:• extending the project limits to include - �' .r: additional intersections to determine the traffic * L intrusion along NE/SE 5th Avenue from the '' vats ` ' . US-1 intersection. There also was a recently „ . approved mixed use development called y Palmetto Promenade that is under construction �` I and will soon be adding additional trips on to '` ` ' the road network being studied. These approved but unbuilt development projects will be adding committed trips to this corridor, which will affect the subject intersection of NE/SE 5th Avenue and Palmetto Park Road. The additional trips generated for the site were looked at when analyzing the intersections.One other local issue affecting this 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. CGA utilized Synchro modeling software to analyze the roadway network including the arterials and intersections in the core Downtown Boca Raton area for existing(short term) and future (long term) planning horizons.This scope of work included an arterial analysis, intersection analysis and safety review of the subject intersections. The final report included context sensitive design alternatives and mitigation including proposed multimodal improvements. CGA performed a quantitative and qualitative ranking of each alternative which included which improvement provided the best level of service and least delay as well as which improvement was the most pedestrian friendly and safest alternative. • Improvements proposed as part of the traffic study have been built. • Current Status-Completed. Project Highlights: • Review of FDOT Bridge Operations • Intersection Analysis • Assessment of Traffic Impact • Context Sensitive Alternatives • Public Involvement REFERENCE-CITY OF BOCA RATON Contact: Rasem Awad,P.E., PTOE Traffic Operations Engineer 561-416-3387 rawwad@myboca.us 201 W Palmetto Park Rd,Boca Raton, FL 33432 CITY OF MIAMI BEACH REQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 22 CONSULTANT SERVICES ON AN"AS NEEDED BASIS” 11010 Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S" CITY OF FORT LAUDERDALE MOBILITY MANAGEMENT/ TRANSIT MASTER PLAN (2015-2017) CGA Project Manager to Tindale Oliver and the City of Fort Lauderdale and the Downtown Fort Lauderdale I!;:„ T R A(1 S I T 'Weeping iyca, a• Transportation Management Association (DFLTMA) .t, for the long-range system planning for the future upgrades to the Community Bus System.The City of Fort Lauderdale was a sub-recipient of a two-year Federal Transportation Administration's (FTA) New Freedom ':"..r--- Grant through the South Florida Regional Transportation _kk, > : - Authority (SFRTA). CGA conducted an analysis of the • +� City's community bus system which included a review of = ;k., - the current service and development of a comprehensive I strategy to create a sustainable, efficient, and customer- i centric transit service. Consultants scope of work _ included the development of a community bus master ',46-06._ 't plan, five-year financial plan, transit needs analysis, ,,; operational analysis &route review, security and system - , safety program plan,fleet replacement plan,staffing plan, �°-' j►j 16 and the development of performance measures. momP '"" -, Y ''!'l111r=. • Prime Role - Traffic Engineering & Transportation i • Planning(Sub to Tindale Oliver) ,_ __.,_ • Current Status-Completed. 0 • Contract Amount-$50,000 n.. ..a...•.... Project Highlights: • Transit Planning • Corridor Planning • Bicycle and Pedestrian Planning • Public Outreach REFERENCE- TINDALE OLIVER Contact:Joel Rey, P.E.,AICP, Principal/Director of Transit Services 813-224-8862 jrey@tindaleoliver.com 1000 N.Ashley Drive,Tampa, FL 33602 CITY OF MIAN11 BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 23 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1111110 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS" BROWARD COUNTY TRAFFIC CONGESTION IMPROVEMENTS PROJECT(2009-2012) Consultant and Project Manager it 7.1".r-41 _""� 911110 for Broward County's Congestion Management System (CMS) Plan to monitor and analyze the magnitude of congestion - . . on the local roadway systems. As part of this plan, corridor `. :;;,_ studies were performed tom t 1. identify, develop, prioritize � , ) , ` and implement enhancement ` ' - I v strategies for a selected ',� =. , corridor and the intersections J , _ within that corridor. Three of - ...� • 1 the intersections analyzed are I:,,•+ < �` ' • • ---'` located in Pembroke Pines,Davie, a --- Southwest Ranches, Oakland ' '! Park and Margate. These three intersection improvement projects required geometric and transit intersection improvements, roadway widening, signalization design upgrades, and signing and pavement marking. Two of the three intersections are located at FDOT-maintained highways. Services provided include traffic engineering and operations analysis, crash analysis, new lane configuration design,bus shelter improvements,signal timing modifications,signal design and layout,intersection geometric improvements,lighting,pavement marking,utility adjustment,landscape architecture,irrigation,cost estimating and maintenance of traffic(MOT) plans.The firm also implemented a public awareness program for each of the three intersection projects.Signal design included conversion of stain poles to mast arm signals for each intersection project. • Prime Role-Traffic Engineering,Transportation Planning,Civil Engineering,Landscape Architecture • Current Status-Completed. • Contract Amount-$2,000,000 Project Highlights: • Traffic Operations Analysis • Intersection Design • Corridor Planning • Bicycle and Pedestrian Planning • Safety Review REFERENCE-BROWARD COUNTY HIGHWAY CONSTRUCTION&ENGINEERING DIVISION Contact: Richard Tornese, P.E., Director 954-577-4579 Rtornese@broward.org 1 University Drive,Suite 300B, Plantation,FL 33325 Cl'I Y'OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 24 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" 1111,0 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS- . SR 858 HALLANDALE BEACH BOULEVARD CORRIDOR STUDY/IMPROVEMENTS (2009-2012) Consultant and Project Manager ./ -.. ---...,.-7, _ for the traffic analysis, design t - ., and permit approvals for - .;,_ _.v_. -FDOT and Broward County 's "'~•- ... _r ,--- � „ Traffic Engineering Division - ` .:,x, �-` ;••„� , ?I r i,�� _ ",--.,--.;:•-•‘-,:n 1- :, ., for the conversion of two i• '. 4 ;, Hallandale Beach one way f • , ,a0.,,���;yt-''- x •L: --; I, collector roadways, to two way ';.'F, 1. as- 'I •'1°' a , . it, facilities. The two key issues Yaw, ¢ 1••w��' �., addressed were meetingthe ' "*-'"�'r� 1 4.-` • _.law- ii- . alignment criteria and not . .•ei.: . ./. • t ;\—.•••:.- : „ . , *-causing additional delays in '• - •,' ' - traffic flow along the Hallandale a '''''-1-'*;- i �r �►. " 4tBeach Boulevard corridor. The ;► 77.4 '� !,:`"•�" "� ' -- .pro__ o / y _ x .,01. it• =!;a. alignment was not an issue since - -� -' ' a southbound through movement was not being provided at either intersection.The analysis of the traffic flow on Hallandale Beach Boulevard required a progression analysis of the traffic signals from 14th Avenue to SR A1A, 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 1' of the traffic signals along Hallandale Beach Boulevard (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. • Prime Role-Traffic Engineering,Transportation Planning and Civil Engineering • Current Status-Completed. • Contract Amount-$100,000 Project Highlights: • Traffic Operations Analysis • Intersection Design • Corridor Planning • Bicycle and Pedestrian Planning • Safety Review • Geometric Design REFERENCE-CITY OF HALLANDALE BEACH Contact: Richard Labinsky, P.E. 407-492-3712 /954-458-3251 Rlabinsky@broward.org 400 South Federal Highway, Hallandale Beach,FL 33009 cm OF MIAMI BEACI I RFQ No.2017-12t,-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 25 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 40. 11110110 Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N 5"' TRANSPORTATION MANAGER,CITY OF FORT LAUDERDALE TRANSPORTATION&MOBILITY DEPT.(2012-2013) Served as Transportation Manager for the City of Fort v. y. . _- el Lauderdale Transportation and Mobility Department \ :` -- -.1"•••• 'Q-. tI _ a managing the traffic engineering, transportation • v- -i-• ..- r , ,. planning and traffic design program. Developed the * • . z .�•` *-' a ' • . Uptown Link and Route Extensions for the Downtown N`" .. " ' Fort Lauderdale Transportation Management i Associations' Citywide Sun Trolley community bus , service, developed and submitted relevant grant 4'V7.4 ' \\applications for transportation and transit projects 't41 \' y 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 entitled Connecting the Blocks- - Creating Options for Moving People, created the City's Complete Streets Guidelines and managed the citywide review of all transportation elements of the Development Review Committee to determine traffic impacts for new development projects in the City.Key task work orders included the following key Citywide Strategic Initiatives: o City-wide Multimodal Connectivity Program-Connecting the Blocks o City of Fort Lauderdale Complete Streets Manual o The Wave Streetcar-Final Planning, Initial Design and Grant Funding and Assistance o All Aboard Florida Downtown Fort Lauderdale Station Planning o State Road A1A Rehabilitation and Modification (Lane Reduction) Projects o State Road AlA Transit Design for Livable Communities (TDLC)Analysis o Sun Trolley Community Bus Service-Uptown and Downtown Link Extensions o Broward Boulevard Gateway Implementation Projects o Broward MPO Broward Blvd Mobility Projects c Downtown Units Land Use Plan Amendment Traffic Analysis c Advanced Transportation Management System (ATMS) Central Broward Corridor Project • Downtown and Uptown Fort Lauderdale Mobility Hub o SFRTA Tri Rail Coastal Link o Dixie Highway and NE 13th Street Complete Streets Projects o SFRTA FTA New Freedom Grant-Mobility Management Consultant o EPA Green Streets Building Blocks for Sustainable Development Technical Assistance Program • Downtown Walkability Study Action Plan c Las Olas Boulevard Transportation Plan-SE 8th Avenue and SE 9th Avenue All Way Stop Pilot Project • Prime Role-Traffic Engineering&Transportation Planning • Current Status-Completed. • Contract Amount-Variable Project Highlights: REFERENCE-CITY OF FORT LAUDERDALE • Short&Long Range Planning Contact: Diana Alarcon,Director • Complete Streets 954-828-3793 • Bicycle and Pedestrian Planning dalarcon@fortlauderdale.gov • Transit Planning 290 N.E.3rd Avenue, Fort Lauderdale, FL 33301 • Sustainable Infrastructure CII1'OP ill Iahl I Rf'ACI I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 26 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" • 4a - EXPERIENCE & QUALIFICATIONS 1A tl10.M91fta.. us owl., 1007,0001, tt_�' • • • It ft, Calvin, Giordano v Associates, Inc. EXCEPTIONAL SOLUTIONS" 2.1 Qualifications of Proposing Firm ic. (CGA) is , multidisciplinary firm that has been located in Sout Founded in Hollywood Florida for 80 years. Since 1937, engineering has been a cornerstone of CGA. Today, with over 350 1937 employees, CGA provides a broad range of services including civil engineering, engineering, environmenta services, municipal engineering, traffic engineering, transportation planning, planning, urban design, surveying, water resources/stormwater management,,` landscape architecture and coastal/marine engineering'• We have offices located in Ft. Lauderdale, Miami, West Palm Beach and several other locations throughout Florida. CGA has strategically added an exceptionally broad range of services to meet our clients' needs. Our • • professional services include: 35ui _ • Building Code Services • Civil Engineering/Roadway&Highway Design • Coastal Engineering EMPLOYEES • Code Enforcement • Construction Engineering&Inspection (CEI) • Construction Services • Data Technologies&Development • Electrical Engineering • Engineering • Environmental Services '` • Facilities Management • Geographic Information Systems (GIS) • Governmental Services • Landscape Architecture LOCATIONS • Planning Fort Lauderdale • Project Management West Palm Beach V • Redevelopment&Urban Design Estero • • Surveying&Mapping Miami-Dade Port St. Lucie • Traffic Engineering Clearwater • • • Transportation Planning N. • • • Water/Utilities Engineering • Website Development • CITY OF MIAMI BEACI I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 28 CONSULTANT SERVICES ON AN AS NEEDED BASIS" Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS- CGA has teamed with Tindale Oliver (TOA),Toole Design Group(TDG),Caltran Engineering Group,Inc.(CALTRAN), Serving Lambert Advisory (LA) and Roar Media (ROAR) for this Contract. As you can see in the below project related matrix, the CGA Team has the technical expertise in the statement of work required as part of this RFQ. The 0 subconsultants have been chosen specifically based on firms who are leaders in the transportation planning and traffic engineering industries.The CGA Team's depth of staff and the experience in Short and Long Range Transportation Planning, Transit Operations Planning, Facilities Planning and Development,Public Participation, Financial Planning and Analysis, Environmental Municipalities Throughout Florida Sustainability Analysis, Transit Intermodal Facility Development, Planning, Urban Design and Transit Oriented Development provides the City of Miami Beach a well-qualified General Transportation Planning and Traffic Engineering Consultant. The CGA Team also has prior working relationships with the subconsultants on this team.As mentioned in the provided qualifications and experience section as well as the project matrix,CGA has recently worked with TOA on the City of Fort Lauderdale Mobility Management/Transit Master Plan project.CGA has also recently worked with CALTRAN on numerous projects including the Downtown Boca Raton Traffic Study project.TOA has worked with Toole Design Group on the Teen Roadway Safety Advocates Program Guide and Handbook for FDOT District 7/National Organization of Youth Safety in Tampa,Florida.TOA has worked together with CALTRAN recently on various Miami Dade MPO projects as well as the SR 5/US-1/Biscayne Boulevard project from SE 8 Street to NE 215 Street for FDOT. • Cfl l Of. R11:1'I I Kk 1Cf I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 29 CONSULTANT SERVICES ON AN'AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. E X C E P T I O N A L SOLUTIONS' Project Related Matrix T o a c c � ,_ E 1- o co r. 0 L`10 0 a N o m `o 0 l ~ IN 7 m ; 3 Q� a :a� 0 CO c m e Z'°b d ; c c W N c g 1F11 C m r. (-)N V E `-',-g _ W(%7 W p �. .y 0 . fV W d! .2 ay U co m m 3 0 90 -8 LE, W,= m o 0 obi m o 20 H c^ U N`N-- O N y C U Q U F O m °- V W 7E, a c•C m o v@ m N 7 d Z.d v. c M ?-. 5� _re" �� p c JS_ € m W 7 WI OHN !.�_ 0) c 0 , C e r (.0 c p O 0 O N `W O N ND c°5-= N 0 c m Ra o Ep °43,6- N. 4r . W v E =mp CWp QN N W E g,N U ;S Et aD pN &E� ;O¢ O N W A co `o1 0(5 cc `o oEg oD >° W ; L o o C 0o L Lo LW W LWo am V oa moo @Wm 2. 5co a- ma a3 0 . i2 �a m E % r-—IO Short and Long Range Transportation Planning X X X X X X Transit Operations Planning X X X X X X X X X X • Facilities Planning and Development X X X .' Public Participation X X X X X X X Financial Planning and Analysis Environmental Sustainability Analysis X X X X Transit Intermodal Facility Development X X X X Urban Design X X X X X X X Transit Oriented Development X X X X X X X X - Project Control and Management X X X X L W 2 V .c = p c C o c } LL Q c 4:2.2 >.C p 8 .9 a 8 o c a W CO m C O a — g>a >cm ,° m cw E� b >. v= lindale Wm$ W �e �Ea aYio ,o a0 ELL �' ¢ °W _- .Y ep cS$a V ea m (�= clow Zo 00g Ed= c) ''o o� E� .-0 Z- p°LL al O. mW O W 'yl�it V)LL «l0 OEv <1:'iia 7 mr DO O Gc p Nm 8ro cm WwO >cO ° u) ra uo UE_ '-- , a» cm.6 00 mya arta. v'W .a W= U. Em`W ii' m'L MObver NyE do m>2 0aaci ysZ a me €w ;fig() O , maW cWE E'2 c-30(z. ,c EW >00 r• m W Wm$ >m ei J �O3- mQg 3E0 -,-1- .3_, 0O Ncm .y E LL wlo0=z C . mal c')°°' Y.. 'cm - �C7cC cma • m-- r O ,3E35$-- m Qavv Erm n0mc2FCEo ncm aoo Wc' com m°em L VgroVecm¢oo 2G 642 48»o Fan m (f)0 ¢2 .if, v! ell, Short and Long Range Transportation Planning X X X X X Transit Operations Planning X X X X X X X X X X Facilities Planning and Development X X X X X X X X X X X Public Participation X X X Financial Planning and Analysis X X X X X X X X X X X Environmental Sustainability Analysis X ITransit Intermodal Facility Development X Urban Design X X Transit Oriented Development X X X X X X X X X X X Project Control and Management X CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 30 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" \:::,,4 -k:-.'-, Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" c o �i E c E In" ti 65_ m v �d o- O z 0N 2 o E o- _ Z 2 of m uM m S m 7(Ij 6i_, o � � U c- Toole C o it �' 0 ... O fq ac ar._ c ca d m 3E �J r� = � CALTRAN 1 o sv ' Design 3vi • ELL $ ENG�NEERING rn 8 . 0- 4) O O.c "o v Vg a o 2°; 4F GroupUN ow 83 m 52cs 111 C ~a r0 OC m0.8 cot Ac LI mo € c 3N 'O3S of <u o as I C Cu) m ' Short and Long Range Transportation Planning X X X Transit Operations Planning X X X X X X X X Facilities Planning and Development X X ' Public Participation X X X X X Financial Planning and Analysis Environmental Sustainability Analysis Transit Intermodal Facility Development Urban Design X X X X ' Transit Oriented Development X X X X X Project Control and Management X ' co V 2 C 11 2 c 111 W 4 OE 4/ to O E 3. 2 arc t ea o- 3 m E% U c 9N C 6 >- 3 N 'G 00.O l% p .2 0) O- m c c 20 a o O u- z.o E. o m c o a. c� g ADVISORY d d or > <;,,) E c m L (p - tx 3 go ROAR MEDIA t a m 4 5 g m r) Z N E E. 31 ot . 0.a mg a iu C9a E ,,x I 1. Short and Long Range Transportation Planning 2. Transit Operations Planning 3. Facilities Planning and Development ' 4. Public Participation X X X X X 5. Financial Planning and Analysis X 6. Environmental Sustainability Analysis 7. Transit Intermodal Facility Development 8. Urban Design 9. Transit Oriented Development 10. Project Control and Management X ' CITY OF MIAMI BEACHRFQ No.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 31 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Tindale )X4OIiver Tindale Accessing Transit: Design Handbook for > OIiver Florida Bus Passenger Facilities, Version III Florida Department of Transportation Tindale Oliverwas selected by the FDOT Transit Office to lead the development of updating this handbook,a key resource in how to apply and incorporate ACCESSING TRANSIT transit facilities into roadway,infrastructure,and other improvement plans, Design Handbook for F'orida including detailed instructions related to implementing the requirements of Bus Passenger Facilities Americans with Disabilities Act(ADA)regulations relating to transit facilities located within State rights-of-way.While leading the Statewide Transit 0 I ; Accessibility&Facilities Design Course,Tindale Oliver documented needs and opportunities for updating the handbook,then completed the research, preparation,and development of the updated handbook,which incorporates many improvements and suggestions from transit agencies and current , - more user-friendlyhandy. . f., requirements and features and was reformatted to be y �� . • )-8Developed for the training courses,a Quick Reference Guide to standards and G�4R criteria was integrated.In 2017,Tindale Oliver made enhancements to the Y,Lk- °4°r°^ C, • 4. handbookand facilitated three more training courses throughout Florida. Knowledge • > Nationally-recognized expertise in transit accessibility and facilities design • •y and integration into transportation improvements. > Significant relationships statewide to involve appropriate audiences/ �"�;� participants. Insights > Knowledge of federal and state regulatory sources, impacts,and application. > Thorough understanding of transit agency needs,concerns of facility • designers,and priorities of jurisdictions owning rights-of-way. > Application of standards in diverse situations to meet needs of multiple disciplines and audiences. Outcomes > Developed effective resource for engineers, planners,and other Industry professionals to apply at key decision points and in the design of transit facilities within State rights-of-way. > Completed comprehensiveupdateto statewide handbook to meet latest state and federal requirements and provide user-friendly formatting and key resources for multiple applications and professionals. Tindale Oliver Contact: > Provided printed and on-line resources that incorporate applicable Joel Rey,P.E.,AICP Principal/V ce President Director of minimum standards and best practices identified to assist decision-ma kers Transportation and Transit Solutions at all levels. 1000 North Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8362 jrey@tindaleoliver.com Client Contact: Chris A.Wlglesworth Transit Planner Florida Department of Transportation Transit Office 605 Suwannee Street,MS 26 Tallahassee,Florida 32399-0450 850-414-4532 chris.wiglesworth@dotstate.fl.us www.bndateotiver.com 33 Tindal Y g Mobilit Management Services Ohver City of Ft.Lauderdale,Florida Tindale Oliverwas selected to complete the City of Fort Lauderdale Transit Master Plan for Sun Trolley,the City's transit service provided by the Downtown - Fort Lauderdale Transportation Management Association(TMA).The study was ' ..i,..„:4,, r intended to enhance mobility options by increasing the accessibility and --s T r connectivity of the City's existing transit services and its connection to regional transit services as well as the upcoming Wave Streetcar,Tri-Rail Coastal Link, _ _ • ,� and All Aboard Florida's Brightline services.This effort involved a transit needs K ^9 oto Community :,e assessment,plans review,extensive public involvement,review of existing connected funding sources,identification of potential new funding sources and strategies, a I an operational analysis/route review,development of needs/opportunities and a% ...a.. a vision for the Sun Trolley system,and short-and long-term recommendations -' . -, -,.., for the growth and improvement of the City's transit services. Fort Lauderdale Transit Master Plan website Knowledge > Understanding of City's transportation needs at outset through various city and regional transit planning efforts. > Strong familiarity with Sun Trolley service and operations,through previous TRANSIT w.STEx P.A", work experience from Tindale Oliver staff serving as Interim Executive Director of Sun Trolley. > Experience in planning for transit networks with a wave-and-ride format. w --k, E.. > Expertise with FOOT-approved demand estimation software—Transit it. Board Estimation and Simulation Tool(T-BEST)—to conduct �� demographic and land use analysis for the existing Sun Trolley service area. -_-—...... Insights •� > Understanding of need to maintain funding for community bus system facing declining revenues due to elapsed grants and expiring funding ' sources. 'h t J 613) > Safety and accessibility issues with flag-down stop format. '—" > Operating deeper into residential areas generally not intended for ----• downtown-based transit system. > Need to evolve from downtown-based transit service to system that feeds streetcar network and connects surrounding city neighborhoods. Outcomes > Developed understanding of multitude of transit needs from public using outreach methods,including social media,web surveys,transit tracker app, and stakeholder interviews. Tindale Oliver Contact: > Developed transit plan outlining vision and goals for transit system, Asela Silva,AICP financial plan,and short-and long-term recommendations forSun Trolley Senior Project Manager routes that would complement upcoming Wave Streetcar and All Aboard Tammp oFtLh3A36602Drive,Suite400 Florida's Brightline services. (813)224-8862 asliva@tindaleoliver.com Client Contact: Diana Alarcon Transportation&Mobility Director City of Ft Lauderdale 290 N.E.3rd Ave. Ft Lauderdale,FL 33301 (954)828-3793 dalarcon@fortlauderdale.gov www.tindatooliver.com . 34 Tindale Clearwater to Clearwater Beach Oliver Transit Alternatives Evaluation 11�� Pinellas County MPO On behalf of the Pinellas County Metropolitan Planning Organization(M PO), -. TindaleOliver,with the support ofJacobs, led a team that conducted an – - evaluation of transit alternatives to connect downtown Clearwater and Clearwater Beach via the Memorial Causeway Bridge.The study evaluated the use of bus rapid transit(BRT)and other premium transit modes in this corridor for potential implementation.For the final step of the project,the team •— _? prepared an alternatives analysis(AA)application for the proposed BRT service _ .. and alignment that resulted from the project. a=- _ Knowledge illustration of alternative routing > Extensive public involvement activities, including interviews,workshops, considerations presented to the public and and visitor/employee surveys. area stakeholders for comment > Use of screening and ridership estimation techniques to support subsequent pursuit of federal funds. Insights > Desire to integrate premium transit service into fabric of existing transportation network that will attract patrons. > Consideration of compatible near-term and long-term modes that could facilitate future modal transition. Outcomes > Planned appropriate routing and station locations. > Identified modal and preferential treatment options. > Recommended vehicle types and service elements. > Provided guidance on related traffic operations and wayfinding solutions. Tindale Oliver Contact: Joel Rey,P.E.,NCP Director of Transportation and Transit Solutions 1000 North Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8862 jrey@tinda leoliver.com Client Contact: Sarah Ward Interim Executive Director Pinellas County MPO 600 Cleveland Street,Suite 750 Clearwater,FL 33755 (727)464-8200 sward@co.pinellas.fl.us www.bndaEeoliver.com 35 Transit Oriented Development Overlay, lindale Comprehensive Plan Amendments, and Land Development Code Update 401iver DeBary, Florida design The City of DeBary sought to evaluate potential changes to its Comprehensive Plan and Land Development Code(LDC)to better address multimodal transportation and supporting land use to encourage transit oriented Jump On-Board with development. Work efforts for this project were awarded the 2010 Outstandingr DeiBarys TOD, Innovation&Design from the Surfcoast Chapter of the Florida Planning&Zoning Of De Association and a 2011 Award of Merit from the Florida Chapter of the Florida {.���9 Planning&Zoning Association. Work was completed as HHI Design,now Tindale 0(46, Oliver Design. 1993 Knowledge #1-01111704> Public outreach � > Multimodal transportation and system connectivity ;. > Transit-oriented development • • Insightsr( 7 a f -�- > City's Comprehensive Plan and LDC did not recognize or promote regional e or local multimodal transportation alternatives. > Assessment of regional and local transportation network required to address level of service and land use connection. > Extensive education needed to inform elected officials and public regarding 0. Transit-Oriented Development(TOD). e�- > Amendments and LDC update completed within 12 months. _ - ow sou V Outcomes ®' > Updated future land use,transportation,economic development,recreation and open space,and capital improvement elements to address multimodal + ' 'e' ' - e -ems) ;INtransportation,system connectivity,and transit oriented development. ' :�J ""'N"" > Conducted eight educational workshops and two public hearings with City t Council,staff,and the public. 1111„. _ > Created TOD Overlay District;adopted into Comprehensive Plan. `? > Prepared and incorporated TOD Overlay Design Standards into LDC. > Completed process within eight months;accepted by City,State,FDOT, County,and East Central Florida Regional Planning Council. TOA Contact: Ginger Corless,AICP,CPRP VP/Director of Community Planning&Design Tindale Oliver Design 135W.Central Blvd.,Suite450 Orlando,FL 32801 (407)657-9210 gcorless@Undaleoliver.com Client Contact: Rebecca Hammock Planning Administrator City of DeBary 16 Columbia Road DeBary,FL 32713 (386)668-2040 rhammock@debary.org www.tindaleoliver.com 36 Tindale Teen Roadway Safety Advocates Oliver Program Guide and Handbook FDOT District 7/National Organization of Youth Safety,Tampa Tindale Oliver worked closely with Toole Design Group to develop the TeenRSA f Program Guide and the Handbook for Conducting a Teen Roadway Safety Assessment for the National Organiza don of Youth Safety,providing support for this project through its contract with FDOT District 7. The Teen Roadway Safety Advocates(TeenRSA)Program was started as a way to TEEi v' engageyouth in improving road safety near their schools and in their RSA �`��''�. communities.The program is modeled aftera process that has been used for " "`"""' Program guide years around the world to systematically look at roadway safety issues from a multi-disciplinary approach. In Road Safety Audits(RSAs),teams are formed to look at existing or potential roadway safety problems with a"fresh set of eyes," often tapping into the personal knowledge of members of the community who may not have roadway or transportation expertise. In the Teen RSA Program,students provide those eyes to look at the roadways with which they are most familiar,including the roads,bike paths,sidewalks, transit stops,and parking lots in and around their schools and communities. Brox, "row ""'°`^"`""°4•' Working with school and transportation advisors,these youth teams are challenged to take a leadership role in learning about these issues,documenting what they find,and advocating for improvements. `. Knowledge � . > Understanding of RSA approaches,especially those that focus on bicycle Moot book for Cos4uetiw,• and pedestrian safety. it„aurin stttq w:u::.Ht > Importance of developing user-friendly materials to support the TeenRSA program and engage interest and enthusiasm of teens. Insights > Significant need to identify opportunities and programs to increase teen awareness of safety and to help do this by involving teens in safety programs and road safety assessments. Outcomes TEEN RSA > User-friendly Teen RSA Program Guide(September 2012)and Handbook for Conducting a Teen Roadway Safety Assessment(September 2012). Tindale Oliver Contact: Damian Miller,AICP Principal 1000 N.Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8862 dmiller@tindalediver.com Client Contact: Peter Hsu District Safety&Special Projects Engineer FDOT District 7,Traffic Operations 11201 N.McKinley Drive Tampa,FL 33612 (813)975-6026 pin g.hsu@dot.sta te.fl.0 s www.tindaleoliver.cunl 37 Tindale Streetcar Feasibility Study OIiver Gainesville, Florida -,g The City of Gainesville Regional Transit System(RTS)contracted with Tindale _: Oliver to complete a Streetcar Feasibility Study examining the viability of , ,. connecting three key activity centers in its urban core: the University of Florida (UF),Innovation Square,and Downtown Gainesville.The study examined land 1 ds i• X141 use,transportation, ridership,infrastructure,and economic impacts to or kt determine a conceptual route and potential system capital and operating costs. ^_ I ; ` 4 • Knowledge jL1 .Z i' 7_ ' ~ ". L. > Conceptual streetcar alignment to connect OF to residential and research uses In and around Downtown Gainesville. > Assessment of system impacts related to transit ridership,economic development,and capital and operating costs. A signifkant amount of urban redevelopment has been occurring along many of the Insights potential alignments in Gainesville. > Need to better understand how streetcar systems can help connect urban core areas to universities to create economic development synergy. > Existence of variety of public and private sector stakeho Iders to be engaged throughout project. Outcomes > Conducted case study research for five peer cities around the US to gain a better perspective on how different communities have worked to make streetcar systems a viable and successful component of their transportation network. > Conducted series of individual stakeholder interviews to gain insight into issues and opportunities related to potential implementation of a streetcar system. > Established Project Technical Advisory Committee to help guide key decisions throughout the study process;Included members from public and private sector stakeholder groups. Tindale Oliver Contact: Joel Rey,P.E.,AICP Director of Transportation and Transit Solutions 1000 North Ashley Drive,Suite400 Tampa,FL 33602 (813)224-8862 jrey@dndaleoliver.com Client Contact: Jesus Gomez Transit Director City of Gainesville RTS 100 SE 10th Avenue Gainesville,FL 32627 (352)393-7852 gomezjm@cityofgainesville.org www,tindal.olivr.com - 38 Tindale Short-Range Transit Service Plan ?4Oliver Greensboro Transit Authority, Greensboro, NC planning I design I engineering In 2011,Tindale Oliver and Dan Boyle&Associates,Inc.(DBA)conducted a comprehensive study of the bus network for the Greensboro Transit Authority. The study took a"blank slate"approach to transit in Greensboro and answered the question,"What would transit look like if the system were to start today?" i This study followed the 2008 Transit Service Plan,which was also conducted by •I 111, DBA and supported by Tindale Oliver. :wad• A •CI► �. The 2008 Transit Service Plan included a five-part strategy to improve schedule1116 — adherence,a taxi voucher program to replace a poorly performing route, 1" — enhanced evening and Sunday service,a performance monitoring program,and - a bus stop amenity program.In this update,the focus was on the assessment of a potential downtown trolley system and the conceptual reconfiguration of the bus network to enhance service and provide more cross-county connectivity. A downtown trolley feasibility study was conducted to determine the need for a Knowledge circulator service in the Central Business District to connect employees,shoppers,and > Provision of various transit planning services to GTA since 2002,including visitors to downtown destinations. completion of the 2008 Transit Service Plan. > Understanding of existing transit network and markets it serves through _ prior extensive public outreach,passenger surveys,analysis,and field . ' review. - , { 'p. • > Growth in ridership since 2008,but productivity as measured by transit � t/ - • riders per revenue hour dropped slightly because of increased evening r•- service(needed but less productive). — > Improvements in bus schedule adherence,a focus of 2008 Plan. ,~ti Insights > Major issue for many passengers was the need to go downtown to transfer ""'-- to - "r— to make a cross-county trip. The"ideal'blank-slate transit network > Some local bus service was operating on narrow, residential streets with too includes 13 routes serving the Depot and eight many difficult turns. new cross-city routes to provide direct access to major retail locations > Several major attractors not being served,including local airport. > GTA's new operations and maintenance facility,under construction,would need to be accommodated by a modified network to help minimize deadhead(bus miles/hours while not in revenue service). Outcomes Tindale Oliver Contact: > Developed Ideal future transit network to address noted Issues and Joel Rey,P.E.,AICP concerns,with satellite hubs and cross-county routes. Vice President/Principal,Director of > Given that cost to implement ideal network was too high,proposed Phase 1 Transportation00NrthAshley Drive,Sie400 Solutions p g 1000 North Drive,Suite 400 network that moves toward hub-and-spoke system to begin phasing of Tampa,FL 33602 network changes. (813)224-8362 j rey@ tin da leoliv er.c om > The Depot in downtown continues to serve as major hub of the network, though need for downtown circulatorwas not yet warranted. Client Contact: > Costs for Phase 1 changes were within GTA's existing budget resources. Bruce Adams Public Transportation Division Manager Greensboro Transit Authority 223 West Meadowview Road Greensboro,NC 27406 (336)412-6237 bruce.adams@greensboro-nc.gov www.tindaieoi ter coal 39 Tindale HART Long-Term Facilities Implementation Plan )4OIiver Hillsborough County, Florida planning I design i .engineering TindaleOliverworked closely with Hillsborough Area Regional Transit(HART)to R develop a long-term facilities implementation plan to respond to future growth in HART transit operations.The primary focus of the plan was on HART's 21st r AvenueOperations and Maintenance Facility. 41,4" :,:- , Knowledge iii//Nelle ec > Review of recent facilities space master plan to help determine needs. '// ; • .. , .rye > Numerous meetings with HART staff to identify and discuss existing and //o'///// �����' `_ potential future critical issues and factors that would drive future facilities ite, u i' space needs for both the near and long terms. � rJl: . 1l Insights > Critical needs to relocate administrative office space and replace fuel tanks Aerial view of HART's 21st Avenue Facility. at the 21st Avenue facility. > Understanding 21st Avenue facility needs and access requirements. > Understanding of facility needs for long-term system growth. Outcomes > Crafted issues-and-solutions flowchart to illustrate range of potential solutions that could be used to help mitigate issues. > Developed long-term implementation plan for HART facilities with recommended phasing to help address anticipated future service growth of agency,including identification of potential sites for future satellite facilities. Tindale Oliver Contact: Bill Ball,AICP Chief Operating Officer 1000 North Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8862 bball@tindaleoliver.com Client Contact: Steve Feigenbaum Manager of Service Planning Hillsborough Area Regional Transit 4305 East 21st Avenue Tampa,FL 33605 (813)777-4670 feigenbaums@gohartorg 40 ,._ Tindale JW Clay Boulevard Complete Street and Multimodal Improvements 4Ohver Charlotte, North Carolina design I .:3,.. kt .., .,. , ,, f: 'Yes'',• T A • Ai i ' I- ey If il, I,W Y. + + t f JW Clay Street BEFORE. Nom'\Y .„,. Y \M,. 1, .1 .114..611%1 1,.iIf ,-- II. _ - rrlrr - Irr • In 2015,Tindale Oliver supported DRMP with community outreach,multimodal ! - 4-..,.,_- _ - _ planning,and urban design services for the JW Clay Boulevard Corridor Study.The 3`� -. --` '_ planning and design team was tasked to define the existing and future land use and urban design context of the corridor based on the City's Urban Street Design - illiN1100. Guidelines.The project sought to develop preferred complete street concepts in a .0' # manner that improves bicycle and pedestrian movements while enhancing area beautification. JW Clay StreetAFTER. Outcomes Contact: > Bicycle and pedestrian gaps were identified and an overall assessment of Ginger Corless,AICP,CPRP community connectivity was conducted. yip/Director of Community Planning&Design Tindale Oliver Design > Community outreach program resulted in building project support and 135 W.Central Blvd.,Suite450 identifying potential development partnerships for the City of Charlotte. Orlando,FL 32801 (407)657-9210 > Conceptual design documents were prepared for the overall design of the gcorless@tindaleoliver.com Boulevard,including roadway design,bicycle/pedestrian enhancements Client Contact: such as protected intersections and a cycle track,corridor branding, Jim Beck,PE AICP landscape,and other beautification improvements. Project Manager > Based on adoption of the conceptual plan,Tindale Oliver will provide DRMP 5950 Fairview Road,Suite 320 landscape architecture and design support in preparing construction Charlotte,NC 28210 documents for the streetscape,cycle track,and other multimodal (704)332.2289 improvements.Design is estimated to be complete in late 2017. jbeck@drmp.com timilinimii www.tindaleoliver.com41 Tindale JW Clay Boulevard Complete Street and Multimodal Improvements 'Oliver Charlotte, North Carolina design • )1 , . 0 'qr. 91 iiirel;Vi V EIN '• I - 8 soli Approved concept included corridor branding,cycle track,protected buffers,multi-purpose trail and beautification. lit-r. , h> - . - .1. - - . `" ) It ~ ''''.°‘' 4-, ',,t 'moi+V% --ter-ti a. ;,�!'.1� ` an�« , • 4 Via'. 4 _ 1 i .A1a_lr 2 i , 1f'f-. } ‘, It /� • 4 ,3 _r„ , s. 3 4., , „ Ilift #), FA — -Ofr_ ,y �a • - Er Cycle track and multi-purpose trail. V1/4 / �`• 1 •^ r.Tr-7'... I• 11'1: L'„' �Yy\ t\-4,\;. 1,i 1 , .- ham. �.'. -..'1"" ' •s.c.c_... `��......v.- `E4:x`a.T .. - ip Aerial overview. Protected buffers. www.tindaleoliver.com42 Tindale Comprehensive Operational Analysis Oliver Lee County Transit,Florida •• A COA of Lee County Transit(LeeIran)was conducted to help improve the effectiveness and efficiency of fixed-route bus service.Efforts included a comprehensive weekday and Saturday ridership count at all bus stops,on-time performance and running-time assessment,segment-by-segment service effectiveness analysis,passenger survey,maximum trip load and vehicle • capacity analysis,and transfer analysis and field observations.The COA resulted • Ina recommended service plan that formed the basis for near-term • "'"��• improvements that were included In the agency's 10-year TDP major update • `° ~' ' process immediately following the COA.This TDP also strategized a longer-term 2035 Vision plan for LeeTra n to help guide its continuing evolution,as well as - support ongoing local transit funding discussions. Knowledge Becauseof the d!versify among transit riders, a Tide VI analysis of the impactsof > Longstanding relationship(10+years)with LeeTran as general planning recommended service cha nges was conchcted consultant(GPC). as part of the Cat > Extensive and wide-ranging support experience as GPC that provided in-depth understanding of agency's services and operating environment. > Availability of historical data on route performance and rider satisfaction and needs from prior study efforts. • % > Guidance from Lee County at start of COA effort suggested desire to identify ° operating cost savings to help address County budget issues occurring at .. ! that time. - Insights > LeeTran's network structure and routing impacted by service area's low- ,' density development patterns and dispersed tra nsit-supportive areas. > Nature of operating environment had resulted in inefficient service design Lee Tran is working to reconcile schedules and and route structure. develops base headway consistent with > LeeTranwas dealing with limited financial resources over the last decade Route140service.Route 140 is the major due to decreases in ad valorem revenues. north-south trunk line on the Lee Tran service. Ou tcomes > Recommended service plan and schedules that reallocated resources to more efficient service and enhanced network connectivity. > Developed guidelines for future service design,park-and-ride facilities,and transfer center locations. Tindale Oliver Contact: > identified more than S640,000 in operating cost savings due to efficiencies Joel Rey,P.E.,AICP esIthat Countyultimate( reallocated to new service in the growingNorth Vlc ransp r ation anpT;Transit tSDirectol ti Y Transportation and TransitSduUons County area. 1000 North Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8862 jrey@Undaleoliver.com Client Contact: Steve Myers Director Lee County Transit 6035 Landing View Road Fort Myers,FL 33907 239-533-0333 slmyers@leegov.com wwww.t ndateolrver corn 43 Tindale FDOT D4 Shuttle Bus Service and te101iver Financial Plans (Phases I, II, and III) Southeast Florida The shuttle bus services that feed rail networks are vital to the success of any rail SFRTA Shuttle Bus investment that serves discretionary and transit-dependent rider populations; Service&Financial Assessment however,funding for these feeder bus services is an issue.FDOT District 4 and I 1004 2010 Costal Vw subsequently the South Florida Regional Transportation Authority(SFRTA) ...,t....tt.....t..._�.,....r contracted with Tindale Oliver to assess new shuttle routes, identify opportunities to provide new or modified service,and develop 5-year financial plans over the course of the three phases. SFRTA Shuttle Bus �"r' Service Financial Assessment Knowledge ,•, ,,,0,,,e,,,��„a, , > Assessment of current and potential new shuttle bus routes to develop rob..,..•.^-----..._— prioritization scheme to deal with potential funding issues/shortfalls in the future. > Identification of opportunities to provide new service,implement service modifications,and potentially discontinue low-performing routes. 14ts Insights I•l > Need to maintain funding for shuttle bus system that provides t r approximately 1 million annual riders with access to Tri-Rail. uY -� ORTA Outcomes > Established shuttle bus performance measures and assessment process for evaluating and prioritizing existing shuttle bus service. > Established two-tier process for evaluating and prioritizing potential new shuttle bus service. > Developed service/financial plans to guide implementation. Tindale Oliver Contact: Bill Ball,AICP Chief Operating Officer 1000 North Ashley Drive,Suite 400 Tampa,FL 33602 (813)224-8862 bball@tindaleoliver.com Client Contact: Na ta lie Yesbeck Pustuzzi,AICP South Florida Regional Transportation Authority(SFRTA) 800 NW 33 Street Pompano Beach,FL 33064 (954)788-7888 yesbeckn@sfrta.flgov arww.tlndaleoliver.com 44 IA Toole Design Group Jacksonville, FL AIAJacksonville Pedestrian and Bicycle Master Plan Art• ralt • • 1 ;41- Toole Design Group(TDG) is leading the effort to The TDG Team is focusing its analysis of the crash develop a pedestrian and bicycle master plan for the problem on 10 hotspots throughout the City and City of Jacksonville that addresses the serious traffic using the Federal Highway Administration's (FHWA) safety issues within the City.and to promote active Pedestrian Safety Action Plan tool to recommend transportation.The Jacksonville Pedestrian and Bicycle systemic changes in the planning, design, operation, Master Plan is focused on the central core of the City— and maintenance of roads in the city to improve safety Mobility Zones 7-10—and identifies policies.strategies. and increase use.The TDG Team is also establishing and programs that are applicable throughout the City. processes for the City to inventory bicycling and walking The plan has a number of key elements,including infrastructure, collect more use and safety data, and • Establishing a pedestrian and bicycle counting prioritize projects for implementation through their program that can be continued by the City Mobility Fee and Capital Improvement Program. More • Assessing 150 miles of roadway for detailed action plans will be developed for engaging Bicycle Level of Service the Florida Department of Transportation (FLDOT), • Developing a Pedestrian Safety Action Plan developers, and other key targets. • Using the ActiveTrans Priority Tool to recommend priority projects for the City to implement Client City ofJacksonville Laurie Santana,Planning Services Manager.Transportation 214 N Hogan Street,Suite 300 Jacksonville, FL 32202 904.255.7857 Isantana@coj.net TooleDes gnGroup 46 i• /4 Saint Paul, MN Capital City Bikeway and Jackson Street Reconstruction P64 , 461104 . -- ois_10 � .11371 111 3. ,. iiiiivic ... tv...._,,,,, II. , 0Artro . .. _„ ..„_ei X T4s% •� I •.-P.: f., a --- :••• ..).41::'2"6144404' ...;:'3.-4'°."'6,1'` J I A 1._ s. .4 ,. . ` s , Toole Design Group (TDG) led one of the most design guidance for the near-term implementation important public realm improvements for the City of of interim bikeway treatments and initial design Saint Paul in recent history.As the first downtown concepts for the phased implementation of the project funded by the 8-80 Vitality Initiative, the Capital City Bikeway vision through street and bridge Capital City Bikeway—Network Study and Design reconstruction. Guide (Guide) and the transformative streetscape design for the reconstruction of Jackson Street sets Jackson Street is the first fully redesigned and the standard for implementation of innovative green reconstructed portion of the Capital City Bikeway. streets. placemaking, wayfinding. and bikeway design in TDG led design and engineering for this key corridor the urban core. that will fill a key gap in the bikeway network between the Sam Morgan Regional Trail along the Mississippi The Saint Paul Bicycle Plan identified the development River and the Gateway State Trail at the State Capitol. of a network of bicycle facilities in the core of At the core of our approach was creating a memorable. downtown as a top priority for encouraging bicycle inviting urban streetscape in the heart of downtown. ridership and economic development.The Capital The design includes widened walkways.a signature City Bikeway will be a protected bikeway network in protected bikeway facility,green infrastructure downtown Saint Paul that also connects to regional elements, landscaped buffers, branding.wayfrnding, and and state trail systems located on the edge of sitting areas. Construction is currently underway. downtown. Stakeholder engagement was a critical part of identifying routes and developing an urban design Client approach to create a comfortable experience for all users of the transportation system and encourage Saint Paul Department of Public Works Dan Haak. P.E., Assistant City Engineer economic development. 25 West Fourth Street TDG developed the Capital City Bikeway—Network 900 City Hall Annex Study and Design Guide, a document that will continue Saint Paul, MN 55102 to guide design and implementation as funding for 651.266.6084 future phases becomes available.The Guide includes dan.haak@ci.stpaul.mn.us TooleDesignGroup 47 I. /4 AASHTO Guide for the Development of Bicycle Facilities The 2017 update of the American Association of State expert subconsultants on both the research and Highway and Transportation Officials (AASHTO) preparation phases. During the research phase. Guide for the Development of Bicycle Facilities provides TDG conducted a thorough literature review, a up-to-date information on accommodating bicycle guide user survey, an AASHTO committee member travel in most riding environments. It presents survey, and stakeholder interviews to evaluate the sound guidelines for facilities that meet the needs of appropriate changes and updates to make to the bicyclists and other highway users. Sufficient flexibility Guide. The team will complete three rounds of is permitted to encourage designs that are sensitive to drafts and revisions and usher the final draft through local context and incorporate the needs of bicyclists, the AASHTO balloting process. pedestrians, and motorists. This project included consultation with transportation professionals By the end of 2017, the project is expected to result throughout the U.S. to ensure the Guide reflects in a fully updated AASHTO Guide for the Development current and accepted planning and design practices, of Bicycle Facilities. The updated Guide will include and comprehensive review of bicycle-related research several new chapters, addressing new facility types that has been done in the past decade. and providing detailed information on topics such as traffic signals,operations. and rural roadways.The Toole Design Group (TDG) is managing a team new chapters will also include significant amounts of of leading subject matter experts throughout the new content and graphics and illustrations to convey project. TDG is working with six subject matter updated design concepts. Client National Academies of Sciences, Engineering, and Medicine William Rogers, Senior Program Officer 500 Fifth Street NW Washington, DC 20001 202.334.1621 wrogers@nas.edu TooleDesignGroup 48 Winter Gorden, FL /.. A. Dillard Street Complete Streets Project c to green ; vegetation pedestrian lighting ' Pedestrian Friendly xative ows Plann,.rts rnk� 4 .i H—street artRoundabouts ', . Gateway Bike Trail , _-r 1 -�- Brick intersections — • ir l ;.l: r ' • M - 1' 'Its � . \ s wwr. , -4--r — s pc4:1 .r s ,.. lr , Dillard Street is the main route into the City of Approximately 100,000 people visit the downtown Winter Garden's downtown. The City of Winter every month via the trail and the trail users account Garden hired Toole Design Group(TDG) to develop for 25%of the downtown's economy. Having witnessed a Complete Street concept for the one-mile corridor. what happened in the downtown,the community The entire plan for the Complete Street was conceived consensus was that the reconstruction of Dillard and drawn on-site, during a community charrette Street as a Complete Street will lead to better process.The community's values and ideas were outcomes economically. socially, recreationally, solicited during a thorough"discovery phase" that aesthetically, and functionally for all modes of travel. involved site visits, public meetings. and one-on-one The road diet, roundabouts. safer travel speeds. interviews. The discoveries were then translated into median refuges,and multiple crossing locations will a three-lane, tree-lined, slower street concept, with eliminate the barrier effect of the street, enhance separated bike facilities, wide sidewalks, rain gardens. access to businesses and neighborhoods, and improve art opportunities. roundabouts at busy intersections, the image of the City. buried power lines, and safer crossings. The separated bike facilities along Dillard Street will intersect with Winter Garden's main street. Plant Street. as well as the West Orange Trail. Client City of Winter Garden Tanja Gerhartz, Economic Development Director 300 West Plant Street Winter Garden, FL 34787 407.656.4111 tgerhartz@cwgdn.com TooleDes gnGrou J 49 /A A Alexandria, VA Alexandria Multimodal On-Call 0r Yj y i ' _ al; _ vIr • Jr y~ •3 . ; I 1 1 y_ MI111111111111Mk Toole Design Group (TDG) currently holds the The contract includes the following specific projects: On-Call Multimodal Transportation Planning and • Mount Vernon Trail Bike Signal Experiment Engineering Services with the City of Alexandria. • Alexandria Bike Box TDG is providing project management, multimodal • Bike and Pedestrian Project Management transportation planning, civil design, traffic (staff extension) engineering support. public involvement, and • Union Street Corridor Study landscape architecture/urban design services. • Wilkes Street Bicycle Facilities • Complete Streets Marking Plans(citywide) Through this on-call contract and other initiatives, • Safe Routes to School Intersection Improvements TDG has completed a number of corridor and • King Street Pedestrian Plaza parking studies as well as design for approximately • Mount Vernon Existing Conditions Analysis IS miles of bicycle lanes, bicycle boulevards, and • Prince &Cameron Streets Bicycle Facilities other on-street bicycle facilities and intersection • Lower King Street Multimodal Feasibility Study improvements. On-street facilities included bike • Royal Street Bicycle Boulevard Design boxes, bike lanes, bicycle boulevards, colored bike lanes, shared lanes, and signed routes. The retrofits involved traffic analysis to remove travel lanes and reconfigure intersection operations. narrowing of Client travel lanes, and addition of new markings and signs. City of Alexandria Carrie Sanders,AICP, Deputy Director, Transportation and Transit 421 King Street, Suite 300 Alexandria, VA 22314 703.746.4088 carrie.sanders@alexandria.gov TooleDes gnGroup 50 •Nir CALTRAN ENGINEERING GROUP "ad-lowering-fit-the cygua„en 7 CALTRAN eiG+EERnG/ GROUP Traffic Studies Experience Project Name: Heron Bay ADA Sidewalks Brief Description: CALTRAN Engineering Group, Inc. / . T. (CALTRAN) was retained by the Heron Bay Community '"ssr? , X31; y, ,., to develop a Traffic Circulation Improvement Master ` r= ff Plan for the overall community. The Heron Bay .,4Ir;; , ,; Community encompasses 2,200 Acres, located in the " , , ..;_k•.-4.,_ northwest corner of Broward County overlapping the ii 7,1J-.",' 1 r, ,- cities of Parkland & Coral Springs. The purpose of the ; Master Plan was to improve the quality of access of _ residents and visitors, roadway network evaluation, �" _ traffic control signs, warning signs, pavement markings to provide a complete and thorough evaluation of the existing conditions in order to provide recommendations. w A thorough evaluation of the existing conditions was performed and analyzed by data collection, field assessments, community traffic control, informational and warning signage, and pavement markings, sidewalk and crosswalk inventory. Data collection was performed along Heron Bay's main roadway segment, sub-communities, and entrance gates. Field assessments were performed in order to evaluate traffic operations as well as pedestrian and motorist safety. As part of the sidewalk, ramps and crosswalk inventory task, CALTRAN reviewed all existing crosswalks to evaluate ADA compliance to include but not limited to sidewalk width, driveway ______ layout, surface levels, cracks, landings, and detectable warnings. During the of the inventory process, CALTRAN collected geo- 1111ppositioned ositioned pictures that are displayed on google-earth and/or ESRI geodatabase file documenting the inventory concerns. As /- `47 ` - part of this task, CALTRAN is also evaluating and prioritizing -07._ additional locations to be proposed as part of future / .` ' improvements depending on the community budget. Furthermore, . `__ — CALTRAN is currently involved in the development of design plans for the update of existing crosswalks update as well as the provision of additional sidewalks were missing and required. • Prime Role - Develop Heron Bay Community Traffic Circulation Improvement Master Plan • Current Status -Completed • Contract -$70,000.00 Reference - Heron Bay Community Association Contact - Mark Bosua Contact No. - (954) 575-2200 52 7 CALTRAN EV,'t•EEPR,G GROUP Traffic Studies Experience Project Name: City of Miramar Continuous Service Agreement CALTRAN is responsible to provide traffic and roadway design engineer services for specific projects as authorized by the City. CALTRAN has performed traffic analyses such as SW 148 Avenue from Miramar Parkway to the Fire Station 84. Other tasks included were traffic impact analysis for the expansion of Regional Park and new amphitheater including noise evaluations and serving as peer reviewer for traffic impact studies like Somerset Academy. Also, preparation of civil plans for new intersection improvements for fountains of Miramar as well as new signalization improvements for Pembroke Road at Silver Shores. yyJ; r t tply` ,v ,r r 1 4' .. Port' \ r fa* ifsi tip 1 . N ,4 I di t. • Prime Role - Provide traffic and roadway design engineer services • Current Status -2012 - Present • Contract -$60,200.00 Reference -City of Miramar Contact - Bissy Vempala, Project Manager Contact No. - (954) 602-3121 Email - bjvempala@miramarfl.gov 53 7 CALTRAN EV.jt{E1dE•G GRa1P Traffic Studies Experience Project Name: Downtown Miami Complete Streets Project, SW/SE 15' Street, Miami, FL CALTRAN provided traffic-engineering A-1 1111 1 f. �r r service to complete a feasibility study to • apply a Complete Street concept to SW/SE.; •117 . I 15`Street in Downtown Miami, between SW , - . . 1 -- 1 + k 2nd Avenue and Biscayne Boulevard. Tasks _ - ' ,_t., _ .• _ — included providing an existing condition r. analysis, traffic analysis for no built and ' " _"- ri built conditions, and transit system 1 #1, = operation analysis. CALTRAN forecasted • �.. - the built condition traffic by applying proposed changes in the latest release of regional model (SERPM 7). Study suggested converting the existing cross section to two vehicular lane and one bike/bus lane in order to provide a multi-modal concept along the corridor. • Prime Role -Traffic-engineering services for a complete feasibility study • Current Status -Completed • Contract -$33,900.00 Reference - Downtown Development Authority Contact - Fabian De La Espriella, Project Manager Contact No. - (305) 579-6675 Email - delaespriellaCc�miamidda.com 54 7 CALTRAN CVrKERnC CROUP Traffic Studies Ex•erience • Project Name: Beacon Tradeport Community Development(Dolphin Mall) Traffic Circulation Improvement Master Plan CALTRAN provided traffic-engineering services for the Beacon Tradeport Community Development District (CDD) that includes a complete Traffic Circulation Improvements Master plan for the overall CDD. The Master Circulation Master Plan's main goal was to evaluate current traffic conditions and patterns; identify concern locations; develop conceptual strategies; recommend and prioritize traffic improvements; and an action plan that will provide the Dolphin Mall with a more effective traffic circulation system that will enhance mobility and safety to facilitate the movement of goods and customers that enter and exit the mall. The CDD is delimited by the north side by NW 25th Street, by the east side by NW 112th/111 st Avenue, by the south side by NW 12th Street and by the west side by the Florida Turnpike. The CDD encompass a business/warehousing area with its main attraction being the Dolphin Mall. In addition, the CDD has initiated a plan to develop an IKEA store between the Dolphin Mall and NW 25th Street on NW 117th Avenue at the north-west side of the CDD. Coordinated with CDD Engineer to identify specific areas of concerns; Study feasibility geometric improvements; Evaluate timelines, phases, and milestones; Determine the impacts of proposed improvements; Coordinate communications with project stakeholders such as Dolphin Mall Managers, elected officials, County and City staff to be involved in the process Analysis of Existing Conditions to identify the main causes of the traffic congestion and recommended solutions without changing the current traffic patterns. Developed a Circulation Master Plan by using an - n : LOS analysis will be conducted for the future 4 conditions in a similar approach to the existing conditions. A draft master plan was submitted 1' " after completing this task. • Provided Recommendations for Implementations ,; with a prioritized list of improvements that were ( ) fine-tuned, and the final implementation plan and ( i schedule was be developed. The plan included - I 1 timeframes for short term and long term improvements, and an opinion of probable cost. • Prime Role - Develop a Traffic Circulation Improvements Master Plan for the overall CDD. • Current Status -Completed • Contract -$20,00.00 Reference - Beacon Tradeport Community Development District Contact - Luis Hernandez, District Manager Contact No. - (954) 721-8681 ROAR MEDIA 150 Alhambra Circle,Suite 725 I Coral Gables,FL 33134 USA 1305.403.2080 Main I www.RoarMedia.com Relevant Project Experience 1. Seven50 regional prosperity plan, SE Florida: Roar Media was hired in 2012 to conceptualize, plan and promote a series of public summits to inform development of a regional plan for Southeast Florida's future in the next 50 years. The first summit was taking place six weeks after we were hired, and the client— a multi-jurisdictional partnership — had no marketing materials— not even the most basic elements, such as a name for the plan. In six weeks, we created a comprehensive brand identity for what was then an incipient and diverse partnership, developed a name, logo, style guide, messaging and positioning platform, two websites, and social media profiles. We also developed a fully integrated, bilingual public relations program that included local, regional and national media relations, digital and social media, as well as a smartphone app, among other innovative marketing strategies and tactics. The first summit for the Seven50 plan (`seven counties, 50 years") was highly successful with extensive print and broadcast media coverage and more than 650 attendees. Public demand was so high that a webcast was provided for those who could not fit in the room. Strategies • Develop and establish a brand identity to position Seven50 as a robust, united group • Produce four community summit events to raise awareness and receive community input and support • Elicit participation from a large, fractured group of constituents • Deploy a comprehensive digital marketing program to further engage and inform South Floridians • Deploy a bilingual media relations program to raise regional and national awareness • Leverage connections with local leaders and influencers to lend credibility and enhance visibility • Establish a social media identity and implement an organic social media campaign to get input from the Southeast Florida community Tactics: • Establish a brand identity by creating a name, logo, style guide, messaging and positioning platform, app, collateral marketing materials and website • Plan and execute summits and create event-marketing materials • Drive summit attendance with email marketing campaigns to distribute e-vites, reminders and post-event recaps; creating event registration website landing pages; populating community event calendars; and securing media coverage • Distribute surveys to summit attendees; provide Keshot video booths where attendees at summits could create personal videos expressing their views. Broadcast these videos during the summits and feature videos on Seven50's website • Conduct a bilingual media relations campaign to garner media coverage from hyperlocal community newspapers to top-tier national broadcast and print media • Provide media training workshops for Seven50 spokespersons to ensure key messages were appropriately communicated; provide crisis communications counsel; and coordinate media interviews M • 150 Alhambra Circle,Suite 725 I Coral Gables,FL 33134 USA I 305.4012080 Main I www.RoarMedia.com • Design, develop and search-engine-optimize an extensive website with interactive elements including online polls, a downloadable app, the ability to create preferred future scenarios online, calendar of events, social media feeds, access to interactive summit recaps and presentations, and infographics, timelines and videos • Launch Facebook and Twitter accounts and develop communities organically by cross- promoting social media channels at summits, via the email marketing campaign and through collateral materials; and post summit updates Evaluation of SuccesslResultslROl • 1,874 guests attended the summits, surpassing our goal of 1,500 • 2,245 participants completed surveys, exceeding our goal of 1,500 • We secured 178,229,315 media impressions, exceeding our goal of 100,000,000 • We drove 1,801,332 website views (as of May 2, 2014) to the wivw.seven50.org website, exceeding our goal of 1,000,000 • Social media campaign reached 78,732 Facebook users and 3,336 Twitter users, exceeding our goal of 50,000 Facebook users and 2,500 Twitter users. • Our efforts facilitated the creation of 24 reports, including the 336-page "Seven50: SE Florida Prosperity Plan," • The project was awarded the APA Florida Award of Merit in the "Best Practices in the Public Engagement" category. For more information, visit: www.seven50.orq. Also, please see the regional plan's video here: w'ic.v.seven50report.orq 2. Wheels: Advancing Florida's Mobility Future: Wheels is a five-day celebration of Miami's bike-walk-transit trails designed to elevate awareness of green mobility and South Florida's transportation and transit issues. Roar Media was hired in 2015 to help support and promote a series of events culminating in a celebration of Miami's bike-walk-transit trails. We created and executed a comprehensive messaging and public relations outreach program resulting in extensive print, online and broadcast media coverage. As such, we oversaw the media relations and crisis communications program. Strategies and tactics: • Deploy a bilingual media relations program to raise local, regional and national awareness • Leverage connections with local leaders and influencers to lend credibility and enhance visibility Execution: • Ultimately, our efforts resulted in driving awareness and visibility to the mission and also significantly stimulated public interest and attendees to the event and celebration. Evaluation of Success/Results/ROI • Secured more than 35 targeted media placements with positive coverage • Secured more than 28,000,000 media impressions, exceeding the program goals 150 Alhambra Circle,Suite 725 I Coral Gables,FL 33134 USA I 305.403.2080 Main I www.RoarMedia.com w � 3. Palm Beach MPO: Roar Media is the marketing-communications firm of record for the agency, providing complete branding and marketing-communications services as they relate to public engagement and outreach, including but not limited to supporting the agency improve its branding, communicating its mission, engaging the public and eliciting public feedback and input. 4. Miami-Dade County Department of Environmental Resources Management (DERM): Roar Media assisted in the event promotion and registration for the Southeast Florida Climate Change Summit by developing pricing strategy and an email and event registration system and protocol. The registration process was considered seamless and the summit sold-out with higher than years past registration fees and revenues. 5. Greater Miami Chamber Of Commerce `Denver Transportation Fly-In': In an effort to identify solutions and study funding options for Miami-Dade County's pressing transit and transportation issues, the Greater Miami Chamber of Commerce organized a Denver Transportation Fly-In from August 5 to 7, 2016. The event identified solutions for Miami-Dade's transit, transportation issues. Roar Media managed the media strategy and communications plan to effectively communicate this initiative to the news media and various stakeholder groups 150 Alhambra Circle,Suite 725 I Coral Gables,FL 33134 USA I 305.403.2080 Main I www.RoarMedia.com /111111°,- ADVISORY !uiv 2 0 1 1 I Qualifications City of Naples D-Downtown CRA Zoning Regulation Review Oil PROJECT SUMMARY CLIENT Lambert Advisory, as a sub-consultant to City of Naples, FL CGA, completed an economic and market (Lambert Advisory served as sub-consultant to consultant associated with Zoning Regulation Calvin, Giordano &Associates) Review for the City of Naples D- Downtown/CRA district. A primary goal of the Zoning Regulation Review Process is to PROJECT LOCATION encourage redevelopment in within the D- Naples, FL Downtown District, which is enveloped by the Naples CRA and adjacent to the Downtown core. Considering this, a key element to the STATUS Zoning Regulation Review Process is to Completed effectively link regulatory planning with viable redevelopment opportunities and thoroughly evaluate both short term and long REFERENCE term market fundamentals in the broader study Roger Reinke area to ensure that the planning effort is based Assistant City Manager in economic reality. rreinke@naplesgov.com 239-213-1030 The team examined relevant economic, demographic, and market factors that impact land use,business expansion, and space utilization within the study area. The economic and real estate market assessment specifically focuses on key factors such as market demand and supply conditions for those uses that may evolve from proposed planning improvements and capital investment within and surrounding the Downtown area. This entailed a comprehensive trade area assessment of uses including housing, retail, office and hotel demand. 61 lipCalvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" SUMMARY OF TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING SERVICES The CGA Traffic Engineering and Transportation Planning Division specializes in the provision of transportation planning and traffic engineering services to a variety of municipalities including a number of coastal communities with barrier islands, offering an in-depth understanding of the regulatory framework and fiscal boundaries under which local governments operate.Our division is skilled and responsive to a wide variety of transportation planning and traffic operations requests that may originate from City Staff,Mayor and Commissioners,the public and all the municipality's various clients - developers, contractors and other service providers. CGA staff has been involved in transportation planning and traffic engineering contracts with the Florida Department of Transportation (FDOT) and many other public and private agencies throughout the State of Florida providing similar services to those required by the City of Miami Beach.Since its inception,CGA has served as a professional consultant to various municipalities throughout South Florida many of which have been repeat clients for more than twenty(20)years. The following is a list of professional traffic engineering and transportation planning services that CGA provides: Traffic Operations r•-i411 i ' •,i — f.ilif When the need arises for a traffic study, r ---- VI-,' 'fir' -'"pt the traffic team will actively pursue the t H • 6 & - use of the latest industry technology, such • ' . "'r •- : e• -. h. `- . TI-'4,7e--,,'::',',2' Advanced Traffic Management Systems 77 -..d': s : .:•'''" . . 'Ne,- • ", and Intelligent Transportation Systems, , ' ' . .,4, , to achieve efficient traffic operations. Staff A" `-`'"` will utilize macroscopic and microscopica .___J I en iiil simulation models with Synchro/ Ms f ..01111 Simtraffic, HCS+, VISSIM and CORSIM to ® OD s keep traffic flow moving with minimal • -„;;,p, ” ` conflicts which creates optimal travel time. ` This analysis can be used for: Im►% 7-=. es _. !, a A : **,-, • Traffic Impact Studies; • Traffic Signal Retiming Studies-Traffic Signal Optimization and Operational Analysis; • Transit Signal Studies; • Parking Studies-Parking Utilization,Shared Parking Analysis; • Traffic Signal Warrant Analysis; • Turn Lane Warrant Analysis; • Project Trip Generation,Trip Distribution,Trip Assignment and Internalization; • Arterial Link Analysis; • Queuing Analysis and Studies; • Traffic Modeling and Simulation; • Congestion Management Process and Design Traffic Forecasting;and • Access Management Studies. I �,. ., I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 62 CONSULTANT SERVICES ON AN AS NEEDED BASIS" 'mow ..dimair lipCalvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S" Traffic Safety Many traffic and transportation issues are related to ', . _ o traffic safety. The CGA team develops and implements PI _ ■r innovative methods, materials and technologies for = I 'ilia. transportation safety of the transportation network. We will work closely with Florida Department ofrrt _, "fie. .. r„ Ar Transportation (FDOT), Metropolitan Planning ...-T. • i _ r. P- Organizations (MPO) and local agencies in Florida, ��M w r= „i _ I. EMI i. as warranted, to establish and develop data driven _ '10 __ i i -- , solutions to safety issues in the transportation -_" _ _ system. In identifying and managing safety issues, CGA will utilize safety analysis tools such as Signal 4 _— . - - _ Analytics, the Highway Safety Manual, PEDSAFE and BIKESAFE. CGA is committed to use the appropriate =r ��V_ - data collection and analysis strategies to determine -'is ; the countermeasures and prioritization for implementation.These tools can be used for: I • Safety Planning and Analysis; • Crash Data Management and Analysis; • High Crash Location Review; • Roadway Safety Audits; • Pedestrian Safety Studies; • Bicycle and Pedestrian Safety Action Plans; • Qualitative Assessment;and • Strategic Highway Safety Plans. The CGA Team looks to complete projects that reduce and immediate or future risk or addresses a safety hazard or safety need. The City has installed Rectangular Rapid Flashing beacons along a number of road segments including Alton Road in order to provide for advanced notification of a midblock crossing. The CGA Team has the expertise in evaluation of high accident/crash locations and has been using Signal Four Analytics to evaluate these locations for other municipal clients such as the Cities of Weston and Pembroke Pines.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 through the use of Signal Four Analytics. Signal Four Analytics is a critical tool in synthesizing crash data and evaluating citywide assessment of locations with potential for safety improvements.This can serve as an impetus for potential Capital Improvement projects in the future. I CITY 01:MIAMI Rhr1Cl I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 63 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" ___Ir Calvin, Giordano g Associates, Inc. EXCEPTIONAL S O L U T I O N S- The bubbles shown on the exhibit below, represent the different locations with crashes and the numbers in the bubbles represent the number of crashes at the respective locations over the last 5 years.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 Transportation Master Plan and/or the Bicycle and Pedestrian Master Plan or even to support different multi-modal driven grants including ones offered as part of the Miami Dade MPO localized initiative program. > 0 , A • • • • 0 • • 73rd St a • 4 D Ls.•••• • M.". • ••-. . TOTAL 0 OF INCIDENTS-152 CASES • • • • Z. .«,.. • • Traffic Design The CGA team leverages traffic engineering expertise - in order to provide design solutions that consider . /-� .. ` traffic operations, traffic safety, context sensitivity and6 _ ! 1111' I �, '• `- constructability within the transportation infrastructure s' ,--„.r1r , network.Expertise .' -, -4.1.11i--- � ; i .i etwo xpert se and Services include: , _ __ • I I _„ , ii • Traffic Signal Design; '- >w t' L ,t,:,.. _ "''�` ,3 r -• • Pavement Marking and Signage Design; n __ ____ • Neighborhood Traffic Calming Design; - _— — — -= _ • Roundabout and Traffic Circle Design; ____ " `'” • Midblock Crosswalk Design; • Safe Routes to School Design; • Corridor Improvement Concept Design; • Maintenance of Traffic/Traffic Control Design; and _ irj) , • Intelligent Transportation Systems Design. }1 (J11OF:111.1611 131:A ' I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 64 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 11110110 Calvin, Giordano r Associates, Inc. EXCEPTIONAL SOLUTIONS" Complete Streets Planning and Design The CGA team creates transportation solutions for all I / users and modes of transportation in order to improve the quality of life and support livable communities. /!,.7-- r CGA Transportation Engineers and Planners create / y. _ streets for everyone no matter who they are and ,r% 1- how they travel. CGA is committed to planning and e; , `.titi designing transportation infrastructure facilities with �1 an emphasis placed on the joint use of transportation • 4' `'' t> corridors by pedestrians, cyclists and public transit •.,._, vehicles. CGA Transportation Engineers and Planners are recognized as leaders in the combining Placemaking with Thoroughfare Design together.CGA has created Complete Streets Manuals and Updated Government Agency Policy Regulations and Framework which allows flexible design decisions to fit varied conditions.CGA's planning and design solutions will include design of the entire traveled way in order to enable safe and efficient access for all transportation users in the built environment.Expertise and Services include: • Complete Streets Manual Development; • Complete Streets Regulatory Policy Implementation; • Bicycle and Pedestrian Facility Infrastructure Planning;and • Lane Reduction Studies. Civil Engineering,Roadway and Highway Design - The CGA team has extensive experience in the design of roadways and highways.Our Roadway&Highway Design Division works with ` the Florida Department of Transportation, as well as many of our - - — municipal clients to design interchange modifications, roadway widening projects including regarding, drainage and striping, . median modifications, complete streets grant improvements, and �!--- intersection upgrades as well as turn lane additions or other offsite r _ r improvements required for new developments. Expertise and �- ' `-�._ -• _ Services include: I r .k`. • Resurfacing,Restoration and Rehabilitation projects; • Roadway design,bicycle lanes,sidewalks,signing and pavement markings,signalization;and • Street design incorporating urban concept emphasizing mixed- use facilities. • CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 65 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" • 1010 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS'. Transit Planning and Design � t : The CGA team completes transit planning`` " _ - M efforts for government agencies including ,-.:1,L1..._1-,,, ,r �,fi`•. , • , establishment of short term and long '" ,-- _ '- . - Nu.- term vision plans. CGA is committed to ,i, �•IL+� �; v '" '' -44 ",_y — ` 1- assisting with the assessment of service -w� r. r performance and goals, expansion of l�`4 ,, :• "'��' dedicated transit routes and service, ' ..1-%-z-,,,,), - ` „�`'"'' evaluation of corridors and determination :`, - ;- ---Q,, _ �;ii if of ridership and transit demand forecasts. !, '= . CGA Transportation Engineers and ° t, yeti. Planners have expertise with urban %.,..1,-,....),:- `\ • design, neighborhood community v _ 4 - planning and sustainability which assists fell: + :. in the development of public transportation solutions that transforms places into vibrant, livable, sustainable communities. CGA Transportation Engineers and Planners has the expertise to assist with the Transit Oriented Development Planning with the creation of compact, walkable, mixed-use communities centered around high quality transit and rail infrastructure. • Transit Development Plans; • Transit Corridor Planning; • Mobility Hub Station Area Planning; • Transit Oriented Development(TOD); • Feasibility and Alternatives Analysis; and • Transit Capacity and Quality of Service. Development Review Committee(DRC)Process 411 The CGA team has undertaken the role of both leading and supporting planning and zoning ..L-F..4,-,` - _ f, .. .----' departments in several communities for more than 0I '` -- ' - ._' 15 years. CGA has handled all the planning and I We — — � = Awe.'" , - ; zoning activities for the Cities of Weston,West Park -�..-• . - " ''''',,Y.--, ' ' and the Village of Estero since their incorporations • 'r - " - - plus many other municipalities in South Florida. - 6'"as _ r <- y - --_ . 4' ' ' We have developed all the policies and procedures ~ "''i"' .. `.1.�" `i for planning and zoning reviews, modified and - '=-r- s.44 . updated all comprehensive plans, codes and land .-----.......:2411" = - development regulations. CGA also leads the Planning Departments in the Towns of Surfside and Medley. While these are long established municipalities, both towns lacked full service departments and had serious deficiencies in their processes.CGA has formalized the development process and created standards for applications, including timeframes for completion of tasks. CGA's planning staff possesses a thorough and complete understanding of planning processes from both a public and private perspective and from municipal to state authority. CGA staff participates in and regularly attends conferences and seminars at the local, state and national levels in order to keep updated on trends in urban design and planning,transportation planning and traffic engineering. CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 66 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" tiirm- 11111111110 Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S" 2.2 QUALIFICATIONS OF PROPOSER TEAM THE CITY OF MIAMI Shelley Eichner, AICP, Senior Vice BEACH President will serve as Principal in Charge. Eric S. Czerniejewski, P.E., ENV SP will be the Project Manager PRINCIPAL-IN-CHARGE and will be the main point of contact for the City. Below you will see the Shelley Eichner,AICP CGA Team's organization chart which outlines the depth of staff that has CALVIN.GIORDANO S ASSOCIATES.INC. been assigned for this contract. PROJECT MANAGER Eric Czerniejewski,PE,ENV SP CALVIN.GIORDANO 8 ASSOCIATES.INC. CIVIL ENGINEERING TRAFFIC ENGINEERING AND URBAN DESIGN& CONSTRUCTION TRANSPORTATION PLANNING PLANNING ENGINEERING Nicholas Mahon,PE Eric Czerniejewski,PE,ENV SP Alex David,A1CP Mohamed Mabrouk,PE Jenna Martinetti,PE Diana Rivas,PE Sarah Sinatra,AICP Patrick Figurella,PE Carina Harvey Richard Cannone,AICP CALVIN.GIORDANO 8 ASSOCIATES.INC. Gianno Feoli CALVIN.GIORDANO 8 ASSOCIATES,INC. CALVIN,GIORDANO 8 ASSOCIATES.INC. SURVEY&MAPPING CALVIN.GIORDANO 8 ASSOCIATES.INC. Steve Watts,PSM ECONOMIC&FINANCIAL PUBLIC INVOLVEMENT/ TRANSITPLANNING/TRANSIT Michael Monsey,PSM OUTREACH ORIENTED DEVELOPMENT/ CALVIN.GIORDANO 8 ASSOCIATES.INC. FACILITIES PLANNING/ Paul Lambert Jacques Hart FINANCIAL PLANNING Eric Liff Jolie Balido ENVIRONMENTAL& Paola G.Baez,PE RESILIENCY Susana Siman Suarez Andrea("Andi")Phillips-Lopez Kris Conesa William L.Ball,AICP Sandra Lee,AICP CEP, LAMBERT ADVISORY Evelyn Uslar-Pietri W.T.Bowman,PE LEED AP BC+D,CFM Raelene Mercer Ginger Corless,AICP,CPRP TRANSPORTATION PLANNING Tara Crawford CALVIN.GIORDANO S ASSOCIATES.INC. AND COMPLETE STREETS Antoinette Mendoza DESIGN Molly Phillips Jessica Mackey,El RJ Eldridge ROAR MEDIA Joel Rey,PE,AICP TRAFFIC ENGINEERING AND Ian Lockwood,PE Allan B.Sequeira,PE TRAFFIC DATA COLLECTION Ken Ray,RLA Asela Silva,AICP Juan Calderon,PE,PTOE Mauricio Hernandez TINDALE OLIVER Jeannelia Liu,PE Sagar Onta,PE,PTOE Carlos Perez,PE Bill Schultheiss,PE Mohammad Lavasani Alia Anderson,AICP Juan Romero,El TOOLE DESIGN GROUP j CALTRAN ENGINEERING GROUP CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC.ENGINEERI'' 67 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" i 11010 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS' 2.2.1 EXPERIENCE&QUALIFICATIONS OF PROPOSED PROJECT MANAGER AND TASK LEADERS As you can see in our organizational chart.The CGA Team has a suite of consulting firms with the specializations outlined in the scope of services.The following is a summary of the experience and qualifications of the Project Manager and the Task Leaders on the CGA Team. SPECIALIZATIONS - PROJECT MANAGEMENT, TRAFFIC ENGINEERING, SHORT AND LONG-RANGE TRANSPORTATION PLANNING,COMPLETE STREETS, BICYCLE 1116 AND PEDESTRIAN PLANNING AND TRANSIT OPERATIONS PLANNING Eric Czerniejewski,P.E.,ENV SP 4 o. CGAs Project Manager has over 19 years of experience associated with a wide range of ' traffic engineering,transportation planning,roadway,transit and multimodal projects, .>:-,1 will lead a group of professionals who have extensive municipal experience in similar I 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 the Transportation Manager for the City of Fort Lauderdale's Transportation & Mobility Department prior to joining CGA as Director of Traffic Engineering.While serving as Transportation Manager, Eric managed the Transportation Division and helped advance the City of Fort Lauderdale's 2035 Vision through many important City Commission Initiatives.A comprehensive summary of this related experience and qualifications in his role as Transportation Manager for this coastal community includes the following: • City-wide Multimodal Connectivity Program entitled Connecting the Blocks: Creating Options for Moving People; • City of Fort Lauderdale Complete Streets Manual; • The Wave Streetcar-Final Planning, Initial Design and Grant Funding and Assistance; • All Aboard Florida Downtown Fort Lauderdale Station Planning; • State Road AlA Rehabilitation and Modification (Lane Reduction) Projects; • State Road A1A Transit Design for Livable Communities (TDLC)Analysis; • Sun Trolley Community Bus Service-Uptown and Downtown Link Extensions; • Broward Boulevard Gateway Implementation Projects; • Broward MPO Broward Blvd Mobility Projects; • Downtown Units Land Use Plan Amendment Traffic Analysis; • Advanced Transportation Management System (ATMS) Central Broward Corridor Project; • Downtown and Uptown Fort Lauderdale Mobility Hub; • SFRTA Tri Rail Coastal Link; • Dixie Highway and NE 13th Street Complete Streets Projects; • Development Review Committee (DRC) Traffic and Transportation reviews for City wide Development Projects- Managed Consultant Contracts for the Traffic and Transportation Engineering Consultants; • SFRTA FTA New Freedom Grant-Mobility Management Consultant; • EPA Green Streets Building Blocks for Sustainable Development Technical Assistance Program; • Downtown Walkability Study Action Plan; • Las Olas Boulevard Transportation Plan-SE 8th Avenue and SE 9th Avenue All Way Stop Pilot Project; • NW 7th and NW 9th Avenue Connector Project; • Las Olas Bridge,Sunrise Bridge and Bridges of the Isles FDOT Bridge Rehab Projects; and • Broward MPO Technical Coordinating Committee (TCC)-representative for the City of Fort Lauderdale. The CGA Team led by Mr.Czerniejewski will contribute to the development of smart solutions using the very best engineering judgment with deliverables that will be carefully prepared,reviewed,submitted on time,and within budget. Eric currently serves as City Traffic Engineer for the City of Weston,the City of Pembroke Pines and the Town of Surfside and also sits on the Broward MPO Technical Advisory Committee as a representative for the City of Weston. CI I'1'OF�ilaRll RE:1C1[ RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 68 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 41, Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS- '• Eric also has transportation infrastructure policy experience _ ,; including his current role serving as chairman of the ASCE National Transportation Policy Committee.While serving on this I I' committee, Eric leads a team of civil engineers in evaluating and drafting policy position statements related to transportation.Eric has visited Tallahassee Florida State Capitol and Washington D.C. I annually in the Spring each year since 2004 advocating for traffic and transportation infrastructure issues and safety enhancements on behalf of the South Florida regional community.Eric also chaired the ASCE Florida Section 2012 Infrastructure Report Card update which evaluated the condition of the existing key infrastructure categories. Complete Streets Knowledge and Design Experience The CGA team has knowledge and relevant experience with Complete Streets design and applications. Our Project Manager, Eric Czerniejewski, helped develop and publish the City of Fort Lauderdale's Complete Streets Guidelines.He also participated in the Broward Metropolitan Planning Organization(MPO)technical coordinating committee as a representative for the City of Fort Lauderdale during the review and approval of the Broward County Complete Streets Guidelines.This effort also included participating in Broward County's recent Context Sensitive Ill - Solutions Initiative/Program. He also was involved with the Downtown Walkability t Study and the previously mentioned Fort Lauderdale Multimodal Connectivity ' �/, Program entitled Connecting the Blocks. This relevant recent experience provides t 6"-" the City with a team with knowledge of actual successful design applications where `4; , all modes of travel are given a priority not just the automobile.A couple of relevant r,' 4� !, applications include the evaluation of separated bike lanes and the installation of rectangular rapid flashing beacons (RRFB).FDOT,Broward County and Miami Dade 1 -4.„ County have started applying buffers between the vehicle travel lanes and bicycle 1.,„ . -- d lanes for improved safety.These buffers could be raised barriers like curb and gutter, �'� raised delineators or a change in color and texture of the pavement.The City of Fort II ii Lauderdale as part of their Multimodal Transportation 1 1 `1 Program painted a complete bike lane in both directions as a pilot project and held a Safe Streets event where the City Commissioners, FDOT District Secretary,Transportation and 0 COMPLETE STREETS MANUAL Mobility Staff including Eric and his family and members of the Public helped paint ,j� the green bike lane. J1 O1-O MIIMINIMEIMIll CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 69 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" • 11110 Calvin, Giordano r Associates, Inc. EXCEPTIONAL SOLUTIONS"' The CGA team also has additional experience with Complete Streets and Context CITY OF WESTO\ Sensitive corridors including the preparation of the City of Weston Bicycle Master Plan. As part of an ongoing effort by the City of Weston to incorporate Complete Streets, CGA conducted a city-wide Bicycle Master Plan outlining, among other things, how the City can achieve a complete streets profile including dedicated V i bicycle facilities on all arterial roadways within a two (2) year period. CGA has -,- ; been instrumental in providing all roadway planning and design services for the City since its inception and our team has accomplished providing bicycle facilities 1,1 on over 90 percent of all arterial roadways within the City. The complete streets improvements slated include the conversion of four-lane arterial roadways to two lane roadways through the implementation of road diets. CGA provided BICYCLE MASTER PLAN comprehensive public outreach throughout the process,open house style meetings and resident surveys. Additional relevant experience and Complete Streets applications include the initial planning for the artistic painting of intersections along the Las Olas Corridor at Southeast Second Avenue and Southeast Third Avenue. As part of the City of Fort Lauderdale's Multimodal Transportation Program - Connecting the Blocks, the City repainted these intersections as a pilot program with the Broward County Traffic Engineering Division in order to enhance the visibility of pedestrian crossings at these key crossings in the heart of the Las Olas commercial business district in the City. 7 it r i it 410 y T /I a• /b ...L..,171/1L's......_.-.T•.-7c2._ s i-"7 I ill I li 6 6.1 I I I I I i I I'I\i m a 6 b... ... . • , a r /.4 ".4*/ '4". a•".•••,/ ' ^' w '.. , NAV, i, NAL 74..-I.._.".4 Ill I I I I I.I 6'-'..4 I I Il I I li 6'. N a_, • lip c_.. _ _ , i ,4C`, / ems/ Calvin, Giordano & Associates, Inc. EXCEPTIONAL100 SOLUTIONS" SPECIALIZATIONS - INTEGRATION OF TRANSPORTATION AND LAND USE, COMPREHENSIVE PLANNING AND ZONING,SMART GROWTH,URBAN DESIGN AND LIVABLE CITIES Alex David,AICP Alex is the Director of CGA's Miami Dade Office and is a resident of the 1 City of Miami Beach. Mr. David has over 30 years with private and public planning organizations. He specializes in both current and long-range planning including: comprehensive plans, land development regulations3 and site development reviews.Alex has extensive experience working with local,regional,and state planning regulations and is committed to providing municipal government clients the expertise and assistance they need to tiachieve local planning and development goals while meeting regional and state planning requirements.Alex specializes and will be involved with the integration of transportation and land use,smart growth,urban design and livable cities. Mr.David's experience includes:Comprehensive Planning,Land Use,Zoning, Evaluation and Appraisal Reports (EAR's)and amendments; municipal land development regulations;annexation applications;water supply plans;strategic visioning and concept plans and development review.Additionally,he has assisted new governments in establishing the planning and development procedures needed to guide growth and development.Alex also has a reputation for building intergovernmental partnerships and navigating through the bureaucracy of local and state agencies in an expeditious manner.He has also served as the Interim Planning Director for the Town of Cutler Bay and as Zoning Administrator for the City of North Miami.Alex serves on various committees in the City of Miami Beach and gives back to the community. SPECIALIZATIONS-URBAN DESIGN,COMPLETE STREETS,INTEGRATION OF TRANSPORTATION AND LAND USE,SMART GROWTH AND LIVABLE CITIES r p Gianno Feoli I+„1b ••-...r• Gianno leads the Landscape Department in creative design strategies for •' , urban environments with specialties including urban design, contextual a °` "''• ` analysis and branding. He will contribute his experience in providing CGA's A -0!' !'-"•-•- •`-; master planning, transit-oriented designs, community participation efforts __ ' ... 3 and graphic communication services.His experience has encompassed a wide .; _ - . array of project-types, and his strengths lie in park design, streetscapes and _ urban interventions,and form-based urban designs and planning strategies. Gianno has recent relevant experience with the City of Miami Beach on the North Shore Improvements and the Middle Beach Recreational Corridor.tdL! p CIl1 UP�1la�il I�IirlCll RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 71 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 11110 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS." SPECIALIZATIONS - TRANSIT OPERATIONS PLANNING, STATION AREA PLANNING, ECONOMIC AND FINANCIAL ANALYSIS,TRANSIT INTERMODAL FACILITIES DEVELOPMENT AND SHORT AND LONG-RANGE TRANSPORTATION PLANNING TindaleBill Ball,AICP Oliver< Bill specializes in transit planning, metropolitan transportation planning,and public finance.His transit expertise includes short- Aland long-range transit planning, federal transit requirements, transit facilities a and capital planning and budgeting, transit performance assessment, demand forecasting, cost and revenue forecasting, bus rapid transit, transit market f assessment,and system and route-level planning and operational analysis. ' Since joining Tindale Oliver in 1995, Bill has served as the Principal-in-Charge Illi. or Project Manager for a majority of Tindale Oliver's transit development plans (TDPs).This includes Florida TDPs for HART,PSTA,LeeTran, Pasco County Public Transportation,and Martin/St.Lucie,among others.In addition,he served as the Principal-in-Charge for Tindale Oliver's role as a key partner in the preparation of FDOT's updated TDP Manual and Training Workbook and the subsequent training workshops held in locations throughout Florida. Bill initiated and led the development and growth of Tindale Oliver's Transit Services Team from its infancy to a team of dedicated transit planners and another dozen contributing transportation and urban planners. He now plays a broader corporate role with Tindale Oliver as Chief Operating Officer, but remains a working Principal, continuing to play a major role in Transit Services,including project management for larger,more complex efforts. SPECIALIZATIONS - TRANSIT OPERATIONS PLANNING, STATION AREA PLANNING, ECONOMIC AND FINANCIAL ANALYSIS, TRANSIT INTERMODAL FACILITIES DEVELOPMENT, SHORT AND LONG-RANGE TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING Tindale Joel Rey,P.E.,AICP Oliver Having been involved in transportation planning and research with specific emphasis on public transportation, Joel offers substantial transit planning and operational analysis experience. He has managed and conducted a variety of projects related to transit development -'t= plans (TDPs) and transit visioning, comprehensive operations analysis, ridechecks and on-board surveys, transit facilities/infrastructure planning and accessibility, performance assessment, transit financial planning, transit market assessment, advanced public transportation systems, and bus rapid transit,among others. Pi Joel has worked with numerous transit agencies in Florida and elsewhere in the US on projects including performance evaluation, short- and long-range planning,transit finance,and premium transit-related studies.He has directed numerous major projects across Florida,including an alternatives analysis for a premium transit service to connect Downtown Clearwater to Clearwater Beach,a short-range transit vision plan for Greensboro Transit Authority(NC), and a TDP Major Update, 25-year vision plan, and comprehensive operations analysis for Lee County Transit (LeeTran).He also completed the preparation of a 20-year strategic vision plan for LYNX in Orlando;a TDP Major Update for Broward County Transit in SE Florida;and a combined TDP/operational assessment for Rider Transit in Concord/Kannapolis,NC.He currently is working with a project team on a transit system re-visioning project for CATbus in Clemson,SC. CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 72 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" I, Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL S O L U T I O N S- SPECIALIZATIONS - TRANSIT PLANNING, STATION AREA PLANNING, TRANSPORTATION PLANNING, TRAFFIC ENGINEERING Tindale Paola Baez,P.E. <Oliver Paola is a results-oriented, high energy, hands-on professional,with a successful record of accomplishments in different multi-modal fields of transportation engineering. Her major strengths include strong leadership, excellent communication skills, solid team player, attention to detail, dutiful respect d for compliance in all environments,as well as supervisory skills including scheduling, training,and public contract management. Paola brings many years of experience in managing Seaport, Rail, Americans with Disabilities Act (ADA), Planning and other Intermodal engineering projects during her years working for Florida Department of Transportation (FDOT) District 6. Paola has managed the diagnostic reviews and development of rail signal safety and surface maintenance projects, including Construction Engineering Inspection (CEI) for railroad projects, preliminary engineering reports, design projects, planning, development of alternatives, conceptual designs, corridor studies, GIS mapping development,traffic forecasting,traffic data collection,functional classification,scoping reports,as well as managing and directing projects that encompassed impact to the compliance with ADA. SPECIALIZATIONS - COMPLETE STREETS, BICYCLE AND PEDESTRIAN PLANNING, TRANSPORTATION PLANNING,URBAN DESIGN AND TRAFFIC ENGINEERING RJ Eldridge ior +' Toole RJ Eldridge leads Toole Design Group's (TDG) planning practice. With a master's degree in community planning and more than two decades yor __ of experience on projects throughout the U.S., RJ is a recognized national leader in multimodal transportation.RJ's background as a form-based code writer gives him a keen understanding of the interplay between transportation and land use and the fundamental importance of the public process.He is an adept project manager and problem solver,with experience directing large multidisciplinary teams.RJ's work includes national research studies for the Federal Highway Administration (FHWA), strategic planning for state Departments of Transportation,seeking to build multimodal transportation networks,and a wide variety of local bicycle and pedestrian planning projects.In addition to RJ's professional career,he is an elected Councilmember in his hometown of Cheverly,MD—a role which gives him added insight into planning and transportation issues at the local level. CI"f S'OI 111:1h11 13R,1(:I f RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 73 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano g Associates, Inc. EXCEPTIONAL1111100 S O L U T I O N S" SPECIALIZATIONS - COMPLETE STREETS, BICYCLE AND PEDESTRIAN PLANNING, TRANSPORTATION PLANNING,URBAN DESIGN AND TRAFFIC ENGINEERING 1, Ian Lockwood,P.E. TooleIan Lockwood has devoted his career to advancing inclusive public realms, multi-modalism,community health,and all aspects of livable transportation. Ilk . ' f' He is known nationally as a pioneer in station area planning, walkability, Complete Streets, and traffic calming. With fluency in collaborative processes and urban design, ' w Ian has participated in more than 200 charrettes.He works with stakeholders to develop and advance community visions into real projects. Ian is frequently invited to provide keynote speeches at professional conferences and guest lectures at universities. Some of his work is published in a diversity of professional journals (e.g., Planning, Institute of Transportation Engineers Journal, American Civil Engineering Society,Journal of Architectural and Planning Research,McGraw Hill Time Saver Standards for Urban Design).Through practical policy and technical direction, Ian has helped private clients, transit agencies,campuses, towns, cities,and states turn conventional processes and projects into ones that are healthier and more successful financially,environmentally,and socially. SPECIALIZATIONS - COMPLETE STREETS, BICYCLE AND PEDESTRIAN PLANNING, TRANSPORTATION PLANNING,URBAN DESIGN AND TRAFFIC ENGINEERING I. Bill Schultheiss,P.E. WABill Schultheiss has a broad civil engineering background relating to many facets of engineering planning, design, and construction administration. b:. Bill serves as lead technical engineer for all of Toole Design Group's (TDG) Complete Streets projects.He has personally overseen and designed the retrofit of more than 250 miles of urban streets to improve their multimodal capacity and safety in support of community livability, economic,safety,and mobility goals. Retrofits have incorporated •` road diets, lane narrowing, bike lanes, cycle tracks, transit stop improvements, and various traffic calming treatments. Bill regularly negotiates the interpretation of guidelines and research with public agency professionals for retrofit projects to build support for Complete Streets treatments. Bill thoroughly enjoys public processes and frequently leads public meetings, stakeholder workshops,and charrettes to educate and build support for his client's planning and design efforts. CITY OF MIAMI BEACf f RFQ No.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 74 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONAL11100 SOLUTIONS' SPECIALIZATIONS - TRAFFIC DATA COLLECTION, TRAFFIC STATISTICS, TRAFFIC ENGINEERING, SHORT AND LONG-RANGE TRANSPORTATION PLANNING, COMPLETE STREETS, BICYCLE AND PEDESTRIAN PLANNING AND TRANSIT OPERATIONS PLANNING 7 Juan Calderon,P.E.,PTOE CALTRAN Mr. Calderon has over 17 years of experience in traffic/transportation �_�"°�'. engineering with a Master Degree in Civil Engineering.Mr.Calderon has 11-IW. been involved in managing several traffic and planning engineering projects with the ir Florida Department of Transportation (FDOT) by providing direct support in traffic .4 and safety projects for Districts 4 and District 6.Within FDOT related design projects, Ili` planning,development of alternatives,conceptual designs,corridor studies,simulation, GIS,as well as,managing or directing projects that encompassed traffic impact studies, traffic circulation, PD&E, modeling, and traffic forecasting signalization, scoping reports and safety countermeasures. In regards to FDOT 6 projects he has participated in tasks involving the EPMP program, highway and traffic data collection, functional classification/governmental jurisdictions, scoping reports, traffic operation analysis and modeling, and public involvement. Mr. Calderon is intimately familiar with transportation projects that involve traffic analyses, planning, traffic calming,traffic safety studies,and transit. He is also specialized in traffic and transit data collection,traffic and transit data analysis,mapping using Geographic Information System (GIS) platforms,as well as,roadway design software. Some of Mr. Calderon's clients, for traffic and safety studies such as traffic calming analysis reports, are City of Coral Gables, City of Miami, City of Miami Beach, and private developers. Mr. Calderon is also very familiar with the new Highway Safety Manual (HSM)and the Highway Capacity Manual (HCM). He continuously participates in several trainings and was the reviewer of the HSM of chapter 4 (network screenings). SPECIALIZATIONS-ECONOMIC AND FINANCIAL ANALYSIS AND TRANSIT ORIENTED DEVELOPMENT .. REric Liff -'�, - Eric Liff brings 25 years of experience providing economic and financial tIr �a -f ACM/1501, advisory services to both the private and public sectors. He has worked ill with numerous national and international corporations providing economic,strategic 4 I 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 'f agencies on initiatives ranging from economic development and neighborhood IPA 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. CITY OF MIAMI BEACH REQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 75 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS' SPECIALIZATIONS-PUBLIC OUTREACH AND STRATEGIC MEDIA COMMUNICATIONS a Jolie Balido(ROAR) . Jolie Balido, president and co-founder of Roar Media, is a nationally known marketing-communications professional and media strategist with more , ":r . i ROAR MEDIA than 20 years of experience. Coming from a family of noted entrepreneurs d and journalists, she was born with a love of media and communications. She began * her career as a staff writer with The Miami Herald, where she wrote articles for daily publication focused on business,real estate,and city government topics.This experience gave her keen insight into the dynamics of the editorial cycle and the newsroom,which are fundamental to the success of a public relations company. She later decided to apply her news skills to help businesses position themselves for success. She worked ' for several years in top leadership positions on both the PR agency side and the client side before deciding in 2008 to fulfill her life goal of establishing her own marketing- communications firm. Passionate about giving back to the community and supporting children,Jolie generously donates her time and her professional skills as a board member and the marketing chair of Big Brothers Big Sisters of Miami and serves on the board of City Year Miami.She is a governing board member of the Greater Miami Chamber of Commerce and serves on its real estate and marketing committees. _, b ors, -vr- ,s.... 1 ,T !=e- .; I %Q"' sem'° ..-IT. ''' :tge. ' OLAA , • . ........--- AglarA, _Id1 -,.. .- ,. .. ,. :.4, /if' •---- ti ' 76 '' • -- �9 I. Calvin, Giordano & Associates, Inc. EXCEPTIONAL• SOLUTIONS' 2.2.2 TEAM EXPERIENCE AND PRIOR WORKING RELATIONSHIP Founded in 1989 and established as an S-Corporation in the State of Florida, Tindale Oliver (TOA) has developed a reputation as a leader in in providing quality, innovative planning and engineering services to its public and private sector clients.The founders and subsequent leaders of ■ the firm come from public sector backgrounds that translate to a practical understanding of issues that government officials face in planning, iver designing, financing, and implementing projects and policies. The firm's major business activities involve four primary solution areas: • Transportation c Transit • Community Planning&Design • Public Finance TOA has grown from a firm of 3 employees in 1989 to 76 employees in 2017,with staff certifications including professional engineers,certified planners,LEED and GIS professionals,and accessibility inspectors,among others, as well as numerous planners, economists, and GIS analysts. With offices and staff located in Florida (Tampa, Orlando, Fort Lauderdale, Bartow, Jacksonville, Miami, and Naples), Maryland (Baltimore), and Washington (Seattle),TOA has supported clients throughout Florida and the US. TRANSIT SOLUTIONS TOA is a firm that, for more than 22 years, has specialized in Transit Planning and Operations. Nationally, TOA continues to build a reputation in developing quality solutions for transit agencies,including recent and ongoing plans and projects in Georgia, Maryland, North Carolina, South Carolina, Alabama, and Washington State. However,whereas these out-of-state endeavors have given us the benefit of expanded perspective and variety in experience for"how things are done elsewhere," they have not diminished our focus or desire to help improve public transportation in Florida—we remain a Florida-based firm (offices or staff working from seven Florida cities) that is proud to continue to serve the public transit agencies and our numerous other project partners across the state. As highlighted in the following map, TOA's Transit Solutions team has provided transit-related support to agencies and municipalities throughout Florida.Our project work includes transit development planning,transit infrastructure,ADA compliance support,route-and network-level operational analysis,premium transit planning, and general on-call support on a wide variety of tasks related to data collection/analysis,federal compliance(e.g., Title VI, DBE,excess real property, passenger mile sampling, etc.), and latent demand/transit feasibility,among many others. C1 1'l OF }I:1�11 R},\CII RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 77 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano Associates, Inc. EXCEPTIONAL SOLUTIONS" Tindale Oliver Florida Transit Experience FDOT i — �� Central Off ice 7* FDOT D2 FDOT D5 Florida Department of Transportation Central Office District 1 District 2 District 4 FDOT D7 District S District 7 Agencies BrowardCountyAreaTransit(BCT) FDOT D4 Citrus County Transit -— CollierArea Transit(CAT) -- - Community Coach(Martin County) Community Transit(St.Lucie County) Emerald Coast Rider(Okaloosa County) FDOT D1 Escambia County Area Transit(ECAT) Hillsborough Transit Authority(HART) — 111011 Jacksonville Transportation Authority(JTA) Lakeland Area Mass Transit District LakeXpress(Lake County) Lee County Transit(LeeTran) Levy County Transit 7[ LYNX(Central Florida Regional Transportation Authority) Manatee County Area Transit(MCAT) Miami-Dade Transit(MDT) Orange Line Bus(Citrus County) Pasco County Public Transportation(PCPT) Pinellas Suncoast Transit Authority(PSTA) Regional Transit System IRIS) Florida Heartland Rural Economic Development Initiative(Rural Mobility Plan) Sarasota County Area Transit(SCAT) Space Coast Area Transit(SCAT) South Florida Regional Transportation Authority(SFRTA(Tn-Rail) StarMetro(Tallahassee) SunTran(Ocala/Marion County) Suwanee Valley Transit Authority(SVTA) THE Bus(Hernando County) Treasure Coast Connector Volusia County Transit()MTRAN) Local Government(counties,cities,and MPOs) Broward Indian River Pensacola/Escambia Charlotte Lake/Sumter Pinellas City of Coral Gables Lee Polk City of Ft.Lauderdale Manatee Sarasota City of Jacksonville Martin St.Lucie 'City City of Key West Ocala/Manon Volusia Collier Okaloosa .__ County/MPO Hernando Palm Beach Hillsborough Pasco ❑ FDOT CITY OF MIAMI BEACH RFQ No.2017-126-KB(GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 78 CONSULTANT SERVICES ON AN"AS NEEDED BASIS' VI° Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS"' TRANSIT EXPERIENCE AND QUALIFICATIONS TOA's familiarity with and approach to transit planning and operational analysis strives to focus on using our experience-driven insight to develop practical solutions that have stakeholder and public support so that they can be readily implemented to produce successful outcomes. Specific examples of the many successes we have helped achieve over the past two decades include efforts that resulted in: • New transit systems/services(Collier,Hernando,Lake,and St.Lucie counties,FL;Clayton and Cobb counties, GA) • Expanded transit services (Hillsborough, Lee, Manatee, Pasco, Pinellas, Sarasota counties, FL; Greensboro and Fayetteville,NC; Clemson,SC; others) ▪ New transit funding (St. Lucie County MSTU, Pasco County sales tax, Jacksonville sales tax, FL; Clayton County,GA sales tax) • Cost savings (Route 140 efficiency savings in Lee County, FL; streetcar data collection requirements in Hillsborough County, FL and Charlotte, NC; updated passenger mile sampling requirements in Sarasota County,FL) • Increased ridership and efficiency(corridors and networks throughout Florida and the US) As illustrated on the map on the following page,TOA has provided transit services to clients throughout Florida and in 17 states, Puerto Rico, and the District of Columbia. These projects have ranged from short- and long- range planning to operational analysis and from transit facility infrastructure support to helping agencies meet various federal and/or state regulatory requirements.The graphic added on the following page, highlights the key areas of the Tindale Oliver Team's transit expertise in which they have supported numerous clients. TRANSIT OPERATIONS PLANNING In addition to designing new services,it is important for transit agencies to monitor existing services to ensure that they continue to function as efficiently and effectively as possible.To do this,many agencies generate and analyze regular performance reports and/or establish performance metrics by which to measure how their routes are doing.The TOA Team has worked with several transit properties in the development of performance monitoring systems and has completed a variety of operational analyses on routes and entire networks. Conducting these analyses involves a more intricate and detail-oriented examination of existing public transportation services. Such efforts typically are referred to as a comprehensive operations analysis (COA) and require a high level of examination and detailed service analysis for selected routes and/or service areas.The analysis typically involves ridecheck data collection to highlight route utilization and potential load issues,windshield surveys to view the character of the route corridor, and on-time performance checks, among many other analyses.These extensive service planning efforts also may include detailed scheduling support such as blocking,run cutting,and rostering to support suggested modifications to the existing service network. The TOA Team has significant experience with operational assessment efforts,including the completion of 80+COAs,transit service/operating plans, line- by-line analyses,and short-range transit plans for transit agencies throughout the US.Currently,we are leading a team that is completing a concurrent TDP and COA process for Hillsborough Area Regional Transit Authority(FL) that is intended to establish a new 10-year vision for transit in the county. CI I'1 OF�11:1D1I I3fi,1C1 f RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 79 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" I" Calvin, Giordano g Associates, Inc. EXCEPTIONAL S O L U T I O N S" Tindale Oliver National Transit Experience AK Kitsap County Pierce County Seattle Lawrence Office ----__,WA - - . __ _-. Chicago MT NDAlbany ME MN •-. •--Portland VT OR Pittsburgh NH Boston ID SD WI NY ` -. WY MI CT 'New York City - - "•��Philadelphia NE IA PA • EEre • NV - IL ' OH BaOffice UT IN Washington,DC COKY MO G/ Vr Greensboro astonCounry Concord - • Fayetteville j TN Charlotte / AZ OK Columbia • NM Los Angeles AR •—SCCClemson Aiken MS AL G• A Clayton County las Vegas l • -- .-__ Cobb County •- Valdosta Mesa TX LA' - • • • —Jacksonville • - / Tampa Office .Orlando Office ' • New OrleansTampa Bartow Office Birmingham 1 Ft.Lauderdale Office Ft.Myers •• •` Key West HI San Juan ' PR • Project Experience • Tindale Oliver Offices CITY 1)F V.L1N1( 13f;:1C1I RFQ No.2017-126-KB l GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 80 ' CONSULTANT SERVICES ON AN AS NEEDED BASIS" VIII Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S" TRANSIT FINANCIAL PLANNING&ANALYSIS The two basic components of financial planning for any transit agency are what it costs to operate service and how much funding is available.TOA Team members are experienced in assisting transit agencies with service costing analysis and revenue identification.We have assisted agencies with cost allocation modeling,budget review and analysis,and financial planning and reporting.As noted previously,we developed the financial spreadsheet tool now recommended by FDOT for use by state transit agencies for statutorily-required TDP submissions. A thorough understanding of federal transit grants and an experienced perspective on county and municipal finance are critical elements of TOA's funding support to transit operators and public agencies.We have assisted communities in evaluating and recommending "dedicated" sources of local funding for transit that can include ad valorem taxes, sales taxes, gasoline taxes, rental car fees, vehicle tag taxes, and hotel room taxes, as well as conducting analyses of impact fees or mobility fees to ensure that new development can support transit funding needs. TOA has assisted several transit agencies in reviewing fare policies,whether simply to raise a base fare or revise the overall fare structure and related policies. This support has included conducting analyses to determine an agency's fare elasticity to estimate the effects that proposed fare changes will have on ridership, the recommendation of appropriate changes to cash and pass pricing structures,and the review of potential Title VI implications of proposed changes to ensure compliance with federal regulations. TRANSIT INTERMODAL FACILITY DEVELOPMENT Intermodal facilities and capital infrastructure for a transit agency can include bus stops,transfer centers,park- and-ride lots,and operations and maintenance facilities.All may have different uses,but all require appropriate planning and design to ensure functionality, effectiveness for use by patrons and/or employees, and efficient use of federal,State,and local capital funding that often is insufficient to meet all existing needs for many transit agencies.TOA is experienced in planning for transit capital projects,including transit infrastructure and facilities. We have produced bus stop infrastructure design guidelines for numerous transit systems,some of which have been formalized in the community's land development regulations.TOA also developed transit facilities guidelines for two FDOT Districts and continues to provide support to FDOT and local communities to incorporate transit infrastructure into local developments.Selected intermodal facility experience includes the following: • Led team for facility redesign for Hillsborough Area Regional Transit (HART) 21st Avenue operations and maintenance facility. • Supported Collier Area Transit (CAT) with the development of a facility layout concept for its new Radio Road operations complex. • Supported Pinellas Suncoast Transit Authority (PSTA) staff in its efforts to meet the requirements of a consent decree by assessing and designing ADA accessibility improvements for 550 bus stops along 8 major corridors in Pinellas County,improvements that were then implemented. • Provided support to PSTA with the design of layouts for two transfer facilities associated with shopping centers. • Developed white paper for Lee County Transit to document understanding of existing and future conditions for the Rosa Parks Intermodal Center Feasibility Study and to determine the need for future expansion. • Currently negotiating the scope of services to conduct two Intermodal Center Site Selection and Feasibility studies for FDOT District 7 (University of South Florida area in Hillsborough County and Wiregrass/Wesley Chapel Area in Pasco County),anticipated to begin in August 2017. This experience highlights our understanding of the need for multiple transportation modes to interface efficiently to move people and goods—hence,the reason for our commitment to planning and designing infrastructure that fosters mobility. CI fl OF�1I\\II H{,\C11 RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 81 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" y.�^�.; .. ice - y� �' i y, t' 4 .. go, • r • -.r sem.. �. _-.�TTr—, ' .,�R - •• Y,,,,... v. +_ $ s - 'i R ''\ , s. ; yt; / rte; . ✓ - la. - V -Le.l'. • ":-... , .\_..r. v.,, -.-- . , • ,, . .. .. ... __i.,?. ...' ....... rt 4 , • , ;.jam' .., - .• ‘...'' * 10/404, . , --fr''''--7 . '1— ,:'' '1,i., ,..,7 ', -:, / , . . , \\\ -- % , -. TRANSIT-ORIENTED DEVELOPMENT(TOD) The TOA Team understands the effect that transit can have on land use,and vice versa.The implementation of transit can open new land for development and spur redevelopment.Conversely, the nature, mix,and intensity of land uses can determine whether there will be sufficient demand for transit services along a corridor or in an area. To this end, the TOA Team includes experienced urban planners who are knowledgeable about transit-oriented development (TOD) and related Complete Streets precepts and have dealt successfully with various aspects of the transit-land use interface.Our staff have been involved in the development of several infrastructure guideline manuals for transit agencies that have outlined key TOD principles.In addition,we worked with Pinellas Suncoast Transit Authority(FL)and the Pinellas Planning Commission to develop land development codes for the agency's best-performing routes to create transit and development emphasis corridors for the county. The TOA Team understands the facility siting process for transit facilities such as transfer centers or park-and- ride lots.Commuter origins and destinations must be identified to determine appropriate catchment points along a corridor or within a regional network,and government-owned properties in the area can then be identified that might serve as a facility. If none are available,a search for privately-owned properties that could be purchased or leased is conducted,including opportunities for shared-use facilities such as church or large shopping center/ mall parking areas that may be underused during the week, such that a Memorandum of Agreement could be developed between to share use for park-and-ride purposes. Spatial analysis is critical to the effective evaluation of public transportation routing and service areas.The TOA Team makes extensive use of GIS to augment its planning and engineering services. Innovative spatial analysis techniques are used to support service area analysis, market assessment, ridership projections, routing, and scheduling,among others.TOA also has supported transit agencies in the development of their own internal GIS service capabilities,providing on-site training and instruction. CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 82 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1111010 Calvin, Giordano 8. Associates, Inc. EXCEPTIONAL SOLUTIONS' TRANSIT DEVELOPMENT PLANS TOA has produced TDPs for clients in Florida and the US, either leading or being significantly involved in the preparation of more than 60 major updates since 1999. We have completed TDPs for a range of system sizes, including smaller systems such as Ocala's SunTran system with 6 fixed routes and Concord Kannapolis(NC)Area Transit with 7 fixed routes;medium systems with 30-50 fixed routes,such as Pinellas Suncoast Transit Authority (St. Petersburg), Hillsborough Area Regional Transit (Tampa), and Broward County Transit (Fort Lauderdale); and larger systems such as Miami-Dade Transit with 95 routes.We also have assisted transit agencies with the completion of interim-year TDP progress reports and short-range transit plans. These efforts have included the development of 5-year, 10-year, or longer-term vision plans that have helped establish service goals that ultimately resulted in greater transit support,more funding,expanded service,and/or increased ridership. Additionally,TOA played a prominent role in the development of both the original and updated FDOT Guidance for Producing a Transit Development Plan(August 2009).In particular,TOA developed the TDP financial planning analysis tool for FDOT that was prepared as part of this effort and also played a major role in the related FDOT training sessions that were hosted throughout Florida in 2010 and 2011.As such, our team is well-acquainted with the latest reporting requirements outlined in the currently-adopted TDP Rule from February 2007. To support the demand estimation component of TDPs,the TOA Team offers unmatched experience with TBEST (Transit Boardings Estimation and Simulation Tool),FDOT's approved ridership forecasting tool for the purpose of estimating future-year agency patronage per the requirements of the TDP Rule. We have been using and applying the tool since its inception and have worked closely with the developer in debugging and beta-testing updated versions of the software. Since many transit agencies use the TDP update process to better understand the characteristics and needs of their patrons, as noted previously, TOA also offers comprehensive transit on-board survey experience. This experience has covered all aspects of the survey process, including survey design, sampling plan development, administration and oversight, and data reduction and analysis. A total of 30 on-board bus surveys have been completed since 1999 in numerous communities for Florida transit agencies in Brevard, Broward, Collier, Escambia, Hernando, Hillsborough, Lake, Lee, Manatee, Okaloosa, Pasco, Pinellas, Sarasota, and Volusia counties, among others. In addition, we have played a major role in on-board surveys in other parts of the US, including Greensboro and Concord/Kannapolis (NC),Aiken (SC),and Albany (GA),and for nine transit agencies in southwestern Pennsylvania. Since 2010, our staff completed 18 major on-board surveys for Florida transit agencies (Alachua, Brevard [2], Broward, Collier, Escambia, Hillsborough [2], Lee [2], Manatee, Ocala/Marion, Okaloosa,Pasco,Pinellas,Sarasota,St.Lucie,and Volusia counties). Finally,as part of the FDOT TDP guidance,TOA prepared an assessment of potential public involvement techniques, which we use to support the development of the required Public Involvement Plan in cooperation with each of our TDP clients,as well as for the development of outreach programs associated with other transit projects. CII 1 OI 111:111 1;1 ,1011 RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 83 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 4, Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S" ' Founded in 2003, Toole Design Group A (TDG) is the nation's leading planning, IA Toole Des n G ro u engineering, and urban design firm g p specializing in bicycle and pedestrian transportation.With 130 employees in 11 offices across the country,TDG has a national reputation in transportation master planning,Complete Streets design,traffic calming,urban revitalization,downtown street network planning and design,transit accessibility, pedestrian and bicycle research and facility design, one-way to two-way conversions, and a variety of other related areas. TDG Brings a wealth of experience helping communities like Miami Beach achieve their multimodal goals.designing complex retrofit projects in challenging urban environments.Our experience includes Florida communities such as Coral Gables,Winter Garden,and Key West,as well as other communities across the country. TDG has an outstanding reputation for results-oriented projects. More importantly,our planning process builds momentum among city and elected officials, advocates, and the public to ensure projects and programs move forward immediately upon completion,and often even before the plan is completed.Our focus is in multimodal transportation—developing cost-effective,practical transportation solutions that move people efficiently,while improving the health and quality of life of the community. We are adept at identifying practical solutions that are compatible to the wider transportation context, and in identifying funding sources and implementation strategies that move projects forward. Our project experience includes serving on multidisciplinary teams to create great public and private places, including downtowns, parks, trails, and neighborhoods. Our staff are gifted at soliciting input from public and stakeholders,distilling this information into guiding principles,and applying these principles to develop a future vision that generates excitement and receives broad support. Our urban design practice includes: • Dynamic and effective multi-day charrettes: tackling multi-faceted design/political/economic challenges and developing concepts built on community priorities that incorporate best practice ideas. • Feasibility and due-diligence studies:Investigation and analysis of potential improvements,identification of initial and long-term costs,and feasibility of implementation. • Concept planning: forward-thinking solutions that lead to implementation. • Low Impact Design and Green Streets: high performance streetscapes that provide important ecological services while moving people. • Design Guidelines:award-winning Complete Streets design guidelines that address the needs of all modes, as well as supporting elements such as plantings,street furniture and lighting. • Design Development and Construction Documents: preparation of design documents for construction and post-construction reviews. As a recognized Gold-Level Bicycle-Friendly Business by the League of American Bicyclists,we are proud of our reputation for being green:approximately 90%of our staff use transit,bicycle and/or walk to work on a regular basis.TDG is a Woman-Owned Business and a certified Disadvantaged Business Enterprise (DBE) in more than 35 states across the U.S.,including the State of Florida. CI'I'1 OF\11:1\11 kik-.1(Cl l RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 84 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1110, Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS CALTRAN is a certified DBE and MBE professional engineering firm specialized in the areas CALTRAN of traffic&transportation engineering.CALTRAN is prequalified with the Florida Department `-"-°`"— of Transportation for services such as: Major and Minor Highway Design,Traffic Engineering Studies; Traffic Signal Timing; Lighting; Signing, Pavement Marking and Channelization; Traffic Counts;Traffic Calming; Signalization; Systems Planning; Subarea/Corridor Planning and Transportation Statistics; General Engineering; and Value Analysis and Life Cycle Costing. CALTRAN provides professional engineering services that are cost effective and responsive to a wide range of clients in both the private and public sectors. CALTRAN's highly qualified team members have extensive experience in projects within the City of Miramar, City of Doral, City of Miami Beach, City of Sunny Isles Beach, City of Miami Gardens,the Florida Department of Transportation (FDOT),Miami-Dade County, Broward County, the Miami Dade Expressway Authority (MDX), and in assisting multiple private clients throughout the State of Florida. CALTRAN is a financially stable company with no violations or prior or pending litigations. CALTRAN also sponsors elementary level sporting teams.We also encourage the use of recycling and green products as the only current green and environmentally friendly programs and initiatives. CALTRAN's focus is to provide a comprehensive and practical approach to solving current and future transportation challenges.We strive to foster economic growth and prosperity while providing safe,efficient and environmentally sound transportation solutions as those required by City of Miami Beach. Founded in 1995, Lambert Advisory is an internationally recognized real estate and economic advisory firm. Established on a foundation of knowledge, data, and experience, Lambert works collaboratively 4.4 with clients and partners to transform places and build stronger ADVISORY communities. We are passionate about the work we do and are vested in positively impacting people's lives and contributing to the communities in which we work through data guided strategies.We are considerate and aware of client and community needs and are steadfast in our dedication to each individual project and its outcomes. Our 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. Our research,and pragmatic approach to applying that research,affords us the ability to offer clients educated and objective guidance based on the most robust information available.Whether we're working at home or abroad,we approach all we do with objectivity,diligence,and care. Industries Served:Development,Corporate Institutional Investors,Transportation,Government Services: Real Estate Advisory, Transaction Guidance, Transportation, Economic & Community Development, Data Analysis&Forecasting CI I'1'OF h'I Iab11 131?e\CII RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEER'`.: 85 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1110110 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS' IliRoar is a strategic corporate and digital-communications consultancy firm focused on driving client's business growth.At Roar, our focus and passion is to identify and push on key performance metrics by applying marketing methodologies that are testable and scalable. We drive measurable results for clients by delivering programs customized to their specific growth- stage and life cycle. We also leverage multiple disciplines to extract insights, identify the right messages,and target the right earned,owned and paid media channels for creating success. Our goal is to balance our creativity with common sense to develop programs that work and scale them at their specific growth stage. While sometimes this ROARMEDIA proves to be traditional methods of marketing, more often it involves identifying innovative ideas for attracting attention and helping our clients gain market share in a highly competitive,cluttered marketplace. While we take the time to develop strategic marketing-communications plans to guide our thinking,we also keep our minds open every step of the way to continuously identify, experiment and test new ways and seize new opportunities.That is something that companies of all sizes,David to Goliath,can leverage for success. Just as important, we recognize that growth is not achieved by copying the strategies and tactics that have worked for others.Rather,growth is achieved via a framework of understanding,problem solving and continuous movement. Growth comes from an attitude, not from platitudes. For these reasons, our compass at Roar Media 11 only knows one direction for growth:true north. CI'I'1'OP MIAMI Iii ACl l REQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 86 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" II1WCalvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS" Eric Czerniejewski, PE, ENV SP YEARS OF EXPERIENCE Director of Traffic Engineering 19 SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Eric Czerniejewski, P.E., is the Director of Traffic Engineering for CGA with 19 years of 1 experience in transportation infrastructure design,traffic engineering and transportation planning. He has experience in transportation projects that include preparation of EDUCATION traffic studies including corridor studies, traffic impact studies, mobility studies and Bachelor of Science (BS), Civil Engineering, parking utilization and reduction studies. He is also specialized in signalization design, SOUTHERN ILLINOIS roadway design,managing,designing and permitting select transportation infrastructure UNIVERSITY AT engineering projects; planning, developing and coordinating civil engineering design EDWARDSVILLE, documents; and coordinating construction engineering and inspection. Some of his Edwardsville, Illinois relevant mobility plan experience includes development of citywide mobility plan for the City of Fort Lauderdale, preparation of the campus master mobility plans for Florida CERTIFICATIONS & International University and Florida Atlantic University campuses as well as Memorial LICENSES Health Care Joe DiMaggio Hospital campus.He is certified to prepare traffic control plans Professional Engineer and process LAP projects by FDOT. License (#58002) TRAFFIC ENGINEERING AND TRANSPORTATION PLANNING EXPERIENCE ENVISION Sustainability Professional Certification Mast Arm Conversion Group Phases I&II- Horsepower Electric, Broward County, FL: Program Manager and Quality Control Officer for the Design Build professional Advanced Maintenance of services associated with the conversion of span-wire supported traffic signal at 35 Traffic Certification (FDOT) intersections all over Broward County.This project is currently under the design stages. CGA along with Horsepower Electric is providing engineering and design services, plans PROFESSIONAL preparation, field survey, utility coordination, permitting, public involvement, AFFILIATIONS coordination with adjoining projects, minor roadway reconstruction and paving,signing ASCE Region 5 Governor and pavement marking, ADA compliant sidewalk reconstruction, traffic signal construction, installation of underground conduit and interconnect cable, installation of ASCE Broward Past monitoring devices (video detection), installation of vehicle pre-emption systems , as President built record plans, and warranty necessary to provide the traffic signalization ASCE National Public Policy improvements in accordance with Broward County and Florida Department of Committee Transportation specifications. AWARDS City of Delray Beach Traffic Consulting Services, Delray Beach, FL. As the City's ASCE Government Engineer traffic engineering consultant, CGA provides traffic review services for all submitted of the Year(2013) development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans, special exceptions and temporary uses. The ASCE Engineer of the Year review of traffic impact studies includes evaluation of traffic concurrency versus the (2011) City's criteria and Palm Beach County's Traffic Performance Standards (Article 12).This ASCE Young Engineer of the includes evaluation of impacts to the surrounding road network and related Year(2006) intersections including review of projects within the City's Transportation Concurrency Exception Areas (TCEA). Traffic reviews include evaluation of traffic circulation of the submitted site plans including signing and pavement marking plans. This review includes evaluation of ingress egress driveways for the subject development parcel, warrants for traffic control devices, off street parking and loading, sight distance as it relates to connections to the City's road network and the proposed landscape design, proposed turn lanes, etc. This scope of service also includes review of engineering permits submitted through the building department. 110 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' Eric Czerniejewski, PE, ENV SP, Page 2 Town of Surfside Townwide Traffic Calming Study, Surfside, FL: Consultant as part of Continuing Traffic Engineering Services Contract completed a town-wide traffic analysis to determine appropriate neighborhood traffic mitigation measures. The analysis included conversion of two-way stop control intersections to four- way stop control, installation of speed tables and the conversion of two-way roadway segments to one-way operation. The analysis included the development of a comprehensive traffic flow model to determine the impacts of proposed traffic calming measures. Consultant also provided extensive public outreach and coordination between citizen groups and Town staff. Downtown Boca Raton Traffic Study, Boca Raton, FL: 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. Broward County Traffic Congestion Improvements, Highway Construction and Engineering Division, Broward County, FL: Project Manager for Broward County's Congestion Management System (CMS) Plan to monitor and analyze the magnitude of congestion on the local roadway systems.As part of this plan, corridor studies were performed to identify, develop, prioritize and implement enhancement strategies for a selected corridor and the intersections within that corridor. Three of the intersections analyzed are located in Pembroke Pines, Davie,Southwest Ranches, Oakland Park and Margate.These three intersection improvement projects required geometric and transit intersection improvements, roadway widening, signalization design upgrades, and signing and pavement marking. Two of the three intersections are located at FDOT-maintained highways. Services provided include traffic engineering and operations analysis, crash analysis, new lane configuration design, bus shelter improvements, signal timing modifications, signal design and layout, intersection geometric improvements, lighting, pavement marking, utility adjustment, landscape architecture, irrigation, cost estimating and maintenance of traffic (MOT) plans. The firm also implemented a public awareness program for each of the three intersection projects.Signal design included conversion of stain poles to mast arm signals for each intersection project. Hallandale Beach Boulevard (SR 858) Corridor Study, Hallandale Beach, FL. Consultant 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. 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 Hallandale Beach Boulevard require a progression analysis of the traffic signals from 14th Avenue to SR AlA,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 of the traffic signals along Hallandale Beach Boulevard (SR 858) between US-1 and SR AlA. 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. 88 19 Calvin, Giordano 5 Associates, Inc. EXCEPTIONAL SOLUTIONS" Eric Czerniejewski, PE, ENV SP, Page 3 Town of Lake Park Traffic Consulting Services,Lake Park, FL.As the Town's traffic engineering consultant, CGA provides traffic review services for all submitted development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans, special exceptions and temporary uses.The review of traffic impact studies includes evaluation of traffic concurrency versus the Town's criteria and Palm Beach County's Traffic Performance Standards (Article 12). This includes evaluation of impacts to the surrounding road network and related intersections. Traffic reviews include evaluation of traffic circulation of the submitted site plans including signing and pavement marking plans. This review includes evaluation of ingress egress driveways for the subject development parcel,warrants for traffic control devices, off street parking and loading, sight distance as it relates to connections to the City's road network and the proposed landscape design, proposed turn lanes, etc. This scope of service also includes review of vehicle queuing at drive through windows and related geometric designs. Town of Surfside Traffic Consulting Services, Surfside, FL: As the Town's traffic engineering consultant, CGA provides traffic review services for all submitted development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans, special exceptions and temporary uses. The review of traffic impact studies includes assessment of traffic impacts from redevelopment in neighboring communities including Bal Harbor and Miami Beach. This contract includes review of Town Parking needs including reallocation of roadway to on street parking.The traffic reviews include evaluation of impacts to the surrounding road network and related intersections including review of projects within the City's Transportation Concurrency Exception Areas (TCEA). Traffic reviews include evaluation of traffic circulation of the submitted site plans including signing and pavement marking plans. This review includes evaluation of ingress egress driveways for the subject development parcel,warrants for traffic control devices, off street parking and loading, sight distance as it relates to connections to the Town's road network and the proposed landscape design,proposed turn lanes,etc. Transportation Manager-City of Fort Lauderdale, Fort Lauderdale, FL: 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 entitled Connecting the Blocks- Creating Options for Moving People, created the City's Complete Streets Guidelines and managed the citywide review of all transportation elements of the Development Review Committee to determine traffic impacts for new development projects in the City. Comprehensive Planning, Various Agencies, Florida. Prepared Comprehensive Plans, Amendments to Comprehensive Plans Evaluation and Appraisal Reports (EARS), or updates to the Transportation Element Goals, Objectives and Policies and Data Inventory. • City of Weston • City of South Miami • Town of Surfside • City of Miami Gardens • Town of Medley City of Key West ULDR Update and Complete Streets Manual Key West, FL. Traffic Engineer for complete rewrite of the City's Land Development Regulations. The key areas of focus for the project included the 89 iipCalvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Eric Czerniejewski, PE, ENV SP, Page 4 incorporation of new standards, programs,and processes related to Complete Streets, Parking,Transportation Demand Management, Affordable Workforce Housing, Signage, Landscape, Urban Design, Green Building and Adaptation Planning and Disaster Planning. Island Way Extension from Jupiter Park Dr. to Indiantown Rd. Town of Jupiter, Palm Beach County, Traffic Engineer.This project consists of the construction of a new roadway from Jupiter Park Drive to 68th St. Roundabout design at the intersection of Island Way and 68th St. Modifications to Palm Beach County's drainage pond along the east side of the Island Way Right of Way,and Traffic Signal Design Modifications to the existing signalized intersection at 168th St. and Indiantown Rd to accommodate the proposed lane configuration at the south approach of the intersection. This project is currently under design. Permitting services are being coordinated with FDOT District 4,SFWMD and Palm Beach County. Parker Avenue Southern Boulevard to Okeechobee Road, West Palm Beach, FL. Consultant performed a roadway analysis for this existing, four-lane section of roadway for the City of West Palm Beach. The City has requested that the Consultant research and analyze the viability of the roadway to be converted to a three-lane section, including two through lanes and one two-way left turn lane. The route currently serves as a direct connection to downtown West Palm Beach but due to the highly residential adjacent land uses, the local homeowners and City would like to look into the possibility of creating a more resident-friendly typical section. In addition,the City requested that a safety study be included, which identifies high crash locations and issues associated with the locations. Andrews Ave Pedestrian Safety Study Oakland Park, FL. Consultant prepared 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 Blvd 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 appropriate length of future dedicated turn lanes. 90 1100 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS" Alex A. David, AICP YEARS OF EXPERIENCE Director, Miami-Dade Office 31 SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Alex is a Certified Planner who brings expertise acquired over 30 years with private and < 1 public planning organizations. Alex has extensive experience working with local, EDUCATION regional, and state planning regulations and is committed to providing municipal government clients the expertise and assistance they need to achieve local planning and MBA, Barry University development goals while meeting regional and state planning requirements. BS Geography (Urban Alex's wide array of planning and zoning experience includes: Comprehensive Planning, Planning), Pennsylvania Land Use, Zoning, Evaluation and Appraisal Reports (EAR'S) and amendments; State University municipal land development regulations; annexation applications; water supply plans; strategic visioning and concept plans and development review. Additionally, he has CERTIFICATIONS & assisted new governments in establishing the planning and development procedures LICENSES needed to guide growth and development. Alex also has a reputation for building American Institute intergovernmental partnerships and navigating through the bureaucracy of local and of No. 01155ed Ce 3lanners 953 state agencies in an expeditious manner. He has also served as the Interim Planning Director for the Town of Cutler Bay and as Zoning Administrator for the City of North American Planning Miami. Association No. 116051 EXPERIENCE PROFESSIONAL Town of Cutler Bay Growth Management Plan (Comprehensive Plan); Cutler Bay, AFFILIATIONS FL:Assisted in the preparation of the Town's first Growth Management Plan. Town of Cutler Bay Land Development Regulations; Cutler Bay, FL: Assisted in the Director, Gold Coast Section, preparation of the Town's first Land Development Regulations. Established planning Florida APA and zoning practices that continue to guide the Town's orderly growth and development in an easy to use format. Vice-Chair Miami-Dade County Transportation City of Sunny Isles Beach Projects Consultant; Sunny Isles Beach, FL: On call Aesthetics Review planning and zoning consultant assisting City staff in large-scale development review, Committee comprehensive plan and Land Development Code amendments and expert testimony. City of Hialeah General Planning Services; Hialeah, FL: Assist, as necessary, the City Former Chair, Miami Dade Attorney and Zoning Official on special planning and zoning related tasks. County Planners Technical Committee Water Supply Plans and Updates; Various Municipalities: Authored Water Supply Plans and/or subsequent Updates pursuant to state statutes in order to strengthen the Former Vice-Chair City of links between regional water supply plans and comprehensive plans prepared by local Miami Beach Design Review governments.Plans and Updates have been prepared for 17 municipalities. Board Annexation Studies and Updates; Various Municipalities: Authored numerous Florida Chapter of the APA Annexation Studies for municipalities wishing to expand municipal boundaries. Annexation Studies and Updates have been prepared for: Doral, Miami Springs,Virginia Member, Staff Working Gardens,Cutler Bay,Homestead,West Miami and Biscayne Park. Group for Public School Facility Planning in Miami- City of North Miami Downtown Concept Plan; North Miami, FL: As Project Manager Dade County established a guide for new land use patterns, redevelopment opportunities, urban design elements, and, landscape/streetscape enhancements for potential civic spaces in Member. Citizens' Oversight order to implement the City's Comprehensive Plan. Project Solution: Create a document Committee for Public School which depicts a variety of graphics including sketch renderings, plan views, aerial Facility Planning in Miami- perspectives, and street-level views will be prepared to depict the intended Dade County character. The concept plans and graphics will provide a graphical overview of the key elements and recommendations of the Master Plan and serve as a basis for the long- term coordination of private and public investment. 11111100 Calvin, Giordano 5 Associates, Inc. EXCEPTIONAL SOLUTIONS' Diana Rivas, PE YEARS OF EXPERIENCE Traffic Engineer 11 SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Ms. Rivas has eleven years of experience in Florida as a traffic engineer. Her experience 4 includes analysis and design in traffic signals, traffic operations, Intelligent Transportation Systems, and traffic studies. She is knowledgeable of MUTCD, FDOT EDUCATION design standards and specifications, Plans Preparation Manual, Highway Capacity BS, Civil Engineering, Florida Manual, ITE's Traffic Engineering Handbook.She has worked on transportation projects Atlantic University, 2006 and traffic studies for FDOT Districts 2 and 4,Palm Beach, Broward, Miami-Dade, Duval, Tau Betta Pi St.Johns,and Alachua Counties as well as various south Florida municipalities. AA, Engineering, Broward TRAFFIC ENGINEERING EXPERIENCE Community College, 2002 Downtown Boca Raton Traffic Study Boca Raton,FL 2016 Ms.Rivas prepared traffic CERTIFICATIONS & study for the traffic analysis of the intersection of Palmetto Park Road and NE/SE 5th LICENSES Avenue which examined the safety and the traffic operations of the intersection of Professional Engineer-FL Palmetto Park Road and NE/SE 5th Avenue and seven other surrounding intersections #74568 (2012) and enumerated at least three viable improvement concept plans.Consultant utilized PROFESSIONAL Signal Four Analytics to complete comprehensive safety review of the intersection of AFFILIATIONS Palmetto Park Road and NE/SE 5th Avenue.The alternative analysis included Institute of Transportation quantitative and qualitative elements such as Safety,Context Sensitivity,Capacity, Engineers (ITE) Benefit Cost and Fatal Flaw analysis as well as the evaluation of bridge preemption and signal coordination with the subject intersection.The traffic study also evaluated American Society of neighborhood cut through traffic and possible traffic calming improvements that would Civil Engineers (ASCE) mitigate the traffic intrusion. Signal Retiming,Weston, FL: Performed signal retiming for all signalized intersections within the City of Weston to improve signal coordination utilizing along major corridors and improve overall efficiency of the City's roadway network. Part of the analysis involved the identification of all major signalized intersections,summary and analysis of traffic volumes, speeds, classification data, turning movement counts, intersection delays, gaps, and travel times. The Traffic analysis data was evaluated by using Synchro8 software application. Engineer of Record, January 2014. Broward County Highway Construction and Engineering Division Mast Arms Conversion Group 1, County Project No N1030013P1: Project Manager, Engineer-of-Record; this is a design build project consisting in the conversion of span-wire supported traffic signals to mast arm supported traffic signals at 20 intersections. The scope of work included engineering and design services, traffic signal construction, installation of underground conduit and interconnect cable, installation of communications and support equipment, installation of traffic characteristics monitoring devices (video detection), installation of emergency vehicle pre-emption systems, minor roadway reconstruction and paving, maintenance of traffic,signing and pavement markings,and ADA compliant sidewalk construction. Engineer of Record, January 2014. Broward County Highway Construction and Engineering Division Mast Arms Conversion Group 2, County Project No T1200209P1: Project Manager, Engineer-of-Record; this is a design build project consisting in the conversion of span-wire supported traffic signals to mast arm supported traffic signals at 15 intersections. The scope of work included engineering and design services, traffic signal construction, installation of underground conduit and interconnect cable, installation of communications and support equipment, installation Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Diana Rivas, PE, Page 2 of traffic characteristics monitoring devices (video detection), installation of emergency vehicle pre-emption systems, minor roadway reconstruction and paving, maintenance of traffic, signing and pavement markings, and ADA compliant sidewalk construction. Signalization Engineer of Record, January 2015. Town of Davie, Broward County, Florida, Davie Road Phase 1, This project, which is partially funded by a FDOT County Incentive Grant, included the widening of Davie Road from 4 lanes to 6 lanes between SR 84 and Nova Drive. The scope includes adding a median, an additional lane in each direction, bike lanes,a new traffic signal at Nova Drive and Davie Road to accommodate the wider roadway, pedestrian upgrades, tree relocations and removals, drainage and lighting modifications, utility coordination, and traffic signal modifications at Reese Road to accommodate proposed dual left turns from southbound Davie Road to Reese Road. Signalization Engineer of Record, May 2016.Town of Davie, Broward County,Florida, Davie Road Phase 2,This phase was funded by a Transportation Enhancement grant through the FDOT District 4 which required it to follow FDOT LAP submittal requirements. It consists of improvements to Davie Road from Nova Drive (SW 24th Street) to SW 39th Street.The scope includes construction of median,widening existing sidewalks, milling and resurfacing,signing and pavement markings, adding bicycle lanes, drainage,tree relocations and removals, pedestrian lighting and conventional roadway lighting modifications. This project also includes replacing the school zone flashing beacon on Davie Road north of SW 37th Street, and conversion of span-wire supported traffic signal to mast arm assembly at the intersection of Davie Rd and SW 39th St. Engineer of Record, October 2016. City of Weston, Broward County, Florida, Bonaventure Blvd and Royal Palm Blvd Intersection and Roadway Improvements, This is a traffic signal and roadway modifications to Provide professional engineering, design and intersection analysis services associated with the replacement of the existing southwest quadrant mast arm structure to accommodate dual south bound left turn lanes and signal heads with a mast arm that meets the FDOT 150 MPH wind load requirements to meet the demand of AM and PM peak traffic movements.Permitting services were coordinated with Broward County Traffic Engineering Division and Bidding assistance was provided to the City of Weston. City Traffic Engineering Services, Pembroke Pines, Florida Traffic Engineer on this Continuing Services Contract for traffic engineering task work orders. 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 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 Broward County Traffic Engineering Division, FDOT District IV, Broward MPO, and other key stakeholder government agencies. Town Traffic Engineer Services Surfside, Florida Traffic Engineer on this Continuing Services Contract for traffic engineering task work orders. Provided comprehensive traffic engineering services including 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, reviewed site plan applications with respect to traffic engineering impacts, responded to citizen inquiries and coordinated the interests of the City with Miami Dade County Public Works Department Traffic Engineering Division, FDOT District VI and other key stakeholder government agencies Island Way Extension from Jupiter Park Dr. to Indiantown Rd. Town of Jupiter, Palm Beach County, Signalization Engineer of Record and Traffic Engineer. This project consists of the construction of a new roadway from Jupiter Park Drive to 68th St. Roundabout design at the intersection of Island Way and 68th St. 93 41. Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Diana Rivas, PE, Page 3 Modifications to Palm Beach County's drainage pond along the east side of the Island Way Right of Way, and Traffic Signal Design Modifications to the existing signalized intersection at 168th St. and Indiantown Rd to accommodate the proposed lane configuration at the south approach of the intersection. This project is currently under design. Permitting services are being coordinated with FDOT District 4, SFWMD and Palm Beach County. City of Key West ULDR Update and Complete Streets Manual Key West, Florida 2016 Traffic Engineer for complete rewrite of the City's Land Development Regulations. The key areas of focus for the project included the incorporation of new standards, programs,and processes related to Complete Streets, Parking, Transportation Demand Management, Affordable Workforce Housing, Signage, Landscape, Urban Design,Green Building and Adaptation Planning and Disaster Planning Interstate 75 and Pines Blvd Traffic Mitigation Study and LOS Synchro Analysis 2013: CGA and FDOT District 4 traffic operations personnel combined efforts to evaluate existing conditions and produce traffic flow improvement strategies and protocols on when to implement these strategies to relieve AM and PM peak traffic congestion at this interchange. A LOS Synchro analysis was developed proposing 4 different scenarios for the retiming at the intersection of SR820/Pines Blvd and Grand Palm Dr using existing traffic counts and AM peak delays. The feasibility of the potential improvements and recommendations at short, mid, and long term are being evaluated so they can be pursued with the City Mayor and City Commissioners. Andrews Ave Pedestrian Safety Study Oakland Park, Florida 2016 Ms. Rivas prepared 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 Blvd 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 appropriate length of future dedicated turn lanes. Palm Beach County Department of Public Works / Traffic Engineering Division Assisted Palm Beach County's Signal Timing Engineer in the development and adjustment of new and current signal timing sheets for various signalized intersections maintained by Palm Beach County. Applied engineering principles and techniques to engineering projects for review and approval of application involving Signalization, Signing & Pavement Marking, and Roadway plans in accordance with Palm Beach County design standards. Provided professional guidance to developers and consultants seeking advice for the development of their traffic operations projects. Served as the EEO and Resident Compliance Specialist for LAP agreements and federal funded projects with FDOT District 4. Supervised technical staff preparing plan designs, cost estimates, and geometric alignments and computations. PEDESTRIAN AND SAFE ROUTES TO SCHOOL (SRTS) Atlantic Beach Elementary Schools, Duval County, FL: Assisted the City's Public Works Director developing the SRTS application for the North Florida Transportation Planning Organization (NTPO) and FDOT District 2 review. Developed conceptual design plans and Long Range Estimates (LRE) for the construction of approximately 1.5 miles of concrete multipurpose sidewalk path on two adjacent roads that provide direct access to Atlantic Beach Elementary School, in addition to it ADA curb-cut ramps, modifications and improvement to existing pavement markings, as well as new signage improvement were proposed. All considered components were designed following the latest 94 11110 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Diana Rivas, PE, Page 4 version FDOT Roadway Design Indexes and MUTCD Guidelines. Attended and participated in multiple public involvement meetings regarding the project and served as the liaison between the FDOT D 2 and the applicant. 95 Calvin, Giordano 8, Associates, Inc. EXCEPTIONAL SOLUTIONS" Carina Harvey YEARS OF EXPERIENCE Traffic Engineer a SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Ms. Harvey has 4 years of experience with Traffic and Transportation Engineering. She 4 has an excellent understanding of many traffic engineering-related publications such as Traffic Engineering Manual, Design Standards, FDOT's Manual on Uniform Traffic EDUCATION Studies (MUTS), FHWA's Manual on Uniform Traffic Control Devices (MUTCD), Plans BS, Civil Engineering Preparation Manual and 1TE's Traffic Engineering Handbook and Highway Safety Slprroring 20ing 20lantic University, S16 Manual. She is proficient in traffic engineering-related software such as SYNCHRO, AutoCAD, PTS VISSIM,Signal Four Analytics.She is fluent in Portuguese. MS, Civil Engineering Florida International RELEVANT PROJECT EXPERIENCE University Fall 2019 City of Weston City Traffic Engineering Services- Consultant serves as City Traffic Engineer traffic engineering task work orders as part of a Traffic Engineering PROFESSIONAL Continuing Services Contract.Consultant provided a variety of traffic and transportation AFFILIATIONS engineering services including Cost Recovery DRC Traffic Reviews. Other services Architectural Engineering include: intersection analysis, signalization analysis and design, roundabout analysis Institute(AEI-ASCE) and design, roadway level of service analysis, public school traffic operational analysis, American Society of Civil city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal Engineers(ASCE) timing progression analysis, traffic calming and neighborhood traffic mitigation, Transportation& responded to citizen inquiries and coordinated the interests of the City with Broward Development Institute (T&DI County Traffic Engineering Division, FDOT District IV and other key stakeholder ASCE) Institute government agencies. Task work orders included a Citywide of Transportation g Bicycle Master Plan and Engineers (ITE) Citywide Traffic Calming Study. Phi Theta Kappa U.S. Green Building Council Downtown Boca Raton Traffic Study- Traffic Engineer for the preparation of a traffic Chapter(USGBC) study at the intersection of Palmetto Park Road and NE/SE 5th Avenue which examined Women's Transportation the safety and the operation of the intersection of Palmetto Park Road and NE/SE 5th Seminar(WTS) 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. Broward County Mast Arm Phase I&II- Utility Coordinator for the Design Build professional services associated with the conversion of span-wire supported traffic signal at 35 intersections all over Broward County. This project is currently under the design stages. CGA along with Horsepower Electric is providing 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 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. Pembroke Pines City Traffic Engineer Services- Traffic Engineer on this Continuing Services Contract for traffic engineering task work orders. Provided a variety of traffic and transportation engineering services including intersection analysis, signalization lipCalvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Carina Harvey, Page 2 analysis and design, Cost Recovery DRC Traffic Reviews, 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 Broward County Traffic Engineering Division, FDOT District IV and other key stakeholder government agencies. City of Key West ULDR Update and Complete Streets Policy Key West, FL. Traffic Engineer for complete rewrite of the City's Land Development Regulations. The key areas of focus for the project included the incorporation of new standards, programs,and processes related to Complete Streets, Parking, Transportation Demand Management, Affordable Workforce Housing, Signage, Landscape, Urban Design, Green Building and Adaptation Planning and Disaster Planning. Engineer of Record, January 2014. Broward County Highway Construction and Engineering Division Mast Arms Conversion Group 1, County Project No N1030013P1: Project Manager, Engineer-of-Record; this is a design build project consisting in the conversion of span-wire supported traffic signals to mast arm supported traffic signals at 20 intersections. The scope of work included engineering and design services, traffic signal construction, installation of underground conduit and interconnect cable, installation of communications and support equipment, installation of traffic characteristics monitoring devices (video detection), installation of emergency vehicle pre-emption systems, minor roadway reconstruction and paving, maintenance of traffic,signing and pavement markings,and ADA compliant sidewalk construction. City of Delray Beach Traffic Consulting Services, Delray Beach, FL. City's traffic engineer consultant. Assisted with traffic review services for all submitted development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans,special exceptions and temporary uses. The review of traffic impact studies includes evaluation of traffic concurrency versus the City's criteria and Palm Beach County's Traffic Performance Standards (Article 12). Town of Surfside Town-wide Traffic Calming Study, Surfside, FL: Consultant as part of Continuing Traffic Engineering Services Contract completed a town-wide traffic analysis to determine appropriate neighborhood traffic mitigation measures. The analysis included conversion of two-way stop control intersections to four- way stop control, installation of speed tables and the conversion of two-way roadway segments to one-way operation. The analysis included the development of a comprehensive traffic flow model to determine the impacts of proposed traffic calming measures. Consultant also provided extensive public outreach and coordination between citizen groups and Town staff. Town of Lake Park Traffic Consulting Services, Lake Park, FL.As the Town's traffic engineering consultant, Assisted with traffic reviews for all submitted development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans,special exceptions and temporary uses. Town of Surfside Traffic Consulting Services, Surfside, FL: As the Town's traffic engineering consultant , Assisted with traffic reviews for all submitted development and redevelopment applications. This includes traffic impact studies submitted in conjunction with site plans, special exceptions and temporary uses. The review of traffic impact studies includes assessment of traffic impacts from redevelopment in neighboring communities including Bal Harbor and Miami Beach. This contract includes review of Town Parking needs including reallocation of roadway to on street parking. Comprehensive Planning, Various Agencies, Florida. Prepared Comprehensive Plans, Amendments to Comprehensive Plans Evaluation and Appraisal Reports (EARs), and/or updates to the Transportation Element Goals, Objectives, Policies and Data Inventory. 97 10110 Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS" Sarah Sinatra Gould,AICP YEARS OF EXPERIENCE Director, Planning Department >12 SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Mrs. Gould has over 12 years of planning experience including municipal planning 11 director duties such as processing zoning requests,land use plan amendments,site plan reviews, plats rezoning petitions, variances, vacation/abandonments and all other development application reviews. She holds a Master in Urban and Regional Planning EDUCATION from FAU. Mrs. Gould has also written evaluation and appraisal reports,comprehensive B.A. in Political plans and zoning and land development codes.She is experienced in writing form-based Science, Florida codes and transit-oriented zoning codes.As the planning department director for Calvin, Atlantic University, Giordano &Associates, she acts as the community development director for the City of 1997-2001 Weston,and the Town Planner for the Towns of Surfside and Medley. For those entities, she carries out day-to-day planning and zoning activities, presents staff reports and Master in Urban and recommendations to the commissions, the planning and zoning boards and provides Regional Planning, customer service assistance to residents,developers and business owners. Florida Atlantic RELEVANT PROJECT EXPERIENCE University,2001-2003 City of West Park,Planning and Zoning Director. Oversee the day to day functions of PROFESSIONAL the Planning and Zoning Department. Respond to zoning calls from property owners CREDENTIALS and interested parties. Created the development review process for the City and chair American Institute of the development review group meetings. Review zoning permits and certificates of use. Certified Planners No. Complete development reviews including site plans, plats,variances,special exceptions, 021533 land use plan amendments and rezoning applications. Created the necessary American Planning applications for these development reviews and prepare all staff memorandums to the Association No. 158802 City Commission. City of Weston, Director of Development Services. Process development review Florida Chapter of the applications including site plans, plats, variances, special exceptions, land use plan American Planning amendments and rezoning as well as managing the Planning and Zoning Department. Association Prepare items for the Development Review Committee (DRC) and the City Commission Appointed member of by chairing the DRC meeting, preparing the staff memorandum to the City Commission the Miami-Dade and presenting the application to the City Commission. Shoreline Development Town of Surfside,Town Planner. Respond to zoning calls from the public.Created the Review Committee development review process for the Town and chair the development review group meetings. Review zoning permits and prepare items for the Design Review Board Meeting. Present site plans and permits to the Design Review Board, which analyze architectural and design standards in completing the review. Complete development reviews including site plans, plats, variances, special exceptions, land use plan amendments and rezoning applications. Prepare all staff memorandums and present the items to the Planning and Zoning Board and the Town Commission. Town of Cutler Bay, Consulting Planner. Provide development review services to the Town. Review development applications including site plans, land use plan amendments, variance and rezoning applications. Prepare staff memorandums and present the items to the Town Council. Town of Medley, Town Planner. Process development review applications including site plans, plats,variances, special exceptions, land use plan amendments and rezoning. Prepare items for the Development Review Committee (DRC) and the Town Council by chairing the DRC meeting, preparing the staff memorandum to the Town Council and presenting the application to the Town Council. 44100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Richard D. Cannone, AICP YEARS OF EXPERIENCE Planning Administrator 19+ SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Richard Cannone,a Planning Administrator at Calvin,Giordano&Associates is responsible 2.5 Years for the preparation of comprehensive land use plan amendments for public and private EDUCATION clients, as well as assisting the Planning Department with required analyses for EAR- MS Public Management, based Amendments and Comprehensive Plans. In addition to comprehensive planning, St.Thomas University, Mr.Cannone will assist the Department in representing various municipal clients of CGA Miami, Florida by reviewing applications, preparing staff reports and attending meetings for current planning activities, including but not limited to development applications such as BS Community and Regional rezoning,site plan and plat review,special exception,conditional use and amendments to Planning, Iowa State the comprehensive plan. University, Ames, Iowa PROJECT EXPERIENCE CERTIFICATIONS & Assistant Project Manager the Related Group, 2013-2014. Facilitate and assist the Vice LICENCES American Institute of President in all phases of entitlements, development and construction, including Certified Planners No permitting, customer service, sales/marketing, management, association turnover and 026296 other problems or issues related to the timely finalization of the project. Negotiate a variety of contract with vendors, as well as agreements, easements and other PROFESSIONAL instruments with local and state governments. REGISTRATION American Institute of Planning Administrator Broward County,2013. Supervisory and administrative work Certified Planners managing comprehensive planning,land use,special projects,zoning,code enforcement No. 026296 and redevelopment in Broward County. National Incident Management System Planning Administrator Calvin, Giordano &Associates, 2011-2013. Responsible for (NIMS)-IS 700, IS 800, project management,scheduling and budgeting for private and public sector clients,the ICS 100, ICS 200 preparation of comprehensive land use plan amendments and land development regulations for public and private clients, as well as assisting the Planning Department with required analyses for Comprehensive Plan Amendments, Comprehensive Plans, Annexation Studies, Neighborhood Plans, Design Guidelines and Zoning/Land Development regulations. Currently implementing a variety of land development code amendments based upon strategies identified in the Comprehensive Plan for municipal clients. Town of Medley, FL: Consulting Planner. Responsible for all planning activities including plat and site plan review as well as the creation and modification of land development regulations; updating the Town's zoning codes; and preparation of a solid waste overlay project. Oversees communication and coordination between Town management,elected officials,major developers,and residents.Creation of Certificate of Use Ordinance and BTR Ordinance. City of Pahokee, FL: Preparation of site plan reviews and reports for the City of Pahokee under ongoing cost recovery process. Plans from the City are distributed to various plan review disciplines and the final reports are presented in a cohesive and consistent manner. City of Hallandale Beach, Florida. RAC and Fashion Row Arts Districts. Update of City Land Development/Zoning Codes and Overlay Districts consistent with the City-wide Master Plan and Regional Activity Center. Calvin, Giordano 5 Associates, Inc. EXCEPTIONAL SOLUTIONS" Richard D. Cannone, AICP, Page 2 City of Hallandale Beach,Florida(Director) • Completed an Affordable Housing Study, City-Wide Master Plan, Transportation Master Plan Water supply Plan and CRA Plan update • Lead negotiator on over 10 Development Agreements, over 100 economic development/housing bans and drafted RFP's,RFQ's and lease and use agreements for the City/CRA • Negotiated a$13 million Public-Private Partnership using Tax Increment Financing (TIF)with Forest City Enterprises on the redevelopment of a 70 acre vacant parking lot and the creation of a new "Town Center"that includes a one-million square foot lifestyle center;The Village at Gulfstream Park • Lead for acquisition and disposition of property holdings for the City/CRA • Responsible for drafting all new program guidelines and, policies, Disposition and Development Agreements, Affordable Housing Loan and Development Agreements and Commercial Loan Agreements • Review underwriting materials for all projects assigned and determined need for financial assistance including the identification/creation of innovative financing methods and sources • Provided expert testimony on City's behalf in two separate 1st Amendment federal lawsuits challenging the City's adult use ordinance City of Coral Gables,Florida(Principal Planner) • Functioned as Project Manager for the rewrite of the of the City's zoning code,which has been added to and altered in pieces since 1929. Rewrite included consolidation of districts, new historic preservations review re-quires and TDR bonuses for Historic properties • Functioned as Project Manager and co-authored the Coral Gables Charrette Implementation that included the development of a transit-oriented mixed use district and new Mediterranean design guidelines. The City received an award from the Florida APA Gold Coast Section for these implementation strategies City of Largo,Florida(Program Planner/CRA Manager) • Prepared budgets and analysis of departmental programs • Prepared and implemented community outreach and technical assistance programs, included an Architectural and Engineering Assistance programs and an interest buy-down program for commercial properties • Ensured compliance with the City's CDBG and SHIP entitlement funds • Assisted in the facilitation and creation of the City's Strategic Plan • Modified the city's land develop code to support redevelopment efforts in the CM that led to multiple redevelopment projects. Including creating new Affordable housing bonus regulations that served as the impetus to redevelop a vacant shopping center • Updated the City's Clearwater-Largo Road Redevelopment Plan to include unincorporated areas adjacent to the corridor, redevelopment strategies and provide for capital improvements and alternative financing City of Trenton,New Jersey(Project Manager/Senior Planner) • Managed a portfolio of 17 redevelopment projects containing over 400 units in various stages of development. • Updated and created redevelopment strategies for urban infill development, including multileveled financing components • Conducted needs assessments, site selection, project underwriting,cost-benefit analysis,proforma and development financial analysis. Drafted RFPs for the redevelopment and disposition of city-owned real estate.Provided technical assistance relating to affordable housing development • Conducted market research and studies for proposed development projects • Drafted legal documents and developed redevelopment plans 100 Calvin, Giordano & Associates. Inc. EXCEPTIONAL SOLUTIONS' Richard D. Cannone, AICP, Page 3 • Wrote grant proposals and received funding for affordable housing projects from the Federal Home Loan Bank of New York and Pittsburgh • Prepared Mayor Doug Palmer's presentation "Revitalizing the American Community: Where Do We Go From Here?" for the National Brownfields Conference. Served as a founding Board member of the Capital Area Housing Resource Center(a HUD"Best Practices Winner")on behalf of the City of Trenton Ongoing Private Development Coordination: Responsible for coordinating all aspects of land development activities including platting and site planning, rezoning, and obtaining all government approvals and building permits. mi 49 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS Gianno Feoli Landscape Architecture& Urban Design, Public Outreach SUMMARY OF QUALIFICATIONS EDUCATION Mr. Feoli leads the Landscape Department in creative design strategies for urban Master of environments with specialties including urban design,contextual analysis and branding. Landscape Architecture He will contribute his experience in providing CGA's master planning, transit-oriented Florida International designs, community participation efforts and graphic communication services. His University(FIU) experience has encompassed a wide array of project-types, and his strengths lie in School of Architecture connectivity plans, streetscapes and urban interventions, park design, and form-based Miami, Florida urban designs and planning strategies. B.A.,Architectural Studies RELEVANT PROJECT EXPERIENCE Florida International Doral Boulevard Beautification Master Plan,Doral,FL University(FIU) School of Architecture Project Manager,Lead Designer,Workshop Facilitator Miami. Florida Client: City of Doral: Responsible for crafting a streetscape and urban design master plan for Doral Boulevard envisioned as the primary emblem of the City. Mr. Feoli was MEMBERSHIPS responsible for all landscape and planning components of the project, which created American Society of distinct planning 'character' zones that would impact relationships of the built Landscape Architects environment with the resultant quality of spaces being generated,the creation of dedicated public realm components and design standards for each, access management design Underline—Design recommendations, signage and gateway features, and identifying architectural Advisory Committee relationships to improved sidewalk design and parking design recommendations. This document and its vision has been the guiding document for all areas abutting the Boulevard and has been used by the City as a contributing guide for the development of Downtown Doral,focused on safe,pedestrian-friendly,high-quality environments. North Shore Open Space Master Plan Project Manager,Lead Designer,Public Outreach Facilitator Client: City of Miami Beach: Responsible for the development of a future 26-acre waterfront park at the City's northernmost end will create a more inviting, iconic and safe amenity, serving the City's North Shore community, which will enhance access to the waterfront and preserve large patches of natural beachfront habitat. The team will provide needed improvements including public space design, iconic elements, pedestrian entrances, multi-use spaces, pedestrian beach access, multi-use walkways, branding, lighting and open areas, art-in-public spaces, sustainability standards for development and design,while also integrating it with the surrounding neighborhood. Lloyds Estate Drainage Park Project,Oakland Park,FL Lead Designer Client:Oakland Park,FL: Responsible for the programming and design of the project site, conducting the necessary public outreach to gather Commission approval and coordinating important aesthetic and sustainable improvements with engineering needs of the project. Mr Feoli was responsible for the conceptual design of all material selections and palette,retaining walls,fences,lighting,branding elements,and planting. Middle Beach Recreational Corridor,Miami Beach,FL Assistant Project Manager,Lead Designer,Public Outreach Facilitator Client: City of Miami Beach: Responsible for coordinating all engineering and environmental efforts associated this 2-mile long linear multi-use trail project on State- owned lands, as well as responsible for all planting and hardscape design and public outreach. Mr. Feoli conducted one-on-one meetings with over 39 condominium properties to gather support for the project, responded to residents' concerns, and addressed design restrictions set forth in the Florida Administrative Code and balance those against resident's expectations. Mr. Feoli is also responsible for coordinating all 111100 Calvin, Giordano & Associates, Inc. EXCEPTIONALs o T . o N s- GiannoFeoli, Page2 State and local agency permitting processes and negotiating with the FDEP dimensional restrictions on the beach walk's width to meet the directives of the City Commissioners. Oakland Park Station,Oakland Park,FL Project Manager,Lead Designer Client: City of Oakland Park: Responsible for all conceptual design, site, design and construction design detailing of a public plaza at the terminus of the City's culinary district. The design effectively created flexible public environment that could be used as event spaces and could accommodate the needs of City in continuing its adopted branding through the use of elements, furnishings, paver palettes and lighting. The project's challenging shallow dimensions required innovative solutions to address ADA access to adjacent buildings finished floors while maximizing opportunities for the use of space, addressed through the creation of stage settings that served as landings while providing the project with much needed opportunities to create users' public real engagement and interactions. 98th Street Park,Bay Harbor Islands, FL Project Manager,Lead Designer Client: Town of Bay Harbor Islands: Responsible for all public outreach, site design, construction detailing, material and planting design of a neighborhood passive park.The park includes a small dog park area, flexible open space, children's play areas,an interactive water feature and a restroom facility. Mr Feoli was responsible for all design components of the park project, including guiding and coordinating the design of the restroom facility and all necessary public outreach through both the Parks and Recreation Committee and the Town Council. 92nd Street Park,Bay Harbor Islands,FL Project Manager,Lead Designer Client: Town of Bay Harbor Islands: Responsible for all public outreach, site design, construction detailing, material and planting design of a 2-acre urban community passive park. The park includes a small dog park area, flexible open space, outdoor exercise areas, ample shaded seating, parking, furnishings, and urban plaza and solar- powered security lighting. This project was designed, engineered, detailed and constructed on a fast-track to meet very restrictive deadlines of grant funding that had been previously secured by the Town. Beachwalk Master Plan,Surfside,FL Project Manager,Lead Designer Client: Town of Surfside: Responsible for the conceptualization and master plan of a 1-mile linear park as a erosion control strategy and connecting all street-end plaza components with access to the beach. This project included dune and turtle habitat restoration, branding sculptures, salt-tolerant plantings, public art branding components, and specialty paving design. Mr Feoli was responsible for all public outreach associated with the project. Rolling Oaks Park Wayfinding Sign Package, City of Miami Gardens, FL; Branding Designer: Developed a signage and wayfinding package to provide identification and orientation to users. The signage package was developed as an interchangeable modular system that could be easily customized to meet the unique needs of other park and public amenity areas and that could be placed on project sites as well as within the public ROW. The design was heavily influenced by concerns of safety and its ability to withstand graffiti and vandalism. Dania Cove Park Narrative Signage, Dania Beach, FL; Branding Designer: Developed a series of narrative signs for inclusion in the park design to celebrate the history of the City and the planting selection as a tool to provide an educational component informing park users on the importance of the flora, fauna and natural environment's contributions to the City's identity. 103 N. ai Calvin, Giordano g Associates, Inc.I. YEARS OF EXPERIENCE EXCEPTIONAL S O L U T I O N S" 13 YEARS WITH THE FIRM Jenna Martinetti, PE 13 Senior Project Manager- Civil Engineer EDUCATION B.S., Civil Engineering SUMMARY OF QUALIFICATIONS Florida State Ms. Martinetti has thirteen years of engineering experience and is senior project University Magna manager for a large variety of projects related to roadway, site plan improvements, Cum Laude water, wastewater, and stormwater infrastructure projects in the South Florida area. Her project management experience includes design and retrofit of parks, roadways, PROFESSIONAL water mains, sewage force mains, lift stations, fuel station, site design and stormwater REGISTRATION projects as well as site planning, modifications, permitting, bidding documents, Registered Professional engineering during construction and project close-out. She also assists in grant writing Engineer, State of and supporting documentation for FDEP and FEMA grant applications. Florida No. 69035 Ms. Martinetti's highway design experience includes design for milling and resurfacing, CERTIFICATIONS widening, roadway reconstruction, safety improvement projects, ADA upgrades and Advanced Work compliance, drainage improvements, signing and pavement markings, traffic control Zone Traffic Control plans, storm water pollution prevention control plans and complete streets incorporation. Her experience also includes utility coordination, participation in the Local Agency Program quality control process, and local agency program (LAP) coordination. Mrs. Martinetti &Florida Highway has the advanced maintenance of traffic certification required to design and permit Administration traffic control plans and has extensive experience with JPA's and Local Agency Program Certification and (LAP) projects including Transportation Enhancement Program and Community Recertification CBT Incentive Grant Projects (CIGP). FDOT Specifications ROADWAY DESIGN PROJECT EXPERIENCE Package Preparation Davie Road Phase 1,Davie, FL.Senior project manager for Davie Road Phase 1, from SR FDEP Stormwater, 84 to Nova Drive,. The scope included widening Davie Road from a 5 lane section to 6 Erosion Control& lane divided roadway with bike lanes, upgrading signalization and signing and pavement Sedimentation Qualified markings, traffic control plan,ADA upgrades, drainage modifications, new lighting,a new Stormwater Management landscaped median,and tree removal/relocations.This project was partially funded by a Inspector County Incentive Grant and required extensive coordination for a Town project on a County owned roadway. OSHA 10-hour Construction Safety and Health Davie Road Phase 2, Davie, FL. Senior project manager for design for Davie Road from Nova Drive to SW 39th Street. The scope includes adding bike lanes and a landscaped PROFESSIONAL median within the existing 5 lane pavement section, widening of the sidewalk, ADA AFFILIATIONS upgrades, signalization upgrades, signing and pavement marking plans, MOT, drainage American Society modifications, lighting, and tree removal/relocations. The project is an FDOT Local of Civil Engineers Agency Program (LAP) funded grant project requiring coordination and submittals to FDOT, including using their electronic review comment(ERC) system,as required due to Florida Engineering the federal funding. Society National Society of SR 870/Commercial Blvd, FDOT District IV, Tamarac, FL. Project manager and Professional Engineers engineer or record for the design,permitting and post design services for the RRR project. The scope includes milling and resurfacing,signing and pavement markings,signalization Greater Hollywood and lighting upgrades at two intersections, ADA upgrades, safety improvements, traffic Chamber of Commerce, monitoring sites, and utility coordination. The project was split into two phases of Board of Directors, construction due to R/W acquisition required for the mast arm upgrades. Trustee Dania Casino and Jai-Alai, Dania Beach, FL.Senior Project Manager for site design for Greater Dania Beach the onsite and offsite improvements required to upgrade the existing Jai-alai facility to Chamber of Commerce accommodate a casino. Site plan processing, public hearing attendance and numerous Active member site plan meetings were included in this process to achieve site plan approval through the City. Design and permitting for new offsite water mains, onsite service connections Hallandale Beach Area Chamber of Commerce Active Platinum member Ileap Calvin, Giordano & Associates, Inc. E X C E P T I O N A L SOLUTIONS' Jenna Martinetti, PE, Page 2 for water and sewer,site circulation, coordination of utilities,drainage design. Redesign of Fronton Blvd,a City owned roadway,was required as part of the developer's agreement with the City. A median was added as well an additional southbound lane, new parking for the adjacent park,and two new entrances to the facility. Sage Beach Condominium, Hollywood, FL. Project Manager and EOR for civil site design for condominium complex located east of A1A on Hollywood Beach.Design and permitting included replacement of the water main, coordination of utilities,drainage design including a closed system with drainage wells and exfiltration trench as well as offsite roadway improvements for the two sites separated by South Surf Road. The offsite improvements were coordinated with the City CRA to incorporate the design features consistent with the City's beach beautification projects. Dania Cove Park Improvements, Dania Beach, FL. Project manager for the design and installation of park improvements including a pedestrian pathway, 2 picnic pavilions, benches, picnic tables, educational and entrance signage,and trash receptacles for Dania Cove, aka Fuzzy Bunny Park, in Dania Beach. The city needed design, permitting and construction completed in 13 months in order to meet the deadline for two separate grants funding the project. The project also included shoreline restoration using sheet pile wall, environmental and stormwater permitting, site grading, grant administration, and landscaping improvements.The project was completed in time for the City to receive the entire grant funding available for reimbursement. Rolling Oaks Park, Miami Gardens, FL. Senior civil project manager for the design and construction of an ADA compliant pedestrian trail and associated retention areas within Rolling Oaks Park as well as wayfinding signage and ADA ramps at the intersections along a route through the surrounding neighborhood to connect the new trail in the park to an existing walking trail in the Dolphin Center Park located three quarters of mile away. In addition, the existing drainage permit for the master site plan had to be modified to account for the proposed trail improvements.These new drainage facilities had to be carefully planned to avoid removing any trees as well as limit impacts to the future master plan for the park. The design for the trail included new outdoor fitness stations,seating areas, LED site lighting and custom-designed way-finding signage for all of the trailhead signs,directional signs,and mile markers. Hallandale Beach NE Quadrant Drainage Improvements, Hallandale Beach, FL. Project Manager for the rehabilitation of the drainage system within the City of Hallandale Beach's NE Quadrant. The project includes modifications and additions to the existing collection system, the installation of two new pumping stations, storm water force mains and injection wells, and relocation of existing utilities in conflict. The sixteen new wells will be pressurized with fifteen (15) feet of head in order to produce the necessary discharge into the G3 aquifer. FDEP and the Broward County Environmental Resource Department have permitted the project. Permitting, bidding and award, engineering during construction, construction services and project close out are also included. This project is funded by FEMA HMGP grant funds. Basin 5 Stormwater Master Plan, Dania Beach, FL. Ms. Martinetti is project manager for design and permitting for the improvements contained in the recommendation of the Storm Water Master Plan of Basin 5.. The proposed drainage improvements consist of four duplex pump stations, more than 20,000 linear feet of higher capacity storm sewer to improve storm water conveyance, more efficient discharge outfall systems and exfiltration trenches to improve area water quality. The retrofitted drainage system within the Basin 5 drainage areas attenuates the storm water runoff and reduces the frequency and duration of flooding. Water Main and Force Main Subaqueous Crossing of the Dania Cut-off Canal, Dania Beach, FL. Project manager and EOR for the replacement of the existing water and sewage force mains under the Dania Cut-off Canal via horizontal directional drill to accommodate the proposed dredging of the canal. Also included is the replacement of an additional 1200 LF of the existing mains on NE 7th Avenue up to NE 10th St. to accommodate the future airport expansion and NE 10th St.extension projects. 105 11111100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Nicholas B. Mahon, PE YEARS OF EXPERIENCE Project Manager 11 SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM 3 Mr. Mahon has 11 years of engineering experience and has worked on multi- disciplinary, design-bid, and design-bid-build projects in the Mid-Atlantic and Southern EDUCATION regions. Mr. Mahon's design experience includes site development, ADA accessibility, B.S., Civil Engineering, stormwater management, utility design, roadway deign, comprehensive master plans University of Central and investigations of storm and sanitary systems. His roadway design experience Florida, 2006 includes design for milling and resurfacing, widening, reconstruction, ADA upgrades, drainage improvements, signing and pavement markings, traffic control plans, and PROFESSIONAL stormwater pollution prevention control plans. REGISTRATION PROJECT EXPERIENCE Professional Engineer State of Florida No. 78361 SITE PLAN REVIEW EXPERIENCE Professional Engineer Site Plan Review for the City of Weston, City of West Park, City of Sunny Isles District of Columbia No. Beach,Town of Surfside,City of Pahokee,and Village of Estero. PE907072 Engineer Reviewer of site plans to ensure conformity with the ordinances of the municipality and provide written comments. Attend Development Review Committee (DRC) meeting to discuss the comments with the applicant and provide feedback. Assist applicant, as needed, to answer any questions, clarify any plan review comments, or address any concerns from the applicant after the DRC. ROADWAY DESIGN PROJECT EXPERIENCE Tamarac Bikeways Phase V&VI Improvements,Tamarac,FL. Project Manager& Engineer of Record for NW 76th Street from University Drive to NW 70th Avenue (Phase V),and NW 64th Avenue from NW 57th Street to Bailey Road (Phase VI). Coordinate with design team for the development of construction documents for the widening of the roadway to accommodate bike lanes and reconstruction of existing sidewalks to meet current ADA standards. Coordinate with design team to ensure project progresses on schedule. This included internal progress meetings, coordination efforts with client, budget control and invoice processing. Prepare and submit documents to comply with FDOT Local Agency Program (LAP) Funding requirements. Andrews Avenue Roadway Improvements,Oakland Park, FL. Project Manager& Engineer of Record for Andrews Avenue from Oakland Park Blvd to Prospect Drive. Coordinate with design team for the development of construction documents for the removal of exiting two-way turn lanes in the middle of the roadway and replace with landscape medians and dedicated turn lanes,reconstruction of existing sidewalks to meet current ADA standards, add bike lanes, mid-block crossings for pedestrians, pavement markings & signage for a four lane divided road, and lighting. Coordinate with design team to ensure project progresses on schedule. This included internal progress meetings, coordination with other disciplines, coordination efforts with client, budget control and invoice processing. Prepare and submit documents to comply with FDOT Local Agency Program (LAP) Funding requirements. Davie Road Phase 1 Roadway Improvements,Davie, FL. Project engineer for Davie Road from SR 84 to Nova Dr. Coordinate with design team for the development of construction documents for the removal of exiting two-way turn lanes in the middle of the roadway and replace with landscape medians and dedicated 111Ipo Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS" Nicholas B. Mahon, PE, Page 2 turn lanes, roadway widening,sidewalk improvements to meet current ADA standards,add bike lanes, signalization at Nova Drive & Reese Road, pavement marking & signage for a six lane divided road, maintenance of traffic, drainage modifications, lighting, and tree removal/relocations. Review and respond to contractor provided shop drawings & RFI's during construction. Project partially funded by a County Incentive Grant. Davie Road Phase 2 Roadway Improvements, Davie,FL. Project Manager & Engineer of Record for Davie Road from SW 39th Street to Nova Dr. Coordinate with design team for the development of construction documents for the removal of exiting two-way turn lanes in the middle of the roadway and replace with landscape medians and dedicated turn lanes, sidewalk improvements to meet current ADA standards,add bike lanes,signalization at SW 39th St and SW 37th St., pavement marking&signage for a four lane divided road,traffic control, lighting,and tree removal/relocations. Coordinate with design team to ensure project progresses on schedule. This included internal progress meetings, coordination with other disciplines, coordination efforts with client, budget control and invoice processing. Prepare and submit documents to comply with FDOT Local Agency Program (LAP) Funding requirements. Dania Jai-Alai &Casino Offsite Improvements, Dania Beach,FL. Project Manager & Engineer of Record for Fronton Blvd from Dania Beach Blvd to NE 2„d St. Coordinate with design team for the development of construction documents to upgrade an undivided two lane road and replace with landscape median, roadway widening,sidewalk improvements to meet current ADA standards, pavement marking&signage for a 3 lane divided road,drainage modifications and lighting. Review and respond to contractor provided shop drawings&RFI's during construction. SITE DESIGN PROJECT EXPERIENCE Dania Jai-Alai & Casino, Dania Beach, FL. Engineer of Record for the site design of a 26 acre commercial site. Coordinated with design team for the development of construction documents for site design modifications for parking lot layout,storm water drainage modifications, reconstruction of sidewalks to meet current ADA requirements, utility service upgrades, grading of asphalt pavement and sidewalks, and pavement markings and signage. Review and respond to contractor provided shop drawings&RFI's during construction. Windmill Park,Coconut Creek,FL. Project Manager and Engineer of Record for the design of a 14 acre site redevelopment for site improvements to an existing park. Coordinated with design team for the development of construction drawings for site design modifications for ADA sidewalks, parking lots, pavement marking and signage,stormwater management,grading,stormwaer pollution prevention,and utilities. Cooper City Sports Complex Restrooms,Cooper City,FL Project Manager and Engineer of Record for the site improvements for a prefabricated restroom on the Cooper City Sports Complex site. The prefabricated restroom will be served by a small grinder pump station which will tie into the existing sanitary system on campus. Overall project included the installations of approx.500 LF of 2" water service line and 500 LF of 2"sanitary force main directional bore, ADA compliant sidewalk improvements, grading and retaining wall. Permitted project with Broward County Environmental Licensing and Building Permitting Division. 107 4 .._ . _... . .... . 111100 Calvin, Giordano S Associates. Inc. EXCEPTIONAL SOLUTIONS" Patrick A. Figurella, PE Project Manager TOTAL YRS EXPERIENCE SUMMARY OF QUALIFICATIONS Y4 YEARS WITH CGA Mr. Figurella is a project engineer with more than 23 years of experience in project 13 management of roadway design/reconstruction, utility/drainage infrastructure, EDUCATION municipal review,comprehensive planning and civil site design work including geometric B S. Mechanical design and permitting. Mr. Figurella is proficient in the use of the latest versions of Engineering AutoCAD Civil 3D. Mr. Figurella was the President of the ASCE Palm Beach Branch in University of Florida, 2003-2004,ASCE Palm Beach Branch Young Engineer of the Year in 2004,and FES Palm Gainesville Beach Chapter Young Engineer of the Year in 2004. PROFESSIONAL PROJECT EXPERIENCE REGISTRATION City of Delray Beach TAC and Engineering Permit Review,Delray Beach,Florida Professional Engineer State Project Manager-Project Ongoing of Florida No. Mr.Figurella is heading up CGA's Site Plan Review and Engineering Permit Review 54795 efforts for the City of Delray Beach. CGA has been reviewing Site Plans since October of 2016 and been reviewing Engineering Permits since April of 2017. CGA has reviewed CERTIFICATIONS more than 100 site plans and 100 engineering permits in that time. Florida Stormwater, Erosion.and Sedimentation Osceola Neighborhood Improvements FY 2016 Control Inspector Design Engineer-Project Ongoing FEMA Intorduction to Mr.Figurella was responsible for designing the paving of 9 alleyways,the construction of the Incidental Command sidewalks and the regrading of swales, drainage improvements and the signing & System. ICS 100 pavement marking,for the southeast corner of the Osceola Neighborhood. SE 2nd Street Streetscape,Delray Beach,Florida AFFILIATIONS Design Engineer-Project Ongoing American Society of Civil Designing and permitting the roadway and drainage improvements to 1/3 mile of Engineers:2004-2005 roadway. Improvements included the creation of on-street parking, new sidewalks Past-President for Palm signing&pavement marking,and the construction of 1/3 miles of newalleyways. Beach Branch SW Area Alleys,Delray Beach,Florida Design Florida Engineering Engineer-Project Ongoing Society:2002-2003 Mr. Figurella was responsible for designing and permitting the alleyway, drainage, and `Young Engineer of the signing & pavement marking improvements to S blocks of alleyway. Improvements Year"for Palm Beach include the regrading of swales, new sidewalks and the construction of a new 6" water Chapter main. PUBLIC SERVICE AlA Bike Lanes,Jupiter,Florida Design Village of Royal Palm Engineer-Project Completed 2016 Beach Code Enforcement Mr. Figurella was responsible for designing and permitting the expansion of turn lanes, Board 1998-2004 the addition of bike lanes, signing & pavement marking, pervious concrete sidewalks, on-street parking, the replacement of a 10" Water main and the burial of overhead Palm Beach County 5-Year utilities on a 3/4 mile segment of a two-lane roadway. Road Program Oversight& Advisory Council City of Rivera Beach Marina District,Riviera Beach, 2002-2003 Florida Design Engineer-Project Completed 2016 Mr.Figurella designed and permitted a 14-acre Marina District improvements project with COMPUTER SKILLS demolition of entire site and replacement with a new Marina Events Center, two acres of Microsoft Office AutoCAD Civil3D pervious pavements, 3000 linear feet of exfiltration trenches, completely revised Cascade Bicentennial Park, construction of five site roadways, new water and sewer mains, lift station demolition and transfer to new station, and the filling of the site to accommodate 1 the future changes in the FEMA-base flood elevation. I. 1111WCalvin. Giordano 5 Associates. Inc. EXCEPTIONAL SOLUTIONS' Patrick A. Figurella, PE, Page 2 Bay Harbor Islands Community Enhancement Project Phase II, Bay Harbor Islands,Florida. Design Engineer-Project Completed 2010 Mr. Figurella was responsible for designing and permitted the roadway, utility, and signing & pavement marking improvements for 2.3 miles of roadways on the west island of the Town. Improvements included new curbs, pavement,grading and the replacement of 12,000 feet of waterlines. Bay Harbor Islands Community Enhancement Project Phase HI, Bay Harbor Islands,Florida. Design Engineer-Project Completed 2012 Mr. Figurella was responsible for designing and permitting the roadway and utility improvements for 4.2 miles of roadways on the east island of the Town. Improvements included new curbs, pavement, signing & pavement marking,grading and the replacement of 24,000 feet of waterlines. Lyons Road & Flavor Pict Road Alignment Studies, Palm Beach County, Florida Design Engineer-Project Completed 2005 Mr. Figurella was responsible for preparing alternative alignments and exhibits for public hearings including evaluation matrices for six miles of Palm Beach County Thoroughfare Roadways in the sensitive Agricultural Reserve in western Palm Beach County. Boutwell Road Alignment Study & Boutwell Road Extension, Lake Worth, Florida Design Engineer-Project Completed 2001 Mr.Figurella was responsible for preparing alternative alignments and exhibits for public meetings for the study phase of the 1/3 mile extension of a two lane facility. Designed the extension of the two lane facility including drainage design,geometric design,signing&pavement marking,permitting and cost estimation. Roosevelt Avenue Alignment Study,Jupiter,Florida Design Engineer-Project Completed 2000 Mr. Figurella was responsible for preparing alternative alignments and exhibits for public hearings including evaluation matrices for two miles of Palm Beach County Thoroughfare Roadways from lndiantown Road to the Martin County Line. Comprehensive Planning,Various Agencies,Florida Design Engineer-Project Completed Mr.Figurella was responsible for preparing Comprehensive Plans,Amendments to Comprehensive Plans Evaluation and Appraisal Reports (EARs), or Water Supply Plans related to Potable Water, Sanitary Sewer, Drainage, Solid Waste,and Natural Groundwater Aquifer Recharge elements for the following agencies: • Town of Loxahatchee Groves First Comprehensive Plan • City of Port St. Lucie EAR Based Comprehensive Plan Amendments • City of Pahokee 10-Year Water Supply Plan • Town of Mangonia Park 10-Year Water Supply Plan • City of Fort Pierce Comprehensive Plan Rewrite • St. Lucie County EAR • St.Lucie County EAR Based Comprehensive Plan Amendments • Martin County EAR 109 lipCalvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' Sandra Lee, AICP CEP, LEED AP BC+D, CFM Director, Environmental SUMMARY OF QUALIFICATIONS YEARS OF EXPERIENCE Ms. Lee has over 20 years of professional experience and heads up CGA's Environmental 20 Department. In general, Ms. Lee: provides environmental permitting services at the EDUCATION local, state and federal level, coordinates interagency and multi-disciplinary team M.A.Biology/Ecology, efforts, provides tree mitigation plans and tree removal permitting services, conducts Magna Cum Laude wetland delineations and wetland functional assessments, designs wetland mitigation St.Cloud State University, areas, provides bidding and construction oversight services for the construction and Minnesota installation of mitigation areas, provides technical support, environmental resource management and environmental planning services to municipalities, manages field staff B.A.Biology/Botany, conducting wildlife and habitat assessments, imperiled species surveys and compliance Magna Cum Laude monitoring reporting. Before joining CGA, Ms. Lee was a Biologist with the Growth St.Cloud State University, Management Division of Monroe County. Minnesota ENVIRONMENTAL RESOURCE PERMITTING EXPERIENCE PROFESSIONAL A-1-A Improvements and Bike Lanes, Town of Jupiter. Obtained environmental REGISTRATION permits, conducted the site assessments, including shoreline and submerged aquatic American Institute of vegetation surveys, for new outfalls into the Lake Worth Creek Aquatic Preserve which Certified Planners No. 018627 is recognized as Outstanding Florida Waters. Conducted the investigations to complete and submit the environmental LAP documentation. Green Building LEED Lloyd Estates, Oakland Park. Responsible for all site assessments, designing a bio- iA Pon Institute A.P. BD+C swale stormwater overflow area, and obtaining permits through the US COE, the South NO. 10215598 Florida Water Management District and Broward County. The project involved the installation of two new outfalls, dredging, a sluice gate, and new seawalls into the Association of State Sleepy River, sovereign submerged lands. It also involved the construction of a pump Floodplain Managers CFM station and the creation of a bio-swale/river overflow area within property adjacent to No. US-07579 the river. Permitting challenges included close coordination with the SFWMD operations staff on project interactions with the C13 canal, and amending sovereign Florida DEP Qualified submerged lands leases for new dredge areas and the gate. Stormwater Management Inspector Drainage Improvements, City of Weston. Responsible for conducting the site No. 5889 inspections and obtaining permits from the US COE, Broward County and the South Florida Water Management District for drainage enhancements which included culvert replacements and outfalls into surface waters. PROFESSIONAL AFFILIATIONS Dania Basin 5 Drainage Improvements, Dania Beach, Pembroke Pines and US Green Building Council Miramar. Designed and permitted a unique bio-swale stormwater improvement Florida Chapter system to benefit both the developed and adjacent natural habitats. Conducted all site Board Officer and wetland assessments for permitting and processed permits through the US COE, the SFWMD and Broward County; permitting required extensive negotiation South Florida Association with various Divisions of Broward County for use of County land that is designated of Environmental sionals wilderness area,mangrove habitat,and serves as a buffer to West Lake Park.The project Board Office Board Office required an Agreement with the County and the City requiring approval by the County Commission. The design of the bio-swale required unavoidable impacts to wetlands; however, the swale design included enhancements that created greater wetland functional gain than the functional loss through the impacts. The project restored historic sheet flow of freshwater to the West Lake Park habitat. w 11110 Calvin, Giordano i;Associates, Inc. EXCEPTIONAL SOLUTIONS" Steven M. Watts, PSM EDUCATION Director of Survey BSLS, Purdue Un1984 SUMMARY OF QUALIFICATIONS Lambdait i ma: Lambda Sigma: Mr.Watts has Mr.Watts has over 33 years of experience, 29 years as a licensed Florida Land Surveying Professional Surveyor & Mapper. Having spent his entire surveying career working in Honorary Broward County, he is extremely knowledgeable of the rules, requirements and specifications for completing surveying and mapping projects in the South Florida area. PROFESSIONAL He specializes in architectural and engineering design type surveys, land acquisition, REGISTRATION Florida PSM No.4588 easements,title research,and computer mapping. PROJECT EXPERIENCE Director of Survey- Calvin, Giordano, & Associates, Inc., Fort Lauderdale, FL. As Director of Survey he is responsible and involved in all aspects of the company's surveying and mapping projects. Lakes of Carriage Hill: Utility Locating and GIS Mapping-Broward County Water and Wastewater Services Engineering Division. Survey Project Manager for the collection of as-built water and sanitary sewer infrastructure in the Lakes of Carriage Hill development. Project involved subsurface utility location of water and sewer mains, state plane coordinates with attribute data collections for all valves,hydrants and sewer manholes compiled into an Arc Info database. FPL Port Everglades Eller Substation- Florida Power&LightCarraige Hill: Utility Locating and GIS Mapping - Broward County Water and Wastewater Services Engineering.Division. Survey Project Manager for the collection of as-built water and sanitary sewer infrastructure in the Lakes of Carriage Hill development. Project involved subsurface utility location of water and sewer mains, state plane coordinates with attribute data collections for all valves, hydrants and sewer manholes compiled into an Arc Info database. Stormwater Mapping Basin 5 Drainage Improvements - City of Dania Beach, FL. Survey Project Manager for the collection of survey data and as-built drainage and sanitary infrastructure information for the Basin 5, Phase II drainage improvement project for the City of Dania Beach. General Surveying & Mapping Services - City of Coral Springs. Boundary and Topographic Surveys: Wiles Road Terminus Linear Park, Coral Springs City Hall North Site. As-Built Surveys: Westside Maintenance Compound,Sketch& Legal Descriptions: Pedestrian Easement Coral Springs Medical Center. Design Surveys: NW 95th Avenue- Covered Bridge, NW 85th Avenue, Shadow Wood Blvd., Remsberg Dr. Construction Stakeout: University Drive Sidewalk,Art Statue and General Surveying Services for the City of Coral Springs. General Surveying & Mapping Services - City of Pompano Beach. Boundary & Topographic Surveys: Community Park,Canal Point Park; Legal Descriptions: Avondale Fishing Piers; Topographic Surveys: Pompano Beach Air Park; Taxiway"N" - Pavement Widening,Runway 15-Runway Protection Zone,Magnetic Heading,Runways 6-24,15-33 and 10-28. General Surveying &Mapping Services - City of North Lauderdale. Boundary and Topographic Surveys,As-Built Surveys,Legal Descriptions,City Limit Determinations and General Surveying Services for the City of North Lauderdale.Additional responsibilities include project surveyor for the topographic survey of the municipal complex, water control district and utility mapping. lipCalvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' Michael M. Mossey, PSM YEARS OF EXPERIENCE Project Surveyor 38+ SUMMARY OF QUALIFICATIONS YEARS WITH THE FIRM Mr. Mossey has 38 years of experience in land surveying and mapping in South Florida. <1 He has performed construction, right of way, control, ALTA, and boundary and EDUCATION topographic (both acreage and coastal) surveys. He is knowledgeable in the use of a Maryville College. Maryville, wide range of state-of-the-art surveying equipment and associated computer Tennessee technologies. He has extensive experience in field crew supervision,quality control and client relations. CERTIFICATIONS& LICENSES EXPERIENCE Florida PSM No.5660 Survey project manager for City of Ft. Lauderdale redevelopment of approximately PROFESSIONAL 20-square miles of infrastructure in Broward County. Including Miami Road Project, AFFILIATIONS Septic Areas 3 and 4,Wastewater Treatment plants and the Sistrunk Boulevard project. Florida Society of Professional Surveyors& Survey project manager for North Andrews Gardens Improvement District, a Mappers Neighborhood Improvement Program undertaken by Broward County. Secretary.Broward Chapter. Boundary, as-built and construction stakeout surveys for Weston (Arvida) for 10 FSMS. 1999-2000 and 2000- years. 2001 Survey project manager for South Florida Water Management District's STRIVE (Structure Information Verification) Program: Provided various survey services including as-built and water control structure surveys in St. Lucie, Miami-Dade, Palm Beach and Monroe Counties. Survey project manager for Florida Power & Light Company at the Port St. Lucie Nuclear Plant: Provided survey support services for FPL's replacement of the Cask Cranes on the reactor waste buildings. Survey project manager for Broward County Water and Wastewater Services, Hillsboro Beach Infrastructure Improvements: Provided project management and QA/QC for deliverables. City of Ft. Lauderdale General Services: Provided project management, QA/QC- Topographic Surveys, Design Surveys and Boundary Surveys for approximately 20- square miles of infrastructure in the City's utility expansion program. Brickell City Centre: Provided project management for the construction layout and verification of the substructure and vertical construction of the three towers in downtown Miami. FPL Simpson Station to Coconut Grove Station-Project Management-prepare deliverables for 5-miles of route surveying along U.S. 1 in Coral Gables. Port Everglades Intermodal and Container Yard Enhancements: Provided project management for the surveying and mapping of approximately 200-acres. 11010 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" Mohamed Mabrouk, P.E. Director of Construction Engineering&Inspection YEARS OF EXPERIENCE PROJECT EXPERIENCE 9 Years JANUARY 2015-PRESENT;City of Pompano Beach;MLK(Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM#432861-1-58- EDUCATION 01 (LAP Funded$2,855,802):Senior Project Engineer. Improvements include roadway Eng ,Florida in Civil Engineering, of eering,Florida widening, sidewalk installation, drainage improvements, milling and resurfacing, International University lighting, median installation, signage, landscaping, irrigation and pavement markings. Contact:Horacio Danovich,Project Manager 954.786.7834 Masters of Science in Civil Engineering,Florida OCTOBER 2015-PRESENT; Department of Environmental Protection; Kemp International University Channel Span Replacement; Project FM #418396-1, FDEP Project # FS050: Senior Project Engineer. Construction of the Kemp Channel Bridge Span replacement and Masters of Science in retrofitting, located at approximately Mile Marker 23.5.This project is to be a portion of Engineering Management, Florida the Florida Keys Overseas Heritage Trail State Park as described in the approved Trail International University Master Plan dated August 2000. Contact: James Post, FDEP Project Manager 305.853.3571 PROFESSIONAL REGISTRATIONS FDOT District 6;Assistant Resident Engineer at North Miami-Dade:As the Assistant PE FL#74614 Resident Engineer, Mohamed lead, coached and mentored in-house and CEI teams to successfully manage over 35 highly complex construction projects. Some of the CERTIFICATIONS highlighted projects are: TIN#M162554834530 • JUNE 2014-JULY 2015; FDOT District 6; NW 79th Street Roadway CT0 QC Manager Improvements Grouping: Assistant Resident Engineer. The contract included bridge improvements, barrier wall installation, lighting improvements, OTHER signalization improvements, drill shaft installation,signing, pavement markings, Advanced MOT and milling and resurfacing. Contact: Ivan Hay, P.E., 305986.2575;Joan Fabian, P.E.,305968.3965 • DECEMBER 2013-JULY 2015; FDOT District 6; NW 57th Avenue Roadway Improvements Grouping: Assistant Resident Engineer. The contract included roadway widening, culvert installation, major utility work, drainage improvements, signalization improvements, signing, pavement marking, and milling & resurfacing. Contact: Ivan Hay, P.E., 305.986.2575; Joan Fabian, P.E., 305.968.3965 • AUGUST 2014-JULY 2015; FDOT District 6; Bridge Rehabilitation Grouping: Assistant Resident Engineer. Assigned as the Project Manager for a grouping that includes 13 projects and 18 bridges.The projects included bridge rehabilitation, painting steel and concrete bridges, repair of structural and concrete members, repair of spalled concrete, repair of piles, cathodic protection,and crack repairs on 18 bridges throughout Miami-Dade County. Contact: Ivan Hay, P.E., 305.986.2575;John Garzia,E.L, 786.510.6822 • JULY 2013-JULY 2015; FDOT District 6; [-95 Rigid Pavement Rehabilitation: Assistant Resident Engineer. Assigned as the Project Manager for this major limited access grouping that includes 6 projects. The contracts include replacement of concrete slabs along Southbound and Northbound 1-95 between the Turnpike and 79th street. Contact: Ivan Hay, P.E., 305986.2575; Felipe Gonzalez,P.E.,305.401.1438 Mohamed Mabrouk, PE Page 2 100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS" FDOT District 4;Construction Project Engineer/Project Manager(Broward and Palm Beach Counties): Administered,supervised,and managed highly complex construction projects.Some of the highlighted projects are: • MARCH 2013-JULY 2013; FDOT District 4; Lantana Road Interchange Reconstruction on I-95: Construction Project Engineer/Project Manager.The project included reconstructing all 4 on and off ramps at 1-95 and Lantana Road Interchange.The project included the widening of all four ramps,the widening of the Lantana Road Florida[- beam Bridge over 1-95 and CSX railroad tracks,FIB placement,pile foundations,drill shaft foundations,MSE walls, earthwork,lighting,milling and resurfacing.Contact:Deb lhsan,P.E.,954777.4387 • JULY 2012-JULY 2013; FDOT District 4; I-95 Interchange Construction at FAU Boulevard; Design-Build: Project Manager,TRC Member and RFP Preparer.This($75 M)project included the addition of a new interchange on 1-95 at FAU Boulevard.The project also include earthwork,lighting,demucking,construction in an environmentally sensitive areas and lane widening on the mainline of 1-95 from Congress Avenue to Glades Road which included 13 different.Contact:Deb Ihsan,P.E.,9547774387 • JUNE 2012-APRIL 2013; FDOT District 4; RRR Construction Improvement Project on US1 (from Glades Road to Mizner Road): Construction Project Engineer/ Project Manager. The project included milling and resurfacing US1, ADA ramp improvements, signalization improvements, drainage improvements, signing and pavement markings improvements.Contact:Scott Burrie,561.719.7713 • OCTOBER 2012-JULY 2012;FDOT District 4;Roadway Improvements&Bridge Rehabilitation Construction Lake Worth Road (from Congress Avenue to Lake Osborne Drive): Construction Project Engineer/ Project Manager. The project included the replacement of sections of the existing approach slabs on Kellers Canal Bridge, the removal of the existing traffic railing and sections of the deck on the bridge, the construction of a new deck/sidewalk and traffic railing on both sides of the bridge,installing a new irrigation system on the roadway with new pump stations, installing new sidewalks on both sides of the roadway throughout the length of the project, signalization improvements, drainage improvements, milling and resurfacing, signing and pavement markings improvements and landscape improvements.Contact:Sid Mailhes,P.E.,561.531.1057 • JANUARY 2011-NOVEMBER 2011; FDOT District 4; Intersection Improvements at Blue Heron Boulevard and Old Dixie Highway:Construction Project Engineer/Project Manager.This project included adding a right turn lane on Blue Heron Blvd.,through lane widening,FEC railroad tracks replacements,FEC signal trusses replacement, FEC railroad gate replacement,installing signal mast arms,signalization improvements,utility relocation,drainage improvements, concrete raised median construction, earthwork, lighting, signing improvements and milling and resurfacing.Contact:Rob Cables 561.719.7799 • NOVEMBER 2009-JANUARY 2011; FDOT District 4; Tequesta Drive Bridge Replacement Project: Construction Project Engineer/ Project Manager. The project included adding a right turn lane, through lane widening, milling & resurfacing, lighting improvements, signalization improvements, landscaping improvements, drainage improvements,signing and stripping improvements.Contact:Rob Cables 561.719.7799 • JULY 2009-DECEMBER 2009; 1-95 North Off Ramp Improvements at 10th Avenue: Construction Project Engineer. Project included adding a right turn lane, through lane widening, milling & resurfacing, lighting improvements, signalization improvements, landscaping improvements, drainage improvements, signing and stripping improvements.Contact:Jacques Beaubrun 561.719.7812 • NOVEMBER 2008-OCTOBER 2009;FDOT District 4;1-95 HOV Lane Construction Project Construction Project Engineer. The project included the addition of HOV lanes on 1-95 in Broward County,bridge widening, drill shaft construction, pile installation, noise wall construction, gravity wall construction, barrier wall construction, mass concrete construction, signalization improvements, lighting improvements, signs and stripping improvements, drainage improvements, earthwork, demucking, landscaping improvements, milling and resurfacing. Contact: Courtney Drummond,P.E.,954.547 114 Tindale Paola G. Baez, P.E. E. Senior Project Manager fiver Paola is a results-oriented,high energy,hands-on professional,with a successful record of accomplishments in different multi-modal fields of transportation engineering.Her Education major strengths include strong leadership,excellent communication skills,solid team BS,Civil Engineering,Florida player,attention to detail,dutiful respect for compliance in all environments,as well International University(1999) as supervisory skills including scheduling,training,and public contract management. Paola brings many years of experience in managing Seaport,Rail,Americans with Years of Experience Disabilities Act(ADA),Planning and other Intermodal engineering projects during her 16 years working for Florida Department of Transportation(FDOT)District 6. Years with Tindale Oliver Paola has managed the diagnostic reviews and development of rail signal safety and 2 surface maintenance projects,including Construction Engineering Inspection(CEI)for railroad projects,preliminary engineering reports,design projects,planning, Certifications development of alternatives,conceptual designs,corridor studies,GIS mapping development,traffic forecasting,traffic data collection,functional classification, • Florida P.E.#68552 scoping reports,as well as managing and directing projects that encompassed impact • CSX Contractor Safety& to the compliance with ADA. Roadway Worker Protection Certification Representative Projects • FEC Roadway Worker Protection Contractor Transit Services Safety Certification City of Sunrise Area-wide Transportation Needs Assessment FDOT District 4 I Broward County,FL I 2016—Ongoing Awards Deputy Project Manager • FDOT Special Achievement Evaluated current and future transportation characteristics,determined multimodal Award for efforts in ADA improvement needs,evaluated transportation network from multimodal perspective, compliance,2010 identified feasible and acceptable improvements to address anticipated growth and • FDOT Peer Awards for development and related travel demand.Provided professional transportation planning commitment to teamwork, and engineering services,collection and analysis of land use,transportation,and socio- 2010 economic related data. SR 5/US 1/Biscayne Boulevard Corridor Study FDOT District 6 I Miami,FL I Ongoing Deputy Project Manager Through public engagement and technical analysis,identify short-and mid-term improvements to enhance mobility and livability along SR 5/US1 from SE 8 St to the Miami/Broward County Line.Improvements along one of the busiest transportation corridor are expected to include"premium bus"treatments,multimodal,network enhancements,and intersection safety projects. Miami-Dade Transit Engineering,Planning,&Development Miami-Dade County I Miami,FL I 2015-2016 Project Manager Developed BRT and express bus service operating plans;performed GIS mapping of BRT corridors and rail rapid transit corridors,premium transit cost feasible corridors, existing rail corridor;developed Vision Plan and BRT and express bus service operating cost analysis estimates;performed County-owned parcel analysis GIS mapping. www.tindaleoliver.com 115 Paola G. Baez, P.E. iindaleOIiver Senior Project Manager Modal Development General Planning Consultant FDOT District 4 Office of Modal Development I Broward County,FL I Ongoing Project Manager Management and production of multimodal planning studies for FDOT's Office of Modal Development,including development of express bus standards and performance measures,park-and-ride analysis and Inventory,multimodal scoping development,railroad crossing delay analysis,multimodal planning and engineering plans review,pedestrian and bicycle facility gaps and needs assessment,TIGER grant application for regional transit expansion,US-1 multimodal corridor study,among others. DBE Goal Setting FY2014-2016 Lee County Transit(LeeTran)I Lee County,FL I 2013 Project Manager Review of areas of expenditure to determine business categories to be assessed using methodology that compared total number of businesses in construction,retail trade,and professional services categories with number of DBE-certified businesses registered in county;conduct of extensive public outreach process to review and receive input from general public and business community and presentation of goal and methodology in one-on-one sessions at small business workshop,chamber of commerce membership luncheon,and public workshop. General Engineering Consultant South Florida Rail Corridor(SFRC)I Southeast Florida I 2013-2014* Project Manager Conducted pans review for railroad involvement and processing of railroad flagging and grade separation agreements. Acquired knowledge of FDOT's FLAIR,WP,CITS,Forms,ERC,Profile,PaperVision,Project Suite,and RHCI applications, among others.Provided interagency coordination for SFOMA Transition.Developed schedule of activities for FDOT Tasks required by transfer of maintenance and dispatching to SFRTA;schedule received team award.Created D4 Rail Manual for new and existing rail employees.Assisted FDOT on production schedules and gaming.Coordinated with Central Office, financial services,and work program on quarterly funding transfers to SFRTA. Rail Program FDOT District 6 I Miami,FL I 2004-2012* Rail Programs Administrator Managed Federal Railroad's Administration Signal Safety Program,Rail-Highway Crossing Surface Rehabilitation Program, Railroad Program Management for District's Production Projects,Railroad Program Management for District's LAPs,JPAs, permits,and other grants managed by FDOT,as well as Railroad Crossings Opening,Closures,and Abandonment Program, among others.Worked on scheduling,agreement development,design,MOT development,and Construction Engineering Inspection(CEI)for railroad projects.Provided rail coordination for Section 2,Section 5,Central Boulevard,and Perimeter Road. Intermodal Program FDOT District 6 I Miami,FL I 2001-2012* Intermodal Programs Administrator In charge of Programming,agreement development,invoicing,and other administration duties necessary for management of intermodal grants,including transit,seaport,roadway,aviation,and rail projects.Review of District production projects to provide engineering solutions and improve functionality of modal operations.Coordinated project prioritization, selection,balance,and programming of intermodal box budgets to incorporate in Transportation Improvement Program (TIP)and FDOT District Work Program and Long Range Transportation Plan(LRTP). Developed rail and intermodal activities for FDOT Business Plan. `Work performed prior to joining Tindale Oliver www.tindaleoliver.com 116 Tindale William L. Ball, AICP , Principal/Vice President and Chief Operating Officer <Oliver -.1"! Bill specializes in transit planning,metropolitan transportation planning,and public finance.His transit expertise includes short-and long-range transit planning,federal Education transit requirements,transit facilities and capital planning and budgeting,transit • MA,Economics,University performance assessment,demand forecasting,cost and revenue forecasting,bus rapid of South Florida(1988) transit,transit market assessment,and system and route-level planning and operational analysis. • BS,Economics/Political Science,Florida Southern Since joining Tindale Oliver in 1995,Bill has served as the Principal-in-Charge or Project College(1986) Manager for a majority of Tindale Oliver's transit development plans(TDPs).This includes Florida TDPs for HART,PSTA,LeeTran,Pasco County Public Transportation, Years of Experience and Martin/St.Lucie,among others.In addition,he served as the Principal-in-Charge for 28 Tindale Oliver's role as a key partner in the preparation of FDOT's updated TDP Manual and Training Workbook and the subsequent training workshops held in locations Years with Tindale Oliver throughout Florida. 21 Bill initiated and led the development and growth of Tindale Oliver's Transit Services Certifications Team from its infancy to a team of dedicated transit planners and another dozen AICP#14106 contributing transportation and urban planners.He now plays a broader corporate role with Tindale Oliver as Chief Operating Officer,but remains a working Principal, Professional Affiliations continuing to play a major role in Transit Services,including project management for • American Institute of larger,more complex efforts. Certified Planners(AICP) Representative Projects • Florida Public Transportation Association Transit Development Plans(TDPs) (FPTA) Transit Development Plan • American Planning Miami-Dade Transit I Miami,FL 12014 Association(APA) Senior Advisor • Center for Urban Transportation Research Worked closely with Parsons Brinckerhoff to prepare Major Update to 2015-2024 TDP; (CUTR),Research Associate conducted assessment of MDT's existing transit system,identified existing and future 1988-1995 service improvements and capital investments,prioritized transit needs,developed financial plan based upon available funding sources. Transit Development Plan South Florida Regional Transportation Authority(SFRTA)I Broward/Miami-Dade/Palm Beach Counties,FL 12013 Project Manager Conducted major update to 10-Year TDP("SFRTA Moving our Region Forward").Worked closely with staff and external advisory committees,including Planning Technical Advisory Committee and representatives from Workforce Development Boards from Palm Beach,Broward,and Miami-Dade counties.Assessed existing plans and county baseline conditions to establish situation appraisal and understanding of environment in which SFRTA operates,worked with staff to develop service,capital,and other initiative priorities for the next 10 years.Developed phased implementation plan and related financial plan to detail SFRTA's 10-year vision,coordinated with partners throughout region to disseminate information and develop 10-year plan. www.tindaleoliver.com 117 William L. Ball, AICP lindale>< Iwer Principal/Vice President and Chief Operating Officer Transit Development Plan Broward County Transit(BCT) Broward County,FL I 2013 . Senior Advisor Prepared major update of 10-year TDP to meet FDOT TDP requirements. Developed 10-year vision for transit supported by realistic financial plan.Conducted extensive public participation,performance assessment of existing transit services, identification and evaluation of transit alternatives,comprehensive service and financial plan for next decade.Developed phased implementation plan and related financial plan to detail 10-year vision,convened TDP Advisory Review Committee, assessed existing plans and county baseline conditions to establish actionable situation appraisal,worked with staff to develop detailed capital and information technologies plan for TDP timeframe. General Planning Consultant Hillsborough Area Regional Transit(HART)1 Hillsborough County,FL'Ongoing Principal-in-Charge/Senior Advisor Have served as General Planning Consultant for HART since 2002.Conducted nearly 30 task work orders and projects, including major update of TDP,on-board surveys,alternatives analysis,bus stop facility and accessibility study,ADA technical support services,Vision 2016 TDP,scheduling efficiency review,BRT framework plan,transit cost allocation model update,ITS procurement assistance,assessment of transit emphasis corridors,NTD sampling plan for streetcar,and long- term facilities plan. General Planning Consultant FDOT District 4 Office of Modal Development'Broward County,FL 1 Ongoing Principal-in-Charge Management and production of multimodal planning studies for FDOT's Office of Modal Development,including development of express bus standards and performance measures,park-and-ride analysis and Inventory,multimodal scoping development,railroad crossing delay analysis,multimodal planning and engineering plans review,pedestrian and bicycle facility gaps and needs assessment,TIGER grant application for regional transit expansion,US-1 multimodal corridor study,among others. LYNX Vision 2030 Central Florida Regional Transit Authority(LYNX) Orange/Osceola/Seminole Counties,FL 1 2011 Senior Advisor Development of Long Range Strategic Master Plan to bridge gap between LYNX 5-Year Service Plan and Transit Element of METROPLAN Orlando 2030 LRTP;definition and prioritization of transit improvements on 22 transit emphasis corridors throughout Central Florida to increase transit use in region via seamless,linked transit network using a variety of mobility services. Transit Bus Route 10X Implementation Plan GDOT District 71 Cobb County,GA 2016 Project Manager Envisioning of premium bus transit service to connect varied uses along corridor with downtown and midtown Atlanta, development of new Route 10X premium bus service and corresponding operations plan to provide guidance,steps,and responsible roles needed to implement service for corridor. TBARTA SMART Connect Regional Premium Transit Corridor Evaluation FDOT District 11 Manatee/Sarasota Counties,FL 2012 Project Manager Identification of viable corridors to extend premium transit services to connect major activity centers,connect redeveloped areas to employment centers,and provide resource to local decision makers for development and implementation of future multimodal improvements. www.tindaleoliver.com 118 Tindale W.T. Bowman, P.E. Associate Director of Transportation Engineering Oliver and Safety W.T.has several years of experience in transportation and traffic engineering. He has managed a variety of transportation and traffic engineering assignments,including Education traffic impact analysis review,design traffic studies,intersection and corridor analysis, BS,Industrial and Systems safety analysis and safety conceptual design solutions,ITS/ATMS planning,traffic signal Engineering,Virginia Tech retiming,and signal warrant analysis and new traffic signal and roadway lighting (2001) design. Years of Experience W.T.has calculated roadway and intersection levels of service;analyzed traffic signal 15 warrants,traffic signal systemization,sight distances,and queuing;and made recommendations on traffic safety,capacity improvements,and comprehensive plan Years with Tindale Oliver modifications. He has developed computer graphics,simulations,exhibits,and 12 animations for public presentations. Certifications Representative Projects • • Florida P.E.#69132 Safety Studies and Minor Design • Georgia P.E.#040908 FDOT District 7 1 Tampa Bay,FL Ongoing • Fiber Optics for ITS Project Manager/Project Engineer (IMSA Level 2) Provide a broad range of traffic safety/operations studies and safety program • Traffic Signal Field management services.Support safety education and enforcement activities and Technician(IMSA Level 2) systemic countermeasures approaches.Prior iterations of this districtwide contract included development of Pedestrian Safety Action Plans for three counties, Professional Affiliations development of GIS/web-based crash data systems,support and management of the • Institute of Transportation District's off-system safety program,and development of spot and systemic Engineers(ITE) countermeasures to improve transportation safety.As the Consultant Project Manager, manage day-to-day operation,including programming project tasks coordinating and • International Municipal prioritizing with District staff,managing on-and off-site subconsultants,and ensuring Signal Association(IMSA) schedules,deliverables,and expectations are met. • The Florida Institute of Consulting Engineers(FICE) Safety Studies/Road Safety Audits • FES(Florida Engineering FDOT District 41 Southeast Florida'Ongoing Society) Project Manager/Project Engineer • American Council of Conduct safety studies and road safety audits in Broward,Palm Beach,Martin,St.Lucie, Engineering Companies and Indian River counties to recommend short-,mid-,and long-term countermeasures (ACEC) and follow-up studies.Preliminary focus has been on pedestrian and bicycle safety issues including several "hot-spot"locations identified by FDOT Central Office. Recommendations include signing,marking,and signalization modifications;upgrades roadside features above and beyond FDOT standards;mid-block crossings and pedestrian signals at locations;relocation of transit stops;deployment of innovative improvements from the State's Innovative Products List(IPL);ATMS upgrades;safety improvement additions to 3R and Work Program projects. Lee County ATMS Phase 1 FDOT District 51 Lee County,Florida I Ongoing Role Tasks for ATMS Design/Build project along US-41,including design,procurement, installation,integration,and testing. www.tindaleoliver.com 119 W.T. Bowman, P.E. Tindale>oliver Associate Director of Transportation Engineering and Safety Ocala/Marion Signal Retiming/ATMS Phase 1 Ocala/Marion TPO I City of Ocala,FL I 2010 Role Conduct of planning activities to upgrade City's ITS and ATMS infrastructure,including upgrades to traffic signal communications network,construction of new Traffic Operations Center,and replacement of PEEK model traffic controllers with Naztec controllers.Retiming of all 126 traffic signals in city. General Engineering Consultant City of Tampa I Tampa,FL I Ongoing Project Manager Work with the City of Tampa on a broad range of traffic studies and analyses including development of priority list for Capacity projects to be programmed into City's Capital Improvement Program.Identified local road safety projects as candidates for HSIP funding through FDOT D7.Subsequent studies reviewed benefit of studies,initial cost estimates,and support in preparing applications to D7 for project funding. General Engineering Consultant Hillsborough County I Hillsborough County,FL I Ongoing Project Manager Served as an on-call consultant for ad-hoc traffic engineering requests,including included design of location-specific RRFB deployments,development of typical design plans for RRFB's,and management and training for County's online CDMS. Fletcher Avenue Complete Street Design Hillsborough County I Tampa,FL I 2011 Project Engineer Developed mid-block crossing traffic control strategies near University of South Florida campus with significant history of bike/ped crashes,including determination of proper speed limit setting,evaluation of access management impacts, • preparation of design plans for 5 mid-block crossings,including Rectangular Rapid Flashing Beacons mounted overhead along with pedestrian-actuated pedestrian lighting to improve crosswalk illumination. Access Management FDOT District 7'Tampa Bay,FL I Ongoing Subconsultant Project Manager Using historical crash data,identified locations with a high incidence of crashes(angle,left-turn,etc.)that could indicate need for modifications to access management along SHS corridors.During corridor analysis phase,provided detailed safety analysis,particularly related to pedestrian and bicycle safety,to identify projects and strategies to supplement modifications to corridor access and provide a safer environment for pedestrians and bicyclists.Such strategies included consideration of sidewalk modifications,lighting improvements,median refuge,and mid-block crossings. East Hillsborough Corridor Study Hillsborough MPOI Hillsborough County,FL I 2014 Project Engineer Corridor identified as part of county-wide safety analysis,included close coordination with FDOT to ensure recommendations could be implemented.Identified locations for un-signalized crosswalks using Pedestrian Hybrid Beacons,new signal at 25th Street,and signal timing improvements to provide better gaps for motorists,cyclists,and pedestrians. www.tindaleoliver.com 120 Tindale Ginger Cortess,AICP, CPRP Principal/Director of Community Planning Oliver and Design Solutions design Project Role: As a certified planner,Ginger has 34 years of experience directing the planning,design, and public outreach services for public infrastructure,including transportation.She is a certified planner,a parks and recreation professional,and a public outreach specialist and is trained in Crime Prevention Through Environmental Design(CPTED).She has Education provided planning services on such assignments as alternative analyses,findings of BS,Ornamental Horticulture/ necessity,redevelopment plans,community master plans,small area plans,parking Landscape Design,Auburn master plans,corridor studies,transit studies,transit-oriented development,form- University(1982) based and land development codes,and design/development standards.As a Years of Experience recreation and park professional,she has served as the lead recreational planner and 34 designer for 100+park projects,including multi-use trails.As an urban designer,she has Certifications led the efforts on downtown revitalization,streetscapes,highway beautification and other urban public spaces.She has extensive experience directing public involvement • AICP#011315 for FDOT and is known for her ability to reach community consensus and facilitate • Certified Parks and public discussions for high profile projects. Recreation Professional • Crime Prevention Through Community Planning Environmental Design East Main Street Economic Development Strategic Action Plan Specialist City of Lakeland I Lakeland,FL I 2014—Present • FDOT Public Involvement Planning Principal Specialist Professional Affiliations Project included the development of an economic development action plan for a industrial/retail district located immediately east of Downtown Lakeland.Work effort • American Planning included analysis of land use,zoning,transportation facilities,public involvement Association (workshops and focus group meetings),and market assessment and analysis. • Florida Planning&Zoning Recommendations were focused land development code,public realm improvements, Association and economic incentives to encourage new businesses into the area. • Florida Recreation&Parks Association Front Beach Road Form Based Code&Streetscape Design • Florida Redevelopment City of Panama City Beach(Panama City Beach,FL 12000-2012 Association Project Manager • National Recreation&Parks Association Provided professional services to support a wide variety of planning,urban design,and infrastructure improvement projects for the City of Panama City Beach.A recent project included development of a corridor plan and streetscape design standards for more than 8 miles of the Alt US 98 corridor,which included preferred roadway cross-sections, pedestrian and transit amenities,street lighting,special intersection treatments, signage concepts,landscaping,and beach access crossings.Assisted the City in the development of a form-based code for the Front Beach Road Redevelopment District. Lymmo Alternative Analysis LYNX I Orlando,FL I 2010-2012 Public Outreach Coordinator The Alternative Analysis was conducted by the Central Florida Regional Transportation Authority(LYNX)and the City of Orlando to evaluate the expansion of the Orlando Downtown Circulator(Lymmo),including the assessment of modes,ridership demand, costs and impacts,and the identification of potential funding.Directed public outreach activities,including meetings and workshops with public,FDOT,elected officials, MetroPlan,and the Project Advisory Group(PAG).Developed and implemented a corridor-based grassroots outreach program to solicit input from specific stakeholders regarding the preliminary and final circulator routes,stations,and access elements. Outreach efforts also included the design and management of the project website. www.tindaleotiver.com 121 Ginger Corless,AICP, CPRP Tindale><O!iver Principal/Director of Community Planning and Design Solutions e s i g n Neighborhood Plans City of Port St.Lucie I Port St.Lucie,FL I 2014—Present Planning Principal Project includes the development of neighborhood plans for six planning areas in Port St.Lucie.Work effort includes intensive public involvement(focus groups,presentations,workshops,online surveys,etc.),land an assessment of land use,transportation and public realm within each of the planning areas.Recommendations are focused on organizational changes/capacity building,zoning changes,public realm improvements,and wayfinding/signage. Redevelopment and Urban Design Lymmo East/West BRT Urban Design Services LYNX I Orlando,FL I 2013-2014 Director of Urban Design and Public Outreach The Central Florida Regional Transportation Authority(LYNX)partnered with the City of Orlando and the Downtown Development Board (DDB)to expand the LYMMO East/West Bus Rapid Transit System(BRTS)serving the downtown area. Directed the urban design,landscape architecture,and public information tasks for the project.Oversaw the design and construction services of the transit system's East/West BRT's(Grapefruit Line)stations,stops,and passenger amenities, including informational kiosks,landscape,and hardscapes. Transportation Volusia Transit Connector Study FDOT District 5 I 2014—Present Public Outreach Coordinator Tindale Oliver is providing transit planning and public outreach services as a sub-consultant in conducting a transit study for FDOT to identify a recommended alternative or alternatives to provide effective transit service to improve connectivity and mobility between northeast and southwest Volusia County.Coordinate all outreach activities including coordination with the Project Advisory Group,elected officials,and the general public. AlA Multimodal Corridor Analysis FDOT District 5 12012-2016 Public Outreach Coordinator The community group AlA Action Team worked with the FDOT and the Space Coast TPO to address locally-identified transportation,community planning,and urban design issues for the AlA Corridor from SR 404(Pineda Causeway)to SR 528 in Cape Canaveral.Projects identified by the AlA Action Team included corridor beautification,wayfinding signage, undergrounding of utilities,pedestrian and bicycle facility enhancements,intersection improvements,and several other infrastructure improvements.Directed all outreach activities including meeting facilitation,presentation materials,and the project website. US 441 Corridor Study FDOT District 512013-2016 Public Outreach Coordinator The purpose of the study was to identify a recommended alternative for providing effective transit service that improved connectivity along the US 441 corridor,between the cities of Eustis and Tavares,and Mount Dora in Lake County and Downtown Orlando in Orange County.Directed all outreach activities including the coordination of the Project Advisory Group,general public,and other outreach grassroots outreach efforts. www.tindaleoliver.com 122 Tindale Tara Crawford Oliver Assistant Project Manager/Planner /� 'a N Tara brings over 8 years of experience in transit service planning,project development and transportation planning.She has worked with the Florida Department of Education Transportation,City of Fort Lauderdale,BCT,MDT,Palm Tran,SFRTA,transit,and BS,Political Science,Florida A& public coordination planning projects.Other areas of expertise include transportation M (2007) research and analysis,geographic information systems(GIS),and transit planning and analysis.From that,Tara's specific areas of work include policy and legislative support, Years of Experience public involvement,stakeholder coordination and consensus-building,strategic 8 communications,economic and financial analysis,and systems and corridor planning. Years with Tindale Oliver Since joining Tindale Oliver,Tara has been actively involved in a number of transit 2 projects,primarily in the role of Deputy Project Manager and Project Planner on the following projects:FDOT District 4 Modal Development General Planning Consultant,a Professional Affiliations completed Districtwide contract with 25 task work orders,one in which she served as the Interim Executive Director for the Downtown Fort Lauderdale Transportation • American Planning Management Association(DFLTMA);the City of Fort Lauderdale Mobility Management/ Association(APA) Transit Master Plan;the Express Bus White Paper,Express Bus Standards of Operations • Conference of Minority and Performance Measures for FDOT District 4;and the Palm Tran FY 2016-2026 Transit Transportation Officials Development Plan. (COMTO) Representative Projects Transit Development Plans(TDPs) Transit Development Plan—Major Update Palm Tran I Palm Beach County,FL I 2016 Deputy Project Manager Evaluated existing transit services,assessed needs,estimated potential 10-year demand for transit services,completed situation appraisal,developed/evaluated alternatives,created phased 10-year implementation plan and financial plan. Transit Development Plan Volusia County Transit(VOTRAN) Volusia County,FL I 2016—Ongoing Project Planner Assisted in the preparation of the TDP major update,including conduct of significant public engagement to ensure that vision would reflect mobility needs of community, provided implementable plan to show stakeholders how investment in public transportation services and transit infrastructure is necessary and vital to overall growth and health of Volusia County. Mobility Management/Transit Master Plan City of Ft.Lauderdale I South Florida I Ongoing Deputy Project Manager Working with City on Transit Master Plan study to enhance mobility options by increasing accessibility and connectivity of existing transit services and connection to regional transit services as well as upcoming Wave Streetcar,Tri-Rail Coastal Link,and All Aboard Florida's Brightline services. www.tindaleoliver.com 123 Tara Crawford lindale OIiver Assistant Project Manager Transit Services Modal Development General Planning Consultant FDOT District 4 Office of Modal Development1 Broward County,FL 12014-2016 Deputy Project Manager Management and production of multimodal planning studies for FDOT's Office of Modal Development,including development of express bus standards and performance measures,park-and-ride analysis and Inventory,multimodal scoping development,railroad crossing delay analysis,multimodal planning and engineering plans review,pedestrian and bicycle facility gaps and needs assessment,TIGER grant application for regional transit expansion,US-1 multimodal corridor study,among others. Pedestrian and Bike Gaps and Needs Assessment FDOT District 4 I Southeast,FL 12015-2016 Project Planner Assist on study to provide FDOT District 4 with updated record of pedestrian and bicycle facilities(i.e.,sidewalks,bicycle lanes,side paths,shared lane markings,etc.)and a systematic process to identify sidewalk and bicycle facility gaps and needs for both on-system and off-system roadways throughout District.Activities performed include GIS mapping,data analysis,graphic design. Grant Recipient Compliance Monitoring FDOT District 4 I Ft.Lauderdale,FL 12015 Project Planner Conducted FTA grant recipient on-site compliance reviews,provided technical assistance and agency training on grant requirements and management,implementation of revised Title VI plans and reports,required federal procurement and auditing guidance,and District program management needs;provided detailed agency reports and recommendations on follow-up training and support. Interim Executive Director of Downtown Fort Lauderdale Transportation Management Association(DFLTMA) Sun Trolley I Ft.Lauderdale,FL I 2015 Interim Executive Director On-site assignment,provided day-to-day business practices and responsibilities of the Executive Director on an interim basis.Work included the directives of the TMA Board of Directors;manage all transportation operations;coordinated with transportation partners and contractors;managed sponsorship and advertising program;coordinated public information and responded to media requests;provided survey administration;oversaw special committees for route modifications; completed other duties on an as-needed basis. Miami-Dade Transit Engineering,Planning&Development Miami-Dade County I Miami,FL I 2015—Ongoing Deputy Project Manager Developed BRT and express bus service operating plans;performed GIS mapping of BRT corridors and rail rapid transit corridors,premium transit cost feasible corridors,existing rail corridor;developed Vision Plan and BRT and express bus service operating cost analysis estimates;performed County-owned parcel analysis GIS mapping.Tara oversaw the invoicing,project administration,and client outreach involved with this project. SR 7 Multimodal Improvements Corridor Study Broward MPO1 Broward County,FL I 2015-2016 Project Planner Identification of multimodal improvements along SR 7 corridor to address congestion management and safety while leading to improved transit service for all users,including motorists,bicyclists,pedestrians,and transit passengers. www.tindaleoliver.com 124 Tindale Jessica Mackey, E.I. Oliver Planner el Jessica's areas of expertise include transit development plans,parking,policies, geographic information systems,highway capacity,and signalization.Her role in transit Education development plans include socioeconomic data and trends,land use market analysis, • ME,Civil Engineering, stop and segment analysis,transit system performance evaluation,public involvement, University of Florida(2011) situation appraisal,transit demand analysis,development of alternatives and financial • MA, & planning.Prior to joining Tindale Oliver,she served as a Lead Researcher for FDOT MA,Urban Regional District 6,where she assisted with parking and circulation studies,level of service Planning, g(2University) studies,signal warrant studies,transit feasibility studies,and long range transportation Fplanning.She also served as a consultant for the Inter-American Development Bank to • BS,Civil Engineering, evaluate the current state of rental housing policies in Latin America.At the University University of Florida(2008) of Florida,she was a lead researcher for a study that focused on how parking policies can be used in congestion management for downtown Miami and Fort Lauderdale. Years of Experience 5 Representative Projects Years with Tindale Oliver Transit Development Plans(TDPs) 1 Mobility Management/Transit Master Plan City of Ft.Lauderdale I South Florida I 2016—Ongoing Certifications Planner Florida E.I.#1100012957 Working with City on Transit Master Plan study to enhance mobility options by Professional Affiliations increasing accessibility and connectivity of existing transit services and connection to regional transit services as well as upcoming Wave Streetcar,Tri-Rail Coastal Link,and American Society of Civil All Aboard Florida's Brightline services. Engineers Transit Development Plan Awards Ocala/Marion County and SunTran I Marion County,FL I 2016—Ongoing Women in Transportation Planner Seminar Scholar Assessed overall transit-related needs in community and phased implementation plan of recommended improvements for helping address needs.Developed transit service and capital/infrastructure alternatives and associated costs and projected revenues for continuing/expanding existing services and adding new services and new capital/ infrastructure improvements,developed 10-year project implementation plan and financial plan(projected costs and revenues)based on implementation plan. Transit Development Plan Okaloosa County I Okaloosa County,FL I 2016 Planner Responsible for public involvement plan and process, base data compilation and analysis, performance evaluation of existing services, situation appraisal,goals and objectives,transit demand and mobility needs,development of proposed transit enhancements,10-year implementation plan,10-year financial plan. www.tindaleoliver.com 125 Jessica Mackey, E.I. Tindale <OI�ver Planner Transit Development Plan Escambia County Area Transit(ECAT) Escambia County,FL 12016 Planner Completed 2016 Major Update,including public involvement,base data compilation and analysis,performance evaluation of existing services,situation appraisal,goals and objectives,transit demand and mobility needs, development of proposed transit enhancements,10-year implementation plan,10-year financial plan. Transportation Safety Bicycle and Pedestrian Access to Transit Safety Studies FDOT District 7 1 Hillsborough County,FL I 2014 Planner Examination of crash data to identify potential mobility limitations for transit users,including study of intersection locations and corridors throughout FDOT District 7,development of possible countermeasures to improve safety with recommendations related to bus stop siting and design features to operate adjacent to signal controlled crosswalks, adjustments to intersection timing,or updates to signal configuration or phasing to optimize safety,lighting improvements for nighttime crashes,sidewalk connections,ADA compliance related improvements,and crosswalk design alternatives and configuration. Multimodal Transportation Planning SR 5/US 1/Biscayne Boulevard Corridor Study FDOT District 61 Miami,FL Ongoing Planner Through public engagement and technical analysis,identify short-and mid-term improvements to enhance mobility and livability along SR 5/US1 from SE 8 St to the Miami/Broward County Line.Improvements along one of the busiest transportation corridor are expected to include"premium bus"treatments,multimodal,network enhancements,and intersection safety projects. SR 7 Multimodal Improvements Corridor Study Broward MPO I Broward County,FL 2016 Engineer Identification of multimodal improvements along SR 7 corridor to address congestion management and safety while leading to improved transit service for all users,including motorists,bicyclists,pedestrians,and transit passengers. SR 7 Livable Communities Corridor Study City of Miami Gardens'Miami Gardens,FL I 2005' Engineer Assisted with study to identify/define corridor issues,define community goals and mobility expectations,evaluate alternatives and prepare a corridor plan.Through level of service calculations for pedestrians,bicyclists,and buses,and land use analysis and field reviews,identified major issues in safety,operations,and quality of service and proposed recommendations. 'Work performed prior to joining Tindale Oliver www.tindaleoliver.com 126 Tindale Joel Rey, P.E., AICP Principal/Vice President and Director of Transporta- Oliver tion and Transit Solutions Having been involved in transportation planning and research with specific emphasis on public transportation,Joel offers substantial transit planning and operational analysis experience.He Education has managed and conducted a variety of projects related to transit development plans(TDPs) • MS,Civil Engineering, and transitvisioning,comprehensiveoperationsanalysis,ridechecksandon-board surveys, University of South Florida transit facilities/infrastructure planning and accessibility,performance assessment,transit (1992) financial planning,transit market assessment,advanced public transportation systems,and bus rapid transit,among others. • BS,Civil Engineering, University of South Florida Joel has worked with numerous transit agencies in Florida and elsewhere in the US on projects (1990) including performance evaluation,short-and long-range planning,transit finance,and premium transit-related studies.He has directed numerous major projects across Florida, Years of Experience including an alternatives analysis for a premium transit service to connect Downtown 28 Clearwater to Clearwater Beach,a short range transit vision plan for Greensboro Transit Authority(NC),and a TDP Major Update,25-year vision plan,and comprehensive operations Years with Tindale Oliver analysis for Lee County Transit(LeeTran).He also completed the preparation of a 20-year 15 strategic vision plan for LYNX in Orlando;a TDP Major Update for Broward County Transit in SE Florida;and a combined TDP/operational assessment for Rider Transit in Concord/Kannapolis, Certifications NC.He currently is working with a project team on a transit system re-visioning project for • Florida P.E.#62521 CATbus in Clemson,SC. • AICP#018834 Representative Projects Professional Affiliations Transit Development Plans(TDPs) • American Institute of Transit Development Plan&Comprehensive Operational Analysis Certified Planners(AICP) Hillsborough Area Regional Transit(HART)I Hillsborough County,FL I Ongoing • American Planning Prindipal-In-Charge Association(APA) • Florida Public Conducted/developed public involvement,situation appraisal,alternatives analysis,10- Transportation Association year Implementation Plan,TDP,Comprehensive Operational Analysis,ID of current and (FPTA) future transit service opportunities, recommendation of service changes. • Institute of Transportation Transit Development Plan Engineers(ITE) Volusia County(VOTRAN)I Volusia County,FL I 2011,2016—Ongoing • North Carolina Public Principal-In-Charge Transportation Association (NCPTA) Prepared TDP major update,including conduct of significant public engagement to ensure that vision would reflect mobility needs of community,provided implementable plan to show stakeholders how investment in public transportation services and transit infrastructure is necessary and vital to overall growth and health of Volusia County. Mobility Management/Transit Master Plan City of Ft.Lauderdale I South Florida I Ongoing Project Manager Working with City on Transit Master Plan study to enhance mobility options by increasing accessibility and connectivity of existing transit services and connection to regional transit services as well as upcoming Wave Streetcar,Tri-Rail Coastal Link,and All Aboard Florida's Brightline services. www.tindaleoliver.com 127 Joel Rey, P.E.,AICP Fnr1I ' r%Iiver Principal/Vice President, Director of Transportation&Transit Solutions Transit Infrastructure Planning/ADA Compliance Accessing Transit:Design Handbook for Florida Bus Passenger Facilities, Version III FDOT Central Office I Tallahassee,FL I 2013 Principal-in-Charge Preparation and development of Version III of"Accessing Transit:Design Handbook for Florida Bus Passenger Facilities," including addressing new and revised standards,criteria,and guidelines at federal and state levels,inclusion of new resources,and development of user-friendly format and graphics.Tindale Oliver also updated handbook based on input received during training courses and extensive involvement and feedback from Project Review Committee.Update includes new chapters,updated standards,best practices,new resources in a more comprehensive and user-friendly format. Premium Transit/Alternative Analysis Transit Connector Study FDOT District 5 1 Volusia County,FL I 2015—Ongoing Senior Advisor Administered intensive public outreach program and providing transit and operational planning support for corridor study to evaluate options to provide enhanced transit service that best meets current and future transportation needs to improve mobility within Volusia and northern Seminole counties.The study area extends from SR 46 in Seminole County to US 1 in Volusia County. TBARTA SMART Connect Regional Premium Transit Corridor Evaluation FDOT District 1 I Manatee/Sarasota Counties,FL I 2012 Quality Assurance/Quality Control Identification of viable corridors to extend premium transit services to connect major activity centers,connect redeveloped areas to employment centers,and provide resource to local decision makers for development and implementation of future multimodal improvements. Streetcar Feasibility Study City of Gainesville I Alachua County,FL I 2013 Principal-in-Charge The City of Gainesville Regional Transit System(RTS)contracted with Tindale Oliver to complete a Streetcar Feasibility Study examining the viability of connecting three key activity centers in its urban core:the University of Florida(UF), Innovation Square,and Downtown Gainesville.The study examined land use,transportation,ridership,infrastructure,and economic impacts to determine a conceptual route and potential system capital and operating costs. Long Range Transit Master Plans Transit System Re-Imaging Project Clemson Area Transit(CATbus)I Clemson,SC I 2016—Ongoing Senior Advisor Supported Dan Boyle&Assoc.on operational analysis to"re-imagine"CAT transit system;took"blank slate"approach to where and how CAT operates,including re-imagined route network,enhanced service options,future capital needs to generate operational efficiencies and ridership growth.Assessed existing routes and services,conducted re-imagining activities with staff and stakeholders,provided cost estimation,developed phased implementation plan. Transit Implementation Study Southern Georgia Regional Commission I Valdosta,GA 1 2016 Senior Advisor Tindale Oliver was selected to develop transit system for Valdosta;tasks included technical analysis,development of proposed transit system,ridership projections,funding scenarios;coordinated with all sub-consultants and client. www.tindaleoliver.com 128 Tindale Allan B. Sequeira, P.E. >..<�I■ Senior Associate/Director of Roadway Design )/� 'ver I Allan recentlyjoined Tindale Oliver after 17years as a Transportation Engineer with the P g Florida Department of Transportation and other firms.He has worked on numerous district-wide contracts both as Project Manager and Senior Project Engineer,conducting Education flexible and rigid pavement design and producing traffic control,drainage,cross BS,Civil Engineering sections,signalization,signing and marking.He has mastered the use of design software Florida International University tools including MicroStation V8,Geopak,GuideSign,AutoTurns,and Arcview. 1999) Relevant Project Experience-AES Engineering(January 2011-February 2017) Years of Experience District-Wide Miscellaneous P.E. Design Consultant-Contract No.250605-1-32-20 17 FDOT District 6 I Miami-Dade County,FL I 2014-ongoing* Project Manager Years with Tindale Oliver Conducted more than 7 task work orders including roadway design for minor highway 1 improvements including Resurfacing,Restoration and Rehabilitation(RRR),ride-only projects(ROP),and safety projects. Certifications District-Wide Traffic Operations Design Consultant-Contract No.250629-3-32-01 Florida P.E.#60737 FDOT District 6 1 Miami,FL 1 2013-ongoing* Senior Project Engineer Conducted more than 17 task work orders including roadway design for minor highways including widening for new right-turn lanes and improving pedestrian safety by implementing traffic operations,signing and pavement markings,and signalization and lighting improvements. Districtwide Traffic Engineering Roadway Design&Structural Analysis FDOT District 6 I Miami,FL I 2012-ongoing* Project Manager Conducted 60+task work orders,including roadway design for minor highway improvements,minor structures analysis including structure capacity for signals mast arms and multiport signs, signalization plans,signing and pavement markings,review of MOT plans,lighting design. District-Wide Miscellaneous P.E Design Consultant-Contract No.250605-1-32-14 FDOT District 6 I Miami,FL I 2012-ongoing* Senior Project Engineer Conducted several task work orders including safety and RRR projects to implement improvements from a safety,operational,and/or access management perspective to mitigate the identified crash patterns. District-Wide ADA Compliance Consultant Services FDOT District 6 I Miami,FLI 2013-ongoing* Senior Project Engineer Conducted more than 30 plans reviews and prepared ADA-Compliance Resolution Report. District-Wide Public Transportation Consultant Services-Contract No. 408491-8-12-01 FDOT District 6 I Miami,FL I 2012-2014* Senior Project Engineer Conducted several task work orders for maintenance of traffic for railroad crossings rehabilitation including lane closure analysis and detour routes.Conducted in-house administration assistance to provide project coordination with different services and other FDOT multimodal plans and specifications review,technical reports/reviews,and ADA plan review. www.tindaleoliver.com 129 Allan B. Sequeira, P.E. Tindale>"Oliver Senior Associate/Director of Roadway Design District-Wide Traffic Operations under contract No.414052-1-32-02 FDOT District 61 Miami,FL 1 2011-2013* Senior Project Engineer Conducted 90%review comments for FM#415239-1-52-03 SR 847/NW 47th Ave at NW 215th St;FM#250629-1-52-03 SR 25/ NW 36th St at NE 1st Ave;FM#415239-1-52-03 SR 5/Brickell Ave at SE 2nd Ave;FM#250629-2-32-01 SR 5/Biscayne Blvd at 4870 Biscayne Blvd;FM#415230-1-52-03 SR 5/Homestead Blvd at Campbell Dr. District-Wide Traffic Operations under contract No.414052-1-32-02 FDOT District 61 Miami,FL 1 2011-2013` Project Engineer Conducted final inspection and punch list for FM#425140-1-52-03 SR 5/US-1 at SW 200th St;FM#419852-1-52-03 SW 87 Ave from N of SW 8th St to N of W Flagler Ave;FM#249856-2-52-01 SR 5/US-1 from MP 8.750 to MP 11.610;FM#250629-2-32-01 SR 994/Quail Roost Dr(MP 4.645). SR 858/Hallandale Beach Blvd from East of SR 7 to West of Lakeshore Dr FDOT District 61 Broward,FL 12012-ongoing' Senior Project Engineer Project involved design and plans preparation for RRR of 1.948 miles of a 4-lane roadway in Pembroke Park.Involved upgrading four signalized intersections and one PTMS site within the corridor limits.Two signalized intersections were upgraded from span-wire to mast-arm. In addition,in charge of performing all utility coordination for the entire project. Opa-Locka Blvd(SR 916)from NW 5th Ave to NW 2nd Ave FDOT District 61 Miami,FL 1 2013-ongoing' Project Manager Design and plans preparation for RRR of 0.273 miles of 3-lane one-way roadway in Opa-Locka.Required milling and resurfacing,cross slope corrections exception,and preparation of signing and pavement markings,signalization,and MOT plans. SR-A1A/Indian Creek Drive from Abbott Ave to 63rd St FDOT District 61 Miami,FL 1 2013-ongoing' Project Manager Consisted on milling and resurfacing existing pavement from 63rd St to Abbott Ave,adjustment of manholes and valve covers within the limits of milling and resurfacing,reconstruction of existing substandard pedestrian ramps and upgrade of detectable warning surfaces;replacement of pull boxes within limits of sidewalk reconstruction,signing and pavement marking improvements to comply with MUTCD and FDOT criteria,installation of sharrows pavement marking,replacement of existing loops affected by milling and resurfacing,and replacement of sub-standard pedestrian detectors. SR 9/1-95 Ramps at SR 860/Miami Gardens Dr FDOT District 61 Miami-Dade County,FL 2013-ongoing' Project Manager Included all four ramps at interchange connecting SR 9/1-95 to SR 860/Miami Gardens Dr and SR 915/NE 6th Ave. Interchange serves as 1-95 Exit 14.Included milling and resurfacing,shoulder widening,guardrail and curb and gutter upgrades;signing and pavement marking improvements included upgrading of all substandard ground-mounted signs and replacement of pavement markings within limits of resurfacing. SR-976/Bird Rd from East SW 38th Ct to SR-5/US-1 FDOT District 61 Miami,FL 12013-ongoing" Project Manager Involved upgrading deficient pedestrian ramps to meet ADA requirements and improving smoothness of pavement to meet standards.Resurfacing and adjustments to manholes and vales warranted to correct existing pavement ride deficiencies. SR 94/SW 88 St/Kendall Dr from West of SW 127th Ave to West of SW 122nd Ave FDOT District 61 Miami,FL 2014-ongoing' Project Engineer Involved design and plans preparation for safety improvements(safety project)of 0.529 miles of6-lane divided roadway. Required milling and resurfacing,structural analysis,and preparation of signing and pavement markings,signalization and MOT plans. www.tindaleoliver.com 130 Tindale Asela Silva,AICP e.3 Senior Project Manager Oliver Asela offers extensive experience in transit planning,including feasibility studies and strategic plans.He has managed or played a major role in the transit planning for metropolitan areas Education and transit systems throughout Florida and has been involved in developing numerous sub- MA,Economics/ area plans and downtown-based transit feasibility plans for areas within and outside of Transportation Planning, Florida. University of South Florida (2001) He also played a major role in developing nearly 20 long range transit elements for Florida counties and transit funding studies.Other areas of experience include transit operations Years of Experience plans,transit corridor studies,BRT feasibility assessments,transit site evaluation studies,and 17 transportation elements in county comprehensive plans. Years with Tindale Oliver Representative Projects 15 Transit Facilities Design/ADA Accessibility Update Accessing Transit:Design Handbook for Florida Bus Passenger Facilities, Certifications Version 111—Update AICP#20644 FDOT Central Office I Tallahassee,FL 12013,2016,2017 Senior Planner Professional Affiliations • American Institute of Preparation and development of Version III of"Accessing Transit:Design Handbook for Certified Planners(AICP) Florida Bus Passenger Facilities,"including addressing new and revised standards, criteria,and guidelines at federal and state levels,inclusion of new resources,and • Institute of Transportation development of user-friendly format and graphics.Tindale Oliver also updated Engineers(ITE) handbook based on input received during training courses and extensive involvement and feedback from Project Review Committee.Update includes new chapters,updated standards,best practices,new resources in a more comprehensive and user-friendly format. Transit Development Plans(TDPs) Mobility Management/Transit Master Plan City of Ft.Lauderdale I South Florida I Ongoing Project Manager Working with City on Transit Master Plan study to enhance mobility options by increasing accessibility and connectivity of existing transit services and connection to regional transit services as well as upcoming Wave Streetcar,Tri-Rail Coastal Link,and All Aboard Florida's Brightline services. Transit Development Plan Escambia County Area Transit(ECAT) Escambia County,FL I 2016 Project Manager Completed 2016 Major Update,including public involvement,base data compilation and analysis,performance evaluation of existing services,situation appraisal,goals and objectives,transit demand and mobility needs, development of proposed transit enhancements,10-year implementation plan,10-year financial plan. www.tindaleoliver.com 131 Asela Silva, AICP 1'indaIeOIiver Senior Project Manager Transit Development Plan Okaloosa County I Okaloosa County,FL I 2016 Project Manager Responsible for public involvement plan and process, base data compilation and analysis, performance evaluation of existing services, situation appraisal,goals and objectives,transit demand and mobility needs,development of proposed transit enhancements,10-year implementation plan,10-year financial plan. Major Transit Development Plan Citrus County I Citrus County,FL I 2015 Project Manager Prepared Citrus County Transit's first major 10-year TDP through 2025,as required by FDOT TDP rule.Included well- coordinated public outreach process,comprehensive analysis of existing and future data,identification of improvements that can be funded based on review of revenues and unfunded needs for implementation if/when additional funding becomes available. Special Transit Studies Palm Beach International Airport Shuttle Bus Service Assessment South Florida Regional Transportation Authority(SFRTA) I Palm Beach County,FL I 2013 Project Manager Worked closely with SFRTA to review and confirm data required for Tier II eligibility;performed bus service assessment, including ridership potential,traditional market coverage,station auto accessibility,financial viability. Congestion Management Process Congestion Management Process—Summary Report Sarasota/Manatee MPO I Manatee County,FL I 2012 Project Manager Worked with MPO to develop summary report covering multimodal transportation network and review additional CMP- related requirements resulting from MAP-21. Transit Corridor/Assessment Studies Lakewood Ranch Transit Service Plan Sarasota/Manatee MPO I Sarasota/Manatee Counties,FL I 2014 Project Manager Conducted study to analyze potential transit demand and develop potential transit service alternatives for Lakewood Ranch to provide current and potential customers of Sarasota County Area Transit(SCAT)and Manatee County Area Transit (MCAT)better access to rapidly-developing Lakewood Ranch area. Long Range Transportation Plans(LRTP's) 2040 Long Range Transportation Plan Pasco County MPO I Pasco County,FL I 2004,2009,2014 Senior Planner Multi-year contract.Preparation of LRTP Updates,focusing on planning for a cost affordable,multimodal transportation system for the next 20 to 25 years.Update to and maintenance of transportation database of plan alternatives,including growth rate forecasts,model volume smoothing for future traffic condition projections,level of service and build-out analyses on plan alternatives,summary of performance measures,and measures of effectiveness of final plan alternatives; preparation of maps and figures for agency review and report documents.Use of Census Data within ArcGIS mapping software to identify,analyze,and produce public-friendly maps showing county environmental justice populations; assistance with preparation for and conduct of public participation workshops;preparation of map data for use in online public outreach tool for residents to rank highest priority roadway projects and provide comments. www.tindaleoliver.com 132 -tom. '� : . RJ Eldridge Chief Operating Officer, Director of Planning RJ Eldridge leads Toole Design Group's(TDG)planning practice.With a master's degree in community planning and more than two decades of experience on projects throughout the U.S.,RJ is a recognized national leader in multimodal transportation.RJ's background as a form-based code writer gives him a keen understanding of the interplay between transportation and land use and the fundamental importance of the public process.He is an adept project manager and problem solver,with experience directing large multidisciplinary teams.RJ's work includes national research studies for the Federal Highway Administration(FHWA), strategic planning for state Departments of Transportation,seeking to build multimodal transportation networks,and a wide variety of local bicycle and pedestrian planning projects.In addition to RJ's professional career,he is an elected Councilmember in his hometown of Cheverly,MD—a role which gives him added insight into planning and transportation issues at the local level. Selected Project Experience Professional Highlights • Alexandria Pedestrian and Bicycle Master Plan and Complete • Years of Experience:21 Streets Guidelines.Alexandria,VA • Toole Design Group:2007-Present RJ served as the Project Manager for the development of Alexandria's Bicycle • Land Design,Inc.:2006-2007 and Pedestrian Master Plan and Complete Streets Design Guide.In this • Duncan Associates:2002-2006 capacity,he was responsible for the entire project,including coordination • Loomis Austin.Inc.:2001-2002 of different disciplines within the firm as well as subconsultants.He led • Spectra Consulting Engineers:2000-2001 stakeholder discussions with City staff to determine the feasibility of.and • HDR Engineering: 1997-2000 interest in,different types of bicycle and pedestrian facility improvements in • MD National Resources Conservation the City.RJ also led the project prioritization effort for bicycle and pedestrian Service: 1996-1997 improvement recommendations. • Mobile Downtown Non-motorized Mobility Study, Mobile,AL Certification/Education As Principal-in-Charge,RJ oversaw the firm's work on this downtown • Master of Science,Community and mobility study.The project included assessment and recommendations for Regional Planning,University of Texas at multimodal transportation network in Mobile's historic downtown.The Austin:2003 project focused on a vision and solution for Water Street,which divides • Bachelor of Arts, Latin American downtown from the waterfront.The road currently carries freight to and Studies,Washington College: 1993 from ports to the north and east.RJ helped develop the framework to develop and assess alternatives,including evaluation criteria and scoping. Leadership • Guadalupe Street Multimodal Corridor Study,Austin.TX • Councilmember,Cheverly,MD: RJ oversaw TDG's work on an assessment of"The Drag,-Austin's popular 2007-Present Guadalupe Street Corridor that forms the seam of the University of • Planning Board Vice Chair,Cheverly, Texas'campus and the evolving mixed use West Campus.RJ assisted with MD:2005-2007 alternatives development and created alternatives evaluation metrics. RJ provided input on the different scenarios and guidance on presenting Appointments/Affiliations information to key stakeholders and the public. • Association of Pedestrian and Bicycle • Sarasota Parks and Trails Master Plan,Sarasota County,FL Professionals(APBP) RJ is the Principal-in-Charge of leading a multijurisdictional parks and trails • American Planning Association(APA) master plan for Sarasota County.RJ is coordinating a multidisciplinary team • Guest Instructor,Texas Leadership composed of landscape architects.transportation planners,economists. Institute:2002 survey specialists,and engagement specialists on this comprehensive project that is assessing existing park and trail resources in Sarasota County and its major municipalities and developing recommendations for enhancements to existing parks and development of new resources. 133 Ian Lockwood, P.E. I• Livable Transportation Engineer Ian Lockwood has devoted his career to advancing inclusive public realms,multimodalism,community health,and all aspects of livable transportation.He is known nationally as a pioneer in station area planning,walkability,Complete Streets,and traffic calming.With fluency in collaborative processes and urban design,Ian has participated in more than 200 charrettes. He works with stakeholders to develop and advance community visions into real projects.Ian is frequently invited to provide keynote speeches at professional conferences and guest lectures at universities.Some of his work is published in a diversity of professional journals(e.g.,Planning,Institute of Transportation Engineers Journal,American Civil Engineering Society,Journal of Architectural and Planning Research.McGraw Hill Time Saver Standards for Urban Design).Through practical policy and technical direction,Ian has helped private clients,transit agencies.campuses,towns,cities,and states turn conventional processes and projects into ones that are healthier and more successful financially.environmentally,and socially. Selected Project Experience Professional Highlights • Dillard Street Complete Streets Project.Winter Garden.FL • Years of Experience:30 Ian led a charrette process for the redesign of Dillard Street,a five-lane • Toole Design Group:2014-Present arterial street that is the main route to the City of Winter Garden's thriving • AECOM:2001-2014 downtown.The community's values were translated into a three-lane, (Glatting Jackson legacy firm 2001-2009) tree-lined slower street,with separated bike facilities,ADA-accessible • City of West Palm Beach, FL City intersections and sidewalks,rain gardens,art opportunities,roundabouts at Transportation Planner: 1996-2001 busy intersections,buried power lines,many crossing locations,and authentic • J.P.Braaksma&Associates,Ltd.: materials.The bike facilities connect the street with the West Orange Trail. 1987-1996 • Bonita Beach Road Visioning. Bonita Springs,FL Bonita Beach Road is an 8.5-mile long,east-west arterial road that serves many Education/Certification roles,ranging from a hurricane evacuation route to access to the downtown. • Loeb Fellow in Advanced Environmental Bonita Beach Road is a main connection between the City,two counties,and Studies.Harvard University:2012 1-75.Ian's involvement began at the design charrette where he collaborated • Master of Civil Engineering,Carleton with the design team,various agencies,and stakeholders to redesign the street University: 1995 to reduce its barrier effect,be inclusive of pedestrians and cyclists,better serve • Bachelor of Civil Engineering,Carleton the businesses,and better reflect the identity of the community.He also helped University: 1987 to develop a supporting street network to provide better development parcels, • Professional Engineer:ON spread traffic loads,and increase walkability.Following the design project.Ian has continued to support the City in the process of changing the transportation Awards plans,capital improvement plans,and related policy plans of the City,two • Route 31/Flemington Smart Growth counties,Metropolitan Planning Organization,and the State to be consistent Project,ITE Project of the Year:2009 with the community's desired direction for the street.Ian has helped several • Journey through Hallowed Ground developers adjust their site and access plans to be consistent as well. Corridor Plan,Pennsylvania Historic • Energy Corridor Master Plan.Houston,TX Preservation Award:2009 As part of a multidisciplinary team,Ian served as the TDG Team Lead, • Charter Award.University of California, overseeing the transportation portion,to develop a master plan for the Santa Barbara,Master Plan,Congress Energy Corridor.This project is an integrated land use-transportation for the New Urbanism:2004 project.such that the development of the new network connections, Complete Streets,shuttle route.and bicycle plan supported multimodalism throughout the area and the development of a transit-oriented mixed use development around an old park-and-ride facility. 134 Ken Ray, RLA IA ISenior Landscape Architect Ken Ray is an urban designer at Toole Design Group(TDG).with experience ranging from small design projects to large statewide and national research and planning initiatives focused on multimodal transportation planning and design.Trained in both landscape architecture and planning, Ken is adept at working toward successful project solutions with both design and policy implications.Ken co-leads the firm's Urban Design Group and is one of our thought leaders in a place-making approach to the design of streets,parkways,and other open spaces.Ken is recognized for his passion for and design approach to making great places for all users. Selected Project Experience Professional Highlights • Dillard Street Complete Streets Project,Winter Garden,FL • Years of Experience: 13 The goal of this project is to redesign this mile-long arterial to serve as a • Toole Design Group:2013-Present catalyst for redevelopment along the corridor.As an urban designer,Ken is • AECOM:2009-2013 developing an overall conceptual master plan.The intent of the design is to • Glatting Jackson Kercher Anglin,Inc.: convert Dillard Street into a Complete Street,inclusive of a beautiful and 2007-2009 comfortable pedestrian realm,a protected bikeway,and reduced motor • Rolling Hills Nursery:2001-2004 vehicle space.Ken is particularly focused on finding opportunities to integrate green infrastructure and placemaking opportunities along the corridor. Education/Certification • Capital City Bikeway and Jackson Street Reconstruction,Saint Paul,MN • Master of Landscape Architecture, As an urban designer and landscape architect on this project,Ken worked University of Florida,2007 with the City to consider ways to improve the overall pedestrian,bicycle,and • Bachelor of Arts,Agriculture Area vehicular experience throughout the system and most importantly,create of Horticulture, Murray State a sense of place for downtown Saint Paul.Ken also helped to analyze the University,2000 bicycle network in this area and recommend alignments for the overall bicycle • Registered Landscape Architect: FL, system.The goal of this project was to assist the City in the creation of a MD,OH,SC,VA,MN bicycling experience that is comfortable and enjoyable for people of all ages. • Alexandria Bicycle and Pedestrian Master Plan and Complete Streets Guidelines,Alexandria,VA Ken worked on the development of comprehensive Complete Street Design Guidelines for the City of Alexandria.In addition to the focus on multimodal street designs that provide a high standards of accessibility, the Guidelines will integrate the City's commitment to environmental sustainability and public space.The Guidelines will increase safety and comfort for all roadway users,including pedestrian,bicyclists,transit users. and motorists and provide specific guidance on the installation of Low Impact Development features. • Florence Complete Streets,Florence,SC Ken is serving as landscape architect and designer for Complete Streets design of several corridors in the City of Florence. Ken's role includes design and graphic support for several Complete Street and traffic calming solutions.Improvements include sidewalks,pedestrian ramps, striping,signal design,bicycle facilities,and traffic calming applications. Construction value of all projects is$19 million,with funding coming through a local transportation sales tax. 135 • Mauricio Hernandez I• e 1 Project Planner Mauricio Hernandez has a background working on policy issues,multimodal transportation,and program implementation. Originally from Bogota Colombia,Mauricio has contributed to numerous bicycle and pedestrian plans incorporating public involvement strategies in both Spanish and English.Mauricio also brings strong program evaluation,data analysis,and field observation skills,which,along with his experience as a daily bicyclist,helps bring a holistic view to bicycle and pedestrian plans.His bicycle and pedestrian focused projects have helped jurisdictions throughout the U.S.develop goals and specific actions to improve the walking and bicycling experience of residents and visitors.Mauricio's past experience working at the District Department of Transportation(DDOT)also gives him a unique perspective of how local transportation efforts are implemented and evaluated.Mauricio has a deep understanding of national best practices on bicycle and pedestrian facilities, which he brings to all bicycle and pedestrian plans. Selected Project Experience Professional Highlights • Jacksonville Pedestrian and Bicycle Master Plan,Jacksonville,FL • Years of Experience: I I Mauricio served as the lead planner for one of the tasks of the plan focusing • Toole Design Group:201I-Present on the identification of locations where Rectangular Rapid Flash Beacons • District Department of (RRFB)could be installed.Based on existing data and best practices,and Transportation: 2010-2011 using a data-based methodology,Mauricio analyzed the data and developed • NCLR: 2006-2010 a methodology for providing recommendations on where RRFBs could be installed throughout a number of city corridors.Finally,using the Active Education/Certification Transportation Prioritization Tool,a model methodology developed by the • Master of Community Planning. National Cooperative Highway Research Program to evaluate and prioritize University of Maryland,2012 pedestrian improvements on existing roadways,Mauricio provided a ranking • Bachelor of Art,Geography and system for the City to prioritize improvements along a number of corridors. International Relations, Florida • Key West Bicycle and Pedestrian Master Plan, Key West,FL International University,2005 Mauricio serves as Deputy Project Manager for this project focusing on • Latin American Studies Certificate, developing the City's first ever Bicycle and Pedestrian Transportation Master Florida International University,2005 Plan.More specifically.Mauricio is helping lead the TDG team in charge of identifying clear strategies for near-and long-term projects that are needed Appointments/Affiliations to build a safe,connected,and equitable transportation networks for the • Member, Baltimore Bike Share Technical City of Key West,emphasizing the needs of people walking and biking. Advisory Committee Mauricio is also helping lead the extensive public and stakeholder engagment • Member,American Planning Association efforts,data collection,and project priortization tasks of the project. • Managing Planner,YIPPS-DC • Alexandria Bicycle and Pedestrian Master Plan and Complete Streets Guidelines,Alexandria,VA Mauricio served as the project planner for the Bicycle and Pedestrian Master Plan Update.The project included an existing conditions analysis, an assessment of City plans and policies,field work,an analysis of potential bike share station locations,and the development of an updated, citywide network of proposed bicycle and pedestrian facilities.Through this project. Mauricio provided assistance with the project's robust civic engagement efforts and helped coordinate the work of the project team.Additionally,Mauricio provided a review of existing conditions and infrastructure recommendations. 136 Sagar Onta, P.E., PTOE I- Senior Traffic Engineer /A Sagar has professional experience in traffic operations, transportation engineering,and planning.He is also a licensed Professional Traffic Operations Engineer with an in-depth understanding of traffic signals,roadway geometry and traffic simulations. He has worked on numerous traffic operational studies,signal timing plans,traffic impact studies,parking studies,roundabout design and operation plans.and long range transportation systems plans throughout his career.He is well-versed in traffic analysis software like Synchro,VISTRO.VISSIM,HCS,etc.,as well as CADD design software. Selected Project Experience Professional Highlights • Pennsylvania Avenue,SE and Minnesota Avenue,SE • Years of Experience: 16 Intersection Improvement.Washington, DC • Toole Design Group:2017-Present Sagar managed the preparation of traffic signal design and reviewed the • RPM Transportation Consultants: project's traffic analysis.The design was prepared in accordance with District 2013-2017 Department of Transportation's(DDOT)guidelines and ensured that two • MMM Group:2011-2013 closely spaced intersections were coordinated at all times.The main focus • Independent Consultant:2008-2011 was to improve pedestrian and vehicular safety at the intersection in order to • Benchmark Nepal:2008-2009 create a consolidated and usable park space,improve multimodal connectivity • Kittelson&Associates,Inc.:2000-2008 and access,and support land use and community needs.TDG analyzed the intersection using both VISSIM and SYNCHRO models. Education/Certification • Salt Lake County Active Transportation • Master of Science,Civil Engineering, Implementation Plan,Salt Lake County, UT Transportation,Purdue University:2000 Sagar provided overall review of the plan to ensure it met engineering • Bachelor of Science,Civil Engineering, guidelines and standards.He helped clarify options and strategies.identified Thammasat University: 1998 engineering concerns,and provided solutions so they are addressed in a holistic • Professional Engineer:AR,TN,WA manner.The project is an action-oriented effort focused on implementing a • Professional Traffic Operations Engineer multimodal transportation network that is safe and comfortable for people of all ages and abilities.The plan identifies specific routes and improvements to Appointments/Affiliations the street network that connect neighborhoods,schools,bus stops,etc. • Vice-Chair,Transit Acticn Council,Urban • City of Fort Myers Bicycle and Pedestrian Plan,Fort Myers,FL Land Institute,Nashville Chapter Sagar managed the analysis of existing transportation conditions and • Associate Member,Institute of inventoried existing bicycle and pedestrian infrastructure as part of the City Transportation Engineers of Fort Myers Bicycle and Pedestrian Plan.The project included drafting and • Member,American Society of presenting the findings to the City of Fort Myers staff,the Public Works Nepalese Engineers Director,and the public. • Friend of Committee,Transportation • Local Road Master Plan,Town of Davie,FL in Developing Countries Committee of The plan identified 86 transportation projects with the engineering cost- Transportation Research Board estimate to accommodate the Town's 20-year future growth.The project evaluated existing and future transportation issues faced by the community to accommodate economic and population growth,and developed a list of short-,mid-,and long-term projects.The project required managing transportation analysts,collection of traffic and crash data,and preparation of a final report with illustrative figures in GIS format.With the Town's Planning Department as the client,Sagar prepared three public outreach workshops and secured approval of the master plan from the Town Council through public presentations and meetings with individual council members. 137 Bill Schultheiss, P.E. IA Vice President, Principal Engineer iiie7i/_, /A Bill Schultheiss has a broad civil engineering background relating to many facets of engineering planning,design.and construction administration.Bill serves as lead technical engineer for all of Toole Design Group's(TDG)Complete Streets projects.He has personally overseen and designed the retrofit of more than 250 miles of urban streets to improve their multimodal capacity and safety in support of community livability,economic,safety,and mobility goals.Retrofits have incorporated road diets,lane narrowing,bike lanes,cycle tracks,transit stop improvements,and various traffic calming treatments.Bill regularly negotiates the interpretation of guidelines and research with public agency professionals for retrofit projects to build support for Complete Streets treatments.Bill thoroughly enjoys public processes and frequently leads public meetings.stakeholder workshops,and charrettes to educate and build support for his client's planning and design efforts. Selected Project Experience Professional Highlights • 2017 AASHTO Guide for the Development of Bicycle Facilities • Years of Experience: 19 Under contract with the National Cooperative Highway Research Program • Toole Design Group:2003-Present (NCHRP),Bill is serving as the Principal Investigator for the 2017 edition • Earth Tech,Inc: 1999-2002 of the Guide.He is responsible for coordination with the panel and • SEA Consultants: 1998-1999 stakeholders.team management,content development,and quality control. The project includes extensive literature review and best practice research. Education/Certification Anticipated updates to the Guide will include guidance for choosing bicycle • Bachelor of Science,Civil Engineering, facilities to accommodate all ages and abilities,separated bike lane design, Northeastern University: 1998 bicycle signal operation,bicycle boulevards,intersection operations, • Professional Engineer:AZ,CO, DC,FL, and bicycle share station placement,as well as an overhaul of the guide's GA,IL,KY,MA, MD, MN,MO, NC, organization and graphics. OH,SC,TN,TX,VA,WA,WI • Capital City Bikeway and Jackson Street Reconstruction,Saint Paul,MN Bill served as Principal-in-Charge for the redesign of Jackson Street and the Specialized Training development of the separated bike lanes that comprise the Capital City • American Association of State Highway Bikeway.His project responsibilities included providing technical assistance Transportation Officials Training to resolve key project challenges,such as protected intersection design,ADA • Manual on Uniform Traffic design,conflict management,and conformance to federal and state guidelines. Control Devices Additionally,Bill provided peer review at each deliverable stage of the plans, • National Center for Safe Routes to specifications,and estimates construction documents package. School Instructor Training Course, • Boston Complete Streets Guidelines.Boston,MA Burlington,VT:2008 Bill was responsible for developing the City of Boston's new minimum lane width policy based upon current research and best practices.Bill led Appointments/Affiliations discussions with City staff and oversaw the development of key aspects • National Committee on Uniform Traffic of the guide including Accessible Pedestrian Signal guidance,signal timing Control Devices-Bicycle Subcommittee considerations,curb ramp design,and bicycle facility design. and Pedestrian Taskforce • I6"Street Corridor Study,Washington,DC • Institute of Traffic Engineers Bill is the project engineer responsible for developing conceptual design • Association of Pedestrian and alternatives for six locations along the 16'Street NW corridor.The alternatives Bicycle Professionals depict geometric improvements,which will increase multimodal safety and operations to improve the person carrying capacity of the roadway.Particular emphasis was placed on the safety of pedestrians by utilizing intersection realignments,curb extensions,medians,and sidewalk improvements. 138 11-v‘ Alia Anderson, AICP IA I Mid-Atlantic Planning Director Alia Anderson has worked at the intersection of transportation,land use,and community planning.As Toole Design Group's (TDG)Regional Director of Planning,Alia leads multimodal transportation planning projects and helps to oversee the company's talented team of planners.Alia's experience includes working with local governments,developers,metropolitan planning organizations,transit agencies,community advocates,and other partners to provide resources and programs that support sustainable urban development.She has served as the author and co-author of numerous reports for the Federal Transit Administration(FTA),the U.S. Department of Housing and Urban Development,and multiple local government and philanthropic clients.Alia has served as project manager for a range of complex projects. Selected Project Experience Professional Highlights • Alexandria Pedestrian and Bicycle Master Plan and Complete • Years of Experience: 14 Streets Design Guide,Alexandria,VA • Toole Design Group:2013-Present Alia served as the Deputy Project Manager for this project,which • Urban Land Institute,Washington included an existing conditions analysis,an assessment of City plans and District Council,Washington,DC: policies,field work,an analysis of bike share station locations,and the 2011-2013 development of an updated citywide network of proposed bicycle and • Reconnecting America,Oakland,CA: pedestrian facilities.Alia helped lead the project's robust civic engagement 2009-2011 efforts and coordinated the ongoing work of the project team.Alia • Urban Land Institute,San Francisco. worked closely with the TDG Project Manager to maintain the project CA:2008 budget and schedule and helped oversee the work of subconsultants.Alia also provided support to the development of the Alexandria Complete Education/Certifications Streets Design Guidelines,which TDG drafted in coordination with the • Master of City Planning, University of Pedestrian and Bicycle Master Plan Update. California, Berkeley:2009 • Charlottesville Streets that Work Design Guidelines, • Bachelor of Arts, Biology and Charlottesville,VA Environmental Sciences.University Alia helped develop new design guidelines for the City.The Charlottesville of Virginia:2002 Streets that Work Guidelines are designed as a user-friendly reference • American Institute of Certified Planners for City staff as well as developers.The Guidelines include a new street typology for City roadways,as well as specific design guidance for traffic Affiliations calming,various types of bikeways.sidewalks,street trees,and other • Co-Chair.Association of Pedestrian and roadside elements and stormwater management features.The Guidelines Bicycle Professionals,Washington,DC also include a particular focus on implementation,including a decision Regional Chapter matrix for street designs in constrained rights-of-way and a clarified project • Urban Land Institute,Member development process for complex design projects that require staff review • American Planning Association,Member from numerous City departments. • Sarasota County Parks Master Plan,Sarasota,FL Alia provided oversight and developed content for this Parks Master Plan,which included an extensive existing conditions analysis and the development of recommendations related to facilities,park design.access, and programming.The project is helping to identify priorities for future investments that will improve equitable access to parks and tailored services for underserved communities in Sarasota County. 139 w CALTRAN ENGY.EERu.G GDC• Professional Experience Mr. Calderon has over 18 years of experience in traffic/transportation engineering with a Master Degree in Civil Engineering. Mr. Calderon has been involved in managing multiple traffic and planning engineering projects with the Florida Department of Transportation (FDOT) by providing direct support in traffic and safety projects for Districts 4 and District 6. Within FDOT related contracts, he has participated actively in preliminary engineering reports, design projects, planning. development of alternatives, JUAN S.CALDERON, P.E., conceptual designs, corridor studies. simulation, GIS, as well as, managing or PTOE. PTP directing projects that encompassed traffic impact studies.traffic circulation, PD&E, Project Manager modeling, and traffic forecasting signalization, scoping reports and safety countermeasures. In regards to FDOT D6 planning projects he has participated in Education/Training: tasks involving the EPMP program. freight planning projects, highway and traffic Master of Science in Civil data collection, functional classification/governmental jurisdictions, scoping reports. Engineering: Florida traffic operation analysis and modeling. and public involvement. International University, Miami 1999 Mr. Calderon is intimately familiar with transportation projects that involve traffic Bachelor of Science in Civil analyses, planning, traffic calming. traffic safety studies, and transit. He is also Engineering: University Santo specialized in traffic and transit data collection, traffic and transit data analysis. Tomas. Bogota. Colombia, 1997 mapping using Geographic Information System (GIS) platforms, as well as. Years of Experience: roadway design software. Some of Mr. Calderon's clients, for traffic and safety Total 17 years studies including Cities such as Coral Gables. City of Miami, City of Miami Beach. 2011-present-CALTRAN and private developers. 2006-2011 -FTE 1999-2006-Other Firms Mr. Calderon is also intimate familiar with the latest Highway Safety Manual (HSM) and the Highway Capacity Manual (HCM). He continuously participates Registration: in several trainings and was a reviewer of the HSM of chapter 4 (network •Professional Engineer in screenings Florida No.58569, 2002 •Professional Traffic Operations Engineer Key Projects No. 1301. 2004 Miami Dade MPO GPC-V09 Complete Streets, (2013-2014)-CALTRAN was a •Professional Transportation partner in the development of the latest Miami-Dade Complete Street Manual Planner No. 20. 2007 with responsibilities that included right-of-way widths assessments and level of service calculations for the three corridors identified for existing and future Proficiencies: conditions that are were included in the manual as sample projects (SW 27th •Project Management Avenue between NW 11th Street and US 1: NW 7th Avenue between NW 119th •Traffic&Safety Engineering Street and NW 12th Street and Miami Avenue between NW 42nd Street and the •Planning Engineering Miami River). Contact:HNTB. Larry Foutz(305) 704-1218. •Traffic, Highway&Transit Data Collection FDOT District 6, Transportation Statistics Support No. 3, C9617 (2012- •Traffic&Transit Analysis Ongoing) - Responsible for providing engineering services to support the •Roadway Design Platforms Transportation Statistics Unit of the Planning Environmental Management Office •GIS District 6 by performing the following services: PTMS design. traffic data •Simulation collection (over 2.000 traffic stations and over 1,000 miles of road inventories) in charge of enhanced pavement management program and reporting; Contact: Office Location FDOT Neil Lyn(305) 470-5373. Miami. FL Resume-Juan S.Calderon. P.E., PTOE Professional Staff of: CALTRAN 140 _ 7 CALTRAN En�.wEERa+G iia ..P FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013-Ongoing)- Project Manager responsible for assist FDOT D6 to evaluate freight plans. to develop freight strategies with the objective to incorporate within future or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Contact: FDOT Dionne Richardson. (305) 470-5292. FDOT D4, Districtwide Data Collection-Analysis, (2012-Ongoing) - Traffic Project Manager responsible for providing technical and professional services in collecting and analyzing traffic and highway data for FDOT D4. Contact:FDOT Kara Schwartz. (954) 777-4364 FDOT D4, Traffic Operations Safety Study, C9845 (2012-Ongoing) - Project Manager responsible for providing traffic engineering services to the department through traffic operations and safety studies such as: Ramp safety studies. spot speed studies, safe curve speed studies, gap studies amongst others. Contact: Gannett Fleming. Nelson Castillo. P.E., (305) 823-5662. FDOT D6, Traffic Operations Studies, C8W68, (2013-Ongoing) - Project Manager responsible for providing traffic engineering services to the department through traffic operations and safety studies such as: Turning Movement Counts, Intersection Approach counts, Travel time and delay, spot speed studies amongst others along Miami-Dade and Monroe Counties. Contact: T.Y. Lin-Claudia Diaz. (305) 567-1888. FDOT D6, Districtwide Public Transportation Consultant Services, C9769 - Miami Downtown Freight Traffic Data Collection, (2012-2014) - Project Manager responsible for providing traffic engineering services to the department. Recent task includes a task work order to provide traffic data collection services as part of the Miami Downtown Freight Traffic Data Collection within Miami-Dade County. Contact:BCC Engineering. David Rivera. P.E., (786) 514-1378. Beacon Tradeport Community Development (Dolphin Mall) Traffic Circulation Improvement Master Plan, (2012-2013) - Project Manager, retained by the Beacon Tradeport Community Development District (CDD) to develop a Traffic Circulation Improvements Master Plan for the overall CDD. The CDD area encompasses a business/warehousing district, with its main attraction being the Dolphin Mall. In addition. the CDD has initiated a plan to develop an IKEA store by 2015 between the Dolphin Mall and NW 25th Street along NW 117thAvenue in the northwestern portion of the CDD. The purpose of the Master Plan is to improve the quality of access to the Dolphin Mall, as well as its surrounding area and future developments by creating a healthy environment for the business and visitor community for the CDD. the City of Sweetwater and Miami-Dade County. Contact: District Manager: Luis Hernandez. (954) 721-8681. Project Development and Environment (PD&E) Study Services for the US-1 Express Lanes along the South Miami-Dade Bus Way from SW 344th street to SR 826 (Palmetto Expressway) I Dadeland South FMN: 20003.011, RFQ10-05, MDX, (2010-2011) - Project Manager in charge of performing a roadway Study for the potential implementation of managed lanes within the South Miami Dade Busway right-of-way (the Corridor") to include tolled. congestion priced lanes as a by-pass to the heavily congested US-1 while increasing the level of service of bus transit and possibly generating revenue to expedite other transportation and transit improvements in the Corridor. Activities performed under this contract included: Public Involvement: Data Collection; and Engineering Analysis and Reports. Contact: Gannett Fleming. Carlos Cejas, P.E.,(786) 845-9540. Resume-Juan S.Calderon. P.E., PTOE Professional Staff of: CALTRAN 141 v0", CALTRAN Professional Experience Mrs. Liu has a wide-range of experience in consulting engineering and throughout her 21 year career. Her experience includes more than fifteen years providing project management services to various GIS. planning. studies and data collectionprojects. Mrs. Liu has produced a vast amount of scoping reports iSi for reconstruction and resurfacing roadway projects and has been involved in numerous roadway design and planning projects in FDOT. Additionally, she was involved in the Pavement Management Process since it was first z , implemented in FDOT District Six. Key Projects Jeannelia Liu, P.E. QAIQC Manager FDOT D6, Transportation Statistics Support No. 3, (2013-Ongoing) - Quality Control Supervisor responsible for providing engineering support at the Intermodal Education: Systems Development Office in District 6 and amongst other tasks includes; Bachelor of Science in Civil PTMS design through work program projects; Roadway Characteristic Inventory Engineering: University of data collection and review; enhanced pavement deficiency evaluation and Miami. 1996 reporting. Contact:Neil Lyn. (305) 470-5373. Years of Experience: FDOT D4, Districtwide Data Collection, (2005-Ongoing) - Project Manager Total 21 years responsible for the supervision of the traffic and roadway data collection and 2014-Present-CALTRAN analysis for the Statistics Unit in the Planning Office. Project's assignments 2003-2014-BMcD includes 24, 48. & 72 hr traffic counts, researching and recording data into the 1996-2003 with other firms Roadway Characteristics databases, Straight Line Diagrams (SLD), traffic counts. jurisdictional transfers, and GIS services. She also provided in house Registration: engineering support services for four years in FDOT District Six. Miami, Florida. Professional Engineer. Contact:Newton Wilson. (954) 777-4638. Florida 57565,since 2001 FDOT D6, Public Transportation Consultant, (2012-Ongoing) - Quality Proficiencies: Control Supervisor responsible to provide studies. perform evaluations, develop •Project Management strategies, and secure funding for highway. transit, rail. freight and seaport •Transportation Engineer projects while enhancing performance for all transportation modes. Those •Signalization Design analyses require capabilities to collect data, assess the context, validation of •ArcView data, analysis of demands, forecasting and growth, and provide sound •ArcGIS engineering design and construction judgments in conjunction to responding to •Data Management public and private stakeholders concerns. MOT for railroad closures are also 'RC!and HPMS prepared. Contact:Dionne Richardson. (305) 470-5292. 'Traffic Counts FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- Office Location Ongoing) - QA/QC Manager responsible for assisting FDOT D6 to evaluate Miami, FL freight plans, to develop freight strategies with the objective to incorporate within future or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Contact: FDOT Dionne Richardson, (305) 470-5292. FDOT D6, Districtwide Plans Reviews, (2013-Ongoing) - Senior Engineer responsible for reviewing FDOT and LAP projects during all phases of design. Contact:Jesus Mustafa. (954)744-4691. Resume-Jeannelia Liu. P.E. Professional Staff of: CALTRAN 142 CALTRAN FDOT D6, Short Range Project Development Consultant, (2006-2010) - Project Manager for pavement management enhancement projects within Miami Dade and Monroe counties in which recommended improvements and preliminary cost estimates need to be prepared. She is also managing highway and traffic data collection assignments under this project. Under this project, a scoping report is produced to assess existing conditions on the project based on requirements from Chapter 25 of the Plans Preparations Manual "Florida's Design Criteria for Resurfacing, Restoration and Rehabilitation (RRR)of Streets and Highways. The assessment includes physical and operational conditions, and a safety assessment,as well as ADA Compliance. Contact:Neil Lyn(305)470-5373. FDOT D4, Districtwide Planning & Environmental GIS General Consultant, (2005-2014) - Project Manager responsible to provide GIS services to supplement the FDOT's District Four PL&EM Staff. Support areas include but are not limited to: organization and maintenance of GIS data library, geographical information systems (GIS)on-site application support, development of office specific GIS applications, website programming, training, and miscellaneous general services to support planned and ongoing production efforts as directed by the FDOT. The GIS consultant shall function as an extension of FDOT's resources. Contact:Min Tang Li, (954) 777-4652. FDOT D6, Districtwide Public Transportation Consultant, (2003-2008) - Project Manager for this Districtwide Public Transportation Consultant contract. Burns & McDonnell provided general consulting services in support of multi-modal planning in the District in five areas: aviation, transit, intermodal, ports, and rail. Under this contract, BMcD provided airport/heliport inspections, Vehicle inventories and workshops for FTA 5310 & 5311 Programs, project management site visits to Miami International Airport South Terminal Program, plans reviews, rail data collection, and commuter assistance sign placement design,among others. Contact:Paola Baez, (305)470-5333(no longer at DOT). FDOT D6, Districtwide Plans Reviews, (2009-2012) - Project Engineer responsible for all aspects of the scoping reports during draft and final phases. She also reviewed roadway design plans. She posted the comments in the ERC and attended review meetings.Contact:Erenia Nagid(retired), (305)470-5469. MDAD, Miami International Airport, Perimeter Road Realignment, (2005-2007) -The project consisted of the re- alignment of Perimeter Road to accommodate the new Southeast Gate and a new employee parking lot adjacent to the east side of Miami International Airport. Engineering services included design, construction document development, permitting, and construction administration. Work activities included a new 4-lane divided road, exfiltration trenches and drainage structures, lighting, a new signalized intersection, signing and pavement marking, and a surface parking lot. Mrs. Liu served as the Project Engineer for the design and construction documents development of the signalization plans.Contact: Tyrone Browne. (305)876-0529. City of Miami Beach Neighborhood Capital Improvement Program, Flamingo Neighborhood Improvements (2003-2007) - Project Engineer. Responsible for the supervision of the master plan, preliminary design, and cost estimating of above and under-ground improvements to the right-of-way infrastructure of the "Flamingo" neighborhood in Miami Beach. The Flamingo neighborhood encompasses more than a square mile of city streets. The scope of the work includes aboveground improvements including: streetscape design, street lighting, traffic calming, signage, parking studies, and final design of parking, traffic engineering, signalization, paving, grading, and ADA-compliance updates to walkways. Underground improvements include pipe upsizing and replacement of water mains, wastewater mains, storm sewers, and installation of new deep. Contact: Cesar Garcia Pons (no longer at EDAW), (305)579-6675 Resume-Jeannelia Liu, P.E. Professional Staff of:CALTRAN 143 • CALTRAN Professional Experience Mr. Perez is a civil engineer, with more than seventeen years of experience in transportation statistics and planning for the Florida Department of Transportation (FDOT). He has provided Geographic Information Systems. ` Pavement Management System Analysis, Traffic Monitoring Site selection and design, Roadway Characteristics Inventory, Highway Performance Monitoring System, and Railroad Highway Crossing Inventory and Inspection consulting services to the FDOT in various districts. He is skilled in the use of MicroStation. Carlos M. Perez, P.E. ArcGIS. Aladdin, HCM software. MS Access. and other MS software. Mr. Perez Project Manager has also been involved in final design of roadway lighting and signalization plans for the Department RRR and reconstruction projects. He is currently a member Education/Training: of the FDOT Technical Task Force Committee for the State Transportation Bachelor of Science in Statistics Office. He is currently also working in two GIS projects at the Florida Civil Engineering, Department of Transportation. Florida International University. 1999 Key Projects Fundamentals 101. 102. and FDOT D6, Transportation Statistics Support No. 3, C9617. (2013-Ongoing) - 103 Learning) Prime consultant responsible for providing engineering support at the Intermodal 103(Distance RCI Systems Development Office in District 6 and amongst other tasks includes: HeldTraData CI IIntermediatetion, PTMS design through work program projects; Roadway Characteristic Inventory 2013 data collection and review; enhanced pavement deficiency evaluation and reporting. Contact:Neil Lyn. (305)470-5373. Years of Experience: Total 19 years FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- 2013-CALTRAN Ongoing) - Project Engineer responsible for assist FDOT D6 tc evaluate freight 2003-2013-BMcD plans, to develop freight strategies with the objective to incorporate within future 1999-2003 other firms or ongoing projects. Review and collect data related to freight project. Perform plans reviews. Perform audits to transit, airport and seaport projects and Registration: coordinate with District and.private stakeholders as necessary. Contact: FDOT Professional Engineer- Dionne Richardson. (305)470-5292. Florida, No.63521, 2005 •Professional Engineer- FDOT D4 & D6, Districtwide Data Collection, (2005-2013) - Project Manager Delaware. No. 13213 and Project Engineer. Responsible for the supervision of the traffic and roadway data collection and analysis for the Statistics Unit in the Planning Office. Proficiencies: Project's assignments includes 24, 48, & 72 hr traffic counts. researching and •Project Management recording data into the Roadway Characteristics Inventory (RCI) and Highway •Data Management Performance Monitoring System (HPMS) databases, Straight Line Diagrams •ArcView (SLD). traffic counts. jurisdictional transfers. and GIS services. He also provided •ArcGIS in house engineering support services for four years in FDOT District Six, Miami, •RCI and HPMS Florida. Contact:Newton Wilson/Neil Lyn. (305) 470-5373. •Transportation Engineer •Lighting Design FDOT D6, Transportation Systems GIS Data Development & Mapping, •Signalization Design (2006-2013) - Project Manager for on-going GIS and Mapping functions for the District Intermodal Systems Planning Office. Project assignments involved Organizations: database re-structuring and organization of the Districts archives. GIS and web American Society of Civil application development and other miscellaneous map development functions. Engineers Assignments also included districtwide roadway and traffic data collection and Office Location analysis. Contact:Neil Lyn. (305) 470-5373. Miami, FL Resume-Carlos M. Perez, P.E. Professional Staff of: CALTRAN 144 7 CALTRAN FDOT D4, Districtwide Planning & Environmental GIS General Consultant, (2007-2013) - Project Manager for this project aimed to provide GIS services to supplement the FDOT's District Four PL&EM Staff. Support areas include but are not limited to: organization and maintenance of GIS data library, geographical information systems (GIS)on-site application support,development of office specific GIS applications,website programming,training,and miscellaneous general services to support planned and ongoing production efforts as directed by the FDOT. The GIS consultant shall function as an extension of FDOT's resources. Contact:Jason Learned, (954) 777-4664. FDOT D6, Districtwide Public Transportation Consultant, (2003-2008) - Project Engineer for this Districtwide Public Transportation Consultant contract. Provided general consulting services in support of multi-modal planning in the District in five areas: aviation, transit, intermodal, ports, and rail. Responsibilities under this contract included: airport/heliport inspections, Vehicle inventories and workshops for FTA 5310 &5311 Programs, project management site visits to Miami International Airport South Terminal Program, plans reviews, rail data collection, commuter assistance sign placement design, among others. Mr. Perez assisted in the vehicle inventories assignments. Contact: Paola Baez, (305)470-5333(no longer at FDOT). FDOT D6, Short Range Project Development Consultant, (2006-2010) - Project Engineer for pavement management enhancement projects within Miami Dade and Monroe counties in which recommended improvements and preliminary cost estimates need to be prepared. He is also managing highway and traffic data collection assignments under this project. Under this project, a scoping report is produced to assess existing conditions on the project based on requirements from Chapter 25 of the Plans Preparations Manual "Florida's Design Criteria for Resurfacing, Restoration and Rehabilitation (RRR)of Streets and Highways. The assessment includes physical and operational conditions,and a safety assessment;as well as ADA Compliance. Contact:Neil Lyn, (305)470-5373. FDOT D1, Districtwide Data Collection, (2000-2002) - Project Engineer responsible for traffic and roadway data collection. Project's assignments includes: 24, 48, & 72 hr traffic counts, researching and recording data into the Roadway Characteristics Inventory (RCI) and Highway Performance Monitoring System (HPMS) databases, as well as preparation of GIS enhanced Straight Line Diagrams (SLD) where all roadway data is graphically represented. These databases were developed by the FDOT to collect and store roadway characteristics. He is currently providing engineering support services in the Districts Six Planning Office. Contact:Ron Gruver, (863)519-2583 FDOT D7, Districtwide Data Collection, (2000-2002) - Project Engineer responsible for traffic and roadway data collection. Project's assignments includes: 24, 48, & 72 hr traffic counts, researching and recording data into the Roadway Characteristics Inventory(RCI) and Highway Performance Monitoring System (HPMS) databases, as well as preparation of GIS enhanced Straight Line Diagrams (SLD) where all roadway data is graphically represented. These databases were developed by the FDOT to collect and store roadway characteristics. He is currently providing engineering support services in the Districts Six Planning Office. Contact:Judy Lenczyk, (850)414-4704. Resume-Carlos M. Perez, P.E. Professional Staff of:CALTRAN 145 CALTRAN Professional Experience Mr. Lavasani has been involved in various GIS and planning projects. traffic impact analysis studies and data collection projects. He is working as transportation modeler and GIS Analysis Programmer with CALTRAN group since January 2016 and is experienced in conducting ArgGis studies including developing a methodology to use HERE travel data to show a selected performance measure on ArcGis and Google Earth for Florida's State Highways, transportation model studies including Southeast Regional Planning Model (SERPM 6.5 and SERPM 7), Northeast Regional Planning Model (NERPM 1), Mohammad Lavasani Greater Treasure Coast Regional Planning Model (GTCRPM 3.4) and also TransportationaModeler& various types of traffic studies including traffic counts. turning movement studies. GIS Analyst Programmer travel time and delay studies, parking studies and traffic impact studies. He is responsible for developing different scenarios for future transportation model Education: studies. He is also pursuing his PhD in Civil Engineering (Transportation major) PhD Candidate. at Florida International University. During his career, Mr. Lavasani is involved in Florida International University, active research on the evaluation of the implications of autonomous vehicles in Miami. FL, south Florida's transportation demand model. In this research he is applying the November 2016(Expected) effects of driverless cars on the SERPM 7 and NERPM 1 model using Cube software. Certifications: Key Projects •Coastal Inundation Mapping by NOAA TSM & 0 MAP-21 Performance Measures, (2016) — Provided a methodology on using HERE travel time and speed data as a performance measure to monitor Florida State Highways' traffic condition on ArcGis and then Google Earth. The Years of Experience: final goal is to provide an automated online monitoring system tc convert HERE 2016 — Present, CALTRAN travel time data to a map showing highways selected performance measure. engineering group, Traffic Contact:Neil Lyn. (305)470-5373. engineer 2013 — 2016, Florida Flagler Street Study (Modeling), (2016)—Using cellphone trip data by AirSage, International University, PhD an updated model with concentration on Flagler Street was developed based on Student SERPM 6.5 model network and methodology. ArcGis was used to create 2011 — 2013. Ettehad Rah updated Traffic Analyses Zones. Contact: Charles Hart. (305) 261-4785. Consulting Engineers (Iran). Highway Geometric Designer Alton Road (Traffic Impact Study), (2016) — The traffic impact study was 2010 — 2011. Tadbir Foroud conducted to understand the impacts of a proposed mixed use construction at Rah Consulting Engineers the intersection of Alton Road and SE 8'r Street in Miami Beach. Contact: (Iran). Pavement Engineer Charles Bonney-Ache. (305)400-0620. Proficiencies: Leon Medical Center — East Hialeah Overflow Lot and 590 East Hialieah •Transportation modeler (Traffic Impact Study), (2016) — Mr. Lavasani provided assistance in the •Cube preparation and reviewing of the traffic impact analysis for a Medical Center •ArcGIS development. Contact:Manuel Garcia. (305) 669-2700. •Turn6 •Synchro8 Tindale — SRS/US 1/Biscayne Blvd Corridor Study (Traffic Study), (2016) — Provided assistance in the preparation of Synchro network and phasing for Office Location: existing 37 intersections of this project. Contact: Tindale Oliver Robert Cursey. Miami. FL (813) 224-8862. Resume—Mohammad Lavasani Professional Staff of: CALTRAN 146 7 CALTRAN Reversible Lanes along Major Throughfares (Traffic Study), (2016) — Prepared a methodology on how to use HERE database travel time of Miami-dade County roads and highways to find eligible corridors for a reversible lane application. Contact:Gannett Fleming, Carlos Cejas, (786)845-9540. Downtown Miami Complete Street Project, (2016)—A member of consulting engineer team working on application of complete street scope on SW/SE 1st street existing conditions and feasibility analysis. In this project Mr. Lavasani is modeling different scenarios for the desired corridor in downtown Miami to analysis the feasibility. Contact:Miami DDA, FABIAN De La Espriella, (305)379-6575. Market Penetration Prediction for Autonomous Vehicles Project,(2015)—Mr. Lavasani worked on this project to predict a market penetration model for autonomous vehicles. Contact:Xia Jin, (305)348-2825. Assessing Value of Travel Time and Travel Time Reliability for Miami, (2015) — Mr. Lavasani worked on this project to assess the value of travel time and travel time reliability for drivers using 1-95 expressway. Regional Integrated Transportation Information Systems (RITIS) data and also data collected by Resource Systems Group (RSG)were used in this project to estimate the values. Contact:Xia Jin, (305) 348-2825. Data Collection for Miami Downtown Pedestrian Priority Zone Project, (2015)—A team from FIU was selected to study existing condition and feasibility study for Miami downtown pedestrian priority zone at the intersection of East Flagler St with NE 151 and 2^d Avenues. Mr. Lavasani involved as a member of data collection team for pedestrian and vehicles movement and also a report author. Contact' Yan Xiao, (30)348-1393. Data collection for FDOT District 6 Ramp Metering Project, (2014) — Mr. Lavasani was a part of data collection team for the ramp metering project of FDOT district 6. In this project,traffic movement data at some specific ramps of 1-95 expressway, Florida, while there meter were activated and while they were turned off were collected. Contact: Albert Gan, (305)348-3116. Comprehensive Study to Reduce Pedestrian Crashes in Florida, (2014) — In this project, Mr. Lavasani was working as a team member to highlight important factors affecting pedestrian safety at Florida state intersections and methods to reduce the crashes. Contact:Albert Gan, (305)348-3116. Using a Driving Simulator to See Effect of Heavy Vehicles on Driver Behavior, (2014) — In this project, Mr. Lavasani used a fixed traffic simulator(full-scale)and simulated a situation in which heavy vehicle pops up in front of driver and data on before and after heavy vehicle on driver's behavior was collected. Contact: Mohammed Hadi, (305)348-0092. Data Collection for Assessing Midblock Crossings at W Flagler St, (2013) — Mr. Lavasani was a part of data collection team for this project. Three different signals (RRFB, PHB and signal) were installed in 9 points at mid- blocks and a data collection was performed to understand the effect of those installations. Contact:Albert Gan, (305) 348-3116. Data Collection for Studying Effect of Advertising Boards on Crashes, (2013)—In this project a data collection on crashes before and after a dynamic billboard was conducted and Mr. Lavasani worked as a data collection team member in this project. Contact:Albert Gan, (305) 348-3116. Resume—Mohammad Lavasani Professional Staff of:CALTRAN 147 CALTRAN Professional Experience Mr. Romero has been involved in various planning projects, studies and data collection projects. He is experienced in conducting various types of traffic F studies including traffic counts, vehicle classifications, turning movement studies. speed studies, travel time and delay studies, parking studies. vehicle gap studies, and roadway characteristics inventory. Mr. Romero has been certified by FDOT to perform roadway characteristics inventory. He is responsible for the preparation of routes, schedules, maps, and all other materials required for field data collection. Juan P. Romero, E.I Mr. Romero has also elaborated engineering and construction cost estimates Traffic Engineer based on the Florida Department of Transportation basis and pay item information. He served as a liaison among agencies involved in a wide range of Education: projects. He has design experience with MicroStation/AutoCAD to elaborate Bachelor of Science in Civil roadway designs that include signing and pavement marking, paving grading and Engineering, water, sewer and drainage improvements. Florida International University, Miami. FL, Key Projects August 2010 FDOT D6,Transportation Statistics#3, (2012-Ongoing)-Mr. Romero performs field data collection and record data for the Roadway Characteristics Inventory Certifications: (RCI) and provides design assistance for new PTMS sites. Contact: FDOT PM. •Fundamentals 101, 102. and Neil Lyn. (305)470-5373. 103(Distance Learning) TranStat RCI Intermediate Field FDOT D6, District Wide Freight and Logistics Consultant, C9D04, (2013- Data Collection, FDOT 2013 Ongoing)-Traffic Engineer responsible for assisting FDOT D6 to evaluate freight •OSHA Certification. 2013 plans. to develop freight strategies with the objective to incorporate within future 'Road Safety Assessments for or ongoing projects. Review and collect data related to freight project. Perform Local Government, University plans reviews. Perform audits to transit, airport and seaport projects and of Florida T2. 2010 coordinate with District and private stakeholders as necessary. Contact: FDOT. •AutoCAD Level 1. 2, 3 Dionne Richardson, (305)470-5292. Certificates, 2008 SunLife Stadium, MOT Engineering Plans, (2013) - Provided assistance in the Years of Experience: preparation of Maintenance of Traffic civil plans for a detour of traffic along the Total 7 years Turnpike Connections between Golden Glades and FL Turnpike Homestead 2012-present-CALTRAN extension during special event season. Contact: Miami Dolphins Corporate 2011 - Schwebke. Shiskin & Headquarters. Alan Riano. (305) 943-6501. Associates 2010 - MD County, Public FDOT D4, 1-95 at PGA Blvd./Central Blvd. PD&E Study FM No. 413265-1-22- Works,Traffic Engineering 01, (2013) - Prepared TMC Balance Analysis; Synchro 8 files & outputs for existing conditions: Summary reports for traffic data collection;; Retrieve signal Proficiencies: timing and crash data for all intersections; Assisted in the preparation of synchro •RCI files for all corridors for exiting conditions. Contact: David Rivera. PE. (305) 670- •TMC balance analysis 2350. •Auto CA DD •Synchro8 Traffic Impact Study and Civil Plan, Tavernier Towne Center, FL, (2012- 2013) - Provided assistance in the preparation and reviewing of the traffic impact Office Location: analysis for a Dunkin Donuts drive thru implementation in the shopping center. Miami, FL Contact: Commodore Realty.Andy Freyre. (305)365-2679. Resume-Juan P. Romero Professional Staff of: CALTRAN 148 7 CALTRAN 01101 Traffic Study for Miramar Parkway & Palm Avenue Modifications, (2012-2013) - In charge of reviewing traffic data collected in order to prepare a traffic study that included turning movement counts on the intersection. Assisted in the signal design with roadway signing and pavement markings to implement modifications at the intersection of Miramar Parkway and Palm Avenue. Contact: Schwebke-Shiskin & Assoc., John Tello, P.E. (954) 435-7010 & Sunbeam Properties, Inc., Scott Hodges. (954)450-7900. Beacon Tradeport Community Development (Dolphin Mall) Traffic Circulation Improvement Master Plan, Miami, FL, (2012-2013) - Provided traffic-engineering assistance in order to complete a report that addressed the safety and traffic circulation concerns within the CDD, as well as development of innovative solutions to mitigate the present and future traffic conditions. Prepared a traffic simulation study utilizing Synchro8. Contact:District Manager, Luis Hernandez, (954) 721-8681. Leeward at Islands at Doral Gate and Street Closure Analysis, Miami, FL, (2011-2012)- Provided assistance in order to complete a study that includes a comprehensive assessment to identify needs, evaluate traffic impact, and provide recommendations to mitigate traffic intrusion due to the arrival and dismissal of students from R. W. Reagan Doral Senior High school. Task under this study included field observations, data collection and the development of conclusions and recommendations. Contact:Allied Property Group, Inc., Jackie Perez, (305) 232-1579. Traffic Study for the Proposed Signal Modification Design Miramar Blvd Widening Project, Miramar, FL, (2012) - Assisted in the preparation of the traffic analysis in order to address concerns from Broward County that pertains to the need of stripping the new additional turn lane under the assumption of low volumes performing northbound and southbound left turn movements. Tasks included: evaluation of existing signal timing, traffic growth analysis, perform level of service analysis for existing and future traffic conditions. Contact: Schwebke-Shiskin & Assoc., John Tello. P.E. (954)435-7010&Sunbeam Properties, Inc. Scott Hodges. (954)450-7900. Williams Island Community, Aventura, FL, (2011) - Mr. Romero has provided CADD assistance on the planning and design that involved roadway design, pavement marking and signage, paving grading and drainage, water, sewer and drainage, ADA sidewalk accessibility, and residential grading. Used AutoCAD to elaborate technical drawings,sketches,and specifications. Contact:Schwebke-Shiskin&Assoc.,John Tello,P.E., (954)435-7010. Miami Dade County, Public Works, Traffic Engineering Division Miami, Florida, (2011) - Collected, evaluated and analyzed mass transit system data relative to vehicular and pedestrian volumes, license plate surveys,and traffic accident diagrams, by conducting independent field and office investigations in order to prepare comprehensive reports and recommendations based upon findings for a specific service request or location study. Contact: Miami Dade County. Public Works Traffic Engineering Division, Dr.Joan Shen, P.E. PTOE, (305)375-2030. Homestead Motor Speedway, Homestead, FL, (2011) - Worked with contractors for the execution of Engineering/Construction field inspections and assessments in order to ensure compliance with design specifications. Contact:Schwebke-Shiskin&Assoc., John Tello, P.E., (954)435-7010. Resume-Juan P.Romero Professional Staff of:CALTRAN 149 Jacques Hart, CEO and co-founder of Roar Media, specializes in helping traditional companies transform their legacy business operations and marketing programs into next-generation platforms that help increase market share, conversions and revenues. ' itli Jacques is nationally known in digital and earned media for his focus on consistently delivering 1 winning results throughout 20 years of providing strategic counsel to leading Internet enterprises and Fortune 500 companies. For Jacques, the key is a bias for media-agnostic programs,focus on quality customer and user experiences, along with innovative ideas, quantitative analysis and v - effective communication. 4 / Before establishing Roar Media, he worked in senior management positions overseeing digital ioperations at Knight-Ridder,Televisa, and FOX Media. ii / As CEO of Roar Media,Jacques integrates advanced Internet marketing strategies, including JACQUES HART programmatic display, social marketing, paid search and content and influencer marketing into CEO traditional marketing programs. He provides strategic counsel related to branding. business development and rainmaking, digital marketing, search-engine optimization,website development, social media relations, and online reputation management. • Billing rate: $195 per/hour A graduate of the University of Washington's School of Business with a degree in marketing and • Percent of team advertising,Jacques served in the U.S. Peace Corps as a business-development volunteer helping member's time: establish local businesses. Jacques is a fellow of Florida International University, a board member 10% of the MIT Enterprise Forum and The South Florida Technology Alliance, and is an honorary member of the Wharton Club of South Florida. His hobbies include exercise, skiing, road biking, cooking, travel, playing electric guitar, social networking and staying abreast of Internet developments. Jacques lives in Coral Gables with his wife and two children. l Confidential.All material property of Roar Media Iso - - Jolie Balido, president and co-founder of Roar Media, is a nationally known marketing- r. communications professional and media strategist with more than 20 years of experience. Coming- fir P)A ' from a familyof noted entrepreneurs and journalists, she was born with a love of P J . , media and communications. She began her career as a staff writer with The Miami Herald, where she wrote articles for daily publication focused on business, real estate, and city i government topics. This experience gave her keen insight into the dynamics of the editorial ,,' - cycle and the newsroom, which are fundamental to the success of a public relations company. She later decided to apply her news skills to help businesses position themselves for - success. She worked for several years in top leadership positions on both the PR agency side and the client side before deciding in 2008 to fulfill her life goal of establishing her own marketing-communications firm. JOLIE BALIDO PRESIDENT Passionate about giving back to the community and supporting children, Jolie generously donates her time and her professional skills as a board member and the marketing chair of Big Brothers Big Sisters of Miami and serves on the board of City Year Miami. She is a • Billing rate: $195 governing board member of the Greater Miami Chamber of Commerce and serves on its per/hour real estate and marketing committees. • Percent of team member's time: When she is not working or volunteering, Jolie spends quality time with her husband and 10% two children. Her hobbies include creative writing, photography, adventure sports, and athletic competitions. She's also learning to fly a private plane. II Confidential.All material property of Roar Media. Andrea ("Andi") Phillips-Lopez, broadcast media director at Roar Media, is a seasoned professional in television news, Andi brings her broadcast ° news expertise to the publicity side. Prior to joining Roar Media, she was assignment editor for WFOR CBS4 and Air WTVJ-NBC6 in Miami. She also worked with NBC network news, where she coordinated live uests and reporter segments for Today, MSNBC, and 9 p Nightly News broadcasts), German Television station RTL, and The Gadget Guru. Andi has a varied media andublic relations background, extensive South P 9 ANDI PHILLIPS- Florida community and media connections, and public relations experience. LOPEZ Andrea has a bachelor's degree in broadcast journalism from Florida BROADCAST MEDIA International University. DIRECTOR • Billing rate: $85 When she is not working, she spends quality time with her husband and per/hour three children. She enjoys cooking, camping, and traveling. • Percent of team members'time: 20% Confidential.All material property of Roar Media. Kris Conesa, a senior media strategist with Roar Media, is a media former journalist with more than 15 years of industry experience. 1 He began his career as a reporter with the Miami Herald 15 years of age and parlayed his life-long passion for the media into a successful career. First as journalist, then as a television producer, and later as a media a' consultant helping clients in professional services, including financial and legal, as well as technology companies achieve their communications goals. = f f4 Kris excels at securing highly valued positive publicity for clients. In addition to his success in the local South Florida media market, he routinely secures placements in outlets like The Wall Street Journal, The New York Times, KRIS CONESA CNBC, Bloomberg Television and Good Morning America. SR. MEDIA Beyond his work at Roar Media, Kris continues to write articles on a STRATEGIST freelance basis for several publications across the country, including Ocean • Billing rate: $80 Drive Magazine, The New York Post, and In Touch Weekly. per/hour His diverse hobbies include martial arts and music. He is a first-degree black • Percent of team belt in Aikido. member's time: 20% la Confidential.All material property of Roar Media. 153 Evelyn Uslar-Pietri, senior content manager at Roar Media, is an internationally recognized writer and published author, editor, and creative writer with more than 25 years of experience in English and Spanish- language communications. rEvelyn began her career in the advertising industry, leading national and ` international communications for major global consumer brands. At Roar Media, she develops strategic messaging, positioning and editorial content that tell clients' stories and motivate their target audiences to take the desired actions. EVELYN USLAR- In addition to her passion for the written word, Evelyn loves music, theater, PIETRI and art in its many forms and expressions. SENIOR CONTENT MANAGER The Venezuelan native lives in Coconut Grove, Fla., with her family and enjoys spending time with her two children and young grandson. e Confidential.All material property of Roar Media. Raelene Mercer, creative director at Roar Media, has more than 20 e years of experience in everything from concept to completion of all graphic design including website and digital, print, ad campaigns, signage, and identity. She is noted for her attention to detail, her passion • for perfection, and her high level of enthusiasm for every assignment. -' Prior to joining Roar Media, Raelene worked as a creative designer for more than 14 years with other award-winning design firms including Planet Propaganda and Pinkhaus. In addition to her pursuit of perfection in the design world, she has been RAELENE MERCER recognized with prestigious awards in more than a dozen top-tier CREATIVE DIRECTOR competitions. When she is not working, Raelene enjoys spending time with her husband and daughter, as well as gardening, photography, cooking, and exercise. She has an uncanny green thumb for orchids! Confidential.All material property of Roar Media. Antoinette Mendoza, director of digital marketing at Roar Media, is seasoned Internet marketing strategist with highly valued experience implementing, optimizing, and creating digital strategies for clients. She is an active member of the Google Partner Community certified in Google AdWords and Analytics. At Roar Media, Antoinette plans, executes, and manages paid online °' advertising programs, including programmatic, retargeting, display and search engine marketing. She is noted for her uncanny ability to manage digital media budgets to meet defined goals and metrics, ensuring that clients' key performance indicators are accomplished cost-effectively. ANTOINETTE MENDOZA As part of her commitment to staying at the leading edge of the DIREOF CTOR DIGITAL MARKETING continuously changing field of digital marketing, she is obsessed with participating in industry challenges and networking events. When she is not working at Roar Media, Antoinette enjoys spending time with family and friends — particularly enjoying travel to warm. sandy beaches in exotic destinations. Confidential.All material property of Roar Media. is Molly Phillips, senior client supervisor at Roar Media, is an accomplished client services professional with a wide a variety of experience in the advertising field.At Roar Media, she oversees the client services team and ensures that projects. • deadlines and deliverables are successfully met. She interfaces with clients to provide .t64 k reporting, insights and analysis with special attention to accounts requiring the integration of paid media and digital content. Molly's passion and expertise lies in the nexus between digital advertising, content marketing and social media. With more than six years of experience shaping the voices of businesses ranging from startups to Fortune 500 companies, Molly helps clients find the right channels and mediums to make their innovative work known, MOLLY PHILLIPS, create distinctive voices within the content marketplace and elevate their subject SR. CLIENT matter leadership within local, national and global spheres. SERVICES SUPERVISOR Molly is a student of both the new school of marketing and classical journalism, having achieved high undergraduate honors as a dual public relations and English major at Asbury University in Lexington, Ky., and Oxford University in Oxford, England. Her work has been featured in national travel magazines. blogs, literary journals and a Pulitzer-prize winning newspaper. Molly is the recipient of the Aikman Award for Young Writers and an Alumna of the Breadloaf Mountain Writers' Conference at Middlebury College. An incurable extrovert, Molly likes to find ways to meet new people. brush up on her French, experiment in the kitchen, and spend time with her dog, Beni, in her spare time. Confidential.All material property of Roar Media. f 1 -,. 8 ` _ pi LIMIT S. • a .. ''''i Y 30i ..., , '�. { 4 BIKE LANk r. ' N • F `•:fie+ •• ommoliplligllIllIlll."ligill"- . ----".----."- --- . , ,/ �r. • jam� ` ` — _`rte w ' a {, o - 1. ii 2.3 FINANCIAL CAPACITY CGA understands that at the request of the City, we have arranged for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named on the RFQ soliciation document. CGA also understands that once requested by the City,no proposal will be considered without receipt by the City,and that all cost(s) of the preparation of the SQR shall be the responsibility of the Proposer. IIIRFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 158 CONSULTANT SERVICES ON AN'AS NEEDED BASIS" I w . -. ,.., , • ) , t• .. L • A..: . ..,(--y....: -•- A P # • : 't . ••• • .., ..,•, , , ;.,tittlejlir - ify — - • f.-. . , . t i'. .:.- . • • • ‘ .•a, ` -'W.: `...-. ._ 410 , - . . . 'ke _ •1 L-A''.' -----,..s''• -,--- ..-- . . . • 1 * ...._, 111 : .•.... st....,... .:. -• _ ost• ." A RION i i ... 46.• . ...40:4"........, II ii ii II - •• - - -t. .... .... •• 111: . . .,.._ „ . . . "•,‘ L'..-. . — ---- -;,,, '''44:.:;"5"`-;' . 40•• -•, •.: _. "•-•' .. Are......,,P• ? •. — - ..114 1,.?;:v.--'._• . , ,?. „<..7..„.;:11.• 4,..•r., . _ • . - -' •• -. ..',• . _, • ..... •.7; ..,- _ .. t..7.!1;7_, • APPROACH AND METHODOLOGY .-...gr,-,1t-,71 •••••...1 •.... _.....:•_—.... __, -.... 1 `..., 1 ., ••.< ,.,, , -— . . .'. • ---, ..., -r . .. 0 . . ,. — , iii, , • ,.. , .. _ . _ ..11.. _ _Y a •I • lla.41111 0 - . .. -' ' • . ' ' r I ,• -e k 1111114- ' '': ' •L '-' . . 1. .. ill . -• Illij : •0 a • i -•:. , , . t'..... i • : : C. , :!..,.._ ;... , . .. Arimmilltir --_. 1111111•11111 4k. , - Calvin, Giordano 8, Associates, Inc. EXCEPTIONAL100 SOLUTIONS"' 3.1 APPROACH AND METHODOLOGY The CGA Team has a good understanding of the scope of work for this General Transportation Planning and Traffic Engineering Consultant Services Contract.CGA also has a good understanding of the existing bicycle,pedestrian and transit needs of the City of Miami Beach.With the recent approval of the City of Miami Beach Transportation Master Plan, the Bicycle and Pedestrian Master Plan and there is a road map developed to deliver the mode share hierarchy as adopted by the City of Miami Beach in April of 2016.The prioritization of alternative modes of transportation with pedestrians,transit,bicycles and freight taking a higher priority than personal vehicles is paramount to creating a livable city. Although the City of Miami Beach has not finalized the 2017/2018 budget as of yet, the 2016/2017 budget included elevating walkability and pedestrian safety as a result of the Community Survey. These were key indicated outcome in the City's Strategic Plan as adopted in June of 2014.To accommodate this request,the City made increasing mobility through trolleys, local bus circulators, and enhancing safety of pedestrian and bike lanes a priority. The Transportation Masterplan Project Bank and Policies includes the expansion of the City's trolley system as well as funds for a Light Rail/Modern Streetcar project.There were additional funds to promote a bicycle safety campaign to help reduce crashes in the community by including funding to paint bicycle lanes green and create separation between vehicles and bicycles through protected bike lanes.The 2017-2021 Capital Improvement Plan for Transportation included projects that were identified in Priority list 1 from the Project Bank including 73rd Street protected bicycle lanes as well as West Avenue protected bicycle lanes. Enhancing pedestrian safety and ensuring that transportation infrastructure is resilient and sustainable are key desires for the City of Miami Beach to improve livability and to address sea level rise and other sustainability concerns. .3:11n "d�+ . i s ima$.4 �-. s _`. A r y r'- `r - .r• 1 Il i La,,,,, ._,_ Apr' *X -- . , Catiott ' i s • '� .. . - fir+ . _ �,.' , • ....0 CITY OF MIAMI BEACH No.2017-126-KB!GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 160 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" II, Calvin, Giordano is Associates, Inc. EXCEPTIONAL SOLUTIONS"' The CGA Team has been assembled in order to be able to serve the City of Miami Beach as transportation experts who can address improvements to transportation infrastructure within constrained streets, implement projects that prioritize all modes of transportation, provide green sustainable infrastructure design recommendations and implement a public outreach program that includes all stakeholders. When CGA met recently with Miami Beach staff in advance of the advertisement of this Contract,we took away some key questions that the City had regarding some of the most important adaptive mode share initiatives.The following is an understanding of some of these key items. TRANSIT INFRASTRUCTURE We understand that one of the goals of the Miami Beach Transportation Master Plan is to "Provide reliable, convenient, and consistent transit service and infrastructure:' When we met with City staff there was a desire to create a dedicated funding source for transit service in the City of Miami Beach. The following is our Team's understanding of Transit Infrastructure in the City of Miami Beach and our approach to implementation of transit projects under this Contract including preparation of a Comprehensive Operational Analysis/Transit Master Plan for the City. UNDERSTANDING TRANSIT IN THE CITY OF MIAMI BEACH The Miami Beach Trolley comprises 4 . W . F� a trolley routes and connects to 13 regional "` - bus routes operated by the Miami-Dade �"� ..;``I_t� 4s, ',,..`' z tat *' c County Department of Transportation and ;• tit -�` •}` x`s-'� �� ` ,V s t Public Works (DTPW).The 4 trolley routes ;r' `, include: ��'t _ II i _ • North Beach Loop ' �`_ ` — • Collins Link —". ' .4111" '1. "14 i` • Middle Beach Loop �, r• iiv. :` — — II ,t •/ • Alton-West Loop ..,-..--, ..V...' i • Significant emphasis is placed on the role of - �. - transit in the Miami Beach Transportation "rr ... .• " - +. Master Plan (completed in 2016). In particular,the Mode Share 2035 Vision is to increase the transit mode share from 12%to 20%.Of all the modes,transit is the#2 priority,behind only the#1 priority of pedestrians. Given that walking, is by far, the most common way to access transit, the priorities are mutually supportive. APPROACH TO TRANSIT In addition to providing overall transit support to the City as needed,the CGA Team recommends a Comprehensive Operational Analysis (COA)/Transit Master Plan for Miami Beach and has included Tindale Oliver as a key team member to lead the transit planning and operations efforts for the City.A COA is an in-depth analysis of existing bus routes that answers the following questions: • Who are we serving with bus service? • What is working and what isn't? • What can we do to better serve the residents, workers, and visitors of Miami Beach within the existing resources? The COA/Transit Master Plan will serve to achieve the following objectives: • Optimize trolley bus service efficiency and effectiveness by analyzing the existing trolley routes and recommending operational enhancements. • Optimize connections and transfers among the trolley bus routes and between the trolley bus routes and CITY OF MIAMI BEACH RFI No.2017-12b-KI I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 161 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano 6 Associates, Inc. EXCEPTIONAL SOLUTIONS' regional bus routes serving Miami Beach. • Identify service improvement opportunities for: o Reallocating existing resources to more productive bus service o Increasing ridership through route and service adjustments Getting the"biggest bang for the buck" from the existing and near-term trolley bus system A similar approach was recently taken by the City of Fort Lauderdale,culminating in the Transit Master Plan for the Sun Trolley. This plan was led by Tindale Oliver with support from CGA. Our proposed approach to a COA/ Transit Master Plan is summarized below. - ;,, •---yamti . _ - . IV .a •� - r . I i�Y, .- � t -- HJT 1 1 w 1 '. . w , �.. i Cakl I WWI p11' i i if _ :s -- 4 ail' .21 li lillal.. � � ' - n S. 1 a !re .-.. i alQ. -1i COA/TRANSIT MASTER PLAN APPROACH Tindale Oliver has extensive experience in both transit "P 'N"r`ma: - planning and operational analysis, and our overall approach 41 r , . '1 ` to completing a Miami Beach Trolley Master Plan for the City is ,- P 416 infused with this specific expertise to ensure the development .-`� 4 of a practical, implementable "living" plan that truly reflects ' . the vision for the growth and improvement of the City's o - transit services over time.As a strategic plan,this vision will identify needs in an unconstrained fashion and accommodate I 1 - - - —. i service improvements for which currently there may not X j ?.. ,,,,o,; �____�A—. be funding. However, it also will acknowledge current fiscal - _ realities and, as such, it must assess local transit needs and Am - policies,prioritize current and proposed service alternatives, and result in a phased implementation plan for the future growth and development of the City's transit services. CITY'OF�11AM1 BEACH REQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 162 CONSULTANT SERVICES ON AN AS NEEDED BASIS" 11000 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS- The approach includes four major tasks,including: • Task 1: Develop Transit Master Plan • Task 2: Develop 5-Year Financial Plan • Task 3: Perform Transit Needs Assessment • Task 4: Perform Operational Analysis and Route Assessment Task 1: Develop Transit Master Plan The CGA Team will conduct a COA for the Miami Beach Trolley to identify and prioritize near-term service improvement recommendations(over the next five years)and potential longer-range(beyond five years)"vision" system enhancement/expansion alternatives that will support the strategic improvements and growth goals identified in the Miami Beach Transportation Master Plan. The recommendations will be synthesized and phased into a logical implementation plan with appropriate guidance and agency roles for carrying out the near-term plan over the five-year target period.The implementation plan also will include a corresponding financial plan for the same timeframe that will project the overall system costs and revenues resulting from a combination of recommended improvements with existing trolley bus services.Similar guidance also will be provided for the longer-term vision portion of the plan,but less detail will be feasible for costs and implementation roles. Near-Term Route&Network Improvements Based on the results of the data collection, field review,and various analyses,the project team will recommend and provide operational guidance for improvements to existing routes at the individual level, as feasible. It is expected that, once implemented, these recommendations will result in improved connectivity and timeliness of service for current patrons not only at the route level, but also at the system level. The overall goal of the suggested improvements stemming from this task will be to: • Optimize route productivity and efficiency • Set realistic running times • Identify appropriate hubs and establish effective timed transfers (including connections with regional bus routes) • Enhance the consistency of overall system on-time performance Many of the route-level recommendations that may be proposed are envisioned to be more immediately f feasible with regard to implementation phasing. That Y_. _ _ is, these service improvement recommendations will be lower-cost (or cost-neutral) in nature and able to be : ,i:. accommodated within the first one to two years of the I- r • implementation process. These recommendations will ! • ,. be developed directly from the results of the stop activity J ;• lit • I .at analysis, line-by-line assessment, field observations, 'i yJ . . and other analyses performed on the routes,as well as . =- , -�� - from input received from staff and operators. Example - r _ _ improvements that could be expected to result in _ - increased efficiency and/or enhanced productivity .- - _ include: - --,— • Realignment of indirect or circuitous routes • Short-turns/turnbacks • Interlining of selected routes • Bus route and/or segment elimination CITY OF h11:1b11 BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 163 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 10100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' • Frequency-of-service adjustments • Span-of-service adjustments • Bus stop consolidation • Vehicle fleet utilization maximization • Route running time adjustments In addition to suggestions for individual route improvements,the project team also may provide recommendations related to network-level enhancements,as feasible.The primary intent of both the individual route and network- level improvements will be to enhance overall transit service efficiency and effectiveness within current service resources (to the extent feasible) for the benefit of existing patrons and the attraction of new riders. Long-Range System Enhancement/Expansion Improvements(Vision) Based on a latent demand analysis and any other existing service improvements identified in other tasks that may be more realistically longer-term in nature,the project team will compile a system expansion"vision"for the City of Miami Beach.The phased implementation plan will consider such future improvements as the following: • Improved system frequencies c Increased system spans of service • Enhanced infrastructure and facilities • Technology implementation • New routes and/or services • Improved regional connectivity • Enhanced rider information and tools All of the results of this task, along with selected key components of other tasks, will be documented in a final Transit Master Plan for the City.The plan will summarize all near-term and vision recommendations in a logical and phased implementation framework that will include the following key elements: o Guidance for operational considerations related to new and/or modified transit service(s) • "Next steps"and key agency roles to carry out the plan over the implementation period • Final financial plan from Task 2 with overall system costs and revenues resulting from combining recommended improvements with existing transit services • Guidance on potential funding sources beyond current revenue options to help fund new and/or unfunded transit services proposed in the plan Task 2: Develop Five Year Financial Plan The CGA Team will prepare a five-year financial plan that is comprehensive and reflective of the capital and operating needs of the City's trolley bus services. The plan will use the existing budget as a starting point, including current revenue streams, and then will add recommended improvements resulting from the transit needs analysis in Task 3 and the operational analysis process in Task 4.A Microsoft Excel-based financial planning tool has been developed by Tindale Oliver to accommodate transit-specific service development planning over a 10-year period.This user-friendly tool will be modified to fit the City's needs. The tool first will be used to develop cost projections, and the project team will work closely with City and appropriate partner agency staff to ensure that initial unit costs and cost/revenue projections are consistent with other local cost and budgeting efforts being conducted. Then, the financial planning tool will be used to develop five-year financial plan tables that include operating expenses and revenues as well as capital expenses and funding. Funding could be from farebox revenue, grant funds, local match funds, or private sector sources. Non-traditional revenue sources such as advertising revenue also may be evaluated to the extent that staff foresee their use.The capital and operating costs in the plan will be differentiated as either ongoing costs for the current system or costs associated with a potentially-expanded "vision" system resulting from the recommendations from other analyses. l[l l?I `'i.1\;I i l':\C.I[ RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 164 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONAL111110 SOLUTIONS- If current revenue streams are insufficient to cover all potential future service and other improvements, the vision improvements that are, in essence, unfunded will be highlighted as enhancements that will be in need of new funding resources. To assist staff in addressing any potential shortfall in current transit funding to support the proposed five-year vision, the project team also will identify and summarize potential sources of funds that could help make the implementation and operation of recommended new/improved services and other system enhancements a reality.To this end,the team first will consider current and past operating and capital funding sources to identify which have been successful to date,especially at the local level.This also will help determine whether any current or previous sources have been used to their fullest extent. Next,other potential funding sources that are relevant to the City's transit services will be identified at the federal, State,and local levels for possible consideration. Based on the range of potential funding sources identified, the project team will identify and document potential advantages and disadvantages of each source to help trim the list to a more logical subset of transit funding alternatives to consider for future needs as part of a specific funding strategy.This subset of more realistic funding sources then will be reviewed and evaluated for benefits, ease of implementation,documented success,and potential barriers to use,thereby providing staff with detailed guidance on the most appropriate funding targets for the recommended future improvements, regardless of whether they are local,State,or federal in nature. In addition to the development of a technical report to summarize the results of this task and document the proposed five-year financial plan for the City, an electronic version of the financial planning tool, which will include all financial plan assumptions,projections,and summary tables,will be made available to staff for future use. Task 3:Perform Transit Needs Analysis It will be critical to conduct a market analysis of the City's current transit services to determine whether there are unmet needs.Such needs could take the form of existing service areas that are underserved (whether in terms of frequency,coverage,and/or time span) to areas that are unserved but have latent transit demand. . -,- :IF ti , f gm .. _ it,-..„. A - . - AV_,..-, _ :...-, wr ra ___ . y lir ".- . ` . 1`.y 1 I/hr 11 a `�__ I. 7.‘ I aii , ./ • t:4111-44 ii MVO ►, i Arm. : 4 ' -A J. ,,‘ . 'ok CITY OF MIAMI BEACHf i i ; RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 165 CONSULTANT SERVICES ON AN'•AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS"' A latent demand analysis is proposed to assist with this identification process; it also will serve to supplement the data collection and analyses performed in this task and subsequently in Task 4.The identification of unserved or underserved areas of the city also can assist in helping increase current system productivity.To this end, it is possible that any resources from unproductive and/or inefficient service may be able to be reallocated to areas with transit-supportive demographics or that exhibit favorable results from the latent demand analysis. The latent demand analysis will use a number of resources,data,and data analysis N. tools typically used by planning agencies 4- y, � as part of traditional planning processes. ,,.___. �.-, • In addition to those resources, the project .'i' '-, -.r ';.�'. team offers state-of-the-art, innovative, and transit-specific planning and market >r _ analysis tools that assist in identifying Y6c sus '. --~ ` Y fY g . - -.1_ • p. transit supportive populations and travel . l "�' - markets.Some of the tools that can be used ..i`�k a .r I ' "'c."\,UM to support the latent-demand analysis 1 I - - ..v. include the following: '` 3�6 �"" i �� Transit Orientation Index(TOI) ,,i -,+ • Density Threshold Assessment(DTA) ,` a A. e Activity Center Analysis '...It • Travel Flow Analysis Several additional pieces of work will be conducted to enhance the market analysis effort. Field investigations and interviews with City staff and key stakeholders will be conducted as needed, and available public service requests will be reviewed to enhance and/or substantiate findings from the latent demand analysis. It is anticipated that the latent demand analysis results will support the field review work that will be completed in Task 4.Additionally,any public feedback received from the public outreach activities that will be included in this task specifically to support the overall effort will be organized and assessed to determine how well the objective market analysis matches the desires of the community. A summary of the latent demand analysis and its findings and conclusions will be prepared. Consequently, the findings from this task will be integrated into the development of near-term and longer-term vision recommendations that will be included in the master plan in Task 1. CITY OF MIAMI BEACH No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 166 SERVICES ON AN"AS NEEDED BASIS" 111110 Calvin, Giordano r Associates, Inc. EXCEPTIONAL SOLUTIONS' Task 4: Perform Operational Analysis and Route Assessment The premise of the operational analysis process is,at its core,very simple to conceive:collect appropriate transit data, review and assess the operations of the system both in terms of metrics and observational performance, and then develop near-term recommendations that can help improve the effectiveness and efficiency of the existing transit service.However,in actual practice,the process is very detailed and rigorous in its data collection and analytical components,as well as nuanced in its preparation of suggested improvements (one size • solution does not fit all transit agencies). " - As such, this task will be the heart of the overall _• • x analysis effort for the City's transit services. Key activities are expected to include primary data collection for existing service, field reviews of ;. routes, bus operator meetings, and analysis of f all the compiled data from this and Task 3 to comprehensively evaluate the existing trolley routes. _—` ;= Some of the key data collection and/or analysis -. _ activities anticipated to occur as part of this task include the following: – • Collect available operations, capital, and financial information for all indicated services. • Use automated passenger counter (APC) data or ride check data to complete analysis of bus stop-level passenger activity. • Review existing transit planning documents and market data collected in Task 3. • Perform field reviews of all bus routes. • Hold informal interviews with bus operators to gain insights on service issues/needs. • Complete line-by-line, route-level assessments of productivity and effectiveness, including reviews of on- time performance and schedules. • Review system connectivity and assess potential gaps in service,especially to essential uses. • Assess off-peak and evening service. • Assess bus stop sign and shelter needs. • Assess potential ADA compliance issues related to bus stops. • Assess potential Title VI issues,as applicable. All information reviewed, data collected, and analyses conducted as part of this task and Task 3 then will be used to determine feasible alternatives for enhancing existing services, introducing new services, and/or improving coordination (or even addressing duplication of service) with the transit services being provided by Miami-Dade DTPW. Based on a review of the potential alternatives with City staff and key stakeholders, specific recommendations then will be developed to address issues and enhance services in the near-term.The prioritization of the improvements will be based on consideration of such important factors as cost,accessibility, connectivity,and customer satisfaction,among others. A summary of the operational analysis and its results will be prepared.The related technical memorandum will include all related tables, maps,and graphics and will present the final recommendations for near-term service and capital infrastructure improvements, along with implementation guidance and support. This information also will be integrated into the development of near-term and longer-term vision recommendations that will be included in the Transit Master Plan (Task 1)and the Five-Year Financial Plan (Task 2). t_LL}.Of. MI 1,`Il l,l-` II RFQ No.2017-126-KB I GENERALTRANSPORTATIUN PLANNING AND TRAFFIC E,NGINEERINL 167 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" lipCalvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS" COMPLETE STREETS INFRASTRUCTURE UNDERSTANDING COMPLETE STREETS IN THE CITY OF MIAMI BEACH There is an understanding based on conversations with City staff that there is an initiative to implement the project outlined in the project bank from the Transportation Master Plan.There are a number of projects that are within constrained streets that server all modes of transportation but within limited rights of way.The CGA Team has firms who specialize in feasibility studies and design of complete streets within constrained right of ways including Toole Design Group. When reviewing the project bank in the Transportation Master Plan and the Bicycle and Pedestrian Master Plan,we wanted to evaluate a couple of the project corridors and discuss our implementation plan from feasibility to design. APPROACH TO COMPLETE STREETS j The first project is the West Avenue Project Bicycle Lanes which is Project number 3 in the Priority One list of projects in the I . •• 'i Transportation Master Plan.This north south corridor has a mode I-I prioritization of pedestrians and bicycles. The 1.3 mile stretch _ ' from 6th Street to 20th Street goes through a key commercial I------ I r' I r _�-'�1 �' sector(between 9th and 10th Street)but is primarily a residential "�-4- 3' , -, corridor .Just north of 10th Street east to Alton Road is the Whole �-4 , _ Foods Market.This corridor is used for walking,biking and transit _ • �� modes. There is an existing transit stop on the west side of West \ l { ,r-~ Avenue just south of 10th Street.The Transportation Master Plan ,14444 • calls for Protected/buffered bicycle lanes (Lane repurposing) ..�' and Enhanced crosswalks. The National Association of City � � Transportation Officials (NACTO) Urban Street Design Guide calls for enhancement/buffer zones for a safer protected bicycle facility. c•. v , *til • • o _ live. ~ _ •�,� _ # , i+ c M 411.4M KR fitk e . -: :•.,_ - . . . , -.,,,,,, ....- - .... •.„. - -, .. . -..:-.-.. dite , ..: • is/ t _ r— . , s�� / r'y'R 1 4014 .4111 / • / h - r 4 t . - All" - ... CITY OF MIAMI BEACH No.2017426-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 168 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" 11110 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS' The proposed protected bicycle facility will need to allow for ease of connectivity but not cause new design issues with the existing transit infrastructure and pedestrian infrastructure.There is an existing transit stop on the west side of West Avenue for the Miami Beach Alton West Trolley.There also is an existing pedestrian crossing of West Avenue located near 9th Street.This mid-block crossing will need to be incorporated into the feasibility design for West Avenue.There are specific design elements called out as part of the Street Design Guidelines including Rectangular Rapid Flashing Beacons (RRFB's) and/or Embedded amber LED strobe lights.As you can see in the provided conceptual design, the protected bicycle facility on the east side still can accommodate the frontage zone which acts as an extension of the sidewalk cafes and other commercial uses. The second project that we evaluated is the Alton Road project between Chase Road and Michigan Avenue. FDOT is planning on reconstructing Alton Road and provides an opportunity to improve bicycle access on one of the main north/south corridors in the City of Miami Beach.The Street Design Guidelines recommend an off street or protected on-street facility based on the speed and volume characteristics.The recommendation was a shared use path to run along the existing Miami Beach Golf Club.There currently is a bike lane going north and a sharrow going south along this corridor.The placement of the shared use path on the east side of Alton Road is beneficial as there are fewer conflict points along the golf course frontage except for near the Clubhouse where the transitions will need to occur. In both of these examples, the bicycle facilities were prioritized to be protected and to enhance safety of the users. The street designs need to align with the overall mode share hierarchy approved by the City of Miami Beach.This includes making sure that the multimodal transportation facility is comfortable and safe for all users including elderly,children and mobility impaired users. A Ali-A iter- 4r"75 ,-do . , ._ Viii - '.: \ l y .lam.• .! ,�i Ara e. -- aW , r \S. ,A$ ,rte q V Is. E„ A, / Implementing the priority bank projects in the Transportation Master Plan and the Bicycle and Pedestrian Master Plan is an opportunity that does not come along often.This opportunity to plan and construct new bicycle and pedestrian infrastructure along key corridors in the City is another step in educating and encouraging the community to support bicycling and walking.These capital improvements will also help to foster a new attitude about active transportation among citizens,visitors,elected leaders and municipal staff at all levels. CITY OF MIi1MI BEACH RFQ No.2017-126-KB(GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING M CONSULTANT SERVICES ON AN AS NEEDED BASIS" 169 i V. Calvin, Giordano r Associates, Inc. EXCEPTIONAL SOLUTIONS' The CGA Team with Toole Design Group as key partner and technical experts will approach the Complete Streets, Bicycle and Pedestrian Planning,Smart Growth and Livable Cities initiatives with the following key themes: • Bicycle and Pedestrian Planning should be bold, but also realistic. The feasibility of Complete Streets projects must be imaginative and provide a clear and coherent vision. It is important that these projects particularly ones within constrained streets are implementable and have consensus built with the key stakeholders throughout the community.The CGA Team will work with the City and all local stakeholders to ensure the local needs are met. • Bicycle and Pedestrian Planning should maximize contribution from stakeholders and residents.The City of Miami Beach in general are fortunate to have growing institutional and citizen support for pedestrian and bicycle improvements.The CGA Team has extensive experience coordinating among diverse stakeholders, providing multiple avenues for input (i.e. from traditional public meetings to interactive websites to Open Streets events),and reaching out to individuals and groups not traditionally included in bicycle and pedestrian planning efforts. • Bicycle and Pedestrian Planning should be integrated -4 r ' + and balanced. From the perspective of someone walking or - ' . biking, whether in North Beach, Middle Beach or South Beach, -- continuous routes are essential. Similarly, the bicycle and pedestrian network is not independent and must be designed in the context of a multimodal transportation system and the built - - 7 environment.The system should accommodate users of all skill -- t. 'It levels, from children to daily bike commuters and recreational - runners to seniors and wheelchair users. • - • Bicycle and Pedestrian Planning should address both the - mutual and exclusive needs of pedestrians and bicyclists. - - While facilities, such as Greenways, Paths and Trails, benefit - both pedestrians and bicyclists, these modes have different concerns, particularly when it comes to roadway crossings and accessibility. Proposed Complete Streets feasibility study . ,.v,. ..,, i recommendations should consider the different needs and �I _ _ factors affecting pedestrian and bicycle demand, safety and 1:, convenience. This plan must accommodate the needs of local residents that use the bicycle as a way of life and visiting tourists that use one as a way of discovery. • Bicycle and Pedestrian Planning must be detailed.Many bicycle and pedestrian planning efforts identify lines on a map but do not identify solutions that can be implemented in specific locations. The Complete Street feasibility studies whether it is for a Neighborhood Greenway or an on street protected bike lane will consider and provide a level of detail that will allow quick and effective implementation.To ensure network connectivity and program coordination, the plan development process and recommendations will speak to all of the agencies and stakeholders responsible for building, promoting and maintaining the system. In developing recommendations,the feasibility study will draw upon solutions that have been used successfully by other towns and cities that are bicycle and pedestrian-friendly, particularly those coastal communities that have vast waterfront property and high tourist visitation. CIII i�Fv11%11111 .1( II RFQNo.2017-126-KBI GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 170 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" ow 111100 Calvin, Giordano r Associates, Inc. EXCEPTIONAL S O L U T I O N S" Incorporating these key themes into the Complete Streets, Bicycle and Pedestrian Planning, Smart Growth and Livable Cities initiatives will be a significant step forward in continuing the City of Miami Beach's transformation towards more active transportation and a keen focus on the mode share hierarchy for its residents and visitors. The City of Miami Beach's network of bicycling,walking and driving facilities needs to be complete,safe,efficient and support the economy as well as the overall community's wellbeing. In addition, CALTRAN is the consultant for the City of Miami's Downtown Development Authority (DDA) who is developing the Complete Streets Corridor along SW/SE 1st St. from Biscayne Blvd to SW 2nd Ave. which is upgrading the bicycle and pedestrian infrastructure. lI JJ l i1'l �l.xr" ... .4 :' c t Miami Beach's transformation towards more active transportation and a keen focus on the mode share hierarchy for its residents and visitors.The City of Miami Beach's network of bicycling,walking and driving facilities needs to be complete,safe,efficient and support the economy as well as the overall community's wellbeing. CITY OF MIAMI BEACH RFQ No.2017-126-KB(GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 171 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 11P. Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL SOLUTIONS' URBAN DESIGN, INTEGRATION OF TRANSPORTATION AND LAND USE CGA defines the urban design approach not by simply as E ,,x . x -Mk • \ beautification but as about embedding the environment with _- '` ,; value to create political landscapes,social landscapes,cultural "-`, a4 ' `' landscapes and multi-functional landscapes. CGA through rt _. the urban design, landscape architecture and environmental services seeks to capture the human experience including LEAD BY DESIGN mood, atmosphere, color, sound, tactility, pleasure and LEAD WITH DESIGN light. CGA provides exceptional solutions to our Clients by providing products that are resilient, innovative, creative, - - , sensitive, inspiring, memorable, responsible, interpretive, - -- ta7 ,''s �; # ��Mr- sensitive, imaginative and visionary. One of the key y /JI 4. performance metrics of an Urban Design that is exceptional is '=.b--.:f a functional response versus a symbiotic design.CGA Leads by - G r Design and Leads with Design. • Miami Beach is seen worldwide as a dense, walkable and bike-friendly community. To further that perception the City has, through its Comprehensive Plan and Transportation Master Plan policies, prioritized pedestrians, bicycling and transit above other modes of transportation.One objective of the City is to"encourage commercial development which is mixed-use, multi-modal in nature and which ultimately enhances mobility" I: , ,i I -- ` ;sem As outlined in this submittal the CGA Team has extensive . experience in Transit Oriented Developments, mixed- ' ..P .. use developments, sustainable commercial corridor -__):-• f�� ,,\_ . redevelopment plans,planning which promotes alternative i. 3 a, i ,. y . .. , � - modes of transportation, intergovernmental coordination QTc: on regional transportation issues and solutions; strategic i�►�- ----Nip--,-• ' visioning;Smart Growth and,Livable Cities.Transportation , : - ,�_. and Land Use must go hand in hand especially in relatively ` .- " ` _aii built out communities. The CGA Team understands that R• -... * .... �. •- , there is no room to expand or build new roadways on the _,,K F>.. ; barrier island as the built environment provides little or _; 100 Calvin, Giordano 8 Associates, Inc. EXCEPTIONAL S O L U T I O N S Although great neighborhoods exist within the City, not all modes of transportation are connected to each neighborhood.Pedestrian connectivity is very good but the City currently lacks a cohesive bicycle network.With better connectivity for pedestrians, bicyclists and transit individual automobile use would decrease. The CGA Team believes that this should be a focus of future urban planning and design. An added benefit of CGA to the City is given our multi-discipline approach, we will combine creative planning solutions with economic development, capital improvements, transportation issues and community input. We will use stakeholder input to understand community issues and concerns and transform this content into implementable goals, objectives and policies. One essential and integral aspect of our processes is public participation.CGA has coordinated workshops to present,discuss and obtain feedback for many issues revolving around our varied and experienced municipal work. — yem4b- , .. , ____ _ Y 4. ••r (441411t. •'.. 1 ' i 1• . , - 4*-4--'''-''' ..-.' '06!1. % ' I.;g... ' AJ .1 i t e '1 i�'��s Itt 3 4 I i I Vt \ . - ',"--.1111111.f." Aga& I 1 .: i 1 ',t i m x..0 MS r j Y -.._.-iii. �_ -_ r qz. 1111Wa...4111' --- - 4 4 -*-.,,.s1 -- elk.,. y s3.'.;. 16 rlt .� 1.ill mi is..7 1 t # I I CITY OF MIAMI BEACH RFQ No.2017-12b-KB I GENER . I iiai`\JYUKKi.11'iuN PLANNING AND TRAFFIC ENGINEERING 17,3 CONSULTANT SERVICES ON AN'AS NEEDED BASIS" 19 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' ECONOMIC AND FINANCIAL ANALYSIS The CGA Team includes Lambert Advisory as a subconsultant and technical expert in Market and Development Analysis,Financial and Feasibility Study,Funding Source Identification and Project Budgeting/Project Expenditure Forecasting.The following is the CGA Team's and Lambert Advisory approach to these key service; • Market&Development Analysis:Though often viewed as a catch-all phrase,there are distinct components of market and development analyses that separate one development type, or one development node, from another. It requires an in-depth look at the economic drivers,and this is not simply population growth trends or employment trends - it's searching deeper into the dynamics in population growth, employment, and industry clusters. Moreover,a key to the economic and market analysis is a thoughtful and comprehensive approach to determining demand during both the short and long term. Lambert Advisory has completed comprehensive market and development analysis to both the public and private sector which ranges from a single asset,to planned communities,to Transit Oriented Development(TOD). We have provided these studies to more than 20 municipalities and/or economic development agencies in Miami Dade County alone,but our reach is national (and international) with experience in areas including but not limited to: Ft. Lauderdale; West Palm Beach;Tampa; Orlando;Jacksonville; New Orleans, LA; New York City, NY; Pawtucket,RI; Boston, MA; Columbus,GA; Corpus Christi,TX; San Diego, CA; Los Angeles,CA; San Francisco,CA; Honolulu, HI;and, numerous others locations throughout the US. • Financial Feasibility Study: The viability of proposed redevelopment is borne from the economic and market findings. However,the key in this process is to be able to quickly evaluate alternative scenarios that render maximum value for a particular development program. It will also serve to ensure that the process for conceptualizing a prospective development program and associated renderings is streamlined and efficient. As it relates to the City of Miami Beach's transportation initiatives,financial feasibility will play a vital role in project development and,in particular, potential public/private partnerships. It will also help to establish a baseline for determining the optimal development structure related to the city's participation and potential joint development opportunities. In addition to our market and financial experience with governmental agencies,we have provided these services to major private sector institutions including, but not limited to: Swire Properties; LendLease; Royal Caribbean Cruise; Kimco Realty; Queen Emma Foundation (non-profit); and,Samsung. • Funding Source Identification: In certain situations, there may be dedicated funding set aside and/or previously sourced for redevelopment initiatives. However,there may likely be instances where new funding will need to be identified to effectuate the development plan. Lambert will assist in identifying potential leveraging (debt) and partnership participation structuring (i.e. land sale, ground lease, joint development initiative)which may be from conventional funding sources,grants,and/or incentives.Since 2010, Lambert has taken the lead and/or provided the strategic guidance in the successful award of collectively more than $60 million in TIGER grants, Choice Neighborhood Initiative (CNI) grants, and Neighborhood Stabilization Program (NSP)grants. • Project Budgeting/Project Expenditure Forecasting: The basis for preparing effective financial analysis is the process of project budgeting and operating forecasts (not related to construction estimating). For more than 17 years, Lambert has accumulated operating budgets for nearly all types of real estate uses,and purchased subscriptions/data to some of the most recognized real estate industry resources including but not limited to: Urban Land Institute (ULI); National Association of Industrial and Office Properties (NAIOP); and,American Resort Developers Association (ARDA). CI"I'1"OF RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 174 CONSULTANT SERVICES ON AN 'AS NEEDED BASIS' 111* Calvin, Giordano 8, Associates, Inc. EXCEPTIONAL S O L U T I O N S" SUSTAINABILITY AND GREEN TRANSPORTATION INFRASTRUCTURE The City of Miami Beach must build a sustainable and resilient infrastructure. A sustainable and resilient infrastructure means smart investments in the community infrastructure for long-term economic and environmental viability and quality of life.Smart investments include maintaining and updating road and bridge infrastructure, water and wastewater system and drainage system infrastructure that plans for sea level rise projections.Smart investments also include awareness,planning,and efficiency to safeguard the long-term water supply.A sustainable and resilient infrastructure also includes reducing energy use,sustainable construction and design and choosing recycling and reduction over disposal. This all should be done keeping in mind protecting fundamental environmental resources: air,water,and natural resources that sustain the community. Improved Transportation and Mobility is one of the ♦T. x .R• 77 ` 4. �IOu short-term benefits of the Sustainability Plan. The City of � �� � 1 1 \ �� . •kI('I J � Miami Beach has decided to"Rise Above"and improve the 1 ,` T'. ' _, �� environmental sustainability throughout the community. r ; - ,,7r The Alternative Modes of Transportation element of the Sustainability Plan includes the following two goals: :t. • , nil ,t P • Create community incentives for residential JO Iand commercial use of alternative modes of ; . ; . . iil itransportation and fuels; and11 — • Create a multi-modal transportation system that minimizes,and where possible,eliminates pollution and motor vehicle congestion while ensuring safe mobility and access. Bicycle and Pedestrian Facilities, Pedestrian Safety and Quality of Transit Service are all indicators of success for the City's Sustainability Plan.Our approach to each of these have been previously discussed in our technical project approach. The next part of ensuring implementation of these goals is to design the street elements for these transportation projects with sustainable green infrastructure.The City has already taken steps to do this through recent Capital Improvement projects such as installing new pump stations along the west side of South Beach, in Sunset Harbour, the Sunset and Venetian islands,and South Pointe, raising streets along West Avenue, 20th Street,Tenth Street,Sixth Street,and all of Sunset Harbour.In addition,there are additional flood prevention projects being implemented from the capital improvement project list in the Middle Beach area. - 114i.%; _ ...Al' •-t• `Y_-' x - -•-t -.--1 O The CGA Team is currently implementing green infrastructure in . . . ; � x t transportation improvement projects for government agency clients in >',� •""Vs�', " - •:. ' South Florida. The CGA Project Manager, Eric Czerniejewski, assisted ' the City of Fort Lauderdale while Transportation Manager in applying . '" ,,,: s , "' ft for and getting the grant for the EPA Green Streets Building Blocks for k�. i',-" - " ' ` — Sustainable Development Technical Assistance Program. Eric assisted in -- — the efforts in putting on the training workshop for City staff and other Tri- County region government agencies.At this workshop,the Green Streets 71 i and Sustainable Design tools were discussed and a plan was developed in the form of a Green Streets Strategy and Next Steps Memorandum. The Green Streets and Sustainable Design tools include the following: / Green Streets/Complete Streets • Support for walking,biking and transit • Reduce Carbon Footprint • Placemaking and Aesthetics CITY OF MIAMI BEACH 175 No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 175 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 11100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS- / Design Reflective of Surrounding Built Environment ✓ Safe and Enjoyable Through Alternatives Street Designs- Traffic Calming Designs, Walking and Biking Enhanced Environments The EPA Green Streets Strategy and Next Steps Memorandum identified the following key issues, needs and opportunities for the City of Fort Lauderdale: ✓ Larger Stormwater Regulatory Framework ✓ Relationship to other Policy Areas: benefits of Green Streets beyond Stormwater ✓ Design and Construction Implementation Policies and Practice-Sustainable Streets Standards ✓ Operations,Maintenance and Monitoring Policies and Practice ✓ Local Built Examples of Green Streets Elements There were opportunities discussed to piggyback future planned projects for inclusion of Green Street Sustainable infrastructure including the SR AlA reconstruction project, Complete Streets projects including Dixie Highway, NW 9th Avenue, NE 13th Street as well as potential opportunities on planned Transit projects such as the Wave Streetcar and All Aboard Florida Station (Brightline) which a number of these projects have been constructed. This process is one that is recommended for the City of Miami Beach in the future.This EPA program includes not only the Creating a Green Streets strategy but also Bikeshare Planning, Complete Streets and Smart Growth Guidelines for Sustainable Design and Development.The City of Miami was selected in 2016-2017 for the Creating Equitable Development tool. These tools offered by this program could be useful in the existing Sustainability Plan for funding for the Atlantic Greenway Network and the Design and Construction of the North and South Beach Intermodal Center. ." r' CGA'S SUSTAINABLE BUSINESS PRACTICES CGA strives to guide our clients to the most efficient and sustainable practices. At the *sr $ foundation of this practice, CGA encourages its employees to continue their education in the most current sustainable technologies. CGA pays for this education and certifications, and encourages its employees to participate and be involved in civic, professional and non-profit organizations promoting sustainability and energy efficiency. CGA's conservation initiatives include: • Electronically transmit documents as much as feasible to reduce printing and paper use, and conduct all internal Q/C reviews electronically to avoid printing, • Save all documents in electronic format to significantly reduce storage of hard copy files, • Provide pool vehicles to leave at the train station for employees that lived in Palm Beach County and commuted to Fort Lauderdale via Tri-Rail, • Provide efficient pool vehicles for out of office meetings and work, and encourage staff carpooling when feasible, • Establish remote office locations to reduce travel requirements when feasible, • All computers and monitors set to sleep mode when inactive to save energy, • Conduct group meetings via phone conference or Go To Meeting as much as feasible to reduce vehicle miles traveled, • All office waste is directed to the Reuter recycling facility for sorting and recycling, • Provides in-office kitchen facility to reduce/eliminate out of office travel needs at lunch,and • Replaced 70 vehicles in our Pembroke Pines facility with new more efficient vehicles. C1 1 1 i 1 'i 1:',','I II :1(.E I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING " 176 CONSULTANT SERVICES ON AN'AS NEEDED BASIS" I, Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' CGA leases office space and has, to the amount feasible, implemented or specified what sustainable or building efficiency measures it should include: • Replacing all old fluorescent fixtures throughout the office with Cree LED light fixtures, • Replacing flooring throughout entire office with Shaw carpet tiles that are post and pre-consumer recycled content,MBDC cradle to cradle certified,and 100% recyclable,and • Requiring low flow or dual flush toilets in restroom facility upgrades. Sustainable practices that we have incorporated with our clients include: • Facilitated significant water use reduction for the Town of Surfside, • Brought about the implementation of signal progress for more efficient traffic flow as well as the construction of roundabouts in the City of Weston, • Conducted a tree inventory for the City of Weston to facilitate preservation of urban canopy, • Worked with the City of Weston on the installation of LED street lighting, • Worked with the City of Pembroke Pines toward the future implementation of a wastewater reuse program, • First firm in Florida to assist our clients in implementing energy conservation measures into local comprehensive plans, • Created Electric Vehicle Charging Station Ordinances for i -i ,t i the City of Weston and the Town of Surfside, ' • Amended the Surfside code to allow provisions for rooftop _ , . photovoltaic solar systems,and �. . - • On the project team for the LEED Gold certified Joe DiMaggio r , ., • -4. Children's Hospital in the City of Hollywood ", '" >z s 1 �a -/'- CGA's Project Manager, Eric Czerniejewski, is also certified as an , y_' - Envision Sustainability Professional (ENV SP). This certification , i x , NftgiasE( .4111 is for someone who is trained in the use of the Envision® ' ip- ' ea rating system and is credentialed by the Institute of Sustainable — '" Infrastructure(ISI).The Envision Sustainability professional is an • " ems: integral part of a project team who guides the team in achieving •�"" higher levels of sustainability; documents project sustainability .. P project g - = ., accomplishments, and submit the ro'ect for recognition. < q, . F� y, Envision®provides a holistic framework for evaluating and rating ' - ,' '` -_-4. the community,environmental,and economic benefits of all types %-t.- and sizes of infrastructure projects.It evaluates,grades,and gives recognition to infrastructure projects that use transformational, collaborative approaches to assess the sustainability indicators over the course of the project's life cycle. CITY OF MIAMI RI:\Cii RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 177 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONALlip SOLUTIONS" PUBLIC OUTREACH AND ENGAGEMENT The CGA Team recognizes that community participation is a critical component of the Transportation Planning and Traffic Engineering process. Providing the opportunity for public input encourages citizens to be invested in the future of their community and helps ensure that the implementation of the priority projects from the Transportation Master Plan encompasses all aspects of the intended design concepts. Our team will develop a tailored Public Engagement Plan(PEP)describing how community members,individuals and stakeholders will be engaged throughout the task work orders issued under this Contract.The PEP serves as a guide for community involvement and is subject to change as opportunities for additional community participation arises on specific task work orders. The CGA Team includes Roar Media, Inc. who specializes in public outreach and engagement. The Goals and objectives of the public engagement process are: • Engage City of Miami Beach's dynamic and diverse population in Alternative Modes of Transportation and Green Infrastructure; • Generate feedback from community members that can be used to incorporate into the design and implementation of the Transportation Master Plan priority projects; • Identify key project participants and groups to be engaged as part of the process; • Establish the framework for public outreach to occur throughout the Transportation Planning and Traffic Engineering process for task work order assignments; • Integrate early outreach to stakeholders to serve as the foundation for public engagement; • Identify preliminary issues and opportunities within each community for each Transportation Master Plan priority projects; • Identify appropriate levels and methods of public engagement. The public participation process will be one where shared community values and aspirations are clearly articulated as the basis for building consensus around the goals and objectives of the City of Miami Beach as it relates to the Mode Share Hierarchy. - The CGA Team understands that a meaningful, robust community Et r engagement process is essential in building trust, excitement, and support among civic leaders and residents, and to turn - — ..... - F71/.....4Zit ideas generated during the planning process into successfully _ "'t implemented results that impact the community for the better. We know that community engagement can get messy when participants engage with polarized opinions and countering agendas-and this is OK.With the growing diversity of stakeholders that the planning process must reach, divergent opinions on key issues are inevitable and this should be welcome in a dialog that can only take place in a transparent planning process. CGA works hard to get to know the communities that we work in, - build trust and create an engaging and dynamic public participation process that respect resident's time, is informative and allows everyone to have a voice. Because equitable participation is an 1. w important component of public involvement activities in every TIL: ' 'ry-- j a. project, outreach strategies to engage those constituents who tend 4 to be underrepresented in the planning process will be emphasized, , including various ethnic groups, the elderly, and the young. CGA L, re,----`� does not subscribe to the notion that "the community meeting is dead'; or that reliance on high-tech tools is the solution to poor - Cl fl 01 VI\\II L'I::1CII REQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIc F:%('I`irF±21`i(, :ONSULTANT SERVICES ON AN"AS NEEDED BASIS" 178 1111010 Calvin, Giordano g Associates, Inc. EXCEPTIONAL S O L U T I O N S" public participation.What we believe is that inadequate participation in the community engagement process can be circumvented by a community engagement plan that is crafted uniquely for the project and community. To truly engage the community,all participation activities must be fun,locally relevant and conducted"on their turf:' The CGA Team believes in the power of partnerships to help carry out a public outreach and engagement strategy. CGA likes to collaborate with the City to identify a list of local influencers (individuals and organizations) who may be enlisted as process partners. It is important to reach out to these potential partners early in the process. Involving the private sector (corporate, non-profit, philanthropy, etc.) has several advantages. These partners can provide organizational support as well as in-kind services and (occasionally) financial support,but they are critical in augmenting levels of citizen participation and identifying issues on the ground. The CGA Team understands that the Transportation Master Plan priority projects must respond to existing conditions as well as the needs of those that live,work,attend school and recreate in the City of Miami Beach.To accomplish this,the CGA Team will use a robust,innovative and accessible public engagement plan with the goal of building consensus around two broad areas:what the project should achieve (its vision and goals)and how to achieve the vision and goals(built around the 5 Es approach).The public engagement and needs assessment plan and implementation will be developed within the first 30 days after receiving the notice to proceed for a relevant task work order; however,we have developed an approach to this plan that is built around a set of tactics and a four-step approach that is both linear and iterative. The tactics we expect to use for public engagement - 41 /P are multi-purpose,i.e.,we expect to use each tactic . throughout the plan development process for 'sij : each task work order.Anticipated tactics include: — i ,,—.fit -114414111110 • Tactical urbanism and Open Streets events: f .- k :+> use this strategy for proof of design concept/ --� feasibility and to raise awareness Vali .� • Vision Zero principles _ ""` • Complete Streets approach -r • Website and social media Tt • Multi-lingual team members ...' - AilliMk. - . • Video recording _t • Key figures/spokespeople • Database of stakeholders and participants • Existing Miami Beach events • Community walking and bicycling events • Free-form public input,such as boards for capturing ideas. The PEP needs to ensure that the following key results occur: ✓ Create the Buzz- Using a series of visible events,advertising,social media and community meeting ✓ Inspire the Vision-Plan,create opportunities to contribute,regardless of their age,ability,income or where they sit relative to the digital divide ✓ Focus on Task-Work through what is needed to reach the projects vision,starting with goals and strategies, then moving on to specific programs,design guidelines and measures. ✓ Capture the ultimate Implementation- Includes public events such as open streets events and pop-ups, topical discussions such as bike share and bike parking,and pedestrian hot spot locations CITY OF MIAMI BEACHRFQ No.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 179 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1111 Calvin, Giordano & Associates, Inc. EXCEPTIONAL S O L U T I O N S'" 3.2 PROJECT MANAGEMENT,SCHEDULING,COMPLETION OF WORK AND AVAILABILITY PROJECT MANAGEMENT CGA will service this Contract from our Miami and Fort Lauderdale Offices located at 10800 Biscayne Boulevard, Suite 950, Miami, FL. 33161 and 1800 Eller Drive, Suite 600, Fort Lauderdale, FL. 33316.CGA's other office will provide support as necessary. At CGA, excellent Project Management skills are seen as the cornerstone to any successful project.Throughout the professional services,the Project Manager will be in regular communication with the appointed representative for the City to update them on the project's status and progress. All communication between the CGA project team and the City staff will occur through the CGA Project Manager. The CGA Team will be led by Mr. Eric S. Czerniejewski, P.E., ENV SP as Project Manager, who will be the central coordinator for all the activities of this project.Under his management,there will be continuous communication with the City's Project Manager and staff. The CGA Team administration and management of this contract is based on the following elements: • Complete understanding of the technical requirements and focus in a single area of interest • Objective to supply and expedite concurrent or multiple activities • Organization to provide flexibility • Experienced Team of professionals to resolve unique issues through the most innovative solutions • Staff that will be available day/night to meet with City staff and stakeholders at their request • First hand access to state-of-the-art technology • Sheer resolution and commitment to serve the City of Miami Beach As a result, the CGA Team organizational management approach is based on a proactive leadership that strives for customer satisfaction, achievement and success. The CGA Team leadership is conscientious that timeliness and effectiveness to response to each of task work order is imperative for this important contract without overextending administrative costs. Our Project Manager considers that an essential element for this contract is to maintain direct lines of communication that will allow the sharing of ideas, experience, technology, and sensitivity to current economical constrains without affecting quality of services rendered to the City. SCHEDULING The CGA 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.When we met with City staff in advance of the advertisement of this project, we understand that there is a desire to have quick turnaround for design projects and need to be completed within 6 months of NTP. PROJECT DELIVERY TIMELINE 4 Tank Concept Final Coy Oadrt Dea:oa Decd staff Bid Noes to &mew Review Procure Proceed bg Car br Cts Final JLr Staff Staff Deus I Week 2 I Week s I Weds 6 I Weeks Meek 10 I Week 12 I Week 14 I Week 16 I Week 18 I Week 20 I Week 22 I Week 24 Dlmn Pae CGA &lamp—ds and Quality SOkec'ea1 Faamesn Pucka&ad Rackoff TeasonCaupProcess ofAUXIOLCII !velum=of = Mason DSPRoma Faa1DripPeal Drips hog D Inds Deliverable and Concept Delp 14. _omen Ow mit,111oeauo. RFQ No.2017-126-KB I GENERAL TRANSPORTATION RUNNING AND TRAFFIC ENGINEERING 180 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 1100 Calvin, Giordano & Associates, Inc. EXCEPTIONAL SOLUTIONS' The CGA Team understands that a schedule is intended not only for the consultant, but also for the City to coordinate their resources for reviewing submittals and for reporting to other City staff and Departments.The CGA 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 CGA 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 CGA and also to any applicable sub-consultants.Once the City provides the problem statement to the CGA Team, CGA will ensure that our team is flexible and quick to respond to move on the request. 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 CGA 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.CGA also understands that the City Commission, residents and commercial business owners and other stakeholders will be involved throughout the project duration. COST CONTROL It is our policy to provide the most of value engineering concepts through cost-effectiveness for the conditions given.The CGA Team has demonstrated these capabilities on previous projects of this type.Cost control is provided through a custom accounting system software,which tracks project costs and provides project performance and billing information. The CGA Team Project Manager uses this accounting information and project status to track performance on a regular basis. SAFETY In South Florida,there is a constant increase in vehicular traffic,therefore our staff has been trained to become intimately familiar with roadway conditions and characteristics, and to be capable to assess and mitigate situations that may put them at risk. The CGA Team understands that the safety of our staff and the general public is a main concern and our safety procedures have proven to be very effective. All staff assigned to this contract follows the CGA general safety rules. WitilliCi&-""°11 �� t .. , , 0i404;;;40:4401.011140000"' i i :�Lir 0111. 1 -_'t ._ a MU .. -=. i i i � , WA I On*Sr °I M".7..41%Ira".7 7 1, IF. ' • '- ,, , i. --. , f --1 -1k110' - - . 4 1 ali _ CITE'OF h11AMl BERCI I RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING 181 CONSULTANT SERVICES ON AN"AS NEEDED BASIS" 111110 Calvin, Giordano g Associates, Inc. EXCEPTIONAL SOLUTIONS" 3.3 WORKLOAD The CGA Team is here to serve the City of Miami Beach and commit to delivering our task work order assignments on-time and within budget.The CGA Team of professionals has been hand selected to offer the available resources and the technological capabilities to serve the City of Miami Beach in all of the tasks envisioned on this Contract. CGA and each of the subconsultants have availability for this Contract and existing workload will not impact the needs of this Contract.The CGA Team's schedules will accommodate this continuing contract and all task work order assignments. Eric Czerniejewski,PE,ENV SP Alex David,AICP Diana Rivas,PE Sarah Sinatra,AICP Richard Cannone,AICP Gianno Fioli Nicholas Mahon,PE Patrick Figuerel la, PE Mohamed Mabrouk, PE Sandra Lee,AICP CEP,LEED AP BC+D,CFM Steve Watts, PSM Michael iv;lossey,PSM I I I I 1 1 0 20 40 60 80 100 • Workload • Availability CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" Calvin, Giordano g Associates, Inc. EXCEPTIONAL S O L U T I O N S'" Paola G.Baez,PE W.T.Bowman PE Gi .erCorless AICPCPRP Tara Crawford IY. w lir Joel Re PE AICP cLaO I I I I 1 1 0 20 40 60 80 100 ■ workload ■ Availabikty Ipc • Mill1111Millik • •t i - Mendoza O Moll Philli•s 1 I • I t 1 0 20 40 60 80 100 • ■ Wandoad ■ Aaiabiiy CITY OF MIAMI BEACH RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Calvin, Giordano & Associates, Inc. EXCEPTIONAL110 SOLUTIONS' CI. O f- Juan Calderon,PE,PTOE V 1 ao cu a. Carlos Perez PE t C caaZ Mohammad Lavasani uan Romero,El V I t 40 60 80 100 1 , woad IIIAvalaWily I 0. Ian Lockwood,PE O O OC G3 Z C 7 II •...ar Onta,PE,PTOE A ' .4 II[MIMMIIIMIIIIIIIO 0 F ZflrZtlaZMEEGIIIIIIIIIIIIMI I I I I I 0 _1 40 60 80 100 • Workload ■ Availability C4 0 In C Q F MillMMIllrilinil lY Ca: fl: 111111.1111111Z I I I I t I 0 20 40 60 80 100 • Workbad I. Availability CITY OF MIAMI BEACH CONSULTANT No.2017-126-Kb I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Fr 1111111111\ — r it } MIAMI BEACH ?•:'. GOLF CLUB .I - u`► ' , ♦`4 , 1t' I i ''.' '.• •'Yw. k 1 • , w /*',.PP • ,i .r- , z�l•, 'R I A i y �1 ' 3.4 QUALITY ASSURANCE/QUALITY CONTROL The CGA Team recognizes the importance of a superior quality product and the need of a systematic QA/QC plan to assure excellence and client satisfaction.The CGA Team Quality Control Plan is based on the ability to provide the finest product that will be extensively reviewed for facts,evidence,errors and omissions through a Total Quality Management Strategy. A detailed QA/QC plan is applied to each task to identify, coordinate responsibilities, and describe the procedures and standards to be utilized. This plan facilitates independent checks, reviews, verification of all data,as well as,standard compliance for the proper coordination,and production documents as part of the contract. The CGA Team Q/A and Q/C plan includes as a minimum the following elements to ensure that the production meets accuracy and timeliness: Complete understanding of the scope,verification of accuracy of data and field procedures, establishment of check and balances, guidance of staff in compliance with QA/QC procedures, verification of updated standards and methodologies, integrated reviews of all work levels, field observations, documentation,guidelines,plans,goals,etc.through an internal monitoring and audits of production. RFQ No.2017-126-KB I GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CITY OF MIAMI BEACH SERVICES ON AN'AS NEEDED BASIS 185