Loading...
Agreement with Gannett Fleming, Inc.�O/7- 3ooz9 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND GANNETT FLEMING, 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 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 ATTACHMENT B - RFQ 40 ATTACHMENT C — Consultant's Response to the RFQ 41 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND GANNETT FLEMING, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS This Agreement made and entered into this 1? day of , 20 18 (Effective Date), by and between the CITY OF MIAMI BEACH, a municip I 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 GANNETT FLEMING, INC., a Delaware corporation having its local office at 7300 Corporate Center Drive, Suite 701, Miami, FL. 33126 (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 Gannett Fleming, Inc., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: 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 mariner 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 On 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 Project or 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 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 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 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 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 CONSULTANT'S OBLIGATIONS AND /OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND /OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION ASSISTANCE AND /OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND /OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: 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 Consultants 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 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, 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 On 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 Of 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 execution 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 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 On 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 CONSULTANT'S 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: Gannett Fleming, Inc. 7300 Corporate Center Drive Suite 701 Miami, FL. 33126 Attn: Nelson Mora Phone: 786- 845 -9540 ext. 5828 Email: nmora@gfnet.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 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 24 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, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an 25 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 perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 26 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 MIAMI BEACH: / (l cinh v CITY CLERK L. MAYOR MAYOR B EA `; Attest \n�5 G?�NETT PEENING INC. Signature/ ajc, Akio oatt Print Name 28 Sig nature /: tele„e /✓a /do C,un2a /cz 1 V∎Carc den; Print Name APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Date tg Gannett Fleming Certification GANNETT FLEMING. INC. PO. Box 67100 Harrisburg, PA 17106 -7100 Location, 207 Senate Avenue Camp Hill, PA 17011 Office: 1717) 763 -7211 Fax (717) 763-8150 anew gannettlleming.com 1, RUBY L. ILE, Assistant Secretary of Gannett Fleming, Inc., a corporation duly organized and existing under the laws of the State of Delaware, do hereby certify as follows: 1. The Gannett Fleming, Inc. Board of Directors elected NALDO GONZALEZ as a Vice President of Gannett Fleming, Inc. (the Corporation) by resolution June 21, 2012; and 2. In accordance with the Bylaws of the Corporation, a Vice President is authorized to, among other things, execute bids, contracts, bonds and other documents in the name and behalf of said Corporation and to represent said Corporation in official matters for work and services as may be requested, and such execution of any bid, contract, bonds and other documents in the Corporation's name on its behalf, shall be valid and binding upon the Corporation, 3. Said resolution has not been amended or rescinded and remains in full force and effect as of this date. RUBY L. ILE, Assistant Secretary A Tradition of Excellence 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 -1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER FOR SERVICES 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: Original Service Order Amount: $ Days 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** $ 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 Project Principal HOURLY RATES 5275.00 Senior Project Manager 5260.00 Project Manager 5200.00 Chief Engineer 5237.00 Chief Designer $207.00 Chief Planner 5207.00 Senior Engineer 5185.00 Senior Landscape Architect 5170.00 Senior Traffic Engineer 5170.00 Senior Planner 5170.00 Traffic /Project Engineer 5105.00 Engineer $105.00 Landscape Architect 5105.00 Planner 5105.00 Graphic Designer 5110.00 Senior CAD Technician $90.00 Landscape Architect - Associate $90.00 Engineering Intern $90.00 CAD Technician 575.00 Clerical $75.00 Administrative Assistant $75.00 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F APPROVED SUBCONSULTANTS 1) CALTRAN ENGINEERING GROUP INC. 2) CH PEREZ & ASSOCIATES CONSULTING ENGINEERS INC. 3) WTL +A NIVERSITY 38 ATTACHMENT 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; NELSONINYGAARD 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 b 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 Gitys 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, P.A., 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 speck 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, NelsonfNygaard 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 8 Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer, Ma 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. �I� / / PASSED AND ADOPTED this day of vLID,7// �� B E,e1 Lit � Rafael E. Granado, erlei GPC71radi unon7 Consultant 7.doc nt for Tran( �1 FiP: aa((plu4m 8.22.1].000 Y( 1 F:W RCSAL ISolkitaSOmc2017 \ 2017 6-1(6 Commission Dowmentsh02USr41.7 Philip Le APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION R L1 LL1 MIAMI BEACH Resolutions - C7 C 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 8 ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; KITTELSON 8 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 tern could be extended for an additional two (2) years through October 10, 2018. At this tire, the Transportation Department is seeking to replace the existing contracts to pursue proposals from fires that can provide transit planning and implementation of transit projects that require the coordination of land use decisions, which include file focusing of nixed -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 matter expertise to the City of Miami Beach specializing in planning for transportation and related projects. Suggested specializations include, but are not lirrited 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 PROCFSS In order to complete a successor agreement, on April 26, 2017, the City Comrission 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 finis: • 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 • Kimiey -Horn and Associates, Inc. • Kittelscn & Associates, Inc. • Marlin Engineering, Inc. • Nelson/Nygaard Consulting Associates, Inc. • The CorradInc 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 Corrrrittee convened an August 7, 2017, to consider proposals received. The Conrrittee was comprised of Josiel Ferrer, Transportation Manager, Transportation Department, City of Miami Beach, Rogelio Madan, Chief of Community Planning & Sustainability, Planning and Zoning Departrrent, City of Miarri Beach; Lynda Westin, Transportation Manager, Transportation Departrrent, 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 City's Cone of Silence Ordinance and the Government Sunshine Law. The Corrrrittee was also provided with general infometion 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. 1. HNTB Corporation 2. Nelson/Nygaard Consulting Associates, Inc. 3. H.W. Lochner, Inc. 4. Gannett Fleming, Inc. 5. Calvin, Giordano &Associates, 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. Kinsey -Hom and Associates, Inc. 16. Zyscovich, Inc. 17. Atkins North America, Inc. A summary of each top - ranked firm is available upon request. CONCLUSION The Miami 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 tine. As such, staff has a ressed 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 fine are needed to move projects forward quickly into project implementation, as the existing firms 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) fins as ranked by the selection connittee. After considering staffs recommendation and the results of the Evaluation Conrittee process, I recommend the selection of the top eight (8) finis as ranked by the selection committee. Doubling the number of firms will enable the Transportation Department to address project needs more expeditiously and begin project implementation sooner. The recommended pool of eight (8) firms contains each individual Evaluation Committee member's top four (4) highest ranked firms. Selecting a pool larger than eight (8) firms may be too large for the anticipated work load. Additionally, several of the fins that are not in the pool of the eight (8) recommended finis are currently available either through the Miarri Beach Architectural and Engineering (A&E) list or may be contracted, if needed, as sub- consultants to the eight (8) GPC firms being recorrnended. Therefore, after reviewing all the submissions, results of the evaluation process, and the anticipated implementation of the Miani Beath Transportation Master Plan projects, I recommend that the Mayor and City Comrission approve the resolution authorizing the Administration to establish a continuing pool of pre-qualified consultants for general transportation planning and traffic engineering services, pursuant to Section 287.055, Florida Statutes, from the following firs 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 pre - qualified firms. HEY INTENDED OUTCOMES SUPPORTED Page 202 of 1633 Ensure Comprehensive Mobility Addressing AA Modes Throughout The City FINANCIAL INFORMATION( The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. 1 ?gislatjye Tracking Transportation/Procurement ATTACHMENTS - Description o Attachement A -- Evaluation Committe Scoring and Ranking o Resolution Page 203 of 1633 H° el b m .- ^I N N �. vl 0 O 36 53 0 0 0 0 CO 8N0I001m T OmiW8 0 L_ 98 105 00 L 06 99 8 2 8 2, 0 n0ao • 1 CI OL 8+ 'm 90 84 85 m 0) mm I 15 172 3 3 CO )- m omm IAECOM Technical Semites, Inc. 1 75 m'. L C r. I :: E unions norm America, Inc. 1 80 2 m &m m Am 100 m 70 Kelvin, bIoraano & Assoc. Monde I ransponauon Engmwnng, Inc. tiannen nettling, Inc. b' In re. •_ocnner, mc. I q U q { • • • L t• „{ L S' KINN eOn 8 Assoc. IMARLIN EnylneerIng, Inc. 0 S o • L 1 O V w w d O L� a E 0 IM bunt Plain Collaborative 1 WSP USA, INC. Zyscovlch Architects ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 40 MIAMIBEACH Procurement Department, 1755 Meridian Ave ue, 3' Floor, Miami Beach, Florida 33139, www.mlam beochf Bov 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" 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 01 has been modified as follows: * • PRIME PROPOSER: 1. The Prime Proposer ' rn) shall be a Planning Architectural. or Engineering firm " business in the State of Florida. II. RESPONSES TO QUESTIONS RECEIVED. authorized to conduct 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" for 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? 1 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2017 -126-KB GENERAL TRANSPORTATION PLANN'NG ANC 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. Q #7: Please confirm the proposal delivery address is: Natalia Delgado, Contracting Officer 1 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd 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? A #8: 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 Pnme 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 NO.3 REQUEST FOR QUALIFICATIONS NO, 2017- 126-KB GENERAL TRANSPORTATION 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#1 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? A#11: 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 010 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 under 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, C1. 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. 3 I ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2017-126 -K3 GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS' Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a)miamibeachfr qov. Procurement Contact: I 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 pro al. i/fc ely, rex is rocurement Director 4 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2017 -126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS' MIAMIBEACH Procurement Department, 1 755 Meridian Ave oe, -° Floor, Miami Beach, Florida 33139, www.miamibeachLgov, 305.673-7490 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 are underlined).. ATTACHMENTS (Unintentionally Omitted from Addendum 140.1): 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 RafaeIGranado(o`,,miamibeachfl gov. Procurement Contact: Natalia Delgado Telephone: 305 - 673 -7000, ext. 6263 I Email: 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 al. rely, s ment Director 1 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS Na 2017 -126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN' AS NEEDED BASIS" EXHIBIT A Pre - Proposal Meeting Sign -In Sheet 'ivtIAMIBEACH CITY 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 NE DED BASIS" ,l-l'Td-T Fr: •:-. NAINlitg - ..Z- t? 'l tt 0 fth. ll.l " 1 "l" - ru;:l ill "l - - --: 3!y _, Natalia Delgado Procurement - CMB 305-673-7000 Ext. 6263 nataliadelgado@miamibeachfl gov aad ‘ChilS 3\%o o l VanrIlflq exypil 11:2S-A2(Th. . ?Na&CL‘ 2V)0 Nil+ 7P-e\\I Tpail TindaJi ro I NeEd ?Ctr.con , 31Q 461 aq ,SI 4eAsani,,,ino.i. NQTS. .9-JI°1-in fl trotio kivo ViLl+hokISSOGA611-e2--C 1 '0VIIAMIBEACH CITY 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' A154E '; COmllPacrY,.ix&' °� ? .. (PLEASE PRLV'l gAQ, $DIItt-S& * .,. x _ Lrnc%.. (4)54 03 / 4i, :6,4 el' Jcf -6 ij.7ooa .R Lva4 ,,LyMS uJAS/...P..-",:•...GruF fG�n4 -f 7� ,Ste( Terra-Din C1'7 4 �la"" �"�h `ps -cTS aoo rro831 --SSG `avrrc w.:- s.n.:L ocAf17/. -lam met Kt-MA 4.1.1: - , -✓hwev 91R kg- .to/o. ite@\& a. ecI-t ■1EXnvtELIA Ltw (4 IBS- 145Z- Lip iluw@. eal-fra-n Trio. env) o ���� ��''''// IiW�(/ " ie 9e pivivl14!co 3o5 "77 • -3L� lc ABat.5°nn le) erjk)dq ISR. Cool @Ft 'IS 25- rsr.Ie I GO n2 k1 Fq., kJ .474 FAISAC. %`wA+J 0 KIwL6't,MCW. 3"-- nr.1i1 Erth r4 S' 63S -617Q E:-1m. enmous e lum LEY 4- ,rig-4 w CAW Co 4" 0674 -P &/f /Sri-f16n¢•hG 794 >qf ?rye ct<p.r4, /file?. coil Je4P Cvc3N -ell IiL4iZLIsU c ne.en.� fri ,16s2871 1•.-C• Ca"" t ail JA, ei ctWQ I,..cn,\ Inter 2 IMIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: RFQ -2017-126-K3 GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN AS NE DED BASIS" 7 ' 7'' k - - t -...4,,,,,: 1.-- ..6 "1'' -4 F ;',1:.te - -t.7 ' - ....,- ' • 01-14-SE1PRTT.).'1.1 7 -.5- --a4t ... ' T E1 j f--74iII itibliEKS 16,1' 711- C lei ‘i -- " • C-t-- LC( ht op FT E 3 05 4163 - 37 741 c;c- 1- 107 Cialles C'e, FT6 )0c. oci- ouva- fergAties c---/- 133 - 2-7 2c\ 'OLE o crg ern/Ne, /Yr/ fn c OZ01/7 lele Ai i bi-/ Or. lAlt 6toA4t40 56199- 6 i<0‘. R-S3- 6a5 -7513 gcli \ t VkAilAtild\r‘ 5 -11,b Lit,ivaG‘N‘o &hove all. 07E- 5\ EA:la tOun,e, ti\-)is2/ 9 QD 306 96/WEIL QUN elEAC)15w of la , coNn 3 `1AIAMIBEACH CITY OF MIAMI BEACH PRE- SUBMITTAL MEETING SIGN -IN SHEET DATE: May9,2017 TITLE: RFQ- 2017 - 126 -KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN AS NEEDED BASIS' AaNI_ ? cacilli.``Y lY l H O \`E sE gRr r = F E SI.ftt.. - DRE$S (tem.-4`( ` LC tl e\sd>_ 0 A oce._o. SIAc 954 Boa 3107- o %\ci1/4\ KaNyth?• c)/ Hso rriz,,.ue),_ 3 D5 - g *3 ' pu, I �.eGoG1tlocL AZ< . ca. - e. I Y llr Tvdtcruci cd 3o& 341 1 co j ,M.e n 1cscte 4,11,., . con L4.W . tack rl €r 306'.0O3°IP?S Jor(24. Lerve -7 Lopez 66, tackler. co .,n -)Acv- Sc-wrzrn-ruz. ATK -INS 305- 514-33$ jaJ,c., gal Ke}t1ch€04 ,tioh a) , co p r1 A�Fw IA, G 345 02214E1 olo rr+Igjiri"b• cc), -Rib ,Jo 17A IMJk 'Xs PtM6 18 13.259. r ^^e V a&/off-( gdi cr-cd 3 °S 553 Celuc � 'ta 4 y�� -yl�. /$eicl. L. emit c /i/ Tm eLit 7 to-re--Tall (64en.t..41.Cc a , ve, • '4YI5cgball 03N(50 6161 EANv o}.A.ibenn/VIR of w5 -kit - —i10 4 MIAMIBEACH Procurement Department, 755 Meridian Ave ue, 3d Floor, Miami Beach Florida 33139, www.miamlbeac},Lgov, 305-673-7490 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., an Friday, July 7, 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. 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 RafaelG ra nado(a)m iaml beachf .qov. Procurement Contact: Telephone: Natalia Delgado 1 305- 673 -7000, ext. 6263 Email: nataliadelgado©0 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, cement Director 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS 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: Ca_ MIAMIBEACH Natalia Delgado, Contracting Officer 1 PROCUREMENT DEPARTMENT 1 755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 1 www.miamibeachfl.gov 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 4i: Q 20 7- 126 -KB 2 G 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 teens, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the 'contractorfsp) if this RFQ results in an award. The City utilizes PublicPurchase *Any oublicourchase.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: 11www. miamibeachfl .govltransportation /). These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. Continued on the following page. 2FQ 20'. 7 -1 26-KB 3 -, ",` 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 n:rr CITY ix MIAMI -OAOE COUNTY r morn ws wu «e; 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 3rQ 201 / -1 26-KN 4 71.1.1.' 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 1:0OPM (EST) Deadline for Receipt of Questions June 2, 2017 at 5 :O0PM (EST) Responses Due June 12, 2017 at 3:00PM (EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications conceming this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact NATALIA DELGADO rekcba e: 305 - 6737490 sn,aa NATALIADELGADO MIAMIBEACHFLGOV dditionally the City Clerk is to he copied on all communications via e-mail at RafaelGranadoonmlamibeach9 ,ev: r via facsimile. 786 - 394 -4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for cladfication 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 VISIT(S). 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 KFO 201/-126-KB 5 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. PREPROPOSAL 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 b 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 Cane 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: http a' web. miam ibeachfl. Dovdorocu remenbscroll. asox ?id=23510 CONE OF SILENCE PROTEST PROCEDURES DEBARMENT PROCEEDINGS LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CAMPAIGN CONTRIBUTIONS BY VENDORS CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES. REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS 'LIVING WAGE REQUIREMENT PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATECERTIFIED SERVICE - DISABLED VETERAN BUSINESS ENTERPRISES FALSE CLAIMS ORDINANCE ACCEPTANCE OF GIFTS. FAVORS 6 SERVICES.. CITY CODE SECTION 2-486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2 -397 THROUGH 2-485 3 CITY CODE SECTIONS 2 -481 THROUGH 2-4O CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2 -373 CITY CODE SECTIONS 2407 THROUGH 2-4 '0 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 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 constmction 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 perform 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. RFQ 201/- 126-KB 6 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 CRY'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 noncompliance. 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 concem 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. KFC,1 101 / -1 26-Kd 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 Manager's 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 Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. PostponemenUCancellation !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 RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. 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 shalt 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. AU 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 Proposer's 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 2017 -126-KB B 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 Safely 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 and /or 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 and /or 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 RFO. Failure to do so will be at the Proposers dsk and may result in the Proposal being non - responsive. 28. PAYMENT. Payment will 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, and /or 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 Citys 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 *0 2U 1 /- 126 -K 9 • 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. NON - DISCRIMINATION. 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 Proposes 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 and/or 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 priorwritten 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 govemment 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 govemmental contract, or on an as- needed basis through the Cgs spot market purchase provisions. RFQ 20'1 7 -I 26 -< 10 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 Proposer's 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 attorneys 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 eadier. Additionally, Contractor agrees to be in hill 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 wrath, 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. RFQ 20 /126-KB 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 venting 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 dearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. AD 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 alteratives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or 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. 2-449 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 pdce 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 Pape Intentionally Left Blank 8FC21 20 / -126-K8 12 m ‘,‘IL ', 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. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be cleady 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 nonresponsive 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 =0 2017 -126-K3 13 ' BEACH t 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 (SOR) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SOR directly from Dun & Bradstreet. The cost of the preparation of the SOR shall be the responsibility of the Proposer. The Proposer shall request the SCR report from D &B at: htt ps:ll su ool ie roo rta I. do b.c omlwebaoolwcs /storeslsery Iet/S u ppl i e rpo rtal ?storeld =11696 Proposals are responsible for the accuracy of the information contained in its SCR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal •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). RFC) 201 /1 26-KB 14 m .':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 Quaiifications in accordance wth 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 1 - Qualitative Criteria Maximum Paints Proposer Experience and Qualifications, including Financial Capability Approach and Methodology 70 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 cdteda points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2 - Quantitative Criteria Veterans Preference The volume of work previously awarded to each firm by the City within tne last three (3) years from the due date for proposal, See Section 4 below, 5 5 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 — 82,000,000 3 Greater than $2,000,000 0 FQ 2017 -1 26-KB 15 m 1J BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, 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: �FQ 2017.126 -< recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manage has made his recommendation to the City Commission, which may be different than final ranking results. 16 Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 c mmittee total 101 100 84 Member2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member2 Rank 1 2 3 low Ag regale Score 3 7 8 Fine Ranking 1 2 3 ' Final Rankin° is presented to the City Mannar for flirther due diiinenne and �FQ 2017.126 -< recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manage has made his recommendation to the City Commission, which may be different than final ranking results. 16 APPENDIX A M 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 201 /- 26-KB 17 Salaam No RFQ 2017- 126 -KB Sdgttah Tale'. GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN 'AS NEEDED BASIS" Procurement Contact' NATALIA DELGADO TS: 305-673-7490 Email NATALIADELGADO (mMIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & 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. The City Inbrmato , 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. FIRM NMIE. No of Years in ecsness '. No of Years In Busness Locally: OTHER NAAMS) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. FIRM PRIMARY ADDRESS {HEADQUARTERS): CITY. STATE ZIP CODE. TELEPHONE NO FREE NO. FM NC.' FIRM LOCAL ADDRESS CITY STATE. ZIP CODE. PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. ACCOUNT REP TELEPHONE NO REP TOLL FREE NO: ACCOUNT REP EMAIL. FEDERAL TAX IDENTIFICATION NO 2FQ 201 / -I2 5 KB I8 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? t YES 1 I 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. M 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 be Proposer entity or any of As 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 Ciry 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 & 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. 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 ct other legal halation, or had a contract cancelled due tonon- performance by any public sector agency? �� YES 1 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 Canbibutions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2487 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, inducting disqualification of their Proposals, in the event of such noncanpliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -c isultants) 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. 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 propasaVresponse or within five (5) days upon receipt of request. The Cade shalt, 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 miamibeachft gavfprocuremenb. 1xQ 201 /- I L &Kd 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, 2012), the hourly living rate will be 511.28/hr with health benefits, and 412.92/hr without benefits. The Bung 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) MiamWFt. Lauderdale, issued by the U.S. Deparment 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 (n 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.miamibeachfi.gov /procuremen& SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of execuPng this atfidavff 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 more calendar work weeks, the Equal Benefits for Domestic Partners 0 dinance 2005 -3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursua t to competitive proposals, to provide 'Equal Benefits" to their employees with domestic partners, as they provide to employee 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 Contractors 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 cr to spouses of employees? YES I I NO 8 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 I 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 Employees with Spouses Finn Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medcal Leave Bereavement Leave If Proposer cannot offer a benefit t 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 Manager's decision is final. Further information on the Equal Benefits requirement is available at www .miamibeachfl.gov /procurementl. <I-0 101/-126-KB 20 Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time m time, states that a person or affiliate who has been placed on the convicted vendor list fallowing 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 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, supplier subcontractor, or consultant under a contract with any pudic entity: and may not transact business with any public entity in excess of the threshold amount provided in s. 287017 for CATEGORY TWO for a period of 36 months fallowing 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 287.113, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Non-Qiscrimination. Pursuant to City Ordinance No.2016 -3990, the City shall not enter into a contract with a business unless the business represents tat 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 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 tat 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 contact, 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 citys 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. 11. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solidtation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation trough 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 solidtation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. If a Initial to Confirm Receipt lethal to Confirm Receipt initial to Confim 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 FQ 2017 -126K8 2 " The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the 'City") for the recipient's 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 appropnate and in its best interest. In its sole discretion, the City may determine the quaffications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Fallowing 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 s 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 ofdals, shall be at the recipients own risk. Proposals should rely exclusively on their own investigations, interpretations, and anayses. 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 wl be made. Any recipient of this soliclaton 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 Statemert of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submiding such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or wmdrawal from the market without notice. Information is far 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 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 Blonde 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 that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement infomhation contained in the Statement of Qualifications, and authorizes the release to the City of any and MI 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 510,000.00 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 Disdosure 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. • k -QQ 201/-126-Kb 22 PROPOSER CERTF CATION 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, terns 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 Forida 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 Proposers Auinonzed Representauoe: Title of Proposers AutOn eo Represenquve. Signature of Proposer 's AUNWized Representative: pore'. State of FLORIDA 1 On this day of 20 personally 1 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: CFO 201 -126-KB Notary Public for the Slate of Florida My Commission Expires: 23 APPENDIX B C4 AA AM 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 ar ter ifrase verKfas vihohave received notification ' git>ul re decided rot to respond to complete and submit ached Stafernent;of No Bid "The °Statement of No Bid" provides. t}r,witl>I,3tifamalion on how to. improve the solicitation process:. to subrbii a °Statement of No Bid" may result in not being rrofified by the City. RFQ 201/-!26-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 r0 2U 1 / -126-Kb 25 APPENDIX C CI MIAMI 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 23 /- 126 -KB 26 C1. Minimum Eligibility Requirements, The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal the required submittal(s) documentng 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 not 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 tree (3) projects completed within the last ten (10) yews 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 pdmadly from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website ( http:// www. miamibeachfl .govltransportation/). 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. RFQ 2012- 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 tuming 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 finis. Tasks require demonstrated expedence in current Complete Streets, Smart Growth, multimodal transportation planning, and livability practices. Experience in the integration of transportabon and and 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 transportabon 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: RFQ 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 development/financial 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 priorities support its environmental goals. The Consulting team should have experience in incorporating environmental best practices into transportation studies and projects. Experience in incorporafing 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 tat 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: RFQ 2O I /- 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 regulady scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project - meeting minutes to all participating stakeholders; RFQ 20 7-126-K 30 APPENDIX D m► MIAMI 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 201 7-126-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► MIAMI 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 RFQ 201/-126-KB 33 m 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 Employers Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), 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 - $1,00Q000 each occurrence - ownedlnon- ownedihired 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;-(,) 201 / -1 26 -KB 34 APPENDIX F m M AMI BEACH Sample Contract RFQ No. 2017 - 126 -KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" KFC,� 2D1 /-126-K PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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 -K8 DISCIPLINE: .<FQ 201 / -1 25-KB RESOLUTION NO. 2017- 36 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. CONSULTANT'S 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 SCHEDULEC 64 ATTACHMENTS: ATTACHMENT A 65 ATTACHMENT B 66 ATTACHMENT C 87 LFC>)2U / -I26-K3 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). WITN E5SETH: 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. RKa201/ -126-<3 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 goveming 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, govemmental authorities and /or any other professional organizations with jurisdiction governing the professional practice area for which the design professional !F-Q 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 Of 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 BFCU 2Um /- 126 -'GCB 43 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 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. Protect Scope: The Project Scope" shall mean the description of the Project, as described iFQ 20' -126-KB 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 RFD, together with all amendments or addenda thereto Of 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 RFC) 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 cast to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation. insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and /or quality control inspections and related certifications, surveys. studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. RFO 2017 -1 26-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 property 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 Consultants 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 Consultants 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 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 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 terns 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: FO 201 / -i 26 KB 43 2.T1 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 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 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 *U '201 / -1 26Kb 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 Consultants 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 (Le. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the FQ 20 /- 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 Consultants 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 ANDIOR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND /OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND /OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND /OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND /OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND /OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND /OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. FO 20 1/126-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 Subconsuitant'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. C�1 ZD 1 / -1 2&K: 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 (Le. 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 RFO 201 Al 26-K3 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. loo 2017-126-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 engineerinq. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultants 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 tK) 2Oi / -I 26-Kb 50 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 Consultants 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 Consultant's payment request. No mark- Li 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 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 1rC,11U /- IL6-KB 5 1 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 j), 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 h(3 201 /-126-K: 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 Consultants initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. *0 201 / -126-Kb 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 far 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 indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness. or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save RFQ 201 / -1 25 -K 52 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 dearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's °not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the not to exceed amount" of Consultant's fees under this Agreement. which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE F0 201/- 126-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 N '.] 201 / -1 26-Kb 56 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, andior ambiguities in the Contract Documents and other documents or Services related thereto. -tr.) 201/126-KB 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 ail 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. RFQ 201/ -126 -K 58 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'/- 126-KB 59 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FO 201 /126 -K8 60 CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" (RFQ 2017 - 126 -KB) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated Estimated calendar days to complete this work: Original Service Order Amount: Total From Previous Additional Service Orders: , to be considered part of this Agreement. Fee for this Service Order is Lump Sum /Not to Exceed amount of: Total Agreement to Date: City's Project Date Coordinator /Manager Days $ $ $ Assistant Director Date Consultant. Date Project Administrator- Director Date ZFQ 20'/ -126-KS 61 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services" $XXXXXXXX Design Services' $XXXXXXXX Bidding and Award Services SXXXXXXXX Construction Administration " $XXXXXXXX Reimbursable Allowance "' $ XXXXXXXX Note*. These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note ": Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note " ": The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. FC,1 201/-126-KB 62 HOURLY BILLING RATE SCHEDULE ..* Q 201 /-1''o- <I3 63 2F0 2017-126-KB SCHEDULE C APPROVED SUBCONSULTANTS 64 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFO 20 7 -I 26 -K3 55 ATTACHMENTS REQUEST FOR QUALIFICATIONS (RFQ) Rh0 20 7126-KB 66 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 201/126-KB 67 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFO 41 Detail by FEI /EIN Number Page 1 of 5 Florida Department of State I I I Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI /EIN Number Foreign Profit Corporation GANNETT FLEMING, INC. Filing Information Document Number P26734 FEI /EIN Number 25- 1613591 Date Filed 10/30/1989 State DE Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 12/29/1995 Event Effective Date 12/31/1995 Principal Address 207 SENATE AVE CAMP HILL, PA 17011 Changed: 05/01/1994 Mailing Address PO BOX 67100 HARRISBURG. PA 17106 Changed: 04/26/2006 Registered Agent Name & Address DOUGHERTY. JOHN V 10161 CENTURION PARKWAY NORTH STE 300 JACKSONVILLE, FL 32256 Name Changed: 05/10/1999 Address Changed: 09/17/2012 Officer /Director Detail Name & Address Title Chairman. CEO. Director SCAER. ROBERT M http: // search.sunbiz.org/ Inquiry / CorporationSearch /SearchResultDetai 1 ?inq... 4/10/2018 Detail by FEI /EIN Number Page 2 of 5 208 DUNBAR DRIVE MECHANICSBURG, PA 17050 Title SENIOR VP KENNY, JOHN R 4533 E. LAFAYETTE BLVD PHOENIX, AZ 85018 Title SENIOR VP KOONTZ, GENE C 813 MICHIGAN AVENUE LEMOYNE, PA 17043 Title President, COO, Director NOWICKI, PAUL D 56 JEANINE COURT MANALAPAN, NJ 07726 Title SENIOR VP, Director THOMAS DAVID B 1924 SE 24TH AVENUE FT. LAUDERDALE, FL 33316 Title SENIOR VP, DIRECTOR KOVACS, JOHN W 1480 REDFERN DRIVE PITTSBURGH, PA 15241 Title SENIOR VP, DIRECTOR MCGINNIS, ESTHER M 75 HIGH GATE LANE BLUE BELL, PA 19422 Title SENIOR VP ABREU. JOSE 6950 SILVER OAK DRIVE MIAMI LAKES, FL 33014 Title SENIOR VP BARRETT WARREN A, II 14295 OLD FREDERICK ROAD COOKSVILLE, MD 21723 Title SENIOR VP, DIRECTOR http: // search. sunbiz. org / Inquiry/ CorporationSearch /SearchResultDetai I ?inq... 4/10/2018 Detail by FEI/EIN Number Page 3 of 5 DERR, JOHN A 16434 EAST CRYSTAL RIDGE DRIVE FOUNTAIN HILLS, AZ 85268 Title SENIOR VP DOUGHERTY, JOHN V 108 LAGUNA VILLAS BLVD UNIT D -11 JACKSONVILLE BEACH, FL 32250 Title SENIOR VP HAIR, GLEN L 23 HARROGATE DRIVE HUMMELSTOWN, PA 17036 Title SENIOR VP, SECRETARY, DIRECTOR I-IOFFMANN, ARTHUR G, JR 359 COLLEGE AVENUE LANCASTER, PA 17603 Title SENIOR VP RAGAN, ROBERT E 6005 BAY HILL CIRCLE JAMESVILLE, NY 13078 Title CFO, TREASURER, VP KESSLER, JON H 1625 BOW TREE DRIVE WEST CHESTER, PA 19380 Title VP SHIFFLETT, BRIAN E 62 LEE ANN COURT ENOLA, PA 17025 Title SENIOR VP Laurita. James R 9 WHITE OAK RIDGE COURT MENDHAM, NJ 07945 Title SNIOR VP BUCHHEIT, JOHN A 1483 TOWHEE RUN OVIEDO, FL 32765 http: // search.sunbiz.org/ Inquiry/ CorporationSearch /SearchResultDetai I ?inq... 4/10/2018 Detail by FEI /EIN Number Page 4 of 5 Title SENIOR VP CAMPANELLA, GEORGE R 636 ANDERSON AVENUE HAMMONTON, NJ 08037 Title SENIOR VP CASADO, LUIS 5831 BROMBOROUGH DRIVE WINDSOR, CO 80550 Title SENIOR VP JOHNSON, MARK D 440 FOSTER STREET NORTH ANDOVER, MA 01845 Title SENIOR VP LEWIS. PAUL J 2216 CANTERBURY DRIVE MECHANICSBURG, PA 17055 Title SENIOR VP MULOUEEN, BRYAN P 104 REGAL PINE COURT GARY, NC 27518 Title SENIOR VP. ASSISTANT SECRETARY PLUMPTON, WILLIAM M 179 NORTH LOOP ROAD MECHANICSBURG, PA 17055 Title SENIOR VP WESDOCK, BRENDAN J 210 MOONEFIELD DRIVE SMITHFIELD, VA 23430 Title VP OSBORNE, HARRY T 1340 WATCHUNG AVENUE PLAINFIELD, NJ 07060 Annual Reports Report Year Filed Date 2016 01/05/2016 2017 01/13/2017 http:/ /search. sunbiz.org/ Inquiry/ CorporationSearch /SearchResultDetai I ?inq... 4/10/2018 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format Detail by FEI /EIN Number Page 5 of 5 2018 01/03/2018 Document Images 01/03/2018 — ANNUAL REPORT 01/13/2017 -- ANNUAL REPORT 01/05/2016 -- ANNUAL REPORT 01/19/2015 -- ANNUAL REPORT 02/06/2014 -- ANNUAL REPORT 03/21/2013 -- ANNUAL REPORT 09/17/2012 -- Req. Agent Change 02/28/2012 -- ANNUAL REPORT 04/01/2011 -- ANNUAL REPORT 03/14/2011 -- ANNUAL REPORT 02/26/2010 -- ANNUAL REPORT 03/05/2009 -- ANNUAL REPORT 03/25/2008 -- ANNUAL REPORT 03/12/2007 -- ANNUAL REPORT 04/26/2006 -- ANNUAL REPORT 04/22/2005 -- ANNUAL REPORT 09/17/2004 -- Req Agent Change 05/03/2004 -- ANNUAL REPORT 04/29/2003 -- ANNUAL REPORT 05/22/2002 -- ANNUAL REPORT 04/30/2001 -- ANNUAL REPORT 05/15/2000 -- ANNUAL REPORT 05/10/1999 -- Req Agent Change 03/03/1999 -- ANNUAL REPORT 05/04/1998 -- ANNUAL REPORT 02/14/1997 -- ANNUAL REPORT 05/01/1996 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format http: // search. sunbiz.org /I nquiry/ CorporationSearch /SearchResultDetail ?inq... 4/1 0/20 1 8 GENERAL TRANSPOR 1 ATION PLANNING 6 TRAFFIC ENGINEERING CONSULTANT SERVICES RFQ 2017- 126-KB COPY ass NO r ilII�■ 11 ilkildll!!!!! NMI JULY 2017 g Gannett Fleming 1. Cover Letter & COVER LETTER S MINIMUM QUALIFCATIONS REQUIREMENTS Minimum Qualifcations July 14, 2017 Natalia Delgado, Contracting Officer I City of Miami Beach, Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 305.673.7490 PROPOSER PRIMARY CONTACT RE Gannett Fleming, Inc. Nelson Mora, PE 786.845.9540 ext. 5828 nmora@gfnet.com X? Gannett Fleming Excellence Delivered As Promised RFQ 2017 - 126 -KB: General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis" Dear Ms. Delgado: Miami Beach packs more into 19 square miles than cities of much greater size. Its world class reputation belies the small resident population, limited roadway system, and small town flavor. Few cities face a daily influx of two to three times the residential population, the number of national and international events, and far - reaching draw of intemational tourism. This contract will call upon a highly qualified transportation planning and engineering firm to advance the' Transportation Master Plan and associated Bicycle Master Plan into implementation; advance complete streets, neighborhood greenways, and intersection improvements; and respond to the ongoing need for innovative solutions to the transportation and environmental challenges of the City. Gannett Fleming has a proven track record with the City. We understand the challenges of a limited roadway network with almost no opportunities for widening, new connections, or expansion. Our prior work has made abundantly clear the City's commitment to transit and non - motorized travel. We are well aware of the ongoing improvements in infrastructure to address sea level rise, storm water management, and streetscape aesthetics. We also appreciate the level of fatigue business owners and residents feel facing continuous large -scale construction like that on Alton Road and the Miami Beach Convention Center. We have come to appreciate the enlightened approach the City Commission and staff take toward the future looking for new ideas but always with the insistence that those ideas will conclusively produce the results promised. The City's tradition of resident involvement can be channeled to customize solutions to meet local needs and preferences for workable results that draw local support. The City's commitment to 7300 Corporate Center Drive • Suite /01 • Miami, FL 33126 t: 786.845.9540 • f: 786.845.6802 • www.gannettfleming.com igo Gannett Fleming Excellence Delivered As Promised sustainability also lies at the foundation of any recommendations for improvements. Gannett Fleming's national sustainability practice and commitment to the Envision Institute for Sustainable Infrastructure's Sustainability Professional Program is demonstrated with our more than 100 personnel with the ENV SP designation. Without question, the City of Miami Beach seeks expertise beyond the automobile. Gannett Fleming has performed projects for every mode currently in operation or under consideration by the City. We developed the City's adopted Transportation Master Plan, which set a progressive mode share vision prioritizing non - automobile transportation alternatives. On the West Avenue Bridge over Collins Canal PD &E Study, we considered transit, bicycle, and pedestrian connectivity. Under a general planning contract, we developed the plans for what has evolved into the City's North Beach Loop, Collins Link, and Middle Beach Loop, the highly successful local circulator that carries residents and tourists often to capacity throughout the day and night. While working for the Miami - Dade Transportation Planning Organization (TPO), we updated and advanced the Beach Connection Light Rail Study, establishing a basis for determining that other solutions would better meet the needs of the City. Our proposed project team has a national reputation built upon work across the United States and internationally. Our staff led the design and construction of the Sky Train peoplemover in Phoenix Sky Harbor International Airport and is now working on a similar project in Los Angele's LAX. We implemented bus rapid transit (BRT) in Oakland, CA and advanced planning in both San Antonio and Pittsburgh. We're leading the state's involvement in the Miami -Dade SMART Plan with the potential for heavy rail, light rail, and bus rapid transit over more than 30 miles of new corridors. We've worked with the Cities of Miami, Doral, and Coral Gables to expand and improve their local trolley circulators. Under contract to the Miami -Dade TPO, we evaluated ferry operations between Miami Beach and the Miami mainland. Gannett Fleming led the efforts to develop the currently adopted Transportation Master Plan and incorporated the associated Bicycle and Pedestrian Master Plan for the City of Miami Beach. In doing so, we understand the desires, options, and reasons for the selection of alternative modes to the personal automobile. We are also well aware of the expectations of the administration, business interests, and resident population. We've developed strong working relationships with key individuals that will allow us to advance work under this contract, bypassing the "getting to know you" period. Our proposed project team is comprised of Gannett Fleming and three subconsultants. Gannett Fleming offers the full suite of transportation planning professionals, transit and traffic engineering expertise, and public outreach expertise needed to conduct every assignment envisioned under this contract. 1 -z g Gannett Fleming Excellence Delivered As Promised In fact, by using effective transportation professionals who are also strong public speakers and staff with an impressive portfolio of exhibits that present complex concepts in easy to understand format, we more effectively reach the public than we might through a public relations firm. CALTRAN Engineering Group, Inc. and CH Perez & Associates Consulting Engineers, Inc., two traffic engineering firms with strong local reputations, have frequently teamed with Gannett Fleming and offer the support for traffic data and analysis and additional traffic engineering manpower to ensure responsiveness to your needs. WTL +a will provide our team with specialized expertise in economic and financial analysis. Leading our effort will be Nelson Mora, PE, a transportation professional with whom you have worked in the past. In cooperation with the City staff and the public, he led the completion of the well - received Transportation Master Plan, gaining the insights necessary to make that plan a reality. Our planners and engineers both in Miami and elsewhere will support Nelson on these assignments. We look forward to the opportunity to discuss this project and to elaborate on the content of this proposal. We also look forward to continuing to advance innovative and sustainable solutions in the context of all that Miami Beach has become known. Sincerely, Jose Abreu, PE, F ASCE Senior Vice President 1 -3 Table of Contents Tab 1 Cover Letter & Minimum Qualifications Requirements 1 -1 1.1 Cover Letter and Table of Contents 1 -1 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A) 1 -5 1.3 Minimum Qualifications Requirements (Appendix C)... 1 -16 Tab 2 Experience & Qualifications 2 -1 2.1 Qualifications of Proposing Firm 2 -1 2.2 Qualifications of Proposer Team 2 -21 2.3 Financial Capacity 2 -31 Tab 3 Approach and Methodology 3 -1 Implementation Plan 3 -1 Schedule and Budget 3 -14 Availability of Project Manager & Task Leaders 3 -17 ti Gannett Fleming 1 -4 APPENDIX A m► M I AM, 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 26 -KB 17 MI Solicitation No. RFQ 2017 - 126 -KB Solicitation True: GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN AS NEEDED BASIS" Procurement Contact: NATALIA DELGADO Tel: 305-673 -7490 Email NATALIADELGADO @MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & 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: Gannett Fleming, Inc. No of Years in Business. 101 No of Years in Business Locally: 58 CHER NAMEIS) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS (HEADQUARTERS): 207 Senate Avenue CITP. Camp Hill STATE Pennsylvania ZIPCODE 17011 TELEPHONE NO,: 717 763.7212 roLL FREE NO. N/A Fax No.: 717.763.8150 FIRM LOCAL ADDRESS: 7300 Corporate Center Drive, Suite 701 Cm: . Miami STATE: Florida ZIP COOe 33126 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT- Nelson Mora ACCOUNT REP TELEPHONE NO.: 786.845.9540 ext. 5828 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL. NMora @gfnet.com FEDERAL TAX IDENTIFICATION NO: 25- 1613591 The City eserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 201/-126-KB 18 6 Veteran Owned Business. Is Pro ser claiming a veteran owned business status? YES 1 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 awned 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 ten (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. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contacts Email and 6) Narrative on Scope of Services Provided. See references on page 1 12. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred. suspended or other legal violation, or had a contract cancelled due to non - performance by an ublic sector agency? YES I I I 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, he City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2490 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 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. See statement on page 1 -14. 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 firms 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.miamibeachfi.gov /procurement/. See statement on page 1 -14. !2FQ 201/-126-KB 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 $11.281hr 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 Labors 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 /procuremenU. 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 to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida: and the Contractors 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 offer access to any benefits to employees with spouses or to spouses of employees? Q YES 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? YES NO c. Please check all benefits that apply to your answers above and list in the 'othelr 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 Employees with Spouses Firm Provides for Employees with Domestic Partners Fimi does not Provide Benefit Health 1 1 Sick Leave 1 1 Family Medical Leave 1 1 Bereavement Leave 1 1 If Proposer cannot offer a benefit to domestic partners be ause of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner cov rage) 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 Reasona le Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and he City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfi.gov /p ocurement/. RIO 201 / -1 26-K 20 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 property 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 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 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 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 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 ursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt JA Addendum 1 Addendum 6 Addendum 11 JA Addendum 2 Addendum 7 Addendum 12 JA 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. RFC) 201/ -126-Kb 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the C ty 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 Qualification or in cancelling awards, or in withdrawing or cancelling his 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 safety 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 an any permitted communications with City officials, shall be at the recipient's 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 totally relying an 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. My 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 solicitation. By 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 he 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 an 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 govem. 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. RFC) 201/-12 - 22 PROPOSER CERTIFICATION 1 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, e#iibits and appendices and the contents of any Addenda released hereto, sand 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 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. N me of Proposers Authorized Rpre,entetiw: Jose Abreu The of Proposer a Authorized Representstl�e: Senior Vice President SngaWnofle&St \\ W, aw: Dab: 7/14/2017 State of FLORIDA ) On this }.day of tag; personally appeared before me 5e Soul who County of Mara: —. LQ ) stated that (s)he Is the Sanev v r o Pre.wi k- of S+zwvrt.item, 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: RFQ 2017- 126-KB 23 Cover Letter & Minimum Qualifications Requirements 1 References & Past Performance FDOT District 6 Modal Development Office CONTACT: Dionne Richardson, Modal Development Manager Address: 1000 NW 111 Avenue Miami, FL 33172 Phone: 305.470.5292 Email: dionne .richardson ©dot.state.fl.us SCOPE OF SERVICES PROVIDED: Multi -modal plans and specifications reviews Technical reports/studies reviews Multi -modal inspections and reports Project site visits Multi -modal inventories Transit system vehicle inventories » Park - and -ride inventories Multi -modal feasibility studies Design services In -house staffing Program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects in Miami -Dade and Monroe Counties FDOT District 6 CONTACT: Raul Quintela, PE Project Management Engineer Supervisor Address: 1000 NW 111 Avenue Miami, FL 33172 Phone: 305.470.5271 Email: raul.quintela @dot.state.fl.us 0 Gannett Fleming SCOPE OF SERVICES PROVIDED: » » Roadway Design services for the reconstruction of Palmetto Expressway Segment 4 RFP development support and conceptual plans development for the reconstruction of the Golden Glades Multi -modal Transportation Facility RFP development support for bridge replacement projects Project management support 1 -12 Cover Letter & Minimum Qualifications Requirements 1 City of Doral CONTACT: Eugene Collings - Bonfill, PE, PSM, PMP, Chief of Engineering Address: 8401 NW 53 Terrace Doral, FL, 33166 Phone: 305.593.6740 ext. 6017 Email: eugene.collings @cityofdoral.com SCOPE OF SERVICES PROVIDED: Roadway /drainage /structures design Traffic and transportation engineering Civil /site planning and design Environmental assessments and engineering Land use and zoning Architectural design and space planning Plans review and permitting Material inspections Project management City of Miami Capital Improvements & Transportation Program CONTACT: Jose Lago, PE, CFM Senior Project Manager Address: 444 SW 2nd Ave, 8th Floor Miami, FL 33130 Phone: 305.416.12 52 Email: jlago @miamigov.com SCOPE OF SERVICES PROVIDED: Preliminary engineering Roadway design services Traffic calming improvements design (i.e. design of traffic circles and raised intersections) Public involvement Stormwater collection system design » Landscape design Streetscape /hardscape design Miami -Dade County Transportation Nanning Organization CONTACT: Carlos Roa Assistant Director for Transportation and Land Use Address: 111 NW 1st Street, Suite 920 Miami, FL 33128 Phone: 305.375.1833 Email: croa @miamidadempo.org In Gannett Fleming SCOPE OF SERVICES PROVIDED: LRTP updates for years 2030, 2035, and 2040 Public Participation plan Data compilation, review, and development Financial resources review and update Efficient transportation decision making Travel demand modeling LRTP plan sub - elements Transportation plan update Visualization TIP /LRTP Interactive Tracking System 1 -13 gi Gannett Fleming Vendor Campaign Contributions Gannett Fleming is 100% owned by Gannett Fleming Affiliates, Inc. No shareholder of Gannett Fleming Affiliates, Inc. holds 10% or more share, so no individuals hold controlling financial interest. Code of Business Ethics It is essential that each and every company employee adhere to ethical business practices and the company Standards of Business Conduct. Company employees are expected to avoid even the appearance of unethical behavior. A single indiscretion on the part of one company employee can seriously damage the firm, its clients, and its business associates. Honesty and integrity are paramount in maintaining the company's superior professional reputation in its business practices. Adhering to these standards strengthens our reputation with our clients and the industry for honesty, fair dealing and protects our financial stability. Design professionals shall hold paramount the safety, health and welfare of the public and strive to comply with the principles of sustainable development in the performance of their professional duties. Professionals should advise their clients when they become aware of a potential violation of an applicable law, standard or regulation where the safety, health or welfare of the public is endangered. Many of the company's employees are licensed professionals whose behavior is governed by professional codes of ethics, and many belong to professional and technical organizations that provide guidance with respect to ethical behavior. Company employees who are licensed professionals and/or members of such organizations, are expected to be aware of and comply with all such codes and guidance promulgated by applicable professional or technical organizations. Many contracts executed on behalf of the company include specific references to laws and regulations, codes of ethics/ conduct, conflicts and/or actions that the client considers to be unethical or illegal. For projects governed by contracts with such references, the Project Manager shall inform the employees assigned to the project of these terms, and it is the responsibility of each employee to be aware of and to comply with such requirements. 1 -14 Ig Gannett Fleming Cover Letter & Minimum Qualinications Requirements 1 Company employees should contact their supervisor, regional, global business line or shared services director, division presidents, company president or chairman or the Legal Department if there is any question about the meaning of the above - described codes, guidance, or contract terms or in the event of a potential or actual conflict of interest. Company employees must immediately advise their supervisor, their regional, global business line or shared services director, the Legal Department or the Compliance Hotline if they (1) have been approached by anyone with a request to engage in questionable conduct or (2) have engaged in or become aware of any behavior that could reasonably be construed as unethical. Any company employee who knowingly engages in unethical behavior or fails to report information pertaining to unethical behavior will be subject to disciplinary action, up to and including termination. 1 -15 APPENDIX C tel M I AM 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 2017 -1 26 -KB 26 C1. 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 not 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. Please refer to page 1 -21 in Section 1. 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 and /or 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. Please refer to page 1 -21 in Section 1. 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. Please refer to page 1 -34 in Section 1. 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.gov /transportation/). 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. Q 201 -116-K 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 s 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: RFQ 2017-126-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 development/financial 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 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 management: RFQ 2017 -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; RFO 201/ - 126 -KB 30 Prime Proposer Cover Letter & Minimum Qualifications Requirements 1 AUTHORIZED TO CONDUCT BUSINESS IN FLORIDA Below find our Certificate of Corporation and Certificate of Authorization by the State of Florida, Division of Business and Professional Regulations. State of Florida Board of Professional Engineers GA'INE' .1* FLENuNG, INC 1 131' 1 1. ..Wwlud ceder ,!. Wm44n...1 •e„i■a CUM .'lSA M1 . r...... TO Off. .eeta.Maf wlew to we public through . rrore.Jwt l,, d.4 neo,a+ e,.d.' ee.p.. .7f, lodde s...o,e.. 8.ptradoa Asdl, No: 221 140.571 x U llc. Na Gannett Fleming State of Florida Department of' State I certify from the records of this office that GANNETT FLEMING, INC. is a Delaware corporation authorized to transact business in the State of Florida, qualified on October 30, 1989. The document number of this corporation is P26734. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual reportiuniform business report was filed on January 13, 2017, and that its status is active. I further certify that said corporation has not tiled a Certificate of Withdrawal. (Given under ml hand and the Great Seal of the State of Florida at Tallahassee. the Capital, thic the Thirteenth dal' of January, 2017 Secretary of State Tracking Number: CC4174316798 To authenticate this certif cate,visit the following site,enter this number, and then follow the instructions displayed. hops: / /servleessnnbiz.org/ Filings /Certincate0fStatuveertinrur %whcntir.aion PROJECT EXPERIENCE The following pages demonstrate Gannett Fleming's projects completed within the last 10 years that exemplify our experience in planning, technical, managerial, and administrative efforts related to transportation studies and /or other planning- related activities. Cover Letter & Minimum Qualifications Requirements 1 Planning and Traffic Engineering Consultant MIAMI BEACH, FL PROJECT DESCRIPTION START & COMPLETION DATES: 2012 - 2018 PROJECT CONTACT: Jose Gonzalez, PE, City of Miami Beach PHONE: 305.673.7000 ext. 6168 EMAIL: josegonzalez @miamibeachfl.gov VOLUME: 5666,393 PROPOSER'S ROLE: Prime Gannett Fleming is providing an array of general transportation planning and traffic engineering services to shape the future of transportation in this unique city. Working with the City's transportation department, elected and appointed officials, and the general public, we have re- evaluated the existing transportation needs of the community and the multi -modal system that is currently in place, and have proposed several solutions to improve transportation. Through the development of the current Miami Beach Transportation Master Plan under this contract, we actively supported the City in establishing the adopted 2035 Mode Share Vision that will serve as a foundation for future decisions to promote a more sustainable transportation environment. This vision will also serve as a constant Fg Gannett Fleming reminder that a balanced multi -modal transportation system will improve the livability and quality of life of the City. Tasks under this contract include: • 2035 TYansportation Master Plan • West Avenue TYaffic Study • Short -Term Beach Transit Connection Study • ITS and Parking Management System TIGER Grant Application Assistance • North and Middle Beach Trolley Loop Routes Study • West — Alton Bicycle Connection Alternatives Assessment • 23rd Street Complete Streets Study • 63rd Street Complete Streets Study 1 -22 Cover Letter & Minimum Qualifications Requirements 1 Districtwide Project Development and Environmental Services MIAMI -DADE & MONROE COUNTIES, FL NE 203rd Street & NE 215th Street 'u5 t, M. Do. •. _.. WHY are we doing THIS ?' .i ....- •_ , ,— ,..., . . . . .. . . . . . . . . . . . . .. . . . PROJECT DESCRIPTION START & COMPLETION DATES: 2012 - 2017 PROJECT CONTACT: Hong Benitez, PE, FDOT District 6 PHONE: 305.470.5219 EMAIL: hong.benitez @dot.state.fl.us VOLUME: 51,417,353 PROPOSER'S ROLE: Prime Gannett Fleming is providing general engineering and environmental services for the FDOT District 6 Intermodal Systems Development Office. Our firm is providing support with documents review, pre -PD &E and PD &E activities, efficient transportation decision making (ETDM), and support for the District Scoping Unit and Landscape Program. Our in -house staff augmentation at the District headquarters supports the Intermodal Systems Development Office daily activities. Tasks under this contract include: • NW 27th Ave Lane Reduction Analysis from NW 215 St to SR 112 • Modeling for BRT Transit Corridor - NW 27th Ave • Review of PD &E Manual and Complete Streets Handbook Gannett Fleming • Review of FDOT District 6 Transportation Alternatives Program Applications • Miscellaneous engineering, environmental impact review and production support services • Intersection Improvements Study at NE 203rd and NE 215th St, between US 1 and West Dixie Highway, and PD &E Scoping • Scoping, Public Involvement, and Design for SR 922/NW 125 St at I -95 Intersection Improvements • Scoping for 79th St and 81st St/82nd St • Value Engineering and Scoping for SR 826 and Okeechobee Rd PD &E Study • Scoping and Structural Conditions Assessment for the PD &E of 91st St Bridge to Indian Creek Island • In -house Support 1 -13 Cover Letter & Minimum Qualifications Requirements 1 Districtwide Intermodal Systems Planning Consultant Services MIAMI -DADE & MONROE COUNTIES, FL PROJECT DESCRIPTION START & COMPLETION DATES: 2012 - 2017 PROJECT CONTACT: Dionne Richardson, FDOT District 6 PHONE: 305.470.5292 EMAIL: dionne .richardson @dot.state.fl.us VOLUME: 51,499,532 PROPOSER'S ROLE: Prime Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Our firm is reviewing multi - modal plans, specifications, technical reports, and studies; conducting multi - modal inspections and preparing reports; conducting project site visits; performing multi -modal inventories; and reviewing transit system safety plans. Services include design, construction engineering and inspection, and program administration assistance for transit, aviation, rail, intermodal, and seaport projects in Miami -Dade and Monroe counties. Specific work orders include: • Plan Reviews for all District 6 Projects to ensure proper transit consideration and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations Gannett Fleming • MOT plans preparation for various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support • Freight Master Plan • Park - and -Ride Inventories • Site Feasibility for the Dolphin Station Park - and -Ride • Site Feasibility Study for the Dolphin TYuck Travel Center Cover Letter & Minimum Qualifications Requirements 1 Districtwide Freight Logistics and PAX Consultant Services MIAMI -DADE & MONROE COUNTIES, FL *a+.0......,, PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Services include multi -modal plans and specifications reviews, technical reports/ studies reviews, multi -modal inspections and reports, project site visits, multi - modal inventories, transit systems safety plan reviews, transit system vehicle inventory, park and ride inventory. Responsibilities also include design services and program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects. Specific work orders include: • Feasibility Study for NW 122nd Avenue Alignment Multi -modal Alternatives to connect NW 12th Street and NW 25th Street to the Dolphin Station Park - and -Ride • Assessment for Potential Truck Travel Center Locations within Miami -Dade County Pg Gannett Fleming START & COMPLETION DATES: 2015 - 2020 PROJECT CONTACT: Dionne Richardson, FDOT District 6 PHONE: 305.470.5292 EMAIL: dionne .richardson @dot.state.fl.us VOLUME: 51,456,995 PROPOSER'S ROLE: Prime • Feasibility Study for Pedestrian and Bicycle Accessibility to the Golden Glades existing and future multi - modal transportation facility from all areas and municipalities around the Golden Glades Interchange • Transit Vehicle Inspections and Agency Inspections for the 5310 Grant Program • Plan Reviews for all District 6 Projects to ensure proper Transit consideration and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations • MOT plans preparation for various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support General Planning Consultant Services MIAMI -DADE COUNTY, FL Cover Letter & Minimum Qualifications Requirements 1 START & COMPLETION DATES: 2013 - 2017 PROJECT CONTACT: Oscar Camejo, Miami -Dade TPO PHONE: 305.375.1837 EMAIL: Ocamejo @miamidadempo.org VOLUME: 5416,850 PROPOSER'S ROLE: Prime PROJECT DESCRIPTION Gannett Fleming has served as a General Planning Consultant (GPC) to the Miami- Dade TPO for five GPC cycles conducting a wide range of specialized studies to explore improvements to the regional transportation system. Working directly with TPO staff and the TPO committees and Board, concise analyses of transportation concepts are explored. We provide professional planning services to support their planning process for the urbanized area and regional efforts. Tasks under this contract include: • Corridor Studies • Transit Services Evaluations • Several InteracTlP enhancements and Development of TIPs, including the latest 2018 -2022 version • Implementation of the Federal Planning Emphasis Area (PEA) into the TPO planning process Gannett Fleming • Reversible Lanes Along Major Thoroughfares • Beach Corridor Transit Connection Study • Douglas Road Transit Study • SMART Plan Support • Toll Managed Highways with Rapid Bus Routes Study 1 -z6 Cover Letter & Minimum Qualifications Requirements 1 2040 Long Range Transportation Plan Update MIAMI -DADE & MONROE COUNTIES, FL START & COMPLETION DATES: 2012 - 2015 PROJECT CONTACT: Carlos Roa, Miami -Dade TPO PHONE: 305.375.1833 EMAIL: croa @miamidadempo.org VOLUME: 51,424,816 PROPOSER'S ROLE: Prime PROJECT DESCRIPTION Gannett Fleming updated the long range transportation plan (LRTP) for the Miami -Dade Transportation Planning Organization. We assisted the Miami - Dade TPO seven times with its LRTP updates, most recently the current 2040 Update. Our role included the development and implementation of public involvement initiatives, socioeconomic data development, evaluation and assessment of funding sources, development of the cost feasible plan, development and integration of the congestion management process to the LRTP, and web design. The 2040 LRTP document received the Award of Excellence, Best Plan Category "Miami - Dade 2040 Long range Transportation Plan" from the APA Florida Gold Coast Section, 2014. The 2040 Update scope of work consisted of the following tasks: • Establish LRTP goals, objectives, and performance measures n Gannett Fleming • Public Participation Plan • Data Compilation, Review, and Development • Financial Resources Review and Update • Efficient Transportation Decision Making • Travel Demand Modeling • LRTP Plan Sub - Elements • Transportation Plan update • Visualization • TIP /LRTP Interactive Tracking System • Contingency items including: preparation of PowerPoint presentation to committees and the MPO Governing Board, toll- transit research, CDMP amendments, development of the SMART Plan chapter for the 2040 LRTP SMART Plan video, and other support services as needed 121 Cover Letter & Minimum Qualifications Requirements 1 Districtwide Modal Development Consultant Services VARIOUS COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 4 Office of Modal Development (OMD) for our fourth consecutive contract. Over the last 15 years we have been providing multi -modal professional and technical services for the OMD in the areas of transit, pedestrians and bicycles, seaports, intermodal, and aviation. We have actively assisted the OMD in promoting the use of alternative modes of transportation and integrate them in all of the District's projects. Tasks performed under this contract include: • BB &T Center Park - and -Ride concept development and final design • Davie Road at I -595 Transit Mobility Hub concept development , final design, and post design services • Miramar Transit Mobility Hub concept development • Transit Facility Guidelines ri Gannett Fleming START & COMPLETION DATES: 2012 - 2017 PROJECT CONTACT: Lauren Rand, FDOT District 4 PHONE: 954.777.4499 EMAIL: Iauren.rand@dot.state.fl.us VOLUME: 51, 499, 994 PROPOSER'S ROLE: Prime • Development and management of the Multi -modal Scoping Forms, which ensured transit, pedestrians and bicycles, seaports, rail, and aviation were considered at the early stages of all District projects • Redevelopment of District 4 Discretionary Grants manual and guidelines • Seaports JPA reccrds management • Ft. Pierce Seaport Master Plan update • Freight movement supply chain workshop • Implementing BRT Lessons Learned workshop • Broward Central Terminal • Feasibility Study for the extension of the A1A Greenway through the City of Ft. Lauderdale and the Town of Lauderdale -by- the -Sea • Transit Vehicle Inspections for the 5310 Grant Program • In -house Support 1 -28 Cover Letter & Minimum Qualifications Requirements 1 Statewide Policy Planning Consulting Services STATEWIDE, FL FLORIDA OF TRAN.FORTATICN The Florida Bicycle and Pedestrian Partnership Council: 2012/2013 Annual Progress Report 2014 PERFORMANCE REPORT PROJECT DESCRIPTION START & COMPLETION DATES: 2016 - 2019 PROJECT CONTACT: Dana Reiding, FDOT Central Office PHONE: 850.414.4719 EMAIL: dana.reiding @dot.state.fl.us VOLUME: 5 811, 699 PROPOSER'S ROLE: Prime Gannett Fleming provides services to support the FDOT's Office of Policy Planning and has done so for the past three contract cycles. Services include enhancing and implementing Florida's statewide metropolitan planning processes, modifying and implementing the Florida Transportation Plan, developing transportation policy alternatives and recommendations, implementing and enhancing the coordination of transportation policy issues with other agencies and the public, including developing and documenting recommendations for improved coordination. Additional tasks include identifying, analyzing, and documenting specific long range trends and conditions, economic and demographic analyses, and transportation system performance, especially related to multiple - partner cooperation. The main objective is to provide staff support for the Office of Policy Planning through these primary tasks: [J Gannett Fleming • Development of a statistical model to forecast fatalities and serious injuries • Prepared FDOT's Annual Performance Reports since 2011 • Planned, developed materials, and facilitated numerous workshops over the past seven years • Prepared the "Regional Models of Cooperation: Status of Regional Coordination and Performance Measures Regional Collaboration Pilot Project" report • Prepared the Florida Case for FHWA's "Regional Models of Cooperation Handbook" 1 -20 START & COMPLETION DATES: 2012 - 2017 PROJECT CONTACT: Eugene Collings - Bonfill, PE, PSM, PMP, City of Doral PHONE: 305.593.6740 ext. 6017 EMAIL: Eugene.Collings @cityofdoral.com VOLUME: 5173,095 PROPOSER'S ROLE: Prime Cover Letter & Minimum Qualifications Requirements 1 Professional General Engineering & Architectural Services DORAL, FL PROJECT DESCRIPTION Gannett Fleming provided the City of Doral with professional general engineering, consulting, and architectural services. We served as an advisor, administrative consultant, and technical consultant Services included in this contract include roadway /drainage design, structural design, traffic and transportation engineering, civil/site planning and design, water and sewer design, environmental assessments and engineering, land use and zoning, architectural design and space planning, building remodeling and new construction design, plans review and permitting, building/threshold inspections, contract administrations, construction engineering and inspection, material inspections, project management, and landscape design. Authorized task work orders included design and construction management of transit bus stops /shelters throughout the city, plans for milling and resurfacing, and traffic engineering studies. Ig Gannett Fleming We also assisted the City in project coordination meetings with other municipalities, regulatory agencies, and developers. Task work orders for this contract included: • Doral Trolley Infrastructure Improvements • NW 114th Ave Milling and Resurfacing Project from NW 34th St to NW 58th St. • NW 114th Ave Park Traffic Impact Study • NW 82nd Ave Widening from NW 27th St to NW 33rd St 1 -30 Cover Letter & Minimum Qualifications Requirements 1 West Avenue Bridge over Collins Canal PD &E Study MIAMI BEACH, FL PROJECT DESCRIPTION START & COMPLETION DATES: 2012 - 2015 PROJECT CONTACT: Jose Gonzalez, PE, City of Miami Beach PHONE: 305.673.7000 ext. 6768 EMAIL: josegonzalez @miamibeachfl.gov VOLUME: 5800,000 PROPOSER'S ROLE: Prime Gannett Fleming performed this PD &E Study for a new bridge spanning over the Collins Canal to connect West Avenue from 17th Street to Dade Boulevard. This PD &E Study was performed for the FDOT District 6 in coordination with the City of Miami Beach through the Federal Highway Administration (FHWA) Local Agency Program (LAP). The preferred bridge typical section recommended consists of two 11 -foot travel lanes (one in each direction), one 11 -foot exclusive northbound left turn lane, and 5 -foot bicycle lanes and 10 -foot sidewalks on each side of the approaching roadway as well as on the bridge. This new bridge crossing would improve mobility and connectivity within this area of Miami Beach by providing more direct routes for pedestrians, bicyclists, and vehicles between the neighborhoods of Sunset Harbor and West Avenue. In addition, a new passive park would be constructed southwest of the proposed bridge, further enhancing the local community values and standard of living. M Gannett Fleming To accommodate the proposed bridge structures, the roadway improvements will extend along West Avenue from Lincoln Road to 18th Street, along Dade Boulevard from Purdy Avenue to Alton Road, and along 17th Street from Dade Boulevard to Alton Road. The proposed improvements included pavement reconstruction, widening, and milling and resurfacing; signing and pavement marking updates; bicycle and pedestrian enhancements; and landscape, hardscape, lighting, signalization, and drainage. This PD &E Study also involved the development of mitigation alternatives for existing seagrass communities that would potentially be impacted by the new bridge, and substantial public involvement efforts with the City residents and stakeholders throughout the entirety of the project. Cover Letter & Minimum Qualifications Requirements 1 Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd BROWARD COUNTY, FL PROJECT DESCRIPTION START & COMPLETION DATES: 2015 - 2018 PROJECT CONTACT: Jim Hughes, PE, FDOT District 4 PHONE: 954.777.4419 EMAIL: james.hughes@dot.state.fl.us VOLUME: 52,866,825 PROPOSER'S ROLE: Prime Gannett Fleming is developing the concepts and final design of pedestrian, bicycle, traffic, and transit operational and safety improvements for FDOT on SR 817/University Drive from Hallandale Beach Boulevard to SR 834 /Sample Road in Broward County, Florida. Our firm is working with the Broward County MPO and FDOT to prioritize multi -modal improvements for more than 20 miles of the University Drive corridor for project segmentation and planning the implementation. The contract has been divided into two phases. The scope for Phase 1 entails evaluating the feasibility of: • Adding or enhancing bus stops & bus shelters • Signalization improvements g Gannett Fleming • Sidewalk & bike lane connections • Advanced traffic management system (ATMS) • Pedestrian lighting • Transit signal priority (TSP) plan • Bridge widening and new pedestrian bridge over canal • ADA improvements The scope of Phase 2 is to prepare a set of construction contract documents including plans, specifications, supporting engineering analysis, calculations and other technical documents for in accordance with FDOT's policies, procedures and requirements. ., US 1 Express Lanes PD &E Study MIAMI -DADE COUNTY, FL PROJECT DESCRIPTION Cover Letter & Minimum Qualifications Requirements 1 START & COMPLETION DATES: 2011 -2015 PROJECT CONTACT: Javier Rodriguez, PE Miami -Dade Expressway Authority PHONE: 305.637.327 ext. 2218 EMAIL: jodriguez@mdx-way.com VOLUME: $4,997,662 PROPOSER'S ROLE: Prime The South Miami -Dade Busway operates as a premium transit corridor through 20 miles of the southern part of the County. Gannett Fleming formulated plans to convert the facility to a managed lanes facility. We developed alternative concepts and conducting detailed engineering and environmental studies under this PD &E study to determine the feasibility, potential impacts, and benefits of constructing managed lanes along the South Miami -Dade Busway. The project team evaluated the concept of express or managed lanes through the analysis of existing conditions, the development of viable and affordable build alternatives, and the assessment of functionality and cost of each alternative. Major physical features including facility length, lane configuration, access locations, and grade - separation treatments were tested. The result was three alternative configurations that would meet travel demands and generate sufficient revenues to justify and support the plan. ggi Gannett Fleming Public outreach was central to the project and the team worked with elected and appointed officials, community and business groups, advocacy groups, and the general public to garner support for the project, respond to objections, and choose the best alternative to meet the needs of the region and local community. Benefits for the community were expect to include improvements to transit passenger service and travel options on the US 1 corridor and throughout South Miami -Dade County 1 -33 Cover Letter & Minimum Qualifications Requirements 1 SR 90 /SW 7th & 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study MIAMI -DADE COUNTY, FL START & COMPLETION DATES: 2013 -2015 PROJECT CONTACT: Christine Springer, Jacobs Engineering Group PHONE: 954.246.1243 EMAIL: christine.springer @jacobs.com VOLUME: $292,377 PROPOSER'S ROLE: Subconsultant PROJECT DESCRIPTION Gannett Fleming provided professional planning, traffic engineering, preliminary design engineering, and environmental services for the development and evaluation of corridor alternatives for FDOT District 6. The project scope consisted of a corridor analysis of SR 90, a one -way pair of SW 8th Street (eastbound) and SW 7th Street (westbound) from SW 27th Avenue to US 1 within the Miami neighborhoods of Little Havana and the Brickell Financial District. This region of the County has seen significant growth in the last decade, especially in the Brickell area, with high- density, high -rise developments. The corridor analysis involved developing multi -modal alternatives for the one - way pair including alternatives for lane repurposing options for wider sidewalks, bicycles lanes, and bus rapid transit lanes. The study also evaluated the impact of potential changes in the direction of the existing traffic flow and a conversion from one -way pair to two -way roadways. We Gannett Fleming addressed pedestrian safety deficiencies by recommending mid -block signalized crossings into our proposed alternatives. Worth noting is that our study considered several new major developments within the Brickell area that will further impact operations and increase traffic volumes along this already congested corridor. We developed potential configurations for the interchange to improve vehicular traffic operations and accommodate future demand. The SR 90 Corridor Study involved substantial stakeholder outreach. Throughout the life of the study we meet regularly with an established Project Advisory Team composed of representatives from transportation agencies, municipalities, minority groups, and businesses and homeowners associations. 1 -3n Egj Gannett Fleming Cover Letter & Minimum Quali•ii,i ;io i, Requirements 1 Project Manager Our Project Manager, Nelson Mora, PE, is responsible for the oversight of planning and preliminary design projects. The following pages show projects he has managed that have been completed within the last 10 years. These projects exemplify his experience and capacity in performing transportation planning and related professional services. His experience includes: • Transportation Master Planning • Corridor Studies • Complete Street Studies • Freight Feasibility Studies • Pedestrian and Bicyclists Feasibility Studies • Traffic Operations and Safety Analysis • Parking and Park - and -Ride Studies • Truck Parking Studies • PD &E Studies for both Roadway and Fixed Guideway Transit Projects • Conceptual and Final Roadway Design • Roadway and Transit Plans Review • Alternative Analysis • 3D Graphics and Renderings • Design -Build RFP Development • Civil/Site Plans Development 1 -35 Cover Letter & Minimum Qualifications Requirements 1 Planning and Traffic Engineering Consultant MIAMI BEACH, FL PROJECT DESCRIPTION oFo START & COMPLETION DATES: 2012 - 2018 PROJECT CONTACT: Jose Gonzalez, PE, City of Miami Beach PHONE: 305.673.7000 ext. 6768 EMAIL: josegonzalez @miamibeachfl.gov VOLUME: 5666,393 PROPOSER'S ROLE: Prime Gannett Fleming is providing an array of general transportation planning and traffic engineering services to shape the future of transportation in this unique city. Working with the City's transportation department, elected and appointed officials, and the general public, we have re- evaluated the existing transportation needs of the community and the multi -modal system that is currently in place, and have proposed several solutions to improve transportation. Through the development of the current Miami Beach Transportation Master Plan under this contract, we actively supported the City in establishing the adopted 2035 Mode Share Vision that will serve as a foundation for future decisions to promote a more sustainable transportation environment. This vision will also serve as a constant ii Gannett Fleming reminder that a balanced multi -modal transportation system will improve the livability and quality of life of the City. Tasks under this contract include: • 2035 Transportation Master Plan • West Avenue Traffic Study • Short-Term Beach Transit Connection Study • ITS and Parking Management System TIGER Grant Application Assistance • North and Middle Beach Trolley Loop Routes Study • West — Alton Bicycle Connection Alternatives Assessment • 23rd Street Complete Streets Study • 63rd Street Complete Streets Study 1 -36 Cover Letter & Minimum Qualifications Requirements 1 Districtwide Project Development and Environmental Services MIAMI -DADE & MONROE COUNTIES, FL NE 203rd Street & NE 215th Street �.:- -., W..... Vi 1 £ w.n or.+ w.. PROJECT DESCRIPTION START & COMPLETION DATES: 2012 - 2017 PROJECT CONTACT: Hong Benitez, PE, FDOT District 6 PHONE: 305.470.5219 EMAIL: hong.benitez @dot.state.fl.us VOLUME: 51,417,353 PROPOSER'S ROLE: Prime Gannett Fleming is providing general engineering and environmental services for the FDOT District 6 Intermodal Systems Development Office. Our firm is providing support with documents review, pre -PD &E and PD &E activities, efficient transportation decision making (ETDM), and support for the District Scoping Unit and Landscape Program. Our in -house staff augmentation at the District headquarters supports the Intermodal Systems Development Office daily activities. Tasks under this contract include: • NW 27th Ave Lane Reduction Analysis from NW 215 St to SR 112 • Modeling for BRT Transit Corridor - NW 27th Ave • Review of PD &E Manual and Complete Streets Handbook Gannett Fleming • Review of FDOT District 6 Transportation Alternatives Program Applications • Miscellaneous engineering, environmental impact review and production support services • Intersection Improvements Study at NE 203rd and NE 215th St, between US 1 and West Dixie Highway, and PD &E Scoping • Scoping, Public Involvement, and Design for SR 922/NW 125 St at I -95 Intersection Improvements • Scoping for 79th St and 81st St/82nd St • Value Engineering and Scoping for SR 826 and Okeechobee Rd PD &E Study • Scoping and Structural Conditions Assessment for the PD &E of 91st St Bridge to Indian Creek Island • In -house Support 1 -i7 Cover Letter & Minimum Qualifications Requirements 1 Districtwide Freight Logistics and PAX Consultant Services MIAMI -DADE & MONROE COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Services include multi -modal plans and specifications reviews, technical reports/ studies reviews, multi -modal inspections and reports, project site visits, multi - modal inventories, transit systems safety plan reviews, transit system vehicle inventory, park and ride inventory. Responsibilities also include design services and program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects. Specific work orders include: • Feasibility Study for NW 122nd Avenue Alignment Multi -modal Alternatives to connect NW 12th Street and NW 25th Street to the Dolphin Station Park - and -Ride • Assessment for Potential Truck Travel Center Locations within Miami -Dade County ggg Gannett Fleming START & COMPLETION DATES: 2015 - 2020 PROJECT CONTACT: Dionne Richardson, FDOT District 6 PHONE: 305.470.5292 EMAIL: dionne .richardson@dot.state.fl.us VOLUME: 51,456,995 PROPOSER'S ROLE: Prime • Feasibility Study for Pedestrian and Bicycle Accessibility to the Golden Glades existing and future multi - modal transportation facility from all areas and municipalities around the Golden Glades Interchange • Transit Vehicle Inspections and Agency Inspections for the 5310 Grant Program • Plan Reviews for all District 6 Projects to ensure proper Transit consideration and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations • MOT plans preparation for various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support EXPERIENCE a QUALIFCATIONS 1116•All Experience & Qualifications 2 Experience & Qualifications 2.1 Qualifications of Proposing Firm Gannett Fleming is a full- service multi - disciplinary planning, engineering, and architecture firm. During our 100 year history, we have successfully completed over 35,000 projects for several clients in the public and private sectors. With over 2,000 employees, we deliver a broad range of comprehensive transportation, land use, earth sciences, information technology, construction management, water, power, and facilities services. We focus largely on transportation and we are recognized leaders in multi -modal transportation planning, travel demand forecasting, and long range transportation plan (LRTP) development. Since its founding in 1915, Gannett Fleming has continuously demonstrated a sensitivity and commitment to the needs and expectations of our clients, having successfully completed assignments in all SO states and in 65 countries throughout the world. Today, more than 2,000 highly - qualified, dedicated individuals continue our tradition of excellence. Since 1949, we have been providing planning, environmental, and engineering services throughout the US southeast including numerous municipalities in Florida. We have previously worked with the City and are familiar with the area, its administration, and the desires and needs of its citizens. n Gannett Fleming Gannett Fleming recently completed the 2035 City of Miami Beach Transportation Master Plan and the award winning 2040 Miami -Dade TPO LRTP. We have also led numerous versions of the Miami -Dade LRTP for the last 25 years. We are familiar with the region and all of its ongoing and envisioned transportation efforts. We are local to Miami Beach. Our Miami office lies approximately 15 miles from the City and hosts over 40 professionals with extensive experience in the planning, design, and management of urban projects for City of Miami Beach, City of Coral Gables, City of Doral, and City of Miami, Miami -Dade TPO, Miami - Dade County Transportation and Public Works, and FDOT Districts 4 and 6. Experience & Qualifications 2 UNIQUE QUALIFICATIONS Gannett Fleming is pursuing this contract because we have Gannet Fleming's Unique Qualifications: significant experience to support the City as it begins implementing its transformational transportation program. We have successfully Member of the Smart Cities Council » Partner in the pioneering National Connected Vehicle Deployment Pilot Programs » Over 100 certified Sustainability Envision Professionals gl Gannett Fleming performed work for Miami Beach in the recent past, and have provided similar services to other major municipalities in Miami -Dade County as well as for the County itself and throughout Florida. Our local professionals are capable of taking projects from the conceptual planning stage, through design, permitting, and construction while being highly sensitive to the affected community, and are available to begin supporting the City immediately. All of our professionals share your transportation vision and are fully prepared to deliver a fresh perspective, interactive public engagement, innovative designs, sound engineering, and effective project management. We are committed to implementing and adhering to an established city -wide transportation modal priority hierarchy that will meaningfully alter travel mode share over time by providing more reliable alternatives for pedestrians, bicyclists, and transit users and thus reducing single occupant vehicle (SOV) travel. Furthermore, we recognize that Miami Beach is a major attraction for residents and visitors to South Florida. While not everyone will come to Miami Beach by alternatives to the automobile, it can be feasible after arriving to travel by walking, cycling, or riding transit after having conveniently and efficiently parked. Our team is uniquely qualified since we are very familiar with Miami Beach through our prior planning and engineering work for both the City and the County, and from being long -term residents that travel daily from, into, and throughout the City. We know the specific local needs when it comes to multi - modal transportation while at the same time knowing how to navigate the broader county -wide and statewide agency processes. Our team, consisting of highly experienced planners, engineers, and public involvement specialists, has worked successfully for many years on many similar contracts for a wide variety of clients including the City. We are quick to respond on multiple overlapping assignments with a broad range of specialized services including those service types /work categories listed in the RFQ. Understanding that technology will play a crucial role in the future of transportation, we have joined the international Smart Cities Council and have also formed an internal Smart Cities Steering Committee. Gannett Fleming has much to offer in this emerging market, with our Information Technology and Transportation Operations groups' prowess in integrating sensor technology and managing mega data. Our firm is also part of the team that will perform g Gannett Fleming Experience & Qualifications 2 the U.S. DOT's Connected Vehicle Pilot Deployment Program because we want to be pioneers in this field to better serve our clients. Lastly, since we know the importance of having sustainable infrastructure particularly for coastal cities like Miami Beach, we are a charter member of the Institute for Sustainable Infrastructure (ISI), and already have a group of more than 100 certified employees as Envision Sustainability Professionals (ENV SPs), and growing. We are eager for the opportunity to apply these concepts to the City's context to better integrate its land use and assets with its transportation network and achieve a mode share vision that will provide safer and more resilient mobility choices. Gannett Fleming will support the City of Miami Beach in providing thorough transportation planning and traffic engineering consultant services as we have done in the recent past. We will assist the City in successfully implementing the adopted Comprehensive Multi -modal TYansportation Master Plan in a timely, inclusive, and effective manner. By working closely with community members and stakeholders, we will implement a plan that improves overall quality of life, re- balances the way that people get around, and provides a variety of healthier transportation choices like walking, cycling, and riding transit. Our efforts will enable public transit to be more accessible and convenient, enhance urban trails, greenways, sidewalks, and on- street bike facilities, and add traffic - calming measures in neighborhoods to lessen the impact of cut- through traffic. We will support the City's goal of increasing routine physical activity, to improve health, reduce the amount of climate - changing pollutants released, and ultimately become a more sustainable community. We will enhance the efficiency and effectiveness of all mobility choices for Miami Beach's residents, visitors, business community, and general public since it is of paramount importance to preserve economic vitality and quality of life within the City. The following pages demonstrate our experience and proven track record of providing services similar to those identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project submitted as evidence of similar experience, we have provided the project description, agency name, agency contact, contact telephone and email, and year(s) and term of engagement. 2 -3 Experience & Qualifications 2 Experience Providing Similar Scope of Services Projects Planning and Traffic Engineering Consultant, City of Miami Beach ransportation P annin om • ete Street V ro ea L It ransit P annin .� Urban Design Station Area Planning Traffic Engineering • u • is Partici • atio Districtwide PD &E Services, FDOT District 6 ✓ Districtwide Intermodal Systems Planning Consultant Services, FDOT ✓ ✓ ✓ District 6 Districtwide Freight Logistics & PAX Consultant Services, FDOT District 6 ✓ ✓ General Planning Consultant Services, Miami -Dade TPO ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ I✓ ✓ ✓ /IV IV. ✓ 1✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ' ✓ ✓ ✓ ✓ ✓ 2040 LRTP Update, Miami -Dade TPO ✓ ✓ ✓ ✓ ✓ ✓ ✓ Districtwide Modal Development Consultant Services, FDOT District 4 ✓ ✓ ✓ ✓ ✓ ✓ Statewide Policy Planning Consulting Services, FDOT Central Office ✓ ✓ ✓ ✓ ✓ ✓ Professional General Engineering & Architectural Services, City of Doral ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Qatar Transit Station Planning and ✓ Design Services, Public Works Authority ✓ 1✓ East Bay BRT Project Management and Construction Management, Gannett ✓ Fleming Project Development ✓ ✓ ✓ ✓ Grand Avenue Extension Study, Trolley ✓ Master Plan Study, City of Coral Gables ✓ ✓ ✓ The Wave Program Management Consultant Services, SFRTA ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Park - and -Ride Facility Civil and Site Development Services, MDT ✓ ✓ ✓ ✓ ✓ Transit Services and Traffic Signal Priority System Studies, VIA Metropolitan Transit ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Gannett Fleming 2 -4 Experience & Qualifications 2 Planning and Traffic Engineering Consultant MIAMI BEACH, FL PROJECT DESCRIPTION AGENCY NAME: City of Miami Beach AGENCY CONTACT: Jose Gonzalez, PE PHONE: 305.673.7000 ext. 6768 EMAIL: josegonzalez @miamibeachfl.gov YEAR(5) AND TERMS OF ENGAGEMENT: 2012 - 2018 Gannett Fleming is providing an array of general transportation planning and traffic engineering services to shape the future of transportation in this unique city. Working with the City's transportation department, elected and appointed officials; and the general public, we have re- evaluated the existing transportation needs of the community and the multi -modal system that is currently in place, and have proposed several solutions to improve transportation. Through the development of the current Miami Beach Transportation Master Plan under this contract, we actively supported the City in establishing the adopted 2035 Mode Share Vision that will serve as a foundation for future decisions to promote a more sustainable transportation environment. This vision will also serve as a constant giGannett Fleming reminder that a balanced multi -modal transportation system will improve the livability and quality of life of the City. Tasks under this contract include: • 2035 Transportation Master Plan • West Avenue Traffic Study • Short -Term Beach Transit Connection Study • ITS and Parking Management System TIGER Grant Application Assistance • North and Middle Beach Trolley Loop Routes Study • West —Alton Bicycle Connection Alternatives Assessment • 23rd Street Complete Streets Study • 63rd Street Complete Streets Study 75 Experience & Qualifications 2 Districtwide Project Development and Environmental Services MIAMI -DADE & MONROE COUNTIES, FL NE 203rd Street & NE 215th Street US 1 & «.. D... I•#*.t a r. are WHY a) THIS? �lf�f L PROJECT DESCRIPTION AGENCY NAME: FDOT District 6 AGENCY CONTACT: Hong Benitez, PE PHONE: 305.470.5219 EMAIL: hong.benitez @dot.state.fl.us YEAR(S) AND TERMS OF ENGAGEMENT: 2012 -2017 Gannett Fleming is providing general engineering and environmental services for the FDOT District 6 Intermodal Systems Development Office. Our firm is providing support with documents review, pre -PD &E and PD &E activities, efficient transportation decision making (ETDM), and support for the District Scoping Unit and Landscape Program. Our in -house staff augmentation at the District headquarters supports the Intermodal Systems Development Office daily activities. Tasks under this contract include: • NW 27th Ave Lane Reduction Analysis from NW 215 St to SR 112 • Modeling for BRT Transit Corridor - NW 27th Ave • Review of PD &E Manual and Complete Streets Handbook Gannett Fleming • Review of FDOT District 6 Transportation Alternatives Program Applications • Miscellaneous engineering, environmental impact review and production support services • Intersection Improvements Study at NE 203rd and NE 215th St, between US 1 and West Dixie Highway, and PD &E Scoping • Scoping, Public Involvement, and Design for SR 922/NW 125 St at I -95 Intersection Improvements Scoping for 79th St and 81st St/82nd St • • • Value Engineering and Scoping for SR 826 and Okeechobee Rd PD &E Study Scoping and Structural Conditions Assessment for the PD &E of 91st St Bridge to Indian Creek Island • In -house Support l b Experience & Qualifications 2 Districtwide Intermodal Systems Planning Consultant Services MIAMI -DADE & MONROE COUNTIES, FL PROJECT DESCRIPTION AGENCY NAME: FDOT District 6 AGENCY CONTACT: Dionne Richardson PHONE: 305.470.5292 EMAIL: dionne .richardson @dot.state.fl.us YEAR(S) AND TERMS OF ENGAGEMENT: 2012 - 2017 Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Our firm is reviewing multi - modal plans, specifications, technical reports, and studies; conducting multi - modal inspections and preparing reports; conducting project site visits; performing multi -modal inventories; and reviewing transit system safety plans. Services include design, construction engineering and inspection, and program administration assistance for transit, aviation, rail, intermodal, and seaport projects in Miami -Dade and Monroe counties. Specific work orders include: • Plan Reviews for all District 6 Projects to ensure proper transit consideration • MOT plans preparation for various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support • Freight Master Plan • Park - and -Ride Inventories • Site Feasibility for the Dolphin Station Park - and -Ride • Site Feasibility Study for the Dolphin Truck Travel Center and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations gl Gannett Fleming J -1 Experience & Qualifications 2 Districtwide Freight Logistics and PAX Consultant Services MIAMI -DADE & MONROE COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Services include multi -modal plans and specifications reviews, technical reports/ studies reviews, multi -modal inspections and reports, project site visits, multi - modal inventories, transit systems safety plan reviews, transit system vehicle inventory, park and ride inventory. Responsibilities also include design services and program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects. Specific work orders include: • Feasibility Study for NW 122nd Avenue Alignment Multi -modal Alternatives to connect NW 12th Street and NW 25th Street to the Dolphin Station Park - and -Ride AGENCY NAME: FDOT District 6 AGENCY CONTACT: Dionne Richardson PHONE: 305.470.5292 EMAIL: dionne .richardson@dot.state.fl.us YEAR(S) AND TERMS OF ENGAGEMENT: 2015 - 2020 • Feasibility Study for Pedestrian and Bicycle Accessibility to the Golden Glades existing and future multi - modal transportation facility from all areas and municipalities around the Golden Glades Interchange • Transit Vehicle Inspections and Agency Inspections for the 5310 Grant Program • Plan Reviews for all District 6 Projects to ensure proper Transit consideration and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations • Assessment for Potential Truck Travel Center Locations within Miami -Dade County gi Gannett Fleming • MOT plans preparatio>or various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support za General Planning Consultant Services MIAMI -DADE COUNTY, FL Experience & Qualifications 2 AGENCY NAME: Miami -Dade Transportation Planning Organization (TPO) AGENCY CONTACT: Oscar Camejo PHONE: 305.375.1837 EMAIL: Ocamejo @miamidadempo.org YEAR(S) AND TERMS OF ENGAGEMENT: 2016 -2017 PROJECT DESCRIPTION Gannett Fleming has served as a General Planning Consultant (GPC) to the Miami- Dade TPO for five GPC cycles conducting a wide range of specialized studies to explore improvements to the regional transportation system. Working directly with TPO staff and the TPO committees and Board, concise analyses of transportation concepts are explored. We provide professional planning services to support their planning process for the urbanized area and regional efforts. Tasks under this contract include: • Corridor Studies • Transit Services Evaluations • Several InteracTlP enhancements and • Reversible Lanes Along Major Thoroughfares • Beach Corridor Transit Connection Study • Douglas Road Transit Study • SMART Plan Support • Toll Managed Highways with Rapid Bus Routes Study Development of TIPs, including the latest 2018 -2022 version • Implementation of the Federal Planning Emphasis Area (PEA) into the TPO planning process IA Gannett Fleming 2 -9 Experience & Qualifications 2 2040 Long Range Transportation Plan Update MIAMI -DADE & MONROE COUNTIES, FL AGENCY NAME: Miami -Dade Transportation Planning Organization (TPO) AGENCY CONTACT: Carlos Roa PHONE: 305.375.1833 EMAIL: croa @miamidadempo.org YEAR(S) AND TERMS OF ENGAGEMENT: 2012 - 2015 PROJECT DESCRIPTION Gannett Fleming updated the long range transportation plan (LRTP) for the Miami -Dade Transportation Planning Organization. We assisted the Miami - Dade TPO seven times with its LRTP updates, most recently the current 2040 Update. Our role included the development and implementation of public involvement initiatives, socioeconomic data development, evaluation and assessment of funding sources, development of the cost feasible plan, development and integration of the congestion management process to the LRTP, and web design. The 2040 LRTP document received the Award of Excellence, Best Plan Category "Miami - Dade 2040 Long range Transportation Plan" from the APA Florida Gold Coast Section, 2014. The 2040 Update scope of work consisted of the following tasks: • Establish LRTP goals, objectives, and performance measures Gannett Fleming • Public Participation Plan • Data Compilation, Review, and Development • Financial Resources Review and Update • Efficient Transportation Decision Making • Travel Demand Modeling • LRTP Plan Sub - Elements • Transportation Plan update • Visualization • TIP /LRTP Interactive Tracking System • Contingency items including: preparation of PowerPoint presentation to committees and the MPO Governing Board, toll- transit research, CDMP amendments, development of the SMART Plan chapter for the 2040 LRTP SMART Plan video, and other support services as needed Experience & Qualifications 2 Districtwide Modal Development Consultant Services VARIOUS COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 4 Office of Modal Development (OMD) for our fourth consecutive contract. Over the last 15 years we have been providing multi -modal professional and technical services for the OMD in the areas of transit, pedestrians and bicycles, seaports, intermodal, and aviation. We have actively assisted the OMD in promoting the use of alternative modes of transportation and integrate them in all of the District's projects. Tasks performed under this contract include: • BB &T Center Park - and -Ride concept development and final design • Davie Road at I -595 Transit Mobility Hub concept development , final design, and post design services • Miramar Transit Mobility Hub concept development • Transit Facility Guidelines Gannett Fleming AGENCY NAME: FDOT District 4 AGENCY CONTACT: Lauren Rand PHONE: 954.777.4499 EMAIL: lauren.rand @dot.state.fl.us YEAR(S) AND TERMS OF ENGAGEMENT: 2012 - 2017 • Development and management of the Multi -modal Scoping Forms, which ensured transit, pedestrians and bicycles, seaports, rail, and aviation were considered at the early stages of all District projects • Redevelopment of District 4 Discretionary Grants manual and guidelines • Seaports JPA records management • Ft. Pierce Seaport Master Plan update • Freight movement supply chain workshop • Implementing BRT Lessons Learned workshop • Broward Central Terminal • Feasibility Study for the extension of the A1A Greenway through the City of Ft. Lauderdale and the Town of Lauderdale -by- the -Sea • 'Transit Vehicle Inspections for the 5310 Grant Program • In -house Support Experience & Qualifications Statewide Policy Planning Consulting Services STATEWIDE, FL !FLORIDA OEPAAT YETI! OF TRANSPORTATION The Florida Bicycle and Pedestrian Partnership Council: 2012 /2013 Annual Progress Report 2014 PERFORMANCE REPORT PROJECT DESCRIPTION AGENCY NAME: FOOT Central Office AGENCY CONTACT: Dana Reding PHONE: 850.414.4719 EMAIL: dana.reiding @dot.state.fl.us YEAR(S) AND TERMS OF ENGAGEMENT: 2016 - 2019 Gannett Fleming provides services to support the FDOT's Office of Policy Planning and has done so for the past three contract cycles. Services include enhancing and implementing Florida's statewide metropolitan planning processes, modifying and implementing the Florida Transportation Plan, developing transportation policy alternatives and recommendations, implementing and enhancing the coordination of transportation policy issues with other agencies and the public, including developing and documenting recommendations for improved coordination. Additional tasks include identifying, analyzing, and documenting specific long range trends and conditions, economic and demographic analyses, and transportation system performance, especially related to multiple - partner cooperation. The main objective is to provide staff support for the Office of Policy Planning through these primary tasks: gGannett Fleming • Development of a statistical model to forecast fatalities and serious injuries • Prepared FDOT's Annual Performance Reports since 2011 • Planned, developed materials, and facilitated numerous workshops over the past seven years • Prepared the "Regional Models of Cooperation: Status of Regional Coordination and Performance Measures Regional Collaboration Pilot Project" report • Prepared the Florida Case for FHWA's "Regional Models of Cooperation Handbook" Experience & Qualifications 2 Professional General Engineering & Architectural Services DORAL, FL AGENCY NAME: City of Doral AGENCY CONTACT: Eugene Collings- Bonfill, PE, PSM, PMP PHONE: 305.593.6740 ext. 6017 EMAIL: Eugene.Collings@cityofdoral.com YEAR(S) AND TERMS OF ENGAGEMENT: 2012 - 2017 PROJECT DESCRIPTION Gannett Fleming provided the City of Doral with professional general engineering, consulting, and architectural services. We served as an advisor, administrative consultant, and technical consultant Services included in this contract include roadway /drainage design, structural design, traffic and transportation engineering, civil /site planning and design, water and sewer design, environmental assessments and engineering, land use and zoning, architectural design and space planning, building remodeling and new construction design, plans review and permitting, building/threshold inspections, contract administrations, construction engineering and inspection, material inspections, project management, and landscape design. Authorized task work orders included design and construction management of transit bus stops /shelters throughout the city, plans for milling and resurfacing, and traffic engineering studies. gl Gannett Fleming We also assisted the City in project coordination meetings with other municipalities, regulatory agencies, and developers. Task work orders for this contract included: • Doral Trolley Infrastructure Improvements • NW 114th Ave Milling and Resurfacing Project from NW 34th St to NW 58th St. • NW 114th Ave Park Traffic Impact Study • NW 82nd Ave Widening from NW 27th St to NW 33rd St 2 -13 Experience & Qualifications 2 Qatar Transit Station Planning and Design Services DOHA, QATAR AGENCY NAME: Public Works Authority (Ashghal) AGENCY CONTACT: Ismail Al Haddad PHONE: 974.44951111 EMAIL: ialhaddad@ashgahl.gov.qa YEAR(S) AND TERMS OF ENGAGEMENT: 2016 -2017 PROJECT DESCRIPTION The Doha Metro system, a program of more than 140 miles of urban, rapid transit, serving multiple stations has been initiated in two phases. Gannett Fleming is developing station area plans for the first 36 stations on three of the four lines in the ultimate configuration. For each station, the project team conducted a re- evaluation of concept plans to arrive at a configuration that will meet the passenger volumes and modal demands for each station. Bus transfer facilities, park- and -ride, and kiss - and -ride facilities were designed to meet travel demands and the needs of the surrounding communities. Extensive coordination with the myriad of other public works projects, including a significant expressway improvement program, took place to ensure that the proposed stations would meet existing and ultimate configurations. Gannett Fleming The project team then developed design plans that will lead to construction under design -build contrac:s. An elaborate, branded landscape architectural plan, creating identity and guidance for passengers was custom applied to each station. Drainage, roadway, safety and security, and accessible access were central to the design of each station. The project proceeds on a fast -track schedule to meet the ambitious national goals of implementing heavy rail prior to the 2022 World Soccer Cup event. Experience & Qualifications 2 East Bay BRT Project Management and Construction Management OAKLAND, CA PROJECT DESCRIPTION AGENCY NAME: EMAIL: Gannett Fleming Project dmorosky @gfnet.com Development AGENCY CONTACT: Donald Morosky, PE PHONE: 717.763.7211 YEAR(S) AND TERMS OF ENGAGEMENT: 2013 - 2016 Gannett Fleming serves as the program manager /construction manager for the final design and construction of the East Bay Bus Rapid Transit (EBBRT) project for the Alameda- Contra Costa Transit District in the San Francisco area. The EBBRT project is a 9.5 -mile- long corridor extending from downtown Oakland through San Leandro to the San Leandro Bay Area Rapid Transit station. The corridor runs along International Boulevard and East 14th Street. The corridor also includes the District's busiest bus route, the 1/1R, which currently carries about 22,000 daily riders. Project features include dedicated bus lanes on streets in Oakland and San Leandro, 34 stations with level- boarding platforms, safety and security, fare vending and communication systems, and deployment of intelligent transportation systems (ITS) for real -time information and transit signal priority. AC Transit will deploy low -floor, low- emission 60 -foot articulated buses with doors on both sides for center and side platform boarding. gg Gannett Fleming As the program manager, Gannett Fleming oversees all design efforts and is directly responsible for: • Land acquisition • Public outreach • Environmental studies • Vehicle procurement • FTA Small Starts Grant Agreement (SSGA) reporting and applications • Utility coordination This multi -year assignment leading up to revenue service in November 2017 entails a close working relationship with AC Transit, the project sponsor, with on -site personnel, along with a team of more than 100 professionals addressing the full range of issues. Gannett Fleming also leads the coordination with the stakeholder agencies the cities of Oakland and San Leandro and Caltrans. 115 Experience & Qualifications Grand Avenue Extension Study, Trolley Master Plan Study CORAL GABLES, FL AGENCY NAME: City of Coral Gables AGENCY CONTACT: John Kowalchik PHONE: 305.460.5330 EMAIL: jkowalchik@coralgables.com YEAR(S) AND TERMS OF ENGAGEMENT: 2013 - 2014 PROJECT DESCRIPTION The City of Coral Gables (City) evaluated the need and potential for enhancing the existing City trolley system, as well as expanding the existing City Trolley system. The proposed improvements and or expansion addressed the unique mobility needs of various residents and businesses. The Trolley Master Plan focused on identifying the needs and scope of the desired expansion within the next five years. We developed both capital and operating costs for proposed services. The overall objectives of this study included: • Identify existing mobility needs of various population groups in the City • Define goals and objectives for the City trolley service • Guide enhancements of the existing trolley service • Guide trolley service expansion within next five years • Allow coordination of plans and policies of different city departments, tg Gannett Fleming federal, state and county agencies, other adjacent cities, and major stakeholders • Provide recommendations to implement identified goals and objectives The study will help the City to access grant funding venues such as the People's Transportation Plan (PTP), FDOT's Block Grants and federal grants Gannett Fleming conducted a study of the potential expansion of the existing Coral Gables Trolley system to serve new routes. The study included collection and analysis of existing data, customer and potential customer services, outreach to stakeholders, development of alternatives, analysis of alternatives, development of a recommended plan including a management plan and financial plan. The project team led a public meeting to share alternative improvements with city residents and receive feedback that would improve the recommended solutions. z -16 Experience & Qualifications The Wave Program Management Consultant Services FT. LAUDERDALE, FL 7 AGENCY NAME: South Florida Regional Transportation Authority AGENCY CONTACT: Suzie Papillon PHONE: 954.788.7908 EMAIL: papillons @sfrta.fl.gov YEAR(S) AND TERMS OF ENGAGEMENT: 2013 - 2018 PROJECT DESCRIPTION Gannett Fleming supports the South Florida Regional Transportation Authority (SFRTA) with a multidisciplinary project manager to supply expertise and technical and logistical support for the comprehensive implementation of several projects in the Engineering & Construction Department, including the Wave Streetcar, 79th Street Transfer Station, and the Miami Intermodal Center (MIC) Project. Working under the direction of SFRTA's Director of Engineering & Construction Department, the Gannett Fleming provides general oversight and project management of the design and construction of these projects. We also assist in the preliminary design; final design; procurement and contract negotiations; technical, managerial, and administrative needs; federal reporting requirements; and construction oversight related to the projects. Gannett Fleming oversees third party consultants, project management consultants (PMCs), and contractors related to implementation. Gannett Fleming Gannett Fleming is serving as an extension of SFRTA staff as the agency procured a general engineering consultant to design the Wave Streetcar project in downtown Ft. Lauderdale. Gannett Fleming personnel assisted with the development of the request for proposal and then developed an independent estimate for the project costs to manage the design effort, conduct public outreach, manage project risk, and solicit a contractor for the construction of the 2.7- mile system. Gannett Fleming personnel will continue to support the Authority through the transition of the project to FDOT and will continue with the project as the CEI consultant with ongoing oversight of the selected consultant through the 42 -month design period, concluding with the completion of 30 percent plans ready for a design -build or other alternative delivery procurement method. 2 -17 Experience & Qualifications Park -and -Ride Facility Civil and Site Development Services MIAMI, FL AGENCY NAME: Miami -Dade Transit AGENCY CONTACT: Julia Sanchez, PE PHONE: 786.469.5431 EMAIL: julsan@miamidade.gov YEAR(S) AND TERMS OF ENGAGEMENT: 2010 -2015 PROJECT DESCRIPTION Gannett Fleming provided full design services to prepare biddable construction plans for a new Miami -Dade Transit Park and Ride Facility at SW 344th Street/Palm Drive and South Miami -Dade Busway (Busway). The Park - and -Ride Facility is to be located on the north side of SW 344th Street, between NW 2nd Avenue and NW 3rd Avenue, adjacent to the southern terminus of the Busway. The preliminary lot layout proposes more than 250 parking spaces, a bus - circulating drive with six bus bays, a restroom building for transit employees, a security booth, and access to driveways on SW 344th Street and NW 3rd Avenue. Other site improvements included sidewalks, landscape, drainage, lighting, signing, and closed- circuit television (CCTV) cameras. The design is cost - feasible and construction - ready, and accommodates all modes of traffic, such as transit, auto, walk, and bicycle. gl Gannett Fleming Project scope of services included: • Final civil /site design • Public involvement • Coordination with utilities • Coordination with environmental agencies for permitting • Architecture, surveying, and mapping • Geotechnical /soils engineering • Mechanical, electrical, and plumbing design • Lighting design • Landscape architecture • TYaffic studies • Maintenance of traffic plan • Environmental mitigation plans 1Q Experience & Qualifications 2 Transit Services and Traffic Signal Priority System Studies SAN ANTONIO, TX PROJECT DESCRIPTION The VIA Primo service is San Antonio's first step in embarking on the introduction of high quality, reliable transit in the form of Bus Rapid Transit. Gannett Fleming evaluated the effectiveness and efficiency of the system and the traffic signal priority (TSP) system that enabled rapid, reliable service. The project team recommended strategies to improve the level of service along the 20 -mile BRT corridor. The evaluation included benefits and costs of this service. The project team conducted an analysis of the BRT system including the TSP, station features, and station area development, and provide comparison with other successful systems. Gannett Fleming conducted this study under a master agreement with San Antonio VIA Metropolitan Transit. The firm evaluated the existing BRT in terms of station amenities and the ability to enhance surrounding land, promoting transit - oriented development, as well as the central traffic signal control system and its ability to operate traffic `, Gannett Fleming AGENCY NAME: VIA Metropolitan Transit AGENCY CONTACT: Hannah Santiago PHONE: 210.362.2000 EMAIL: hannah.santiago @viainfo.net YEAR(S) AND TERMS OF ENGAGEMENT: 2014 - 2018 signal priority on additional corridors in the future. Central to this study was a comparison of the Primo service against three peer systems around the county. As a result of the peer review and corridor - specific evaluation, the project team was able to make recommendations on expanding Primo service to other corridors around the City of San Antonio. The study identified strengths and weaknesses of the existing Primo bus rapid transit service and recommended modifications for improvement. Those recommendations established a basis for bus rapid transit in San Antonio and the prototype for additional BRT corridors in future high - ridership transit corridors. 2 -19 Experience & Qualifications 2 ADDITIONAL PROJECTS Gannett Fleming has completed other projects similar in size and scope to this contract for the City of Miami Beach. Below is a sample of additional projects for your reference. Short Term Beach Connector Transit Study, City of Miami Beach 1 -95 Reconstruction, Section AFC, PennDOT, District 6 -0 Conducted preliminary engineering and detailed routes, schedules, and stations planning, financial and operational planning for the introduction of premium transit between the cities of Miami Beach and Miami as part of a General Engineering Consultancy contract. Design of elevated highway to replace existing. As part of this, Gannett Fleming is redoing a number of neighborhood streets as Complete Streets and preparing the urban design for elements such as underpasses, retaining walls, noise walls (some of which are clear), bridge abutments, and underpasses. Paoli Transportation Center, Southeastern Pennsylvania Transportation Authority (SEPTA) Planning and design of a transportation center at Paoli Train Station, improved vehicular, pedestrian and ADA access, new bridges, high level platforms, tie into proposed TOD. MGannett Fleming SouthShore Circulator, Hillsborough County MPO The purpose of this study was to assess the need for transit circulator service to connect the existing and future residential, employment, and activity centers within the SouthShore Area and develop the best alternative and implementation plan to provide input into the Hillsborough County MPO and MPO and Hillsborough Area Regional Transit Authority (HART) Plans. 2 -20 Experience & Qualifications 2 Conceptual Planning for West Concourse, SEPTA East Busway Extension, Port Authority of Allegheny County A, Gannett Fleming Under a task work as a General Engineering Consultant, Gannett Fleming conducted studies for a new retail concourse to connect Amtrak 30th Street Station in Philadelphia to SEPTA's 30th Street subway station and to massive new mixed use high rise development in West Philadelphia. The purpose of this feasibility study is to understand the feasibility of alignment alternatives and the costs associated with the construction and the operation and maintenance of the busway as well as the implications on ridership and community planning. 1 2.2 Qualifications of Proposer Team Gannett Fleming offers the full range of services needed for this contract. We recognize that certain elements need redundancy and others need expert dedication. Most tasks will need concurrent data collection and analysis. To efficiently accomplish this, we have teamed with local multi -modal traffic operations data collection and analysis experts (CALTRAN Engineering Group and CH Perez and Associates) who are familiar with the City's topography and daily operations, and can provide on- demand services for tasks requiring them. We have great working relationships with these local experts which will be crucial for delivering tasks promptly and efficiently, particularly when and if unexpected changes arise. We recognize that certain elements will need niche expertise, one of them being economic and financial analysis. Our subconsultant WTL +a specializes in economic development consulting for public and private clients and they have worked on over 450 projects across the United States. They will be a great asset for delivering certain projects under this contract, especially for those needing innovative funding opportunities. We have included an organizational chart on page 2 -23 of Gannett Fleming and subconsultant personnel who will work on this contract. Our team includes the firms listed on the following page accompanied by their qualifications. 2 -21 CALTRAN ENGINEERING GROUP Experience & Qualifications RESUMES Resumes for each individual to be assigned to this contract, including education, experience, and other pertinent information, are included at the end of this section. CALTRAN Engineering Group, Inc. (CEG) is a certified DBE, MBE, CBE/ SBE engineering services company with core services in the areas of traffic and transportation engineering specializing in traffic and highway analysis, traffic data collection, inventories, GIS, parking studies, signal traffic warrants, traffic operations, and transportation special studies. CEG has a proven capability to perform data collection and follows a procedure that incorporates the latest technology when deploying traffic data collection activities. Their staff has been involved in contracts with FDOT and many other public and private agencies throughout Florida providing similar services to those required by the City of Miami Beach. CEG has been a teaming partner with Gannett Fleming since its inception on a wide variety of transportation projects throughout south Florida. Gannett Fleming C H Perez & Associates En eat. • P,,, en • Scosin COVVIV m ^4,1ta, CH Perez & Associates Consulting Engineers, Inc. (CHP) staff has developed a clear understanding of the needs for cost efficient transportation solutions to improve the safety and mobility of all highway users. Their traffic operations group includes professionals with up to 28 years of experience in the field that are well known by the Florida traffic safety and operations community. Their experience ranges from level of service analysis to complex access management studies to detailed modeling of roadway networks. They provide full traffic data collection services to support traffic operations and safety work. WTL±a WTL +a (WTL) brings 32 years of experience in real estate and economic development consulting on behalf of public and private clients, including municipal and state governments, institutions, investment funds and real estate developers. The firm's practice is focused in the areas of market and financial feasibility studies for all land uses; development programming for mixed -use projects; neighborhood- and corridor- commercial district revitalization strategies; and implementation /funding strategies, particularly the use of tax increment financing. WTL serves as a key advisor on multi - disciplined teams focusing on neighborhood and commercial revitalization, business recruitment and retention, economic impacts, land use and regulatory policies, implementation strategies, and cost/ benefit studies. Their transportation experience includes economic development strategies for corridor transit plans; economic impacts of transit alternatives; and transit - oriented development. 2 -22 Project Organization an Experience & Qualifications 2 SENIOR TECHNICAL ADVISOR Naldo Gonzalez, PE, ENV SP (GF) MIAM BEACH PROJECT MANAGER Nelson Mora, PE (GF) PROJECT PRINCIPAL Jose Abreu, PE, F ASCE (GF) Jeanette Berk (GF) Carlos Cejas, PE (GF) Alina Fernandez, PE (GF) Naresh Kotari, AICP (GF) Mary Ross, PE (GF) TRANSPORTATION PLANNING BICYCLE & PEDESTRIAN PLANNING Patrick Anater, AICP (GF) Carlos Cejas, PE (GF) Alejandro Cuadra (GF) Daniel Irigoyen, El (GF) John Izquierdo, El (GF) Ivan Jimenez, El (GF) Naresh Kotari, AICP (GF) Christina Mendoza, AICP (GF) Nelson Mora, PE (GF) Michael Neidhart, PhD, AICP (GF) Mary Ross, PE (GF) Jeannelia Liu, PE (CEG) Carlos Perez, PE (CEG) Alejandro Meitin, PE (CHP) ECONOMIC & FINANCIAL ANALYSIS Alan Brick- Turin, PE (GF) Susan Gibbons, RA (GF) Shawn Rairigh, AICP (GF) Mohammad Lavasani (CEG) Thomas Lavash (WTL) Tom Moriarity (WTL) TRANSPORTATION & LAND USE TRANSIT PLANNING URBAN DESIGN STATION AREA PLANNING Edward Aparicio, LEED GA (GF) Martin Benzaquen, PE, ENV SP (GF) Jeanette Berk (GF) Alan Brick- Turin, PE (GF) Michelle Brummer, AICP (GF) Carlos Cejas, PE (GF) Hoyt Davis (GF) Alina Fernandez, PE (GF) Susan Gibbons, RA (GF) Howard Glassman (GF) Jiangchuan Hu, El (GF) Nelson Mora, PE (GF) Shawn Rairigh, AICP (GF) Juan Calderon, PE, PTOE (CEG) TRAFFIC ENGINEERING Carlos Cardo, PE (GF) Phuc Duong, PE (GF) Naresh Kotari, AICP (GF) Aung Thurain, PE (GF) Juan Calderon, PE, PTOE (CEG) Carlos Perez, PE (CEG) Keffler Castro, PE (CHP) Marco Incer, PE (CHP) Revocatus Kanilwa, PE, PTOE (CHP) SMART GROWTH LIVABLE CITIES COMPLETE STREETS Patrick Anater, AICP (GF) Martin Benzaquen, PE, ENV SP (GF) Jeanette Berk (GF) Carmen Bermudez, PE (GF) Rodolfo Caceres, PE (GF) Susan Gibbons, RA (GF) Alina Fernandez, PE (GF) Leanet Mujica, PE (GF) Eric Rensel (GF) Mary Ross, PE (GF) Andres Sandoval, El (GF) Alejandro Uribe, PE (GF) Mohammad Lavasani (CEG) Marco Incer, PE (CHP) PUBLIC PARTICIPATION Jose Abreu, PE, F ASCE (GF) Edward Aparicio, LEED GA (GF) Alan Brick - Turin, PE (GF) Carlos Cejas, PE (GF) Ivan Jimenez, El (GF) Nelson Mora, PE (GF) Shawn Rairigh, AICP (GF) Juan Calderon, PE, PTOE (CEG) Legend GF CEG CHP WTL Gannett Fleming, Inc. CALTRAN Engineering Group, Inc. CH Perez & Associates Consulting Engineers, Inc. WTL +a DBE DBE g Gannett Fleming 2 -2 2 Experience & Qualifications 2 2.2.1 COMPREHENSIVE SUMMARY OF PROJECT MANAGER AND TASK LEADERS Synergy between the City Administration, its residents and stakeholders, and the project team will be key to the successful delivery of projects through this diverse contract. This can be accomplished with direction and coordination that is proactive and knowledgeable. Our team will be led by Nelson Mora, PE, a skilled and energetic project manager who will strive for optimal communication between all involved parties throughout the duration of the contract. Having nine years of firsthand experience in the delivery of multi -modal transportation projects, from planning to construction, Mr. Mora understands the challenges of conceptualizing and implementing transportation improvements, particularly innovative ones. He is able to focus on the intricacies and details of re- designing a single intersection to better accommodate all modes, but understands that proper planning and programming is vital to make this possible. Mr. Mora currently leads the Gannett Fleming Miami Office Planning Practice and his experience includes transportation master planning, corridor studies, complete street studies, freight feasibility studies, pedestrian and bicyclists feasibility studies, traffic operations and safety analysis, parking and park -and- ride studies, truck parking studies, PD &E studies for both roadway and fixed guideway transit projects, conceptual and final roadway design, roadway and transit plans review, alternative analysis, 3D graphics and renderings, design - build RFP development, and civil /site plans development. Nelson has the ability to consider the full extent of a project cycle from concept to concrete is what makes him the perfect candidate to manage this contract. Having a wide range of experience allows him to quickly respond on assignments needing fast turnaround, but he never sacrifices quality to do so. Nelson manages a similar contract for the City and has developed a great working relationship with its transportation department, particularly while leading the successful development and adoption of its current Transportation Master Plan. He is now fully ready to walk alongside the City toward its multi - modal vision by making this plan a reality! Gannett Fleming 2 -24 Experience & Qualifications 2 Mr. Mora knows the importance of clearly communicating project objectives to stakeholders and the general public. He focuses on perfecting visual communication skills and constantly searches for new tools that allow him and his team to deliver project messages more effectively and efficiently. Written communication of proposed improvements will not suffice for the City and its residents and stakeholders. A project has to come to life to understand its benefits and impacts, and Mr. Mora and his team do this by developing interactive presentations and three - dimensional project models that provide a fully immersive experience. Expert Team Leadership To support Mr. Mora, we have chosen a Senior Technical Advisor, Project Principal, and Task Leaders who will assist with management and technical oversight, and ensure that the proper resources are allocated through the duration of the project. Our team is structured to best serve the City. We recognize there is a value in a management and task leader team approach when it comes to setting the scope and selecting subject matter experts for each assignment. JOSE ABREU, PE, F ASCE Project Principal Mr. Abreu is a Senior Vice President, based in Gannett Fleming's Miami office, responsible for strategic planning; advising clients in all areas of transportation including long range planning, policy, and finance, including bond issuance; altemative project delivery; work program; federal funding; new revenue streams; and the acquisition of real estate for transportation projects. He brings more than 39 years of innovative, executive leadership. His experience includes serving in leadership roles for Miami -Dade County as well as the state of Florida. Prior to joining Gannett Fleming, Mr. Abreu served as director of the Miami -Dade Aviation Department, where he oversaw the operations of Miami International Airport (MIA), as well as four general g Gannett Fleming aviation airports in the area. During his tenure, Mr. Abreu was responsible for one of the largest airport expansion programs in the U.S., a $6.5 billion capital improvement program that added new terminals, roadways, and other infrastructure to MIA and the county's general aviation airports. In advance of his 2005 appointment to aviation director, Mr. Abreu served as secretary of the FDOT under Gov. Jeb Bush. In this role, he oversaw FDOT's operations, which included seven districts and Florida's Turnpike Enterprise, and encompassed 7,500 employees and a $9 billion annual budget. Prior, Mr. Abreu served in progressively senior positions at FDOT for more than 18 years, eight of which were spent as the secretary of FDOT District Six, which included Miami -Dade and Monroe Counties. 2 25 CARLOS CEJAS, PE Task Leader Mr. Cejas is a Vice President responsible for the oversight of planning and preliminary design projects with more than 30 years of diverse and hands -on experience. His experience includes Planning and PD &E studies for both highway and fixed guideway transit projects; complete streets planning and design; bicycle and pedestrian planning; traffic operations and safety; parking and park- and -ride studies; public involvement; roadway final designs and plan preparation; roadway and transit plans review; bridge and other structural designs; and construction engineering and inspection (CEI) work. Experience & Qualifications 2 The type of work has included a wide spectrum of multi -modal transportation projects for a variety of public sector clients focused on safely and efficiently moving people and freight. He has provided support to the Miami -Dade TPO on a wide variety of General Planning Consultant (GPC) assignments and the Long Range Transportation Plan for the last 16 years. Has also supported the FDOT Modal Development offices in both Districts 4 and 6 for the last 15 years and has been supporting various municipalities such as the City of Miami Beach and City of Doral for the last five years. JEANETTE BERK Task Leader Ms. Berk brings 30 years of travel demand modeling and multi - modal planning experience. Throughout her career she has conducted transit and roadway altemative analyses, transportation impact analyses of land use changes, trip generation calculations and studied their effect on traffic volumes and ridership forecasts. In Jacksonville, she has conducted many corridor studies focusing on different transit modes such as local bus, bus rapid transit and rail. g Gannett Fleming Ms. Berk has managed many projects in the public sector for agencies such as MPOs, TPOs, and the FDOT, as well owned a company for 17 years. She is accomplished in conveying technical results to elected officials, the general public, and a technical audience. 7 -76 Experience & Qualifications 2 NALDO GONZALEZ, PE, ENV SP Senior Technical Advisor Mr. Gonzalez is a Vice President and the Florida Transportation Director with overall responsibility for strategic planning, project delivery, client relationships, business development, and staff and resource development for transportation planning, highway and bridge design, and construction engineering for the firm's Florida operations. His responsibilities also include serving as project manager or principal on major transportation projects; leading the technical and managerial aspects to meet project objectives, scope, budget and schedule; and confirming quality control and quality assurance. He has gained insight and familiarity with engineering work through the entire life cycle: planning, PD &E, right -of -way acquisition, design, construction, and maintenance. Mr. Gonzalez's eight years of public service as a District 6 employee instilled in him a full understanding of the management of work programs and public policies. He has developed scopes, cost estimates, and schedules for planning, PD &E, design, and construction for highway and transit projects with various transportation agencies. ALINA FERNANDEZ, PE Task Leader Ms. Fernandez is a Senior Project Manager with 18 years of experience delivering successful projects for FDOT, City of Miami, City of Doral, Miami -Dade County, MDX, and Florida's Turnpike Enterprise. Her expertise includes design and project management/oversight of projects including roadway, drainage, signing and pavement markings, traffic control, environmental permitting, lighting, signalization, temporary and permanent utility coordination, construction cost estimates, and agency coordination. rill Gannett Fleming Ms. Fernandez recently led the Gannett Fleming team in the design of such projects as the NW 74th Street extension a local urban project that required innovative solutions involving accelerated design techniques, environmental requirements, and the critical need for effective stakeholder engagement. Another important project led by Ms. Fernandez is the University Drive mobility study, partnering with Broward MPO and FDOT District 4. This "complete streets" project analyzed the feasibility of a variety of multi -modal improvements along University Drive, a corridor length of over 20 miles traversing eight different municipalities. 1 ii NARESH KOTARI, AICP Task Leader Mr. Kotari is a Senior Transportation Planner 13 years of experience. His expertise in the traffic planning field includes traffic and transit data summarization, safety analysis, interchange analysis, corridor studies, traffic impact analyses, socioeconomic data forecasting, subarea travel demand model validation, evaluation of alternatives for PD &E studies and transit station location evaluation. He has successfully managed many corridor -level transportation projects for FDOT, Sarasota County and other local jurisdictions within Florida. His knowledge in the evaluation of corridor alternatives helps in identifying design alternatives that are cost effective and has minimal impacts to right -of -way. Experience & Qualifications 2 Mr. Kotari has evaluated eight interchanges along I -275 corridor in the Tampa Bay area with FDOT District 7. Both short-term and long -term interchange concepts were provided. The long- term interchange ideas include a Continuous U -Turn Interchange (CUTI), Diverging Diamond Interchange (DDI), and provision of a CD- system to provide relief under future traffic conditions. He has also evaluated US 41 and Causeway Boulevard intersection in the Tampa Bay area. He provided key design concept ideas for the intersection through evaluation of traffic and actively coordinated the development of conceptual design plans and construction costs. MARY ROSS, PE Task Leader Ms. Ross is a Vice President and Transportation Manager responsible for the firm's transportation planning activities in the southeastern United States, including LRTP development projects and highway and transit corridor studies. She has over 31 years of transportation planning and engineering experience and has successfully managed and provided oversight to numerous projects for FDOT, MPOs, and transit agencies. g Gannett Fleming She is responsible for transportation planning activities, which include managing and assisting the transportation planning staff in the areas of project management and project development. Ms. Ross provides project coordination services and technical assistance for transportation planning and engineering projects, including those involving corridor studies, alternative analyses, travel demand forecasting, transportation impact analyses, LRTPs, and environmental concerns. 2 -1R Experience & Qualifications 2 2.2.2 TEAM EXPERIENCE Our multidisciplinary team brings international, national, and local experience in the wide variety of services to be provided under this contract including: multi -modal and complete streets planning and design, transit and station area planning and design, urban planning and design, roadway design, traffic operations and safety analysis, economic and financial analysis, and public participation. The table below illustrates the specializations of our personnel and our subconsultants. Experience Providing Similar Scope of Services u, m 0 3 3 m Transportation Planning Smart Growth Livable Cities Complete Streets Integration of Transportation & Land Use Economic & Financial Analysis Transit Planning Bicycle & Pedestrian Planning Urban Design Station Area Planning Traffic Engineering Public Participation u ea _ LL oa u E 0 0 W 3. Gannett Fleming Nelson Mora, PE Jose Abreu, PE, F ACSE Patrick Anater, AICP ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Edward Aparicio, LEED GA ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Jeanette Berk ✓ ✓ ✓ ✓ ✓ ✓ Carmen Bermudez, PE ✓ ✓ ✓ ✓ J Alan Brick - Turin, PE ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Michelle Brummer, AICP ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Martin Benzaquen, PE, ENV SP Rodolfo Caceres, PE ✓ ✓ ✓ Carlos Cardo, PE ✓ ✓ ✓ ✓ ✓ ✓ Carlos Cejas, PE ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Alejandro Cuadra ✓ ✓ ✓ �` Gannett Fleming 2 -29 Experience & Qualifications 2 Experience Providing Similar Scope of Services Personnel Hoyt Davis rans • ortation P annin om • ete Street CU 0 tation Area P annin •j ra is Engineerin • u • is Partici • atio Phuc Duong, PE Alina Fernandez, PE ✓ ✓ Susan Gibbons, RA ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Howard Glassman ✓ ✓ Naldo Gonzalez, PE, ENV SP ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Jiangchuan Hu, El ✓ ✓ ✓ Daniel lrigoyen, El ✓ ✓ ✓ ✓ ✓ ! ✓ ' ✓ John Izquierdo, El ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Ivan Jimenez, El ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Naresh Kotari, AICP ✓ ✓ ✓ ✓ ✓ ✓ Christina Mendoza, AICP ✓ Leanet Mujica, PE Michael Neidhart, PhD, AICP ✓ ✓ ✓ ✓ ✓ ✓ ✓ Shawn Rairigh, AICP ✓ ✓ ✓ Eric Rensel / / / / Mary Ross, PE ✓ ✓ Andres Sandoval Aung Thurain, PE Alejandro Uribe, PE ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ j ✓ ✓ ✓ J J ✓ ✓ CALTRAN Engineering Group Juan Calderon, PE, PTOE Mohammad Lavasani ✓ ✓ ✓ I ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Gannett Fleming 2 -30 Experience & Qualifications 2 Experience Providing Similar Scope of Services Personnel Jeannelia Liu, PE ransportation P annin ivab e Citie om. ete Street- ransit P annin • tation Area P annin ra is En • ineerin •j • u • is Partici • atio Carlos Perez, PE ✓ ✓ CH Perez & Associates Keffler Castro, PE Marco Incer, PE Revocatus Kanilwa, PE, PTOE Alejandro Meitin, PE ✓ ✓ ✓ ✓ WTL +a Thomas Lavash Tom Moriarity ✓ ✓ Gannett Fleming 2.2.2 EVIDENCE OF PRIOR WORKING EXPERIENCE The projects on the following pages demonstrate that our team has successfully collaborated on prior projects. Each project submitted includes the project name, a brief project description, date of completion, owner's representative, and owner's representative contact information. 2.3 Financial Capacity At the request of the City, Gannett Fleming will arrange for Dun & Bradstreet (D &B) to submit a supplier qualification report (SQR) directly to the procurement contract officer, Natalia Delgado. z -31 Experience & Qualifications Planning and Traffic Engineering Consultant MIAMI BEACH, FL PROJECT DESCRIPTION -4 DATE OF COMPLETION: 2018 OWNER'S REPRESENTATIVE: Jose Gonzalez, PE, City of Miami Beach Phone: 305.673.7000 ext. 6768 Email: josegonzalez @miamibeachfl.gov Gannett Fleming is providing an array of general transportation planning and traffic engineering services to shape the future of transportation in this unique city. Working with the City's transportation department, elected and appointed officials, and the general public, we have re- evaluated the existing transportation needs of the community and the multi -modal system that is currently in place, and have proposed several solutions to improve transportation. Through the development of the current Miami Beach Transportation Master Plan under this contract, we actively supported the City in establishing the adopted 2035 Mode Share Vision that will serve as a foundation for future decisions to promote a more sustainable transportation environment. This vision will also serve as a constant Gannett Fleming reminder that a balanced multi -modal transportation system will improve the livability and quality of life of the City. Tasks under this contract include: • 2035 Transportation Master Plan • West Avenue Traffic Study • Short -Term Beach Transit Connection Study • ITS and Parking Management System TIGER Grant Application Assistance • North and Middle Beach Trolley Loop Routes Study • West - Alton Bicycle Connection Alternatives Assessment • 23rd Street Complete Streets Study • 63rd Street Complete Streets Study 1 -21 Experience & Qualifications 2 Districtwide Project Development and Environmental Services MIAMI -DADE & MONROE COUNTIES, FL NE 203rd Street & NE 215th Street • WHY are we doing THIS? • s ..tip m n I. .. w• .n. r•. rA Wm. I. rwW ••■•• .M r uumoury w.w•......•.•••. .n r RU V... - -,.aw mud 1..w.• ,o, ww..Y /•M..r.+ •rcge•.**r1oa...r w- w•..Y•r..•.r wow r. *Mil* s10 r.o.n r• rw1 ._ rw.r.�.•o..••....k ..w MONO* r..wlow *row w1 PROJECT DESCRIPTION DATE OF COMPLETION: 2017 OWNER'S REPRESENTATIVE: Hong Benitez, PE, FDOT District 6 Phone: 305.470.5219 Email: hong.benitez @dot.state.fl.us Gannett Fleming is providing general engineering and environmental services for the FDOT District 6 Intermodal Systems Development Office. Our firm is providing support with documents review, pre -PD &E and PD &E activities, efficient transportation decision making (ETDM), and support for the District Scoping Unit and Landscape Program. Our in -house staff augmentation at the District headquarters supports the Intermodal Systems Development Office daily activities. Tasks under this contract include: • NW 27th Ave Lane Reduction Analysis from NW 215 St to SR 112 • Modeling for BRT Transit Corridor - NW 27th Ave • Review of PD &E Manual and Complete Streets Handbook gGannett Fleming • Review of FDOT District 6 Transportation Alternatives Program Applications • Miscellaneous engineering, environmental impact review and production support services • Intersection Improvements Study at NE 203rd and NE 215th St, between US 1 and West Dixie Highway, and PD &E Scoping • Scoping, Public Involvement, and Design for SR 922/NW 125 St at I -95 Intersection Improvements • Scoping for 79th St and 81st St /82nd St • Value Engineering and Scoping for SR 826 and Okeechobee Rd PD &E Study • Scoping and Structural Conditions Assessment for the PD &E of 91st St Bridge to Indian Creek Island • In -house Support 2 33 Experience & Qualifications 2 Districtwide Freight Logistics and PAX Consultant Services MIAMI -DADE & MONROE COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 6 Modal Development Office. Services include multi -modal plans and specifications reviews, technical reports/ studies reviews, multi -modal inspections and reports, project site visits, multi - modal inventories, transit systems safety plan reviews, transit system vehicle inventory, park and ride inventory. Responsibilities also include design services and program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects. Specific work orders include: • Feasibility Study for NW 122nd Avenue Alignment Multi -modal Alternatives to connect NW 12th Street and NW 25th Street to the Dolphin Station Park - and -Ride • Assessment for Potential Truck Travel Center Locations within Miami -Dade County Gannett Fleming DATE OF COMPLETION: 2020 OWNER'S REPRESENTATIVE: Dionne Richardson, FDOT District 6 Phone: 305.470.5292 Email: dionne .richardson @dot.state.fl.us • Feasibility Study for Pedestrian and Bicycle Accessibility to the Golden Glades existing and future multi - modal transportation facility from all areas and municipalities around the Golden Glades Interchange • Transit Vehicle Inspections and Agency Inspections for the 5310 Grant Program • Plan Reviews for all District 6 Projects to ensure proper Transit consideration and accommodations • CEI Services for various FEC /CSX railroad crossings rehabilitations • MOT plans preparation for various FEC /CSX railroad crossings rehabilitations • In -house Rail Program Support 2 -?n General Planning Consultant Services MIAMI -DADE COUNTY, FL Experience & Qualifications 2 DATE OF COMPLETION: Email: 201 / ocamejo @miamidadempo.org OWNER'S REPRESENTATIVE: Oscar Carney), Miami - DadeTPO Phone: 305.375.1837 PROJECT DESCRIPTION Gannett Fleming has served as a General Planning Consultant (GPC) to the Miami- Dade TPO for five GPC cycles conducting a wide range of specialized studies to explore improvements to the regional transportation system. Working directly with TPO staff and the TPO committees and Board, concise analyses of transportation concepts are explored. We provide professional planning services to support their planning process for the urbanized area and regional efforts. Tasks under this contract include: • Corridor Studies • Transit Services Evaluations • Several InteracTlP enhancements and Development of TIPs, including the latest 2018 -2022 version • Implementation of the Federal Planning Emphasis Area (PEA) into the TPO planning process pig Gannett Fleming • Reversible Lanes Along Major Thoroughfares • Beach Corridor Transit Connection Study • Douglas Road Transit Study • SMART Plan Support • Toll Managed Highways with Rapid Bus Routes Study 2 -35 Experience & Qualifications 2 2040 Long Range Transportation Plan Update MIAMI -DADE & MONROE COUNTIES, FL DATE OF COMPLETION: 2015 OWNER'S REPRESENTATIVE: Carlos Roa, Miami -Dade TPO Phone: 305.375.1833 Email: croa@miamidadempo.org PROJECT DESCRIPTION Gannett Fleming updated the long range transportation plan (LRTP) for the Miami -Dade Transportation Planning Organization. We assisted the Miami - Dade TPO seven times with its LRTP updates, most recently the current 2040 Update. Our role included the development and implementation of public involvement initiatives, socioeconomic data development, evaluation and assessment of funding sources, development of the cost feasible plan, development and integration of the congestion management process to the LRTP, and web design. The 2040 LRTP document received the Award of Excellence, Best Plan Category "Miami - Dade 2040 Long range Transportation Plan" from the APA Florida Gold Coast Section, 2014. The 2040 Update scope of work consisted of the following tasks: • Establish LRTP goals, objectives, and performance measures Gannett Fleming • Public Participation Plan • Data Compilation, Review, and Development • Financial Resources Review and Update • Efficient Transportation Decision Making • Travel Demand Modeling • LRTP Plan Sub - Elements • Transportation Plan update • Visualization • TIP /LRTP Interactive Tracking System • Contingency items including: preparation of PowerPoint presentation to committees and the MPO Governing Board, toll- transit research, CDMP amendments, development of the SMART Plan chapter for the 2040 LRTP SMART Plan video, and other support services as needed 2 36 Experience & Qualifications 2 Districtwide Modal Development Consultant Services VARIOUS COUNTIES, FL PROJECT DESCRIPTION Gannett Fleming is providing professional services to support the FDOT District 4 Office of Modal Development (OMD) for our fourth consecutive contract. Over the last 15 years we have been providing multi -modal professional and technical services for the OMD in the areas of transit, pedestrians and bicycles, seaports, intermodal, and aviation. We have actively assisted the OMD in promoting the use of alternative modes of transportation and integrate them in all of the District's projects. Tasks performed under this contract include: • BB &T Center Park - and -Ride concept development and final design • Davie Road at I -595 Transit Mobility Hub concept development , final design, and post design services • Miramar Transit Mobility Hub concept development • Transit Facility Guidelines n] Gannett Fleming DATE OF COMPLETION: 2017 OWNER'S REPRESENTATIVE: Lauren Rand, FDOT District 4 Phone: 954.777.4499 Email: lauren.rand @dot.state.fl.us • Development and management of the Multi -modal Scoping Forms, which ensured transit, pedestrians and bicycles, seaports, rail, and aviation were considered at the early stages of all District projects • Redevelopment of District 4 Discretionary Grants manual and guidelines • Seaports JPA records management • Ft. Pierce Seaport Master Plan update • Freight movement supply chain workshop • Implementing BRT Lessons Learned workshop • Broward Central Terminal • Feasibility Study for the extension of the A1A Greenway through the City of Ft. Lauderdale and the Town of Lauderdale -by- the -Sea • Transit Vehicle Inspections for the 5310 Grant Program • In -house Support Experience & Qualifications 2 West Avenue Bridge over Collins Canal PD &E Study MIAMI BEACH, FL PROJECT DESCRIPTION DATE OF COMPLETION: 2015 OWNER'S REPRESENTATIVE: Jose Gonzalez, PE, City of Miami Beach Phone: 305.673.7000 ext. 6768 Email: josegonzalez @miamibeachfl.gov Gannett Fleming performed this PD &E Study for a new bridge spanning over the Collins Canal to connect West Avenue from 17th Street to Dade Boulevard. This PD &E Study was performed for the FDOT District 6 in coordination with the City of Miami Beach through the Federal Highway Administration (FHWA) Local Agency Program (LAP). The preferred bridge typical section recommended consists of two 11 -foot travel lanes (one in each direction), one 11 -foot exclusive northbound left turn lane, and S -foot bicycle lanes and 10 -foot sidewalks on each side of the approaching roadway as well as on the bridge. This new bridge crossing would improve mobility and connectivity within this area of Miami Beach by providing more direct routes for pedestrians, bicyclists, and vehicles between the neighborhoods of Sunset Harbor and West Avenue. In addition, a new passive park would be constructed southwest of the proposed bridge, further enhancing the local community values and standard of living. Gannett Fleming To accommodate the proposed bridge structures, the roadway improvements will extend along West Avenue from Lincoln Road to 18th Street, along Dade Boulevard from Purdy Avenue to Alton Road, and along 17th Street from Dade Boulevard to Alton Road. The proposed improvements included pavement reconstruction, widening, and milling and resurfacing; signing and pavement marking updates; bicycle and pedestrian enhancements; and landscape, hardscape, lighting, signalization, and drainage. This PD &E Study also involved the development of mitigation alternatives for existing seagrass communities that would potentially be impacted by the new bridge, and substantial public involvement efforts with the City residents and stakeholders throughout the entirety of the project. 2 -,3 Experience & Qualifications 2 Resumes Gannett Fleming Gannett Fleming 2 -39 Nelson Mora, PE YEARS OF EXPERIENCE: EDUCATION: BS, Civil Engineering, Florida International University, 2008 24 -Hour Roadside Safety Design Course, Florida Institute of Consulting Engineers, 2010 PROFESSIONAL LICENSES: PE: Florida - No. 78633 (2015) A, Gannett Fleming Experience & Qualifications 2 Project Manager responsible for overseeing and coordinating transportation planning, preliminary engineering, and design projects. Supervises the Miami transportation planning group in areas involving project development, preliminary engineering, and environmental analysis. Directs and coordinates projects which include highway and transit corridor conceptual development and design, pedestrian and bicycle corridor analyses and alternatives development, transportation master plans, park- and -rides and mobility hubs conceptual development and design, traffic impact studies, freight transportation feasibility analyses, transit operations planning, and multi -modal alternative analyses and development. SUMMARY OF EXPERIENCE: Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Project Manager for this districtwide contract to provide general engineering and environmental services for the FDOT District 6 Intermodal Systems Development Office. Task work orders performed include purpose and need development and PD &E scoping/efficient transportation decision making (ETDM) screening and PD &E studies; scoping, public involvement, and design for SR 922/NW 125 St at I -95 Intersection Improvements; in -house support; public involvement support; scope of work development for premium transit corridors; technical document reviews; and environmental reviews. General Transportation Planning and Traffic Engineering Consulting Services, Miami, FL, City of Miami Beach Project Manager for this contract to provide an array of general transportation planning and traffic engineering services to shape the future of transportation in this unique city. Working with the City's transportation department, elected and appointed officials, and the general public, we have re- evaluated the existing transportation needs of the community and the multi -modal system and have proposed several solutions to improve transportation. Task work orders include 2035 Transportation Master Plan; West Ave Traffic Study; Short-Term Beach Transit Connection Study; ITS and Parking Management System; and TIGER Grant Application Assistance. Nelson Mora, PE Resume Districtwide Freight Logistics and PAX Consultant Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Project Manager for this contract to provide professional services to support the FDOT District 6 Modal Development Office. Services include multi -modal plans and specifications reviews, technical reports/ studies reviews, multi -modal inspections and reports, project site visits, multi- modal inventories, transit systems safety plan reviews, transit system vehicle inventory, park and ride inventory. Contract responsibilities include design services and program administration assistance for aviation, intermodal, freight, rail, seaport, and transit projects. SR 90 /SW 7th and 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study, Miami, FL, FDOT District 6 Deputy Project Manager for the corridor study of this major urban east -west arterial. The study focused on the one -way pair portion of SR 90, SW 8th St (eastbound) and SW 7th St (westbound), which provides access to economically important Miami neighborhoods including Little Havana and the Brickell Financial District. The corridor analysis involved: developing multi -modal alternatives including lane re- purposing options for wider sidewalks, bicycles lanes, and bus rapid transit lanes; impact analysis for potential changes in the direction of the existing traffic flow, and a conversion from one -way pair to two -way roadways; addressing pedestrian safety deficiencies and coordinated the inclusion of mid -block signalized crossings into the proposed alternatives; development of potential configurations for the interchange of SR 90 with I -95 to improve vehicular traffic operations and accommodate future demand; and substantial stakeholder outreach meeting regularly with a Project Advisory Team composed of representatives from transportation agencies, municipalities, minority groups, and businesses and homeowners associations, and one -on -one meetings with the City of Miami Mayor and Commissioners, and individual business owners. General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Project Engineer responsible for specific tasks under this contract mostly involving multimodal alternatives development, analyses, and preliminary design. This contract provides general planning services to the Miami- Dade TPO conducting a wide range of specialized studies to explore improvements to the regional transportation system. Working directly with TPO staff and the TPO committees and Board, concise analyses of transportation concepts are explored. The contract supports the TPC planning process for the urbanized area and regional efforts. Tasks performed under this contract include: corridor studies; transit services evaluations; InteracTlP enhancements and Development of TIPs; LRTP Development, Reversible Lanes along Major Thoroughfares Study; Beach Corridor Transit Connection Study; Douglas Road Transit Study; SMART Plan Support; and Toll Managed Highways with Rapid Bus Routes Study. gi Gannett Fleming 2 11 Jose Abreu, PE, F ASCE YEARS OF EXPERIENCE: 42 EDUCATION: BS, Civil Engineering, University of Miami, 1977 Transportation Executive Institute, University of Virginia, 1995 Driving Government Performance, Harvard University, John F. Kennedy School of Government, Executive Education, 2006 PROFESSIONAL LICENSES: PE: Florida - No. 26177 (1981) Puerto Rico - No. 27376 (2016) Miami -Dade County Engineering Contractor - No. 199421899 (1982) PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers, Fellow The Association of Cuban - American Civil Engineers Industrial Advisory Board for the University of Miami School of Engineering, Board Membership United Way of Miami, Board Membership (Former) Dean Advisory Circle for Barry University, Andreas School of Business, Board Member till Gannett Fleming Experience & Qualifications 2 Senior Vice President, based in the Miami office, responsible for guiding the firm's strategic growth and business development initiatives related to transportation and other infrastructure in Florida, as well as in national and international markets. Brings more than 39 years of innovative, executive leadership. Experience serving in leadership roles in Miami -Dade County and providing public involvement support in the south Florida region. SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: Miami -Dade Aviation Department, Miami, FL Miami International Airport Director responsible for directing the development, revenue generation, operations, and administration of all activities for the Miami -Dade Aviation Department (MDAD) composed of Miami International Airport (MIA) and four general aviation airports. Oversaw the implementation of the Department's $6.5 billion capital expansion program to include the addition of new terminals, roadway, and other infrastructure to MIA and the County's general aviation airports. Directed the coordination and implementation of departmental operations to make sure of the safety and security for the traveling public and compliance with federal, state, and County rules and regulations. Served as the County's chief aviation administrator in local, state, national, and international affairs. Promoted and marketed Miami -Dade County's airport system. Made sure of timely development and growth of MDAD facilities consistent with business and community demands. Met with governmental, business, professional, civic, media, and other groups to discuss, interpret, and explain departmental policies, programs, and objectives. Managed an annual operating budget of more than $400 million with 1,200 employees. Florida Department of Transportation, Tallahassee, FL Secretary of Transportation responsible for the management and operation of the department, including eight districts and the headquarters in Tallahassee. Managed approximately 7,500 employees and an annual budget of $9 billion to manage, maintain, and develop more than 41,000 lane miles of road and nearly 6,400 bridges. Set policy for the department as head of the Executive Board. 2 -12 Jor:eAbreL., PE, FASCF Resume Represented the Governor at external meetings. Responsible for the implementation of all laws, rules, and regulations applicable to the department. Responsible for the delivery of the work program and efficient budget management. Represented the department in dealings with the Governor, legislature, the Transportation Commission, state and federal agencies, and local governments. Worked closely with Florida's congressional delegation and other officials to secure reauthorization of TEA -21 and advocated higher rate of return for Florida. Florida Department of Transportation, Miami, FL Secretary of District 6 responsible for directing the efficient operation and administration of the District. Reviewed and developed recommendations for final action. Planned, designed, constructed, and maintained roadways and bridges of the State Highway System in Miami -Dade and Monroe counties. Oversaw the management of a workforce of 600 employees. Represented the department to the general public, federal, state, and local elected officials, as well as to organizations external to state government. Coordinated and developed programs at the local, state, and federal levels. Managed the $3 billion 5 -year work program. Florida Department of Transportation, Miami, FL District 6 Director of Production responsible for supervising roadway and bridge designs and the acquisition of real estate for transportation projects. Responsible for effective and efficient accomplishment of all pre- construction activities for transportation improvement projects to provide reasonable uniform contract award levels in accordance with projected funding capacity. Managed approximately 200 employees and resources to optimize department objectives in District 6. Operated yearly budget of approximately $22 million, consultant acquisition budget of approximately $20 million, and right -of -way land acquisition budget of approximately $30 million. Responsible for the supervision and management of the functional areas of district environmental management office, highway, bridge and traffic design, production support services, right -of -way administration, and consultant management. Florida Department of Transportation, Miami, FL District 6 Project Development and Environment (PD &E) Engineer responsible for the administration of the District's PD &E unit with 35 employees. Duties included the production of master plans, engineering reports, and environmental documents for projects identified in the local/regional long -range and transportation improvement plans. Supervised consultant project managers. PD &E process included the department's public involvement program and led to Federal Highway Administration location /design approval. g Gannett Fleming 1 13 Patrick Anater, AICP YEARS OF EXPERIENCE: 24 EDUCATION: BA, Business /Economics, University of Pittsburgh, 1992 MURP, Urban and Regional Planning, University of Colorado, 2000 Project Manager /Senior Project Manager Training Course Statewide and Metropolitan Transportation Programming Seminar Growth Management Seminar Transportation Networks Seminar Central Business District Revitalization Seminar Website Marketing Seminar PROFESSIONAL LICENSES: AICP: No. 25999 (2012) PROFESSIONAL AFFILIATIONS: Transportation Research Board Member of the TRB Committee on Visualization in Transportation (ABJ95) North Carolina American Planning Association American Planning Association High Speed Rail /Maglev Foundation's Jerry Spensor Scholarship g Gannett Fleming Experience & Qualifications 2 Senior Transportation Planning Manager responsible for conducting a wide range of planning projects and managing the company's national planning services. Responsible for the development of transportation alternatives, goods movement and intermodal freight planning, travel demand forecasting, evaluation of transportation impacts, transit planning, feasibility studies, multi -modal corridor studies, parking studies, and land use analysis. SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: Miami -Dade Freight Plan, Miami -Dade County, FL, Miami -Dade TPO Deputy Project Manager responsible for analyzing freight movements to, from, and within Miami -Dade County to provide a better understanding of these movements and identifying related infrastructure improvement projects for the regional long - range transportation plan (LRTP). A freight profile of the region was developed to provide the Freight Transportation Advisory Committee with an understanding of the current and projected freight movements and their implications. This served as the basis for a stand -alone report as well as the freight chapter of the LRTP. Financially- constrained projects were also developed for input into the LRTP. Districtwide Project Development and Environment Consultant, Miami -Dade and Monroe Counties, FL, FDOT District 6 Senior Transportation Planner for a variety of preliminary engineering and project development services throughout District 6. Specific tasks include the review of plans and studies conducted by other consultants for the District to make sure of accuracy, readability, and scope conformance. Public Transportation Grants Guide, Fort Lauderdale, FL, FDOT District 4, Office of Modal Development Deputy Project Manager for the development of a guide to provide detailed information to potential applicants about available transit grant programs, enabling applicants to produce detailed, quality applications that have a high probability of being funded. This effort 2 -.1 1 Resu me was undertaken to improve the quality of grant applications, which had been subpar. These grant programs are designed to encourage public transportation and multi -modal projects that promote the effective and efficient movement of people and goods. The Office of Modal Development is responsible for coordinating grant applications from state - funded discretionary grant programs and Federal Transit Administration grant programs. The guide is organized to help applicants choose the appropriate grant program and submit the most competitive grant application possible. SmartPark Demonstration Phase 1, Jasper, TN, U.S. Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA) Subject Matter Expert on commercial vehicle operations for this Phase 1 technology demonstration project in Jasper, Tennessee, to determine the potential for SmartPark technology to address FMCSA's initiative to better match supply and demand of truck parking. A successful demonstration could be effective on a broader scale and could be used to better align the high demand for truck parking with existing resources. In the long run, this type of technology could reduce the need for the expansion of existing truck parking facilities and the addition of new public and private facilities. Specific duties include the oversight of the systems engineering and system requirements activities. Keystone Corridor West High -Speed Rail Feasibility Study, Harrisburg- Pittsburgh Corridor, PA, Pennsylvania Department of Transportation, Bureau of Public Transportation Transportation Planner responsible for developing the institutional cptions associated with governance structure, system ownership and operations, capital improvements, and funding. Plan components include alternative alignments, operations plans, equipment options, governance, financing, ridership, and regional and local impacts. Transportation Management Plan (TMP), the Pentagon, Arlington County, VA, Military Surface Deployment and Distribution Command Transportation Engineering Agency. Planning Task Manager responsible for conducting a TMP to assess vehicular and pedestrian travel, parking conditions, and transit services and to identify future needs relative to personnel increases. Specific responsibilities included overseeing the data collection, analysis, and recommendations for transit, pedestrian, and alternative modes operations, circulation, and safety. The project included an extensive data collection effort to document baseline conditions. Collected data including vehicular, pedestrian, and bicycle traffic and identified all bus and rail service in the area. The TMP sets forth goals and objectives for reducing vehicular travel and promoting more efficient employee commuting patterns through the use of existing and new alternative transportation modes. The purpose of the Pentagon TMP was to identify opportunities to enhance the transportation system to make it more secure, safe, efficient, and sustainable. g Gannett Fleming Edward Aparicio, LEED GA YEARS OF EXPERIENCE: 10 EDUCATION: BFA, Interdisciplinary Sculpture, Maryland Institute College of Art, 2010 Masters of Architecture, University of Miami, 2016 CERTIFICATIONS /QUALIFICATIONS: LEED Green Associate u Gannett Fleming Experience & Qualifications 2 Planner responsible for providing support for conceptual design, geographic information systems (GIS), public involvement, transit studies and surveys, and data collection tasks. Assists in planning and preliminary design projects. Efforts include participation in traffic studies, PD &E studies, and city-wide master plans; roadway final designs and plan preparation; bridge and other structural designs. Produces graphical representations of data, designs, and other information critical for any client or public audience. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, Master Plan, Miami, FL, City of Miami Beach Planner for this task to provide a vision for the future of the CMB's transportation system. The CMB Master Transportation Plan will be integrated into the CMB 2025 Comprehensive Plan; other CMB plans; the plans that will directly affect the CMB transportation network; and other local, regional, and state plans. This transportation master plan will update the existing municipal mobility plan and will provide a project bank for the CMB. Specific duties include collecting and analyzing GIS data provided by CMB. General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Planner responsible for examining altemative alignments and the full spectrum of transit modes. Gannett Fleming is providing professional planning services to support the Miami -Dade MPO Secretariat's transportation planning process for the Miami urbanized area and regional efforts. The general planning services provided under this contract includes data collection, analysis and evaluation, corridor studies, travel demand forecasting, preparation maps, reports and presentations, and the development of the InteracTlP. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Planner responsible for providing assistance for this general engineering consultant contract for miscellaneous preliminary a6 EdvjardApari_ro,LEEDGA Resume engineering/project development services throughout District 4. Related tasks include the development of a freight implementation plan, seaport upgrade cost estimates, greenways and bicycle routs planning studies, multi -modal scoping forms, traffic counts, transit and traffic forecasting, park- and -ride conceptual design and demand forecasting, and other freight planning support. Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Planner responsible for project development services for this task work order -based contract. Task work orders involve purpose and need development and PD &E scoping/ efficient transportation decision making (ETDM) screening for NE 203rd/215th Street, NW/NE 79th Street and 81st/82nd Street, and SR 826 and Okeechobee PD &E studies; in -house support; public involvement; scope of work development for premium transit corridors; technical document reviews; ETDM screening; and environmental reviews. SR 90 /SW 7th and 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study, Miami, FL, FDOT District 6 Planner for this corridor study. SR 90 is a major east -west corridor that provides access to important Miami neighborhoods including Little Havana and the Brickell Financial District. Responsibilities include assisting with the preparation of presentations, data collection and analysis, and GIS support. Districtwide Intermodal Systems Planning Consultant Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Planner responsible for assisting in the development of conceptual design alternatives and GIS support for the truck - parking lot and the park- and -ride lot feasibility study. Tasks included program management, a truck parking and transit interrnodal station feasibility study, master planning, planning studies, existing conditions assessments, railroad crossing inventory, and railroad crossing rehabilitation, including maintenance of traffic CEI support. Transit Service and Traffic Signal Priority System Studies, San Antonio, TX, VIA Metropolitan Transit (VIA) Planner for a North /South Central Corridor Analysis (CA) to determine the benefits, costs, and impacts of implementing high - capacity transit along an approximately 20 -mile corridor that extends north of Loop 1604 and south near Pleasanton through the core of San Antonio. The CA will help VIA, the City of San Antonio, and other stakeholders understand how implementing a high- capacity transit project can improve transit service and increase transit ridership while encouraging sustainable development in the corridor. Responsibilities include assisting with the development of the existing conditions report, analysis of existing conditions and data collection, preparing presentations, attending public involvement meetings, and providing GIS support. g Gannett Fleming Experience & Qualifications 2 Martin Benzaquen, PE, ENV SP YEARS OF EXPERIENCE: 17 EDUCATION: BS, Civil Engineering, National University of Rosario (Argentina), 2000 MS, Construction Management, Florida International University, 2009 PROFESSIONAL LICENSES: PE: Florida - No. 64000 (2006) QUALIFICATIONS /CERTIFICATIONS: TIN No. B52257074 Asphalt Paving Technician - Level 1 and 2 Final Estimates - Level 1 and 2 Quality Control Manager Florida Advanced Maintenance of Traffic Certification: American Traffic Safety Services Association Qualified Stormwater Management Inspector: Florida Department of Environmental Protection - No. 27970 Envision TM Sustainability Professional (ENV SP): Institute for Sustainable Infrastructure Structures — self -study course ACP — self study course gi Gannett Fleming Senior Project Engineer responsible for providing construction engineering and inspection services for roadway and civil projects. Has experience with design -build projects, including, bridges, open - road tolling infrastructure, toll and service plazas reconstruction for Florida's Turnpike, roadway/bridge reconstruction, intelligent transportation systems (ITS), and power systems. Experienced in directly supervising inspection teams including more than 20 engineers and specialists while working for the Florida Department of Transportation (FDOT). Has developed outstanding critical path method (CPM) scheduling and project control skills, including claim analysis, as well as design and materials experience. Participated in the Wave preliminary phase as the PM representing the South Florida Regional Transportation Authority (SFRTA). SUMMARY OF EXPERIENCE: The Wave Modern Streetcar, Fort Lauderdale, FL, SFRTA Acted as an extension to the South Florida Regional Transportation Authority as the Project Manager for the Wave Modern Streetcar, a 2.8 mile system in downtown Fort Lauderdale. The scope of services included the following: perform independent cost estimates and negotiate professional services for the project management consultant and final design consultants contracts; negotiate professional services change orders; recommend a project delivery method; review and comment on the design submittals including track, power sub - station, roadway modifications, pavement design package, track slab design, systems and communications, signalization and lighting components, Vehicle and Maintenance Storage Facility (VMSF), tree relocation plans, and public involvement with all the stake holders. In addition, Martin was tasked with guiding the consultants through the permitting process with all the agencies having jurisdiction, developing a cost estimate for the project and present it in the Standard Cost Category (SCC) sheet format acceptable to the FTA; evaluating the level of contingency — allocated and unallocated based on the project phase; reviewing and approving the project schedule; providing guidance on the utility relocation plans including a sub - surface utility investigations as well as negotiating utility work schedules with the private 2 -,18 Martin Benzaquen, PE, ENV SP Resume utility companies in the corridor; performing constructability reviews on the plans; reviewing environmental mitigation studies /plans for the VMSF to remediate existing contaminating materials; providing a recommendation to the client on the best technical/ economical solution to address the crossing of the streetcar over the 3rd Ave. bridge. Activities performed included the review and concurrence of the streetcar vehicle procurement package including technical specifications and general conditions as well as multiple addenda. Iris and Northwood Connection between the CSX and FEC tracks, Miami and West Palm Beach, FL, SFRTA Project Manager for this $8M Design Build project representing SFRTA. Handled all project management aspects of the project, including the coordination of the design plan reviews with CSX and the FEC. All design and shop drawings submittals in the project are checked against the CSX standards for compliance. Performed oversight of CEI activities including all construction work, contractor's payment, and safety briefings in the FDOT /CSX corridor. Responsible for TIGER grant reporting to FDOT in coordination with the FRA. The project includes the new connection between the CSX and FEC lines in Miami (Iris Connection) and in the West Palm Beach (Northwood). Upon project completion, 'Di Rail will be able to run its revenue trains into Downtown Miami at the new Central Station. Northern Layover Light Maintenance Facility, West Palm Beach, FL, SFRTA Project Manager for this $29.5 million Design -Build project that includes the relocation of about 1 mile of the CSX mainline track, 2,500 -ft of noise wall, five layover tracks, car wash facility, crew building, canal relocation, utility relocations and service and inspection pits to service 10 train sets. Responsibilities include drafting a plan review agreement between SFRTA and CSX, sharing the plans with CSX and responding to comments by CSX, drafting of the RFP and design criteria for the Design Build contract, conducting an industry forum to raise project awareness, reviewing project cost estimates and analyzing bid options, reviewing and commenting on the project schedule, leading the permitting effort with all agencies having jurisdiction, presenting project updates to the Palm Beach MPO on a quarterly basis, preparing the scope of work for CEI services, etc. SR 836 Construction Engineering and Inspection Services, Miami, FL, Miami -Dade Expressway Authority Senior Project Engineer responsible for providing construction engineering and inspection services for the SR 836 (Dolphin Expressway) extension project. The project includes the installation of open road toll infrastructure on SR 836, roadway widening, milling and resurfacing, relocation of a fiber -optic cable, lighting, signing, and pavement markings. g Gannett Fleming 1 -19 Jeanette Berk YEARS OF EXPERIENCE: %7 EDUCATION: BA, Languages & Sociology, Jacksonville University, 1985 MPA, Public Administration, University of North Florida, 1987 MA, Practical Philosophy & Applied Ethics, University of North Florida, 2013 gGannett Fleming Experience & Qualifications 2 Transportation Planner with 27 years of experience in applying quantitative analyses to travel demand and ridership forecasts. Has conducted transit and roadway alternative analyses, transportation impact analyses of land use changes, trip generation calculations, and studied their effect on traffic volumes and ridership forecasts. Accomplished in conveying technical results to elected officials, the general public as well as a technical audience. Has worked in the public sector for the North Florida TPO, FDOT, and served as a staff extension to the JTA for many years. Has served in a leadership role of the Florida Model Task Force and Technical Advisory Committees SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: Applied Simplified Trips On Project Software (STOPS), Jacksonville, FL, Jacksonville Transportation Authority (JTA) Team member responsible for Small Starts ridership projections and documentation of the results for the Jacksonville Southwest Bus Rapid Transit corridor. Applied Simplified Trips On Project Software (STOPS), Nashville, TNTDOT As a team member, analyzed the Nashville inter -city routes with particular emphasis on the sensitivity of STOPS in the analysis of park and ride parking lots. First Coast Commuter Rail Feasibility Study, Jacksonville, FL, JTA Applied the Aggregate Rail Ridership Forecasting Model (AARF) to develop ridership numbers for the three rail corridors considered in the feasibility study. The ridership estimates, based on AARF, were input into the feasibility determination for commuter rail service. Performed sensitivity analysis comparing ridership forecast using different intensities of land use, different time savings for BRT services. Reviewed the validation /calibration of the Destination Choice model for use in the study. -r Jeanette Berk Resume Year 2016 Transit Development Plan, Jacksonville, Florida, JTA Assisted in the development of future year transit service levels. Responsible for updating travel demand model and reflecting the proposed transit services. Developed TOD for the proposed stations. Performed sensitivity analysis comparing ridership forecast using different intensities of land use, different time savings for BRT services. Transit Model Update, Tallahassee, FL, FDOT Central Office Appointed by FDOT Central Office to serve on the review panel concerning the improvements related to the Cube Transit models in the state of Florida. Review trip distribution processes, mode choice structures, travel time feedback and Users Benefit Guidelines and Procedures. Long -Range Transportation Plan (LRTP) Update, Jacksonville, FL, North Florida Transportation Planning Organization As Deputy Project Manager responsible for the development of all the future year scenarios for the Northeast Florida Regional Planning Model- Activity Based (NERPM -AB), including updates to the Freight Module. Responsible for the review of the validation and calibration of the NERPM -AB 2010 base year model. Development of Guidance on Modeling Managed Lanes, Statewide, FL, FDOT Central Office Team member selected to write the chapter in the FDOT Managed Lane Guideline Handbook on how to prepare and apply travel demand models to analyze the demand on managed lanes, including network details, and cost implementations. Gainesville Urban Area Transportation Study (GUATS) Year 2025 Update, Gainesville, FL, FDOT District 2 and Gainesville Metropolitan Transportation Planning Organization Project Planner who refined and developed methodology to better simulate parking circulation and bicycle trips. Collected data on bicycle use patterns for incorporation into the model. Multi -Modal Corridor and Park - and -Ride Study, Alachua County, FL, FDOT District 2 Project Manager responsible for the planning process and identification of the multi - modal corridors and park- and -ride locations in Alachua County. Transportation Model Development, Clay County, FL, FDOT District 2 Project Manager responsible for the development of the first transportation model for Clay County. Managed all data collection as well as origin- destination surveys and validation of travel demand model. Gannett Fleming 2 -51 Carmen Bermudez, PE YEARS OF EXPERIENCE: 14 EDUCATION: AA. Miami -Dade Community College, 1999 BS, Civil Engineering, International University, Florida, 2001 MS, Transportation Engineering, International University, Florida, 2003 PROFESSIONAL LICENSES: PE: Florida - No. PE75021 (2012) CERTIFICATIONS: FDOT Advanced Work Zone Traffic Control (2009) FDOT Temporary Traffic Control Advanced Training (2017) pg Gannett Fleming Experience & Qualifications 2 Project Engineer for developing plans for highway projects. Other responsibilities include performing roadway, traffic control, signing and pavement markings, and signalization designs. Knowledgeable in use of various computer software programs including Microstation, Geopak, Geopak Drainage, Autoturn, and Guidesign. SUMMARY OF EXPERIENCE: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Project Engineer for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. SR 986 /Sunset De /SW 72nd Street from East of SW 87th Ct to West of SW 84th P1, Professional Engineering Design Consulting Services, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for developing plans for this resurfacing, restoration and rehabilitation project, which include pavement milling and resurfacing, utility relocation, drainage improvements, upgrading of Americans with Disabilities Act (ADA) ramps, signalization and lighting improvements, and new signing and pavement markings. SR 25 /Okeechobee Rd and W 12th Ave /NW 74th St, Miami -Dade County FDOT District 6 Project Engineer responsible for developing plans for this safety project, including pavement milling and resurfacing, minor intersection improvements, upgrading of Americans with Disabilities Act (ADA) ramps, minor signalization improvements, and new signing and pavement markings. 1 S1 Carmen Bermudez, PE Resume SR 5 /US 1 /Biscayne Blvd from NE 61st St to NE 78th St, Professional Engineering Design Consulting Services, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for developing plans for this Ride Only project, including pavement milling and resurfacing and new signing and pavement markings. SR 5 /US 1/ Biscayne Blvd from NE 76th St to NE 87th St, Professional Engineering Design Consulting Services, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for developing plans for this project, which include the upgrading of Americans with Disabilities Act (ADA) ramps and installation of new pedestrian signals. EXPERIENCE PRIOR TO GANNETT FLEMING: Alton Rd from Michigan Ave to 43rd St, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for developing roadway, signing, and marking plans for this resurfacing, restoration, and rehabilitation project, which consisted of widening to provide paved shoulders, and upgrades to signing and pavement markings and signals. Prepared electronic delivery to FDOT. SR 825/SW 137th Ave, from N of SW 128th St to S of SW 88th St, Miami -Dade County, FL, FDOT District 6 Project engineer responsible for developing plans for this resurfacing, restoration, and rehabilitation project, including pavement milling and resurfacing, minor intersection improvements, upgrading of Americans with Disabilities Act (ADA) ramps, minor signalization improvements, and new signing and pavement markings. Prepared electronic delivery to FDOT. SR 94 /Kendall Dr, from SW 79th Ave to SW 73rd P1, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for developing plans for this resurfacing, restoration, and rehabilitation project, including pavement milling and resurfacing, minor intersection improvements, upgrading of Americans with Disabilities Act (ADA) ramps, minor signalization improvements, and new signing and pavement markings. SR 968 /West Flagler St from W 14th Ave to W 2nd Ave, Miami -Dade County, FL, FDOT District 6 Project engineer responsible for developing signalization plans for this reconstruction project. The scope of work includes design for reconstruction and upgrade of the roadway, drainage system, lighting, and signalization. In Gannett Fleming 253 Alan Brick - Turin, PE YEARS OF EXPERIENCE: 41 EDUCATION: BS, Civil Engineering, Polytechnic Institute of Brooklyn, 1975 MA, History, George Mason University, 1997 PROFESSIONAL LICENSES: PE: Florida - No. 39031 (1987) Maryland - No. 13625 (1983) Virginia - No. 0402014116 (1983) North Carolina - No. 013188 (1986) District of Columbia (Civil) - No. PE11050 (1999) PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers (ASCE), Fellow Institute of Transportation Engineers (ITE), Fellow ni Gannett Fleming Experience & Qualifications 2 Senior Project Manager responsible for leading multidisciplinary teams on significant transportation projects, serving as the project manager, discipline leader, or task manager. Experienced in surface transportation projects, including transit, highway, managed lanes and toll facilities, and parking and aviation landside analysis. Experienced multi -modal transportation planner with a long history of successfully completed feasibility studies and alternatives analyses across corridors of varying lengths and a wide range of transit modes including: bus, bus rapid transit, light rail, heavy rail/ rapid transit, commuter rail, and intercity rail. Prior work has enabled communities to quickly address the most promising alternatives and achieving consensus on alternatives that will not meet project goals. Has developed evaluation methodologies to quantitatively and qualitatively identify appropriate solutions to regional and local area transportation needs and to support existing and future land use patterns. Work includes the analysis of capital and operating and maintenance costs for the alternatives considered. Also recognized as an effective communicator at public meetings and other project for a where the study and findings are presented. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, Miami, FL, City of Miami Beach Lead Transit Planner for the analysis of an express bus connection between downtown Miami and Miami Beach, planned to operate as a predecessor to future light rail /modern streetcar service. Evaluated potential station locations and alternative alignments. Supported city staff in evaluating funding alternatives and implementation planning. North /Middle Beach Transit Planning Study, Miami Beach, FL, City of Miami Beach Transportation Engineer for developing concept for a high - quality, resident and visitor -based transit service to connect the North and Mid -Beach sections of Miami Beach. Conducted survey of neighborhood residences and hotels to establish potential demand for new service. Refined the City's plans for a route to include selected, Alan Bnck- Turin, PE Resume high- demand facilities and optimized route structure to serve the desired sections of the city while minimizing travel time and operational costs. Formulated alternative plans for operation of the service including use of Miami -Dade Transit vehicles and drivers, a new City-run service, and the use of a private turnkey vendor. Results of the work were shared with key City Commission committees. General Engineering Consultant, Strategic Miami Area Rapid Transit (SMART) Program, Miami -Dade County, FL, FDOT District 6 Owner's representative for the study of premium transit on three 10 to 20 mile corridors across Miami -Dade County. Direct technical studies including engineering, travel demand forecasting, and environmental studies; coordinate public involvement activities; manage budget and schedule on behalf of the Department; and oversee quality management and conformance to program standards. Alternative modes under consideration include heavy rail both elevated and at- grade, light rail transit/modem streetcar, bus rapid transit, and enhanced bus. Each corridor is currently under consideration for federal funding and so the scopes of work conform to FTA requirements for New Starts. General Planning Consultant Services, Beach Corridor Transit Study, Miami, FL, Miami - Dade County, FL, Miami -Dade TPO Senior Project Engineer and Outreach Coordinator for the study of a new transit connection between Miami and Miami Beach. This study is examining enhancements to the previous recommendations that were met with strong opposition from many groups. Working with elected officials at the city and county level, the objective is to achieve consensus on the "right" solution and detailed concept planning to enable a full evaluation of the costs, benefits, and impacts. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Developed white paper and presentation to inform FDOT personnel on the complexities of delivering major transit improvements and infrastructure in an environment of extensive interagency collaboration, as well as in addressing potential concerns of the affected public as the project advances toward and through construction. US 1 Express Project Development and Environment Study, Miami, FL, Miami -Dade Expressway Authority Deputy Project Manager leading technical aspects of the project. Managed existing conditions data collection effort, evaluation of alternative corridors, and formulation of alternatives analysis techniques. Applied analysis to alternatives to identify the most effective and beneficial alternative for managed lanes in this congested corridor. IA Gannett Fleming z ss Michelle Brummer, AICP YEARS OF EXPERIENCE: 29 EDUCATION: BLA, Landscape Architecture, Virginia Polytechnic Institute and State University, 1994 MLA, Landscape Architecture, Watershed Stewardship Option, The Pennsylvania State University, 2001 PROFESSIONAL LICENSES: Certified Planner (AICP): No. 021257 (2007) PROFESSIONAL AFFILIATIONS: American Planning Association (APA) APA Pennsylvania Central Section Central Section Council - Professional Planner at -Large Member g Gannett Fleming Experience & Qualifications 2 Senior Environmental Planner responsible for conducting comprehensive, land -use, transportation, greenway and open - space, and master planning studies; preparing resource inventory reports and needs analyses; developing and evaluating alternatives; developing plan recommendations and action plans; developing and facilitating public involvement activities; and presenting recommendations to public officials. Also prepares scopes of work, schedules, and budgets for the same. SUMMARY OF EXPERIENCE: South Florida East Coast Corridor Transit Analysis Study, Broward County, FL, FDOT District 4 Planner responsible for station -area land use planning for an 85- mile rail corridor in South Florida. Primary task included evaluation of land use and transportation patterns in proposed station areas for compatibility with the passenger rail service. This corridor study involved evaluating a short list of transit technologies and station locations in a 1- mile -wide study area centered on the existing Florida East Coast Railway line. Project tasks involved providing transit and freight planning services, as well as performing environmental screenings of passenger transit alternatives. Transit Service and Traffic Signal Priority System Studies, San Antonio, TX, VIA Metropolitan Transit Project Planner responsible for review of the Existing and Future Conditions Report, an environmental assessment of transit needs and opportunities in the central corridor of Greater San Antonio. The report presented demographic, socio - economic, land use, and community and regional destination data using text and geographic information system (GIS)- generated map figures. A subsequent study is expected to analyze this data to determine future transit routes in the corridor. Michelle Brummer,AICP Resume York Township Zoning and Subdivision and Land Development Ordinance Updates, York County, PA, York Township Board of Commissioners Project Manager responsible for oversight of zoning ordinance and subdivision/land development ordinance updates, developed by Township staff and peer- reviewed by consultant planners. The zoning ordinance provided the necessary regulations to protect the urban growth boundary established in the Township's comprehensive plan and updated development standards per best practices in Pennsylvania. Miscellaneous Projects, Zoning Amendment - Heavy Industrial Zoning District, Benton, PA, Sugarloaf Township Board of Supervisors Project Manager and Planner preparing zoning provisions to establish a heavy industrial district and performance standards for the land use management of an existing foundry. Community Planning Services, East Stroudsburg, PA, Borough of East Stroudsburg Project Manager for the preparation of this issue - focused plan update. Issues were identified by stakeholder focus groups and later prioritized by community survey. The resulting priorities for the plan update include defining a new college town identity, expanding the central business district and addressing downtown and University - adjacent re -use and redevelopment, student housing and family housing through land use planning and zoning, improving streetscapes along community gateways and key corridors, and integrating community hubs through sidewalks and trails. The plan update is expected to address each issue with goals and a strategy for action and implementation and provide sufficient narrative to comply with the Pennsylvania Municipalities Planning Code. Miscellaneous Transportation Planning Services, Integrated Corridor Planning Addendum to Long Range Transportation Planning Guidance, Harrisburg, PA, Pennsylvania Department of Transportation Work Order Manager for the development of planning guidance for Metropolitan Planning Organizations and rural planning organizations that identifies best practices in integrating land use planning and management into transportation plans and project development, specifically addressing the use of authorized municipal planning tools, planning guidance for municipalities that addresses similar topics in local comprehensive plans, and outreach and training to both audiences to present the guidance material. Miscellaneous Transportation Planning Services, Results- Oriented Planning and Catalyst Team Support, Harrisburg, PA, Pennsylvania Department of Transportation Project Planner representing municipal perspectives in the scoping and development of new planning guidance that recognizes the transportation system as both infrastructure and service systems to communities. Gannett Fleming Rodolfo Caceres, PE YEARS OF EXPERIENCE: 12 EDUCATION: BS, Civil Engineering, Pontificia Universidad Javeriana, 2004 Basic Geopak Roadway Designers Training, 2004 Basic Geopak Quantity Manager Training, 2005 Basic Geopak Advanced Roadway Designers Training, FDOT, 2006 PROFESSIONAL LICENSES: PE: Florida - No. 72356 (2011) PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers g Gannett Fleming Experience & Qualifications 2 Roadway Engineer with knowledge of horizontal and vertical design; typical sections packages; cross sections generation, which include roadway and drainage structures; pavement design; earthwork; utilities coordination; right -of -way; preparation of design variations and exceptions; final plans submittal preparation; requests for information solving, post- design revisions, and proposal preparation for various clients. Software experience includes Microsoft Word, Microsoft Excel, Microsoft PowerPoint, MicroStation, AutoTURN, and Basic GuidSIGN. SUMMARY OF EXPERIENCE: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Project Engineer for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Districtwide Plans Review, Districtwide, FL, FDOT District 4 Project Engineer for this task work order based contract providing plans and documents review of various projects during initial engineering, constructability, and bidability reviews for the District. Projects reviewed include roadway and bridge project such as bridge rehabilitation, roadway resurfacing, public transportation facilities improvements, and others. Scope includes verification of adherence to FDOT criteria, design and plans review, review of transportation studies, pay items, and quantities, and technical special provisions. All reviews are input in FDOT's ERC system. Rodolfo Caceres, PE Resume Districtwide Miscellaneous Professional Engineering Design Services, Districtwide FL, FDOT District 6 Project Engineer for a series of roadway design projects on an as- needed task -order basis through a professional services agreement. The scope of the projects involves milling, resurfacing and widening of the road, signing and pavement markings, lighting, signalization, drainage, and maintenance of traffic. Homestead Extension of Florida's Turnpike (HEFT) Widening from N. of SW 72nd Street (Sunset Drive) to N. of SW 40th Street (Bird Road), Miami -Dade County, FL, FDOT Florida's Turnpike Enterprise Project Engineer for this design -build project. The project objective is to improve traffic operations on the HEFT by widening 2.1 miles of this limited access tolled facility to provide three general purpose lanes and two express lanes in each direction in addition to auxiliary lanes. Other operational improvements include the relocation of the northbound off -ramp (Ramp A) to SW 40th Street (Bird Road) further south, widening of Bird Road, and reconstruction of SW 117th Avenue. The design proposes roadway reconstruction (realignment); new and widened bridge structures; and upgrades to drainage, signing and pavement markings, lighting, signalization, intelligent transportation systems (ITS), and landscaping. EXPERIENCE PRIOR TO GANNETT FLEMING: SR 823 /Flamingo Road at SW 8th Street, Davie, FL, FDOT District 4 As Project Engineer, offered postdesign services and field - technical support. The improvements under this contract consisted of a new traffic signal and lighting at the intersection of Flamingo Road and SW 8th Street. Additional work included the widening of SW 8th Street to accommodate exclusive left -turn and right -turn lanes, an extension of the existing left turn bays on Flamingo Road at SW 8th Street, and the widening of the right -turn bay on Flamingo Road to accommodate a new bicycle keyhole. Also performed the modifications and improvements to the existing pedestrian and drainage facilities. SR 821 /Florida's Turnpike from North of SW 184th Street to South of SW 104th Street, Segment 1, Miami -Dade County, FL, De Moya Group /FDOT Florida's Turnpike Enterprise As Project Engineer, prepared design of drainage structures and drainage structure cross sections and supported the preparation of a drainage final report. After the submittal of 90 percent plans, prepared superelevation, vertical and horizontal sight distance, and shoulder width variations for the client. The project includes the design, widening, and reconstruction of SR 821, the Homestead Extension of the Florida Thrnpike (HEFT), which accommodates the future needs for capacity, operational and safety improvements, from north of SW 184th Street (Eureka Drive) to south of SW 104th Street/SR 990 (Killian Parkway), including a new extension of SR 874 through the interchange of the HEFT. g Gannett Fleming Carlos Cardo, PE YEARS OF EXPERIENCE: 8 EDUCATION: BS, Civil Engineering (Traffic/ Transportation), University of Florida, 2008 BS, Land Surveying, University of Florida, 2008 10 Hour OSHA, 2012 Confined Space Entry, 2012 PROFESSIONAL LICENSES: PE: Florida - No. 79417 (2015) NASSCO Pipeline Assessment Certification Program (PACP), Manhole Assessment and Certification Program (MRCP), Lateral Assessment and Certification Program (LACP) (2012) ri Gannett Fleming Experience & Qualifications 2 Planner /Engineer responsible for providing support for preliminary design, complete street initiatives, water and sewer projects, roadway design, and traffic projects. Computer skills include Microsoft Office (Word, Excel, PowerPoint), AutoCAD 2010, Civil 3D, Land Desktop, MicroStation with GEOPAK, Leica GeoOffice, ArcGIS, SewerGEMS, SimTraffic, CartoPac, Trimble Nomad, and Yuma Units. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, General Support Contract, Miami Beach, FL, City of Miami Beach (CMB) Planner responsible for developing typical sections, evaluating existing conditions, developing a signs inventory, and supporting traffic and safety analysis as part of providing professional planning services and traffic support to the CMB planning staff. The activities or tasks performed include traffic operational studies, corridor and subarea studies, and transit studies. General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Project Engineer responsible for examining alternative alignments and the full spectrum of transit modes. Gannett Fleming is providing professional planning services to support the Miami -Dade MPO Secretariat's transportation planning process for the Miami urbanized area and regional efforts. The general planning services provided under this contract includes data collection, analysis and evaluation, corridor studies, travel demand forecasting, preparation maps, reports and presentations, and the development of the InteracTlP. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Planner for GPC services involving miscellaneous preliminary engineering/project development throughout District 4. Responsible for providing in -house support and for preparing scoping forms that are used to collect project corridor- related information and provide guidance to design Project Managers early in the project decision- 2 60 Cirlos Cardo, PE Resume making process so that project scopes could incorporate multi -modal issues identified in this process. This assignment also included entering field data into a geographic information system (GIS) for mapping and database purposes. US 1 Express Lanes PD &E Study, Miami -Dade County, FL, Miami Dade Expressway Authority Planner responsible for assisting in the collection and analysis of data and the development of alternative concept designs as part of the PD &E study to determine the feasibility, potential impacts, and likely benefits of constructing managed lanes along the 19.8 -mile South Miami -Dade Busway. Tasks involved assisting with public involvement meetings to build support for the project, responding to objections, and choosing the best alternative to meet the needs of the region and local community. Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Planner for miscellaneous preliminary engineering/project development services within District 6. Specific duties involved development of typical sections for the NE 203/215 Planning Study. Task work orders involve purpose and need development and PD &E scoping/efficient transportation decision making (ETDM) screening for NE 203rd /215th Street, NW /NE 79th Street and 81st /82nd Street, and SR 826 and Okeechobee PD &E studies; in -house support; public involvement; scope of work development for premium transit corridors; technical document reviews; ETDM screening; and environmental reviews. SR 90 /SW 7th and 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study, Miami, FL, FDOT District 6 Planner on this corridor study for SR 90 extending from SW 27th Avenue to Brickell Avenue. SR 90 is a major east -west corridor that provides access to important Miami neighborhoods, including Little Havana and the Brickell Financial District. Connecting westem residential neighborhoods to the growing urban center of Brickell, SR 90 is a vital corridor for the economy in the area. SR 90 consists of a one -way pair with SW 7th Street operating as SR 90 westbound and SW 8th Street operating as SR 90 eastbound. This dense urban corridor from Brickell Avenue to SW 27th Avenue includes more than 30 signalized intersections. The main scope of this project is to clearly determine the purpose and need for the corridor improvements, identify deficiencies, and provide recommendations to improve multi -modal operations and to promote the future economic development in the area. Specific responsibilities include providing assistance with interagency outreach, assistance with the development of the I -95 interchange design and proposed typical section, and assistance with applying the HCS and Synchro software programs for traffic engineering analysis and preparing presentations for the public. g Gannett Fleming 2 CI Carlos Cejas, PE YEARS OF EXPERIENCE: 30 EDUCATION: BS, Civil Engineering, University of Miami, 1986 MBA, Business Administration, Florida International University, 1990 PROFESSIONAL LICENSES: PE: Florida - No. 43893 (1991) Puerto Rico - 27378 (2016) PROFESSIONAL AFFILIATIONS: Florida Engineering Society (FES) National Society of Professional Engineers (NSPE) Institute of Transportation Engineers (ITE) Gannett Fleming Experience & Qualifications 2 Vice President responsible for the oversight of planning and preliminary design projects with more than 30 years of diverse and hands -on experience. Experience includes PD &E studies for both highway and fixed guideway transit projects, traffic operations and safety, parking and park- and -ride studies; roadway final designs and plan preparation; roadway and transit plans review; bridge and other structural designs; and construction engineering and inspection (CEI) work. The type of work has included a wide spectrum of multi - modal transportation projects for a variety of public sector clients focused on safely and efficiently moving people and freight. Has been providing support to the Miami -Dade MPO on a wide variety of General Planning Consultant (GPC) assignments and the Long Range Transportation Plan for the last 16 years. Has supported the FDOT Modal Development offices in Districts 4 and 6 for the last 15 years. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, Short -Term Beach Connection Transit Study, Miami, FL, City of Miami Beach Chief Engineer evaluating interim short-term improvement strategies for providing a cost effective transit connection between the south potion of Miami Beach and Downtown Miami. This premium transit link would provide express bus service in advance of providing a proposed light rail connection across the MacArthur Causeway. The study included detailed data collection, purpose and need development, alternative development and evaluation, traffic impact analysis, transit ridership forecasts, capital and operation and maintenance costs, and agency coordination. The study considered bus on shoulders, exclusive transit lanes, queue jumpers, transit signal priority, right turn prohibitions, enhanced curb extension transit stops, and other minor street improvements. General Transportation Planning and Traffic Engineering Consulting Services, Transportation Master Plan (TMP), Miami, FL, City of Miami Beach Chief Engineer for this TMP intended to provide direction for the future of the City of Miami Beach's multi -modal transportation Carlos Ceas, PE Resume system. This plan's ultimate goal is to provide a prioritized project bank, which ranges from freight to multi -modal short and long -term improvements within the City of Miami Beach and connecting roadways, and serve as an update to the existing City of Miami Beach Municipal Mobility Plan. This TMP will be integrated into the City of Miami Beach 2025 Comprehensive Plan and transportation plans that will affect the City of Miami Beach's Transportation Network, including local, regional, and state plans. This effort also includes interagency coordination and public outreach. General Planning Consulting Services, Douglas Road Corridor Transit Analysis, Miami - Dade County, FL, Miami -Dade TPO Project Manager responsible for a study of new transit service in the Douglas Road Corridor (Miami Intermodal Center to the Douglas Metrorail Station) section of Miami - Dade County. Responsible for examining alternative alignments and the full spectrum of transit modal technologies including enhanced trolley, rapid bus, bus rapid transit, streetcar, light rail transit, diesel light rail transit, and heavy rail transit. The purpose of the study is to identify incremental transit improvements leading up to an ultimate, high - quality transit service that meets the needs of the study area and the region. General Planning Consultant Services, Beach Corridor Transit Study, Miami, FL, Miami - Dade TPO Senior Project Engineer for the study of a new transit connection between downtown Miami and South Miami Beach. This study examined prior study alternatives for a new light rail transit (LRT) service including alignments, vehicle technologies, station locations, maintenance facility locations, operating plans, costs, and funding/financing mechanisms. Working with elected officials at the city and county level, the objective was to achieve consensus on a solution and detailed concept planning to enable a full evaluation of the costs, benefits, and impacts, and move the study forward into the next phase. Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Chief Engineer responsible for preliminary engineering and project development services for this task work order -based contract. Task work orders involve purpose and need development and PD &E scoping/efficient transportation decision making (ETDM) screening for NE 203rd/215th Street, NW /NE 79th Street and 81st/82nd Street, and SR 826 and Okeechobee PD &E studies; in -house support; public involvement; scope of work development for premium transit corridors; technical document reviews; ETDM screening; and environmental reviews. M Gannett Fleming 2 -V3 Alejandro Cuadra YEARS OF EXPERIENCE: 2.0 EDUCATION: AA, Art and Art Education, Miami -Dade Community College, 1999 BA, Graphic Design, Miami International University of Art and Design, 2002 PROFESSIONAL LICENSES: Standard First Aid: American Red Cross (2013) CPR - Adult: American Red Cross (2013) gg Gannett Fleming Experience & Qualifications 2 Planner responsible for performing feasibility and technical studies. Knowledgeable concerning the use of IBM and Apple operating systems and Word, WordPerfect, PowerPoint, Adobe Illustrator, Adobe GoLive, Adobe Photoshop, Flash, and QuarkXpress software. Familiar with HTML Web design. Graphics Coordinator responsible for the design and creation of layouts for proposal covers, logos, resumes, project lists, memos, posters, and other project - related graphics. SUMMARY OF EXPERIENCE: City of Miami Circulator Project Alternatives Analysis, Miami, FL, City of Miami Graphic Designer for a project involving the proposed construction of a modern streetcar system to serve the downtown urban core areas and provide access to a number of key city and regional destinations that included local, state, and federal governmental centers; Miami -Dade College; a new performing arts center; and the urban downtown Design District corridor, which was experiencing major redevelopment. The project as proposed would have provided an at- grade urban circulator transit system that connected to the existing Metrorail and Metromover transit systems that serve downtown Miami. General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Graphics Coordinator responsible for preparing graphics, design layouts, presentations, tables, and three - dimensional renderings for alternative alignments and the full spectrum of transit modes. The general planning services provided under this contract includes data collection, analysis and evaluation, corridor studies, travel demand forecasting, preparation maps, reports and presentations, and the development of the InteracTlP. Southwest 152nd St Corridor Transportation Study, Miami -Dade County, FL, Miami -Dade TPO Graphics Coordinator for a study that involved analyzing the comprehensive impacts of major land use plan amendments on 2 -G4 Ale,irdro Cuadra ReSU me traffic operations on SW 152nd Street. The study was requested since various major developments were being submitted for approval along the study corridor. The purposes of the study were to update the socioeconomic information in the urban travel demand model consistent with the major developments and recommend short- and long- term improvements to the corridor and surrounding area to accommodate the traffic being generated from those developments. Roadway, transit, bicycle, and pedestrian improvements were all considered. Districtwide PD &E, Miami -Dade and Monroe Counties, FL, FDOT District 6 Graphics Coordinator responsible for preparing and distributing multiple graphics, design layouts tables, presentations, and large- format exhibit boards. Task work orders involve purpose and need development and PD &E scoping/efficient transportation decision making (ETDM) screening for NE 203rd/215th Street, NW /NE 79th Street and 81st /82nd Street, and SR 826 and Okeechobee PD &E studies; in -house support; public involvement; scope of work development for premium transit corridors; technical document reviews; ETDM screening; and environmental reviews. US 1 Express PD &E Study, Miami, FL, Miami -Dade Expressway Authority Graphics Coordinator for several assignments. The existing busway runs 20 miles from Florida City to Dadeland South and carries more than 12,000 passengers a day on six routes. Responsible for assisting in data collection for the analysis of the development of alternative concepts to determine the ability to carry traffic, reduce congestion, maintain or improve current bus operations, and meet the corridor's mobility needs. SR 90 /SW 7th and 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study, Miami, FL, FDOT District 6 Graphics Coordinator responsible for preparing graphics, design layouts, presentations, tables, and three - dimensional renderings for proposed alternatives. The SR 90 corridor is a major east -west corridor that provides access to important Miami neighborhoods including Little Havana and the Brickell Financial District, which are vital for the economy in the area. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Graphics Coordinator for this general engineering consultant contract for miscellaneous preliminary engineering/project development services. Related tasks include the development of a freight implementation plan, seaport upgrade cost estimates, greenways and bicycle routs planning studies, multi -modal scoping forms, traffic counts, transit and traffic forecasting, park- and -ride conceptual design and demand forecasting, and other freight planning support. g Gannett Fleming 2 -C.5 Hoyt Davis YEARS OF EXPERIENCE: 26 EDUCATION: BS, Computer and Information Science, University of North Florida, 1989 Intergraph Corporation courses in System Administration 6.0, Network File Manager, MGE Network Analyst, MicroStation Development Language, Files Management Administration Advanced Arclnfo 7.0, Environmental Systems Research Institute, 1996 Mastering Microsoft Visual Basic 6 Development, Productivity Point International, 1999 CS Geodatabase Design Concepts, Environmental Systems Research Institute, 2002 Modeling Geodatabases Using CASE Tools (for ArcEditor 8 and Arclnfo 8), Environmental Systems Research Institute, 2002 Transition to Cube Voyager Workshop, Florida Department of Transportation, Citilabs, 2005 Introduction to Activity -Based Modeling Workshop, Florida Department of Transportation, 2012 IA Gannett Fleming Experience & Qualifications 2 Director of Technical Services responsible for development and application of travel demand forecasting models, computer programming, and development of geographic information system (GIS) applications and data for transportation and environmental projects, which includes conversion of Florida Standard Urban Transportation Model Structure (FSUTMS) models for GIS mapping and analysis purposes, the development of traffic analysis zone (TAZ) based applications for socio- economic data and transit analyses, and technical training. Experienced in programming and GIS technology development, including analyzing systems and understanding the needs of a modeler and GIS end -user. Proficient in the use of travel demand modeling software such as TranPlan, Cube Voyager, and TransCAD, as well as major GIS and CADD software packages, including MGE and its various modules, VistaMap, MicroStation, Mapinfo, Arclnfo 8.x -9.x, and ArcView 3.2 and 8.x -9.x. Has developed and maintained these systems on various platforms, including VAX, UNIX, and personal computer -based workstations. Experienced programmer with Intergraph user command language, C, UNIX shell scripts, MDL, BASIC, Pascal, Turbo Pascal, COBOL, APL, Oracle, SQL, Visual Basic, FORTRAN, and Visual FoxPro. SUMMARY OF EXPERIENCE: General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Senior GIS Analyst responsible for conducting general modeling support for Miami -Dade MPO. Gannett Fleming is providing professional planning services to support the Miami -Dade MPO Secretariat's transportation planning process for the Miami urbanized area and regional efforts. The general planning services provided under this contract includes data collection, analysis and evaluation, corridor studies, travel demand forecasting, preparation maps, reports and presentations, and the development of the InteracTlP. 2040 Long -Range Transportation Plan (LRTP) Update, Miami, FL, Miami -Dade TPO Senior GIS Analyst responsible for mapping and data collection needs for applying the SERPM 7 transportation model. The project included 2 it Hoyt Davis Resume updating the public participation plan; data compilation; review and development of data; development of goals and objectives; reviewing and updating financial resources; development of the cost feasible plan; and adoption of the LRTP. Transportation General Planning Consultant Services, Tampa, FL, Hillsborough County MPO Director of Technical Services responsible for reviewing the existing multi -modal level of service spreadsheets and existing database structure to develop a new interactive database that calculates multi -modal level of service for highway, transit, bicycle, and pedestrian planning. This work also included the clean -up of the existing data and the implementation of newly collected data by the MPO. Also, there were developed local peak period travel demand modeling reports for comparison of case studies of corridor congestion management strategies for further consideration by MPO staff. Tampa Bay Regional Transportation Analysis Phase XIII, Tampa, FL, FDOT District 7 Director of Technical Services responsible for providing travel demand modeling and GIS support in the ongoing effort of maintaining and updating the Tampa Bay Regional Planning Model (TBRPM). The project involved the testing of the 2010 Base Year network and the development of the 2040 needs alternatives and the model application of the TBRPM to support the Long -Range Transportation Plan (LRTP) development and adoption (December 2014) for the four Tampa Bay Area Metropolitan Planning Organizations (MPOs). Work also included the testing of cost affordable and interim cost affordable alternatives for the LRTP by conducting close coordination with FDOT and regional MPOs. Work also included the development of model documentation and training materials for leading the rollout and implementation of the new TBRPM throughout the FDOT District 7 area. Other studies included research and surveys for modeling and activity -based modeling application, as well as the development and application of a modeling platform used for "Express Lane" studies being conducted by FDOT District 7. Tampa Bay Regional Transportation Analysis, Phase XII, Tampa, FL, FDOT District 7 Director of Technical Services responsible for providing technical, research, and administrative support and assistance for the collection and preparation of planning data, and the validation and enhancement of the Tampa Bay Regional Planning Model (TBRPM) including the enhancements to a time of day and activity -based model developed for the 2040 LRTP for the Tampa Bay /FDOT, District 7 area. Duties also include establishing and maintaining coordination among the metropolitan planning organizations, FDOT, and other interested parties in the Tampa Bay Region, as well as development and validation of other special modeling and analysis tools needed for transportation studies in the region such as the managed lanes project development and environment studies, which needed model traffic forecasts. Work also included the further development of the DeltaSim land use model to be used for the 2040 LRTP SE data forecasts. Gannett Fleming )17 Phuc Duong, PE YEARS OF EXPERIENCE: 19 EDUCATION: BS, Civil Engineering, University of South Florida, 1999 FDOT ITS Fiber -Optic Technology, 2000 Work Zone Safety Certified, 2003 International Municipal Signal Association (IMSA) Traffic Signal Level I Certified, 2003 IMSA Traffic Signal Level II Certified, 2003 FDOT Basic Lighting and Basic Electricity, 2004 FDOT Access Management and Median Training, 2004 Halophane Advanced Roadway Lighting Seminar, 2005 Intelligent Transportation Standards Actuated Traffic Signals, 2006 Intelligent Transportation Standards Dynamic Message Signs, 2006 PROFESSIONAL LICENSES: PE: Florida - No. 63835 (2006) PROFESSIONAL AFFILIATIONS: Institute of Transportation Engineers g Gannett Fleming Experience & Qualifications 2 Senior Project Engineer for managing, designing, and producing intelligent transportation systems (ITS), traffic plans, and studies for a wide range of projects, including ITS design, advanced traffic management system (ATMS) design, highway lighting design, traffic operations studies, access management studies, and signal system studies and designs. Also experienced with software including Visual Professional, MicroStation, AutoCAD, ArcGIS, TSIS /NetSim, GuidSIGN5, Synchro, HCS2000, TRANSYT 7F, and Tru- Traffic Time -Space and Platoon - Progression (TS /PP) diagrams to develop signal timings. SUMMARY OF EXPERIENCE: Advanced Traveler Information System, Tampa, FL, City of Tampa Senior Engineer for providing project oversight, quality assurance/ quality control, and coordinating with the City engineer to review their sign master plans and provide recommendations for upgrading the City's sign system. The recommended upgrades were for the existing dynamic message signs, wireless and fiber optic network, static signs, and special pavement markings to facilitate traffic flow to /from the parking lots with real -time information for recurring events. North Armenia Ave and Busch Blvd Intersection Improvements, Traffic Study and Signal Design, Tampa, FL, City of Tampa Project Manager and Engineer -of- Record for preparing a traffic engineering report and final signal design plans for the Armenia Avenue roadway improvements from north of Busch Boulevard to Humphrey Street. The traffic study was prepared to document the traffic operations and safety analysis and provide roadway improvement recommendations to be implemented in the design phases. 15th St Widening PD &E Study and ITS Services, Sarasota, FL, FDOT District 1 Project Manager for evaluating the impact to the ITS /ATMS facilities as part of the PD &E study for 15th Street from Tallevast Road to U.S. Route 301 in Manatee County, Florida. The scope of work includes Phi( Duonq, FL Resume working with Manatee County to review the existing ITS /ATMS facilities, evaluate the proposed roadway design alternatives, and provide recommendations for replacing the ITS /ATMS system. Florida Ave From Waters Ave to Linebaugh Ave Safety Traffic Study, Hillsborough County, FL, FDOT District 7 Project Manager and Engineer -of- Record for preparing a traffic engineering report to document the traffic operational and safety analysis and provide roadway improvement recommendations to be implemented in the upcoming design phase for the roadway widening project. Bridges of the Isles and Sunrise Key Bridge Replacements Design -Build Project, Broward County, FL, FDOT District 4 Engineer -of- Record for design and production of temporary signals and bridge lighting plans for the reconstruction of five bridges between the Nurmi Isles finger islands, north of Las Olas Boulevard, with SR 842 on the mainland. This project incorporated accelerated bridge construction techniques through the use of precast superstructure and substructure elements. Services included accelerated bridge design and construction in an environmentally sensitive area with sea grass within the project site. The project also involved complex maintenance of traffic, temporary signalization, traffic control plans, extensive utility coordination, geotechnical design, public outreach, and coordination with multiple community and agency stakeholders. Districtwide Access Management, US 19 Traffic Analysis Supporting Roadway Projects, Pasco County, FL, FDOT District 7 Project Manager for preparing various traffic analyses and studies for three segments covering the entire length of U.S. Route 19 in Pasco County in support for roadway design projects. The scope of work included updating the traffic study, evaluating current traffic conditions, evaluating land use changes, and providing recommendations to address the operational and safety concerns. Districtwide Access Management, Missouri Avenue Corridor Access Management and Safety Study, City of Largo, FL, FDOT District 7 Project Manager and Engineer -of- Record for managing and preparing a corridor study to evaluate a 3.5 -mile segment of SR 595 /Seminole Boulevard /Missouri Avenue from 126th Avenue North to Belleair Road. The corridor study includes evaluating access management safety at all median openings, opportunities for cross access between adjacent properties, and pedestrian/bicycle safety in conjunction with bus stop locations. Coordinated with Largo High School reconstruction to develop recommendations for improving safety and operations for vehicle and pedestrian/bicycle traffic along Missouri Avenue. CI Gannett Fleming 2 O Alina Fernandez, PE YEARS OF EXPERIENCE: 18 EDUCATION: BS, Civil Engineering, Florida International University, 1999 ICPR Training Seminar, Streamlined Technologies, Inc., 2002 Specifications Package Training, Florida Department of Transportation, 2015 PROFESSIONAL LICENSES: PE: Florida - No. 60714 (2004) CERTIFICATIONS: Advanced Maintenance of Traffic Control Certification: Florida Department of Transportation, 2012 PROFESSIONAL AFFILIATIONS: Women's Transportation Seminar, South Florida Chapter Florida Engineering Society, Miami Chapter, Chapter Director, 2015 American Society of Highway Engineers (ASHE) ti Gannett Fleming Experience & Q.,_i ! 2 Senior Project Manager with 18 years of experience delivering successful projects for FDOT, City of Miami, Miami -Dade County, MDX, and Florida's 'Turnpike Enterprise. Expertise includes design and project management /oversight of projects including roadway, drainage, signing and pavement markings, traffic control, environmental permitting, lighting, signalization, temporary and permanent utility coordination, construction cost estimates, and agency coordination. SUMMARY OF EXPERIENCE: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Project Manager for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Professional General Engineering and Architectural Services, Trolley Infrastructure Improvements, Doral, FL, City of Doral Project Manager responsible for providing design engineering services for this installation of bus shelters and/or benches at 21 sites within the City of Doral boundaries. As part of the installation, existing swales impacted by the proposed construction will be re- sodded/ regraded and pedestrian facilities, including sidewalk, Americans with Disabilities Act (ADA) ramps, curb, and gutter, will be upgraded or improved if applicable. Districtwide Miscellaneous Professional Engineering Design Services, Districtwide FL, FDOT District 6 Project Manager for a series of roadway design projects on an as- needed task -order basis through a professional services agreement. 2 /0 Resume The scope of the projects involves milling, resurfacing and widening of the road, signing and pavement markings, lighting, signalization, drainage, and maintenance of traffic. Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Project Engineer responsible for assisting with traffic studies and permit applications in terms of traffic operations and conducting traffic studies when necessary. Gannett Fleming has conducted more than 1,100 reviews for District 6. Most of the reviews correspond to trip generation analyses and traffic impact analyses along with site plans of proposed developments that seek access to the state roadway system. Districtwide Plans Review, Districtwide, FL, FDOT District 4 Project Manager for this task work order based contract providing plans and documents review of various projects during initial engineering, constructability, and bidability reviews for the District. Projects reviewed include roadway and bridge project such as bridge rehabilitation, roadway resurfacing, public transportation facilities improvements, and others. Scope includes verification of adherence to FDOT criteria, design and plans review, review of transportation studies, pay items, and quantities, and technical special provisions. All reviews are input in FDOT's ERC system. Reconstruction and Resurfacing of SR 968 /West Flagler St, Miami -Dade County, FL, FDOT District 6 Lead Drainage /Roadway Engineer for the design of major roadway improvements to Flagler Street, a three -lane urban facility with on- street parking and a new bicycle lane. The scope of work includes design for reconstruction and upgrade of the roadway, drainage system, lighting, and signalization. Also included in the scope are permitting, utility coordination, traffic control plans, and extensive coordination with the South Florida Water Management District, Miami -Dade County Department of Environmental Resources Management, FDOT, City of Miami, Miami -Dade County, and adjacent projects. Park and Ride Facility Civil and Site Development Services, Florida City, FL, Miami -Dade Transit (MDT) Project Manager responsible for the design of a 250 -space park and ride facility in Florida City. The purpose of this facility is to provide existing and future transit riders and the neighboring community an organized, safe, and convenient public parking facility. The project includes bus bays, bus shelters, a drop -off area, a lounge for MDT bus operators, a security booth at the entrance, and a surface parking lot. Other site improvements include sidewalks, ADA ramps, landscape, drainage, lighting, and pavement markings and signing. ggi Gannett Fleming Susan Gibbons, RA YEARS OF EXPERIENCE: 34 EDUCATION: BArch, University of Newcastle upon Tyne, UK, 1973 MArch, Architecture in Advanced Study, Massachusetts Institute of Technology, 1976 MCP, City Planning, Massachusetts Institute of Technology, 1976 PROFESSIONAL LICENSES: RA: Pennsylvania - No. RA008176X (1979) PROFESSIONAL AFFILIATIONS: American Planning Association Transportation Research Board Context - Sensitive Design Subcommittee Women's Transportation Seminar gGannett Fleming Experience & Qualifications 2 Principal Planner responsible for a wide range of multi -modal transportation and land use planning, station -area planning, and urban design companywide. Has extensive experience in urban design, site pedestrian circulation, and building feasibility studies, especially related to stations, transit - oriented development, and context - sensitive design solutions. SUMMARY OF EXPERIENCE: US 1 Express Lanes PD &E Study, Miami, FL, Miami -Dade Expressway Authority Urban Designer and Transit Planner responsible for studying the Miami Busway and making recommendations for how it could be used to move more people and potentially operate with managed lanes for cars without impacting the busway operation. Participated in a charrette /public meeting exploring alternatives for improvements, including grade separation; enhanced busway features, including improved shelters; and better pedestrian connections to the adjacent communities. South Florida East Coast Transit Planning Study, Broward County, FL, FDOT District 4 Manager of the second phase of the alternatives analysis for an 85 -mile corridor in southeast Florida. Responsible for directing the technical analysis conducted by in -house and consultant staff, such as regional modeling, service planning, conceptual engineering, grade crossing analysis, and economic analysis; developing a typology of station types and determining station locations along the corridor; working with 28 communities to reach consensus on station locations and to upgrade their land use regulations to attract more transit - oriented development in the future; presenting the project to the various stakeholders in the region; and coordinating with public involvement and environmental screening lead team members. North /South /Central Corridor Study, San Antonio, TX, VIA Metropolitan Transit (VIA) Transit Alternatives and Land Use Planner /Urban Designer for an 2 -72 Susan Gibbons, Fig Resume alternatives analysis of the North /South /Central corridor, a priority corridor for rapid transit in the San Antonio area. Work includes defining the study area, identifying and evaluating potential alignments, and making recommendations to VIA on the best technologies and ways to change land use to enhance ridership. Primo Analysis and Traffic Signal Study, San Antonio, TX, VIA Metropolitan Transit Land Use Planning and Urban Design Consultant working as part of a team for an open - end contract to perform various transit planning task orders. Under this task order, VIA's existing bus rapid transit (BRT) /rapid bus service has been analyzed and compared with peer systems to evaluate functionality to inform the implementation of other corridors for BRT in San Antonio. Various recommendations regarding the transit priority signal system, service, stations, and surrounding land use were made. Qatar Metro Station Area Master Plan Project, Station Master Plan Services, Doha, Qatar, The Public Works Authority (Ashghal) Planning Lead for the planning and design of 36 metro station entrance plazas for a new metro system in Doha. The project planning phase entails integrating work of other agencies and consultants with responsibility of designing the metro system itself, the stations which are both underground and overhead depending on the specific metro line, and the adjacent roadway infrastructure. Complex station area planning and design guidelines were already established for landscaping, street furniture, bicycle and public transport accommodations, all of which needed to be integrated into the designs. An aggressive schedule required a collaborative planning process that included charrettes and workshops which were held with a diverse project team and representatives from client stakeholders to reach a timely consensus on each station area so it could be rapidly moved into the design phases. Route 30 Multi-Modal Transportation and Land Use Study, Chester County, PA, The County of Chester- Planning Commission Land -use Planning Lead on a team of consultants responsible for land use recommendations at six interchanges on the Route 30 Bypass and along the Route 30 Business Corridor. Recommendations were made to balance land use so that development at the interchanges did not negatively affect development in downtown Coatesville, which already suffers from disinvestment. Recommendations included appropriate types of land use and potential zoning and SALDO changes to implement the recommendations. ri Gannett Fleming 2 13 Howard Glassman YEARS OF EXPERIENCE: 40 EDUCATION: BA, Political Science and Economics, Long Island University, 1970 MA, Urban Studies, Southern Connecticut State University, 1973 MS, Community Planning and Area Development, University of Rhode Island, 1976 PROFESSIONAL AFFILIATIONS: Florida Public Transportation Association Board. of Directors Metropolitan Policy, Planning, Processes Committee of the Transportation Research Board National Association of Regional Councils Association of Metropolitan Planning Organizations t` Gannett Fleming Experience & Qualifications Director of Planning Services responsible for metropolitan and statewide transportation planning activities with MPOs, State Departments of Transportation and other statewide, regional and local transportation planning entities. Participated in development of the Florida Transportation Plan and the Florida Strategic Highway Safety Plan. Served as Executive Director of the Florida MPO Advisory Council (MPOAC) and Transportation Manager for Metropolitan and Regional Planning at the Florida Department of Transportation (FDOT). As MPOAC Executive Director served as Project Manager for the development of the MPOAC 2012 Transportation Revenue Study and the MPOAC Financial Guidelines for Development of MPO long range transportation plans. Developed policy positions and conducted policy and legislative analysis for the MPOAC and FDOT. SUMMARY OF EXPERIENCE: ITS Master Plan, Orange, Osceola, and Seminole Counties, FL, MetroPlan Orlando Senior ITS Planner responsible for working with the ITS Steering Committee composed of local government and county and state officials to develop the vision, goals, objectives, and performance measures that will be included in the plan. This included development and evaluation of a survey questionnaire, extensive literature review, and the compilation and analysis of other state, regional, and Metropolitan Planning Organization (MPO) ITS Master Plans from Florida and around the nation. Part of the process is to integrate the ITS Master Plan into the MetroPlan Orlando transportation planning process while taking into account its congestion management system and commitment to Transportation System Management & Operations (TSM &O). EXPERIENCE PRIOR TO GANNETT FLEMING: Florida Metropolitan Planning Organization Advisory Council (MPOAC), Tallahassee, FL Executive Director responsible for leading and representing the interests of Florida's 27 MPOs by establishing working relationships with partner organizations and public and private stakeholders; Howard Glassman Resume serving as the principal lobbyist for all MPO advocacy activities with the Florida Legislature, govemor's office, and state and federal agencies; serving as the project manager for an MPOAC Transportation Revenue Study; conducting goveming board, staff directors', and policy /technical committee meetings; developing technical documents and reports; and developing and organizing the MPOAC training institute. MPOAC Transportation Revenue Study, Tallahassee, FL, Florida MPOAC Project Manager for this revenue study that analyzed and reported the key funding issues for transportation in the state, identified potential sustainable funding sources, and formulated legislative remedies for funding deficiencies. The MPOAC assists MPOs in carrying out the urbanized area transportation planning process by serving as the principal forum for collective policy discussion. Financial Guidelines for MPO LRTPs, Tallahassee, FL, Florida MPOAC and Florida MPOs Project Manager for MPOAC financial guidelines for LRTPs. Managed the development of financial guidelines used by all 27 MPOs in Florida and the development of LRTPs. Coordinated the development of this project with FDOT. Florida Strategic Highway Safety Plan, Tallahassee, FL, FDOT and Florida MPOAC Executive Director responsible for assisting with the development of this Strategic Highway Safety Plan (SHSP). The goal was to focus funding and other resources strategically on those problem areas where the opportunity for improvement is the greatest, measured by reductions in fatalities and serious injuries. The SHSP identifies strategic safety priorities in both public and private agencies and organizations at the national, state, regional, and local levels. Florida Department of Transportation, Tallahassee, FL Policy Planning Manager responsible for participating in development of the Florida Transportation Plan, conducting policy analysis of state and federal legislation, serving as agency liaison for Metropolitan Policy Organization/FDOT programs, and managing and supervising an intergovernmental program within the Office of Policy Planning. g Gannett Fleming 2 -75 Experience & Qualificdtions Naldo Gonzalez, PE, ENV SP YEARS OF EXPERIENCE: 25 EDUCATION: BS, Civil Engineering, Tulane University, 1992 Young Executive Development Program, American Road and Transportation Builders Association, May 2009 PROFESSIONAL LICENSES: PE: Florida - No. 51945 (1997) Puerto Rico - No. 25166 (2012) Georgia - No. PE039121 (2014) Advanced Maintenance of Traffic Certification: Florida (2012) Envision Sustainability Professional (ENV SP): Institute for Sustainable Infrastructure (2017) PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers (ASCE) American Society of Highway Engineers (ASHE), Section President ci Gannett Fleming Vice President and Florida Transportation Director with overall responsibility for strategic planning, project delivery, client relationships, business development, and staff and resource development for transportation planning, highway and bridge design, and construction engineering for the firm's Florida operations. Responsibilities also include serving as project manager or principal on major transportation projects; leading the technical and managerial aspects to meet project objectives, scope, budget and schedule; and confirming quality control and quality assurance. SUMMARY OF EXPERIENCE: Professional General Engineering Services, Doral, FL, City of Doral Project Principal responsible for quality control /assurance, client management, resource allocation, and reviewing and approving task work orders for this general consulting services contract. Services included in this contract include roadway /drainage design, structural design, traffic and transportation engineering, civil /site planning and design, water and sewer design, environmental assessments and engineering, land use and zoning, architectural design and space planning, building remodeling and new construction design, plans review and permitting, building/threshold inspections, contract administrations, construction engineering and inspection, material inspections, project management, and landscape design. Authorized task work orders have included design and construction management of transit bus stops /shelters throughout the city, plans for milling and resurfacing, and traffic engineering studies. Design Services for SR 817 /University Drive from Hallandale Beach Boulevard to SR 834 /Sample Road, Broward County, FL, FDOT District 4 Project Principal and Quality Control Manager for corridor -wide enhancements of SR 817 /University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and NaIdo Gonzalez, PE, ENV SP Resume plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Responsible for performing the quality control of all deliverables including feasibility reports and final plans for the corridors. In addition to reviewing deliverables for quality of completeness, accuracy, and legibility, also confirmed that reports and final plans met the local agencies recommendations, priorities, and goals for each priority segment. Professional Engineering Design Consulting Services, Districtwide, FL, FDOT District 6 Project Principal responsible for quality control /assurance, client management, resource allocation, and reviewing and approving task work orders for this districtwide design contract. The primary focus of this contract is to prepare final plans and design documents for restoration, rehabilitation, and resurfacing (3R); pavement -only; ride - only; and traffic safety improvement projects based on previous planning studies and preliminary engineering or safety reports. Park - and -Ride Facility at SW 344th Street and U.S. Routel Busway, Florida City, FL, Miami -Dade Transit (MDT) Project Manager responsible leading the technical and managerial aspects for the design of a 250 -space park- and -ride facility in Florida City. The purpose of this facility is to provide existing and future transit riders and the neighboring community an organized, safe, and convenient public parking facility. The project includes bus bays, bus shelters, a drop -off area, lounge for MDT bus operators, a security booth at the entrance, and a surface parking lot. Other site improvements include sidewalks, Americans with Disabilities Act (ADA) ramps, landscape, drainage, lighting, pavement markings, and signing. US 1 Express Lanes PD &E Study, Miami -Dade County, FL, Miami -Dade Expressway Authority (MDX) Project Principal responsible for overall management of the team and client management. Responsibilities also included coordinating the project budget; schedule, and invoicing with MDX and the general engineering consultant. Improvements would be made to transit operations and facilities, resulting in improved service for transit passengers and offering travel options for motorists along the US 1 corridor and throughout southern Miami -Dade County. Innovative build alternatives were developed that allow for express lanes for mixed traffic combined with at -grade bus -only lanes exclusively for transit. Also developed a detailed transit service plan to take advantage of the proposed infrastructure as a means of delivering faster, more reliable transit along the 20 -mile corridor. In Gannett Fleming ) 77 Jiangchuan Hu, EI YEARS OF EXPERIENCE: 6 EDUCATION: MS, Environmental Engineering, University of Cincinnati, 2012 BS, Environmental Science and Engineering, Tsinghua University (China), 2009 PROFESSIONAL LICENSES: Engineering Intern: North Carolina No. A -27958 PROFESSIONAL AFFILIATIONS: Air & Waste Management Association g Gannett Fleming Experience & Qualifications 2 Transportation Planner responsible for assisting in transportation planning projects, including those involving multi -modal transportation planning, alternatives analyses, major investment studies, corridor studies, travel demand forecasting, statistical data analysis, and report preparation. Works for FDOT District 7 for the Tampa Bay Regional transportation Analysis, Phase XIV, including conducting technical review for the DeltaSim3 land use model to understand the model methodology and limitations; performing reviews on statistical analysis for FDOT, applying the Tampa Bay Regional Planning Model (TBRPM) for base year validation for Tampa Downtown subarea and Interstate I -75 corridor; using the geographic information system (GIS) techniques to update the district wide network and traffic analysis zone (TAZ) split for the TBRPM, and using statistical analysis and engineering judgement to analyze counts over the regional network. SUMMARY OF EXPERIENCE: Tampa Bay Regional Transportation Analysis, Phase XIV, Tampa, FL, FDOT District 7 Transportation Planner responsible for providing graphical, technical, and organizational support for various transportation planning and engineering projects. Technical duties include applying the Tampa Bay Regional Planning Model (TBRPM) to provide estimated traffic volume for selected links in Pasco County; conducting technical review for the DeltaSim3 land use model to understand the model methodology and limitations; presenting the DeltaSim 3 land use model review results to the client; applying the TBRPM to perform base year validation for Tampa Downtown subarea and Interstate I -75 corridor; and using the geographic information system (GIS) techniques to update the district wide network and traffic analysis zone (TAZ) split for the TBRPM. 2 -/8 EXPERIENCE PRIOR TO GANNETT FLEMING: North Carolina State University, Raleigh, NC Jiangchuan Hu, El Resume Research and Teaching Assistant responsible for research in transportation and air pollution issues, including measurements of real -world vehicle running exhaust and cold start fuel use and emissions; conducting data analysis to establish methods for modeling fuel use and emissions based on vehicle activity and transportation inputs; conducting spatial data analysis using GIS to construct pollution map; presenting research at international conferences; and co -teach a senior -level course. University of Cincinnati, Cincinnati, OH Research Assistant responsible for research on relations between road -side ambient air quality and on -road vehicles. Work included field measurements on air quality, vehicle count, and vehicle delay quantification, data statistical analysis, and preparing written reports and presentations. J GannettFleming 2 -79 Daniel Irigoyen, EI YEARS OF EXPERIENCE: EDUCATION: BS, Civil Engineering, Florida International University, 2016 PROFESSIONAL LICENSES: Engineering Intern Florida No. 1100020128 REGISTRATIONS: Adult First Aid /CPR/AED: American Red Cross (2017) CI Gannett Fleming Experience & Qualifications 2 Roadway Designer performing the design for temporary roadway structures within freeway construction zones. Assists with quality control and revisions for plan sheets, quantity sheets, and cross sections. Reviews suitability of proposed sign structures as per applicable design standards and site conditions. Computer skills include Bentley MicroStation, AutoCAD, MathCAD, Microsoft Office Suite, Microsoft Outlook, and ArcGIS software. Other skills include public speaking and surveying. SUMMARY OF EXPERIENCE: Professional General Engineering and Architectural Services, Trolley Infrastructure Improvements, Doral, FL, City of Doral Roadway Designer responsible for providing design engineering services for this installation of bus shelters and /or benches at 21 sites within the City of Doral boundaries. As part of the installation, existing swales impacted by the proposed construction will be re- sodded /regraded and pedestrian facilities, including sidewalk, Americans with Disabilities Act (ADA) ramps, curb, and gutter, will be upgraded or improved if applicable. Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Roadway Designer for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Roadway Designer responsible for providing assistance for this general engineering consultant contract for miscellaneous Dan el Irigo;ien, El Resume preliminary engineering /project development services throughout District 4. Related tasks include the development of a freight implementation plan, seaport upgrade cost estimates, greenways and bicycle routs planning studies, multi -modal scoping forms, traffic counts, transit and traffic forecasting, park- and -ride conceptual design and demand forecasting, and other freight planning support. Districtwide Miscellaneous Professional Engineering Design Services, Districtwide FL, FDOT District 6 Roadway Designer for a series of roadway design projects on an as- needed task -order basis through a professional services agreement. The scope of the projects involves milling, resurfacing and widening of the road, signing and pavement markings, lighting, signalization, drainage, and maintenance of traffic. Districtwide Plans Review, Districtwide, FL, FDOT District 4 Roadway Designer for this task work order based contract providing plans and documents review of various projects during initial engineering, constructability, and bidability reviews for the District. Projects reviewed include roadway and bridge project such as bridge rehabilitation, roadway resurfacing, public transportation facilities improvements, and others. Scope includes verification of adherence to FDOT criteria, design and plans review, review of transportation studies, pay items, and quantities, and technical special provisions. All reviews are input in FDOT's ERC system. Reconstruction and Resurfacing of SR 968/West Flagler St, Miami -Dade County, FL, FDOT District 6 Roadway Designer for the design of major roadway improvements tc Flagler Street, a three -lane urban facility with on- street parking and a new bicycle lane. The scope of work includes design for reconstruction and upgrade of the roadway. drainage system, lighting, and signalization. Also included in the scope are permitting, utility coordination, traffic control plans, and extensive coordination with the South Florida Water Management District, Miami -Dade County Department of Environmental Resources Management, FDOT, City of Miami, Miami -Dade County, and adjacent projects. Homestead Extension of Florida's Turnpike (HEFT) Widening from N. of SW 72nd Street (Sunset Drive) to N. of SW 40th Street (Bird Road), Miami -Dade County, FL, FDOT Florida's Turnpike Enterprise Roadway Designer for this design -build project. The project objective is to improve traffic operations on the HEFT by widening 2.1 miles of this limited access tolled facility to provide three general purpose lanes and two express lanes in each direction in addition to auxiliary lanes. The design proposes roadway reconstruction (realignment); new and widened bridge structures; and upgrades to drainage, signing and pavement markings, lighting, signalization, intelligent transportation systems (ITS), and landscaping. ri Gannett Fleming 2 -81 John Izquierdo, EI YEARS OF EXPERIENCE: 3 EDUCATION: BS, Civil Engineering, Virginia Tech, 2013 PROFESSIONAL LICENSES: Engineer in Training: Virginia - No. 13603 -51347 g, Gannett Fleming Experience & Qualifications Transportation engineer in training responsible for performing design tasks, plans preparation, report preparation, and calculations for various transportation planning and design projects. Provides overall assistance in multifaceted projects including data collection and urban area and regional transportation planning. Performs quantity estimates, cost estimates, and prepares specifications. Checks calculations, reports, and drawings. Tasks include running models, CAD, and design software. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, Transportation Master Plan, Miami, FL, City of Miami Beach (CMB) Transportation Engineer in training for this task to provide a vision for the future of the CMB's transportation system. The CMB Master Transportation Plan will be integrated into the CMB 2025 Comprehensive Plan; other CMB plans; the plans that will directly affect the CMB transportation network; and other local, regional, and state plans. This transportation master plan will update the existing municipal mobility plan and will provide a project bank for the CMB. Specific duties include providing technical support in the modeling and analysis of traffic networks. Responsible for determining traffic measures of effectiveness, delays, and queue lengths using Synchro /SimTraffic which includes multi -modal level of service for approaches, segments, and intersections. Tampa Bay Regional Transportation Analysis Phase XIV, Tampa, FL, FDOT District 7 Provides technical assistance in the development and update of the Southeast Florida Regional Model for the year 2015. Collects and analyzes data needed for model update including traffic counts, traffic count locations, signal locations, capacity changes, and other changes in roadway characteristics. Responsibilities include keeping record of different data sources used in the model and providing guidelines for future model updates. 2 -82 John Izquierdo, El Resume Urban Model Development, Southeast Florida Regional Planning Model (SERPM), Miami, FL, FDOT District 4 Project tasks involve providing technical assistance in the development and update of the 2015 -based SERPM to cover the Miami urbanized area. Collects and analyzes data needed for the model update, including traffic counts, traffic -count locations, signal locations, capacity changes, and other changes in roadway characteristics; maintains a record of different data sources used in the model; and provides guidelines for future model updates. The model is being developed to provide planning agencies with reliable travel- forecasting tools and assist in understanding and addressing emerging planning challenges. EXPERIENCE PRIOR TO GANNETT FLEMING: Safety Study Report at Photo Enforced Red -Light Running Intersections, Virginia Beach, VA, Department of Public Works Researcher for coordinating and writing the preliminary and final safety report at nine photo enforced red -light running intersections in Virginia Beach. The study collected historical crash data to identify crash type trends, and proposed improvements that enhanced the safety and mobility at those intersections. Speed Studies, Chesterfield County, VA, Virginia Department of Transportation Researcher for coordinating and developing numerous speed study reports as requested by local government and citizens. Data such as traffic counts, crash historical data, and road physical characteristics was collected in order to obtain a detailed analysis of safety and mobility concerns at specific sections of the roads. The purposes of the studies were to justify the speed limit change at specific sections of roads, and to propose improvements that enhanced the mobility and safety of the corridors. Improvements included speed limit change, traffic signal or sign placement, pavement markings placement, and road alignment improvements. Town of Blacksburg Travel Demand Forecasting, Down Town Area, Blacksburg, VA, Virginia Tech Traffic demand modeler for the Blacksburg downtown area. A network was created to represent the down town area using TP+ /CUBE, the model was run for different scenarios that represented future projects which included capacity increases in the network system, increase of dwelling units near the downtown areas, and increase in Bus Rapid Transit ridership. Gannett Fleming 2 -83 Ivan Jimenez, EI YEARS OF EXPERIENCE: 4 EDUCATION: BS, Civil Engineering, Florida International University, 2016 PROFESSIONAL LICENSES: EIT: Florida - No. 1100020525 (2017) PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers, Florida International University Student Chapter Sigma Alpha Lambda, Florida International University Student Chapter Cuban - American Association of Civil Engineers, Florida International University Student Chapter g Gannett Fleming Experience & Qualifications 2 Transportation Planner aiding in the planning and design for the construction of roadways, bridges, utilities, and other major infrastructure projects, as well as local projects such as commercial, residential, and land development. Participates in traffic studies, project development and environment (PD &E) studies, and city- wide master plans. Professional experience focused on designing and evaluating transportation projects that abide to the National Environmental Policy Act (NEPA), local government policies and regulations, and federal /state/local design standards. SUMMARY OF EXPERIENCE: General Transportation Planning and Traffic Engineering Consulting Services, Transportation Master Plan, Miami Beach, FL, City of Miami Beach Transportation Planner involved in the overall process of preparing a comprehensive transportation master plan for the City of Miami Beach. Engaging in this process involved developing a dialogue with the City's staff and management in order to determine the City's vision with regards to land use development, transportation infrastructure and operation, and multi -modal network. Through this extensive coordination process, context sensitive solutions were developed and prioritized. Developing these solutions involved scrutinizing existing conditions thoroughly, prioritizing specific modes of transportation according to the City's vision, researching and prioritizing pedestrian, bicycle, transit, automobile, and freight improvements, and creating a detailed multiphasic project bank. This study also involved recommending local policy changes and amendments to support the City's overall transportation vision via land use development concurrency and accountability for specific modes of transportation. Project experience gained in the area of freight management includes knowledge in developing freight corridors, truck routes, freight mobility programs, truck specific geometric constraints and transportation improvements, and accommodations for urban loading zones and truck staging areas. Ivan Jimenez, El Resume General Planning Consulting Services, Miami -Dade County, FL, Miami -Dade TPO Transportation Planner responsible for examining alternative alignments and the full spectrum of transit modal. Gannett Fleming is providing professional planning services to support the Miami -Dade MPO Secretariat's transportation planning process for the Miami urbanized area and regional efforts. The general planning services provided under this contract includes data collection, analysis and evaluation, corridor studies, travel demand forecasting, preparation maps, reports and presentations, and the development of the InteracTlP. Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Transportation Planner in charge of conceptualizing pedestrian and transit improvements along the entire major arterial that is SR 817 /University Drive, which is 21 miles long. This project involves understanding the design standards for bus stops, bus amenities, pedestrian amenities, and roadway considerations across multiple jurisdictions. Also requires familiarity of local municipal, state, and federal regulations. SR 90 /SW 7th and 8th St from SR 9 /SW 27th Ave to US 1 /Brickell Ave Corridor Study, Miami, FL, FDOT District 6 Civil Technician involved in developing and analyzing multi -modal corridor specific solutions. This study involved analyzing existing conditions, evaluating traffic conditions, and developing and evaluating multi -modal preliminary engineering alternatives. In developing the preliminary engineering alternatives, a comprehensive evaluation of potential typical sections was ensued in order to provide the most suitable multi -modal infrastructure for each specific corridor segment. Districtwide PD &E Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Transportation Planner in charge of developing scoping reports for the advertising of PD &E studies. These services involved having a technical understanding of project designs, reviewing project specific impacts and mitigation strategies, summarizing the results from the ETDM screening tool, reflecting an understanding of the PD &E Process, and documenting all required permits, design criteria, and required project deliverables for the PD &E studies. Districtwide Freight Logistics and PAX Consultant Services, Miami, FL, FDOT District 6 Transportation Planner in charge of compiling relevant information for assessing potential truck parking locations within Miami -Dade County as well as producing final deliverables. This task involved understanding the history of freight /truck movement throughout the County, reviewing previous transportation studies regarding trucks, and implementing creative solutions for determining the best locations for truck parking facilities. g Gannett Fleming Naresh Kotari, AICP YEARS OF EXPERIENCE: 11 EDUCATION: BA, Architecture, Andhra University, Visakhapatnam, India, 2002 MA, Urban Planning, University of Nebraska - Lincoln, 2004 PROFESSIONAL LICENSES: American Institute of Certified Planners (ACIP) PROFESSIONAL AFFILIATIONS: American Planning Association (A PA) Institute of Transportation Engineers (ITE) gg Gannett Fleming Experience & Qualifications 2 Senior Transportation Planner with more than 11 years of experience in data collection and management, corridor feasibility studies, traffic impact analyses, socioeconomic data forecasting, systems planning, regional plans, and long range planning. Has successfully managed many corridor -level transportation projects involving tasks such as assessing existing and future traffic operating conditions and development of future traffic volumes for corridor evaluation. Has completed numerous traffic studies using state -of- the -art tools. Fosters client relationships with FDOT districts and other local agencies. Proficient in the use of travel demand modeling software such as ArcGIS, CUBE, TransCAD, Synchro, VISSIM, and CORSIM. SUMMARY OF EXPERIENCE: Urban Model Development, Southeast Florida Regional Planning Model (SERPM), Miami, FL, FDOT District 4 Traffic analysis lead for the SR 9/I -95 interchange project. Responsible for the SERPM update and traffic operations analysis. Ensures that the proposed design configuration for the SR 9/I -95 interchange study will adequately serve the future traffic needs. Coordinates with the design team to ensure that the recommended design meets all the required design criteria and future traffic needs. Involved in the model update which includes revisions to traffic counts, traffic -count locations, signal locations, capacity changes, and other changes in roadway characteristics within SERPM and interchange specific traffic analysis using appropriate software. SR 874 /Don Shula Expressway Interchange at SR 986 /Southwest 72nd Street/Sunset Dr., General Engineering Consultant Contract A, Miami Dade County, FL, Miami Dade Expressway Authority (MDX) Lead traffic planner responsible for assisting in evaluating traffic impacts of constructing a partial interchange on SR 874 /Don Shula Expressway at SR 986 /Southwest 72nd Street/Sunset Drive. Project tasks include summarizing traffic data, performing freeway and intersection capacity analyses and providing recommendations. Coordinates with the design team to ensure that the proposed design meets future traffic needs. The scope of the project includes development of preliminary plans and construction documents for a 1 6 N resh Kohn, RICE' Resu me new half diamond interchange adjacent to a CSX railroad track. Arterial improvements include widening and realignment of SR 986 and additional turn lanes to accommodate new traffic movements. General Engineering Consultant, Tampa, FL, FDOT District 7 Traffic Team Leader responsible for managing/coordination the traffic efforts related to interchange evaluations of the Downtown interchange, SR 60 interchange, and the I- 4/I -75 interchange. Developed future traffic volumes and performed analysis and coordination of a traffic evaluation for the Gateway Express Corridor. Strategic Intermodal Systems (SIS), Countywide, FL, FDOT District 7 Traffic Team Leader for this general planning contract providing assistance to District 7 on all related SIS and SIS connectors. Managed and provided technical expertise for the following task orders: • 1 -275 Interchange Need Evaluation. Managed and coordinated technical staff, participated in project progress meetings, prepared documentation and exhibits, coordinated and summarized traffic count data, collected data for travel time, performed crash analysis and crash density mapping, and prepared design hour traffic volumes for future conditions. • US 19 Pinellas -Pasco Action Plan from Enterprise Road to SR 54. Managed and coordinated technical staff, prepared documents, performed crash analysis, computed growth rates using Tampa Bay Regional Planning model, and created origin - destination matrices from the model to evaluate express lanes. • Planning Level Evaluation of I -75 from SR 52 to Hernando - Sumter County Line: computed growth statistics using Tampa Bay Regional Planning model and historical count data, calculated year of failure for each segment along the corridor based on Level of Services (LOS) standards and FDOT generalized LOS tables, and summarized findings • US 19 Action Plan from SR 50 to US 98: completed existing and future conditions analysis, prepared a report to summarize the analysis findings, and presented the action plan findings to the client. Districtwide Transit Studies, Westshore Multi -modal Study, Tampa, FL, FDOT District 7 Traffic Team Leader for this multi -modal study that involved identifying a suitable location for a multi -modal center in the Westshore Business District. Responsible for preparing site fact sheets for all potential sites which tasks included mapping of future land use, existing and proposed transit facilities/bike ways, and trails. Scored the sites based on the transit oriented development potential, connectivity, cost effectiveness, environmental impacts, and other factors. Presented technical analyses scoring results to the client. ti Gannett Fleming Christina Mendoza, AICP YEARS OF EXPERIENCE: 5 EDUCATION: BA, Mass Communication, minor in Environmental Policy, University of South Florida, 2011 MSP, Urban and Regional Planning, Environmental Planning and Natural Resource Management Specialization, Florida State University, 2013 PROFESSIONAL LICENSES: American Institute of Certified Planners PROFESSIONAL AFFILIATIONS: American Planning Association (APA) APA, Florida Chapter APA, Green Communities ni Gannett Fleming Experience & QuJlifications 2 Transportation Planner providing technical, organizational, and graphical support for transportation planning and engineering projects. Experience includes multi -modal and long range planning, corridor access studies, policy analysis, performance management, MPO policy development and analysis, stakeholder engagement, public involvement and outreach. Primary responsibilities include the research and development of project deliverables, including reports, presentations, maps, data, and graphic outputs. SUMMARY OF EXPERIENCE: General Planning Consultant Services, Miami, FL, Miami -Dade TPO Transportation Planner providing technical, organizational, and graphical support for various transportation planning and engineering projects conducted by the client. Projects include: • FY 2016 and 2017 Cycle of the Interactive Transportation Improvement Program (Interact) and Program Tracking System. Gannett Fleming is updating the database and corresponding documents for the computer application Interact used by the MPO to publish the Transportation Improvement Program (TIP). Responsibilities include aiding in the organizational development and review of the database reports. • South Miami -Dade Corridor (South Link) Study Update. Gannett Fleming is preparing an update of the 2006 South Miami -Dade Transit Corridor Study, which was an alternative analysis to develop transportation improvements for the corridor that stretches from the Dadeland South Metroraii Station to Florida City to address the lack of north -south mobility, failing levels of service, high projected growth, and the imbalance of jobs and housing in the area. Responsibilities include aiding in the development of the report through the analysis of data and the creation of graphics and presentation materials. • Beach Corridor Transit Connection Study. Gannett Fleming is preparing an update of the 2004 Bay Link Study which recommended the construction of a light rail transit (LRT)/ modern streetcar line along a locally preferred alternative (LPA) 7AR Cl:ristir.a Mendcza,NCP Resume using the MacArthur Causeway. This report further refined the LPA to help address increased growth and demand for improved transportation between downtown Miami and South Beach. Responsibilities include aiding in the development of the report through the creation of graphics and presentations. Districtwide Freight Logistics and PAX Consultant Services, Miami -Dade and Monroe Counties, FL, FDOT District 6 Transportation Planner aiding in project research and literature review, report and recommendations development, and graphical support in the identification of potential feasible conceptual alternatives for pedestrians to safely access the Golden Glades Park and Ride and Tri -Rail Station from the City of Miami Gardens. Statewide Policy Planning Consulting Services, Tallahassee, FL, FDOT Central Office Transportation Planner providing graphical, technical, and organizational support for various transportation planning and engineering projects including: • Guidelines for Developing LRTP Needs Plans. Gannett Fleming was tasked with developing guidelines for MPO LRTP needs plans that support the implementation of the 2060 Florida Transportation Plan, as well as provide consistency with all applicable laws and rules related to the implementation of the Moving Ahead for Progress in the 21st Century Act (MAP -21). Responsibilities include research and development of the comprehensive report and development of graphics included within the report. • Multi -Use Trails Planning Support. Gannett Fleming was tasked with preparing research guidelines and best practices to educate decision makers on the planning, funding, and implementation of multi -use trail projects throughout the state of Florida. Responsibilities include research and development of the comprehensive report and coordination with state and local jurisdictions to gather information on trails throughout the state. • FDOT Bicycle and Pedestrian Partnership Council Support Staff. Responsibilities include the development of Council quarterly meeting summaries and the Council's annual report, production of presentations and materials for quarterly meetings, attendance at meetings to record notes and provide staff support, and regular webpage updates to include monthly news articles reflecting bicycle- and pedestrian - related topics throughout the country. • FDOT Annual Performance Reports. Gannett Fleming was tasked with aiding in the coordination of FDOT's annual performance reports and supporting executive -level management summaries, including reviewing FDOT's annual MAP -21 performance report. Responsibilities include the development of materials and summaries for the FDOT Performance Workshops, attendance at the workshops to record notes and staff support, and graphics development for the Annual Workshop Reports. ri Gannett Fleming 2 S) Leanet Mujica, PE YEARS OF EXPERIENCE: 9 EDUCATION: BS, Civil Engineering, Florida International University, 2008 MS, Civil Engineering, Florida International University, 2011 Specification Package Preparation Training, Florida Department of Transportation, 2015 Long -Range Estimates Users Training Certification, FDOT, 2016 PROFESSIONAL LICENSES: PE: Florida - No. 78415 (2014) PROFESSIONAL AFFILIATIONS: Maintenance of Traffic Advanced Certification, Florida International University, 2016 Gannett Fleming Experience & Qualifications 2 Senior Project Engineer responsible for roadway design, signing and pavement markings, signalization, cost estimates, and drainage design. Also provides design and contract plans for reconstruction and resurfacing. Assists with the evaluation of sidewalk and bike lane connections. SUMMARY OF EXPERIENCE: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Project Engineer assisting in the evaluation of sidewalk and bike lane connections of the off - systems for this project. The scope of the project includes providing pedestrian, bicycle, traffic, and transit operational and safety improvements. Englewood Storm Sewer Design, Miami, FL, City of Miami Project Designer assisting in the preparation of the roadway plans, including roadway reconstruction, as well as roadway milling and resurfacing. Other improvements include replacing damaged sidewalks, curbs, and gutters; providing ramps compliant with the Americans with Disabilities Act (ADA); and upgrading existing signs and pavement markings. Responsibilities also included assisting in the preparation of the traffic control plans. SW 344th St Park and Ride Facility, Florida City, FL, Miami -Dade Transit Authority Drainage Engineer responsible for the drainage design, stormwater management and environmental permitting of a new 250 -space Park & Ride facility in Florida City. The purpose of this facility is to provide existing and future transit riders and the neighboring community an organized, safe and convenient public parking facility. The project includes bus bays, bus shelters, a drop -off area, a lounge for MDT bus operators, a security booth at the entrance, and a surface parking lot. Other site improvements include sidewalks, ADA ramps, landscape, drainage, lighting, pavement markings and signing. 2 -90 Leanet Mujica, PE Resume Professional Engineering Design Consulting Services, SR 25 /US 1 /Biscayne Blvd, Miami - Dade County, FL, FDOT District 6 Project Engineer assisting in the preparation of the roadway plans for this ride only project. The scope of the project includes milling and resurfacing, manholes and valves covers adjustment, pedestrian ramps upgrade, loops replacement, and signing and pavement markings. SR 968 /Flagler St From West 14th Ave to West 2nd Ave, Miami -Dade County, FL, FDOT District 6 Project Engineer responsible for preparing design and contract plan for the reconstruction and resurfacing of SR 968/West Flagler Street. The scope includes reconstruction of a three -lane urban roadway; new lighting; signalization; a new drainage system; permitting; utility coordination; traffic control plans; and extensive coordination with South Florida Water Management District, Department of Environmental Resources Management, FDOT, City of Miami, Miami -Dade County, and adjacent projects. Responsibilities include geometric design; field reviews; and preparation of traffic control plans, cost estimates, and design- related reports. Professional Engineering Design Consulting Services, Intersection of SR 25/S. Okeechobee Rd at W 12th Ave /NW 74th St, Miami -Dade County, FL, FDOT District 6 Project Engineer assisting in the preparation of the roadway plans for this safety project. The scope of the project consisted of milling and resurfacing, as well as signing and pavement markings and signalization improvements. NW 74th St (SR 934) From NW 107th Ave to NW 114th Ave, Miami -Dade County, FL, FDOT District 6 Drainage Engineer for the widening and reconstruction of this segment of NW 74th Street to provide a continuous six -lane corridor connecting the Homestead Extension of Florida's Turnpike (SR 821) and the Palmetto Expressway (SR 826). The scope of work included developing plans for wetland mitigation, lighting, signing, pavement markings, and signalization; securing environmental permits, performing noise analyses, and designing sound walls. Engineering and Environmental Studies, SR 922/NW 125th St From NW 7th Ave to NW 6th Ave, Miami -Dade County, FL, FDOT District 6 Project Engineer assisting in the preparation of the roadway plans, pavement design, and a typical section package for this safety effort. The scope of the project consists of milling and resurfacing and widening the roadway, as well as signing and pavement markings and signalization improvements. aGannett Fleming )1 Experience & Qualifications 2 Michael Neidhart, PhD, AICP YEARS OF EXPERIENCE: 26 EDUCATION: BA, Political Science, University of South Florida, 1989 MA, Economics, University of South Florida, 1992 PhD, Public Affairs, University of Central Florida, 2005 PROFESSIONAL LICENSES: AICP: American Institute of Certified Planners - No. 012387 (1996) PROFESSIONAL AFFILIATIONS: American Planning Association American Institute of Certified Planners gGannett Fleming Senior Transportation Planner responsible for performing planning studies and managing all aspects of transportation and comprehensive planning activities related to surface transportation projects. Experienced in transportation policy development, policy analysis; long -range transportation planning, performance measures development and review, metropolitan planning organization (MPO) policy development and analysis, MPO coordination and management, statistical data analysis, travel demand modeling, data collection and analysis, Florida's growth management process, and public involvement activities. Experience also includes coordination with stakeholders and elected officials. SUMMARY OF EXPERIENCE: Statewide Policy Planning Consulting Services, Tallahassee, FL, FDOT Central Office, Office of Policy Planning Project Manager responsible for supporting the planning requirements of the Office of Policy Planning and managing staff resources for the multi -year, multi -task contract. Tasks include coordinating FDOT's annual performance reports and supporting executive -level management summaries; reviewing FDOT's annual MAP -21 performance report; providing staff support for the Florida Bicycle and Pedestrian Partnership Council; reviewing federal and state MPO certification processes; reviewing and editing the Florida MPO handbook; preparing the long -range transportation plan (LRTP) best practices report with regard to user - friendliness; preparing a LRTP guidelines report for the development of needs plans; and assisting with efforts in developing guidance on multi -use trail development. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Senior Planner responsible for reviewing the draft "South Florida Regional Freight Plan: Working Document, December 2008." Reviewed the report provided by FDOT, including the literature review, relevant documents, and priorities for the Phase II documentation. Michael Neidhart, PhD,AICP Resume Tampa Bay Regional Transportation Analysis, Phases IX, X, XI, and XII, Tampa, FL, FDOT District 7 Senior Transportation Planner responsible for project development and administration to provide transportation systems planning data and models to be used in the preparation of LRTPs for the area MPOs and Citrus County in District 7. District 7 includes four MPOs: Hernando, Hillsborough, Pasco, and Pinellas. Responsibilities include providing input and reviewing suggestions for measures of effectiveness and regional policy directives impacting the development of the four MPOs' LRTPs. Participates in technical review team meetings that include policy discussions with MPO representatives and coordination of local policy directives with regional initiatives, such as the Tampa Bay Area Regional Transportation Authority Master Plan. The project also involves updating the Tampa Bay Regional Planning Model and assisting FDOT and the MPOs with updating and adopting their LRTPs throughout the analysis of proposed improvements to regional transportation systems and the subsequent staging of those improvements. Tampa Bay Area Regional Transportation Authority for the West Central Florida (WCF) Regional Transit Master Plan, Tampa, FL, FDOT District 7 Transportation Planner responsible for the technical memorandum documentation to support the WCF Transit Master Plan. Participated in documenting the results of testing multiple transit scenarios to assess the sensitivity of walk access for transit ridership in the West Central Florida Regional Planning Model to incorporate higher density development, or transit - oriented development, around rail stations. Documentation included using data to support specific policy initiatives included in the Regional Transit Master Plan. General Planning Consultant, Tampa Bay Goods Movement Study, Tampa, FL, FDOT District 7 Transportation Planner responsible for writing a white paper summarizing the policy needs and success factors involved in creating a freight advisory committee within the Tampa Bay region. A freight advisory committee provides the mechanism for the effective inclusion of freight policy issues within the general transportation planning process and long -range transportation plan development. Reviewed and documented freight planning best practices and created a set of freight planning success factors identified for potential use and policy development in the creation of a freight advisory committee for the Tampa Bay region. Districtwide Modeling Support, Limited - Access Analysis, Orlando, FL, FDOT District 5 Transportation Planner responsible for providing general support including review of capacity tables, development of area -type land use density categories, network coding, support to the Volusia County MPO staff, and meeting coordination for the Central Florida Transportation Planning Group. ti Gannett Fleming Shawn Rairigh, AICP YEARS OF EXPERIENCE: 17 EDUCATION: BA, Geography, University of Delaware, 1997 MCP, City and Regional Planning, University of Pennsylvania School of Design, 2000 PROFESSIONAL LICENSES: AICP: No. 021037 (2006) MGannett Fleming Experience & Qualifications 2 City Planner responsible for general planning work and urban design, including planning analysis, physical site planning and design, three - dimensional (3 -D) modeling, and photorealistic rendering within various community revitalization and transportation planning projects. Experience includes providing land use planning and alternatives analysis. SUMMARY OF EXPERIENCE: South Florida East Coast Corridor Transit Analysis Study, Palm Beach, Broward, and Miami -Dade Counties, FL, FDOT District 4 Planner assisting in a station -area land use planning and alternatives analysis. Primary tasks include preparing urban design concepts and site plans for selected station areas and crafting 3 -D models, renderings, and other visual aids that illustrate the project goals to the public. The project involves the testing and review of transit alternatives in an 85- mile -long, three - county corridor centered on the existing Florida East Coast Railway line. Millbourne Station Area Development Plan, Millbourne, PA, Millbourne Borough Project Manager and Planner for a transit - oriented development plan focused on a 15 -acre vacant site adjacent to the 69th Street high- speed line. Responsible for using a market study to develop site plans and renderings for proposed development schemes, which included a new street grid; residential, commercial, and mixed -use development; parking; open space; and a regional recreational path along Cobbs Creek. Portland Station Improvement Plan, Portland, ME, Northern New England Passenger Rail Authority Planner assisting in service and station upgrades plan for Amtrak's Downeaster service in southern Maine. Responsible for developing location and design alternatives for the Portland Station, including surface and structured parking alternatives; improved pedestrian, transit, and vehicular connections to the surrounding urban area; and opportunities for nearby transit - oriented development. Shawn Rairigh,AICP Resume Comprehensive Master Plan Update, Parkersburg, WV, City of Parkersburg Planner assisting in a comprehensive plan update that focused on circulation, parking, and streetscape improvements to support downtown economic development and better tie neighborhoods to downtown. Responsible for "complete streets" strategies and photosimulations for three arterial corridors. Newtown Creek Brownfield Opportunity Area Grant - Funded Study, Environmental Planning, Design, and Economic Analysis Services, Brooklyn and Queens, NY, Greenpoint Manufacturing and Design Center Assistant Project Manager and Planner responsible for project management and land -use and transportation- access planning. The areawide project includes 994 acres and more than 400 property lots, of which at least half are believed to be contaminated and another six of which are currently designated as State Superfund sites. EXPERIENCE PRIOR TO GANNETT FLEMING: Downtown Savannah Master Plan, Savannah, GA, Savannah Development and Renewal Authority Planner, then Project Manager, for the long -term vision and master plan for downtown Savannah, involving aspects of economic development, transportation, affordable housing, historic preservation, and quality of life issues. Early tasks included performing planning research and analysis, helping incorporate public opinion and stakeholder needs into a vision statement, and mapping and illustrating planning concepts. As Project Manager, responsible for interfacing with the client, translating the vision into a series of implementable strategies, writing and assembling the final plan document, and presenting the final plan to the public. Downtown Erie Master Plan, Erie, PA, Erie Redevelopment Authority Project Manager and Lead Planner for the City of Erie's downtown master plan, which based a future vision on a thorough and realistic downtown market assessment. Tasks included interfacing with clients, interviewing stakeholders, conducting an existing conditions assessment, crafting a series of planning goals and an implementation schedule, graphically illustrating plan goals and specific development proposals, presenting the plan concepts to the public and interested private developers, and assembling the final plan document. Cheltenham Avenue Revitalization Plan, Philadelphia, PA, Cheltenham Township and City of Philadelphia Project Manager and Planner for the revitalization plan of an aging suburban arterial road that formed the border between two diverse communities. Tasks included creating redevelopment plans for several dated shopping centers to create new mixed -use developments oriented around a redesigned bus transfer facility. till Gannett Fleming Eric Rensel YEARS OF EXPERIENCE: 18 EDUCATION: AENGT, Architectural Engineering Technology, The Pennsylvania State University - Worthington Scranton Campus, 1998 BS, Structural Design and Construction Engineering Technology, The Pennsylvania State University - The Capital College, 2000 ICS -300: Incident Command System for Expanding Incidents, Pennsylvania Emergency Management Agency, 2007 ICS -400: Advanced Incident Command System (ICS) Command & General Staff, Pennsylvania Emergency Management Agency, 2007 IS - 00100: Introduction to the Incident Command System (ICS 100), FEMA - Emergency Management Institute, U.S. Department of Homeland Security, 2007 (0.3 CEU) PROFESSIONAL AFFILIATIONS: Institute of Transportation Engineers Intelligent Transportation Society (ITS) of America gi Gannett Fleming Experience & Qualifications 2 Task Leader (Traffic Incident Management) responsible for identifying innovative ways for transportation agencies to mitigate both recurring and non - recurring congestion; developing and implementing traffic management center (TMC) policies, protocols, standard operating procedures, forms, training programs, and functional requirements for TMC software; integrating traffic incident management (TIM) strategies into agency business models and processes; identifying operational strategies to mesh TMC operations with TIM strategies; integrating emergency management (EM) best practices into agency business models; developing program- and operational -level congestion performance measures; and providing liaison services among multiple agencies for improving roadway operational efficiency. Also responsible for the development of evacuation plans and stakeholder coordination. SUMMARY OF EXPERIENCE: PennDOT Next Generation (NextGen) Advanced Transportation Management System (ATMS), Statewide PA, Pennsylvania Department of Transportation (PennDOT) Task B -2 Lead responsible for administering, organizing, and executing tasks within the contract to provide PennDOT with a new ATMS software program used to consolidate control of all ITS devices throughout the commonwealth, collect and analyze ITS information and data from devices throughout the commonwealth, and maintain situational awareness across all PennDOT Districts. NextGen ATMS will provide a common operating platform to all ITS and operations personnel within Pennsylvania, while also providing access to control of ITS devices, enhanced performance metrics, analytical capabilities, and asset management features that were previously unavailable. Responsibilities include organizing resources to execute project tasks, providing significant input to the development of project deliverables, and performing much of the administrative duties to complete our firm's tasks within the contract. Project activities involve facilitating systems engineering workshops to gather requirements, leading a performance measures working group to identify the performance output from ATMS, identifying business case rules for automated incident response plans, and refining alternate route planning for E ,c Rensel Resurne ATMS. Tasks include recording and documenting existing conditions within TMCs across all PennDOT Districts, conducting field interviews and surveys to gather existing conditions data, developing existing conditions reports, developing business requirements as part of the ATMS high -level design, and designing the ATMS user interfaces. Regional TIM Program Development and Delivery, Pittsburgh, PA, Pennsylvania Department of Transportation Task Leader responsible for assisting the Southwestern Pennsylvania Commission (Commission) with the development of a regional TIM program. Created a TIM steering committee for Pittsburgh, the 22nd largest metropolitan area in the United States. The goal of the Pittsburgh Regional TIM steering committee is to bring TIM practitioners and decision makers from transportation, law enforcement, emergency management, emergency medical services, towing and recovery, transit, and other regional entities together to improve communication, collaboration, cooperation, and coordination. The TIM steering committee addresses regional TIM strategic planning, tactical response, and support activities. Scoped items for this effort include the establishment of the steering committee facilitation and support for the steering committee and the establishment and support of corridor TIM teams. Additional work to date has included the development and ongoing support of four local TIM teams, a multistate TIM conference, an annual program guide, newsletters, SharePoint site setup and support, coordination with Transportation Systems Management and Operations efforts, after action reviews, tabletop exercises, and representing the Commission at responder events. PennDOT TIM Program, Harrisburg, PA, Pennsylvania Department of Transportation ( PennDOT) Project Manager responsible for the creation of policies and procedures to be used by PennDOT and partner agencies to coordinate incident management and emergency management activities for highway and related transportation modes in Pennsylvania. Tasks include collection and validation of existing practices, facilitation of multiagency partnership activities, and creation of multiagency protocols and procedures. Project activities have involved the creation of a statewide all- hazards incident management manual that includes an approach for strategic, tactical, and support activities; the creation of a TIM program road map for implementation; the facilitation of an executive direction- setting session for TIM; and the creation of a joint operations policy for TIM. The joint operations policy includes the creation of a statewide incident management coordination committee, open roads policy, and training strategy. ti Gannett Fleming 1 -01 Mary Ross, PE YEARS OF EXPERIENCE: 31 EDUCATION: BS, Civil Engineering, University of Michigan, 1982 PROFESSIONAL LICENSES: PE: Florida - No. 46400 (1993) Michigan - No. 6201036139 (1990) Wisconsin - No. 27377 -006 (1990) Gannett Fleming Experience & Qualifications 2 Vice President and Transportation Manager responsible for the firm's transportation planning activities in the southeastern United States, including long -range transportation plan (LRTP) development projects and highway and transit corridor studies. Responsible for transportation planning activities, which include managing and assisting the transportation planning staff in the areas of project management and project development. Provides project coordination services and technical assistance for transportation planning and engineering projects, including those involving corridor studies, alternative analyses, travel demand forecasting, transportation impact analyses, LRTPs, and environmental concerns. SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: General Planning Consultant Services, Miami, FL, Miami -Dade TPO Project Manager for the Miami -Dade MPO's Secretariat's transportation planning process for urbanized Miami. Responsible for providing and overseeing technical support and assistance for various work orders relating to the MPO's existing transportation planning process, coordinating the preparation of proposals and staffing for proposed work orders, and managing individual work orders. Under four contracts, work has included a long -range transportation plan needs assessment study, InteracTlP and project tracking system, MetroMover onboard transit surveys, transit service evaluation and corridor studies, and modeling support. 2040 Long -Range Transportation Plan (LRTP) Update, Miami, FL, Miami -Dade TPO Project Manager responsible for managing the update of the MPO's LRTP to the year 2040, which was adopted in October 2014. The update included updating the Public Participation Plan; data compilation; review and development of data; development of goals and objectives; reviewing and updating financial resources; development of the Cost Feasible Plan; and adoption of the LRTP. Responsibilities also included coordinating the steering committee and local agencies for coordination and development of the Cost Feasible Plan, documentation, and the ultimate adoption of the LRTP. Mary Ross, PE Resume Long -Range Transportation Plan Update to the Year 2035, Miami -Dade County, FL, Miami -Dade TPO Deputy Project Manager responsible for supporting all aspects of the overall management of the project. Responsibilities included participating in the update of the MPO's LRTP to the year 2035, which was adopted in November 2009. The update consisted of an update to the public participation plan; data compilation, review, and development of data; development of goals and objectives; financial resources review and update; travel demand model alternative analysis; coordination of cost - feasible plan with the Efficient Transportation Decision - Making process; and adoption of the transportation plan update. Public Transportation Office Support Consultation, Tallahassee, FL, FDOT Central Office Project Engineer responsible for quality assurance in work orders to review Federal Transit Administration (FTA) travel forecasting requirements for New Starts and Small Starts to make recommendations and provide guidance to local agencies regarding the use of forecasting tools, with an emphasis on the Florida Standard Urban Transportation Model Structure and the Transit Boardings Estimation and Simulation Tool models, to obtain FTA forecast approval. Transportation General Planning Consultant Services, Tampa, FL, Hillsborough County MPO Project Manager responsible for providing support to the MPO staff for various transportation planning functions. Under three contracts, tasks have included: developing newsletters, coordinating and assisting with the review and development of prioritization processes for congestion mitigation and air quality applications and the County's transportation improvement program, preparing an intelligent transportation system (ITS) master plan for Hillsborough County to serve as a guide for the allocation of federal and state funds for ITS projects, completing a SouthShore transit study, and providing database and modeling support. Tampa Bay Regional Transportation Analysis, Phase XIII - Regional Travel Characteristics Analysis and Model Validation, Tampa, FL, FDOT District 7 Project Manager responsible for the overall management of tasks to provide transportation systems data and to support the maintenance and enhancements to the Tampa Bay Regional Planning Model (TBRPM v8.0). A trip attraction survey was designed, implemented, and analyzed to verify and update the trip attraction equations in the TBRPM. The TBRPM v8.0 was used in preparation of the long -range transportation plans for the four MPOs in District 7. IA Gannett Fleming Andres Sandoval YEARS OF EXPERIENCE: EDUCATION: BS, Civil Engineering, Industrial University of Santander, 2013 Pursuing a Master's Degree in Civil Engineering, specializing in Transportation REGISTRATIONS: Maintenance of Traffic, Florida Department of Transportation: (2014) Adult First Aid /CPR /AED: American Red Cross (2017) I• fi Gannett Fleming Experience & Qualifications 2 Roadway Designer responsible for assisting in the design and plans production for roadway projects. In addition, in charge of the engineering calculations required to accomplish proper and correct roadway design. Uses MicroStation V8i - GEOPAK for developing design, cross sections, quantities, and cost estimates. Additional computer skills include AutoCAD Civil 3D, Bentley Power Rebar, SAP2000, LEAP Bridge, LEAP Bridge Steel, CSiBridge v15, HEC -RAS, and Microsoft Office. SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Roadway Designer for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Professional General Engineering and Architectural Services, Doral, FL, City of Doral Roadway Designer responsible for preparation of the roadway plans and the signing and pavement marking plans for this safety effort. The scope of the project consists of milling and resurfacing and some sidewalk area improvements. Reconstruction and Resurfacing of SR 968 /West Flagler St, Miami - Dade County, FL, FDOT District 6 Roadway Designer assisting in the preparation of the roadway plans, signing and pavement marking plans, and lighting plans for this safety effort. The project is for the design of major roadway improvements to Flagler Street, a three -lane urban facility with on- street parking and a new bicycle lane. The scope of work includes 2 -100 Andres S ndo':al Resume design for reconstruction and upgrade of the roadway, drainage system, lighting, and signalization. Also included in the scope are permitting, utility coordination, traffic control plans, and extensive coordination with the South Florida Water Management District, Miami -Dade County Department of Environmental Resources Management, FDOT, City of Miami, Miami -Dade County, and adjacent projects. Districtwide Miscellaneous Professional Engineering Design Services, Districtwide FL, FDOT District 6 Roadway Designer for a series of roadway design projects on an as- needed task -order basis through a professional services agreement. Responsible for preparation of the roadway plans, signing and pavement marking plans, and lighting for this safety effort. The scope of the projects involves milling, resurfacing and widening of the road, signing and pavement markings, lighting, signalization, drainage, and maintenance of traffic. Task orders under this contract include RRR of SR 986 /Sunset Drive at SR 973 /Galloway Road Intersection; ride only of SR 5 /US 1 /Biscayne Boulevard from south of NE 76th Street to south of NE 87th Street; ride only improvements along SR 933/ SW/ NW 12th Avenue; ride only of SR 5 /US 1 /Biscayne Boulevard from NE 61st Street to NE 78th Street; safety improvements along SR 933/ SW/ NW 12th Avenue; and safety improvements at the intersection of SR 5 /US 1 and SW 22nd Street. g Gannett Fleming 2 -1O Aung Thurain, PE YEARS OF EXPERIENCE: 14 EDUCATION: BS, Civil Engineering, Bucknell University, 2002 32 -Hour MicroStation Training Course, Gannett Fleming, Inc., 2002 Traffic Signal Workshop, Northwestern University, 2003 Interchange Justification Studies, Ohio Department of Transportation Traffic Academy, 2004 Maintenance of Traffic, Ohio Department of Transportation, 2005 Span Wire Signal Support Software (SWISS) Course, Ohio Department of Transportation, 2005 Traffic Academy Railroad Preempted Traffic Signal Training, Ohio Rail Development Commission /Ohio Department of Transportation, 2012 PROFESSIONAL LICENSES: PE: Florida - No. 80110 (2015) CERTIFICATIONS: FDOT Maintenance of Traffic Advanced Training (2015) in Gannett Fleming Experience & Qualifications 2 Senior Traffic Engineer responsible for developing maintenance of traffic plans, highway traffic control plans, and design of traffic signals. Additional responsibilities include performing various traffic studies, including accident studies, capacity analyses, level -of- service calculations, traffic impact studies, and interchange modification studies. Computer experience includes AutoCAD, MicroStation, Synchro, SimTraffic, SIDRA, PETRA, TraxPro, and Highway Safety Analysis (HSA) software, as well as Highway Capacity Software (HCS). SUMMARY OF EXPERIENCE PRIOR TO GANNETT FLEMING: Integrated Corridor Management (ICM) Planning Study, Broward County, FL, Broward MPO Project Engineer responsible for coordinating with multiple agencies and municipalities in developing a concept of operations and an implementation plan for designing, constructing, integrating, operating, and maintaining the ICM system components with the sole purpose of improving the efficiency of the multi -modal transportation system along the I -95 corridor in Broward County, Florida. Park Blvd Traffic Safety Study, Seminole, FL, Pinellas County MPO Lead Traffic Engineer performing qualitative analysis of existing traffic conditions as it relates to safety, Manual on Uniform Traffic Control Devices (MUTCD) requirements, and signal operation and access management for Park Boulevard between 113th Street and Seminole Boulevard, and 113th Street between Park Boulevard and 86th Avenue located in Seminole, Florida. Additional roles include performing Synchro capacity analysis and developing SimTraffic simulation models for the proposed conditions. Lazelle Rd Preliminary Engineering Study, Columbus, OH, City of Columbus Traffic Engineer for a corridor study for a 2.5 -mile urban arterial named Lazelle Road. Responsibilities included collecting traffic data, performing accident analysis, overseeing traffic analysis performed by a subconsultant, and assisting in the development of traffic alternatives. The preferred alternatives to relieve congestion 2 -107 Auni Elmra:n, PE ResuMne and accidents included intersection improvements involving a signal and roundabout, complete street concepts including a shared -use path and sidewalks, and lane widening. Intersection Traffic Study, Wooster, OH, City of Wooster Lead Traffic Engineer conducting an intersection traffic study and designing a new traffic signal installation in Wooster, Ohio. Tasks included collecting traffic data, performing signal warrant and capacity analyses, and developing traffic signal plans. The effort involved the design of a mast -arm type signal using a fully actuated video detection system and pre - emption units. Pedestrian amenities were included as part of this design. US 27 and SR 73 Oxford Connector Rd, Oxford, OH, Ohio Department of Transportation (ODOT), District 8 Traffic Engineer for a project that involved an evaluation of redesigning US 27 and SR 73 through the city of Oxford to reduce the higher than average crash rates, traffic congestion levels, amount of heavy truck traffic, and pedestrian interfacing along U.S. Route 27 within the city and Miami University campus. Responsibilities included collecting traffic data, performing accident and capacity analyses, and preparing a traffic impact study. I -75/I -275 Interchange Modification Study, Hamilton County, OH, ODOT, District 8 Traffic Designer responsible for conducting accident and capacity analyses as part of the development of alternative interchange configurations to improve interchange capacity. The project involved analyzing the capacity of the I -75/I -275 interchange and the surrounding roadways using projected 2030 design -year traffic volumes. Responsibilities included performing main line, weave, merge, and diverge capacity analyses using HCS, in addition to creating traffic simulations using SimTraffic and Synchro. SR 3 Safety Improvements, Columbus, OH, ODOT, District 6 Traffic Designer for a project involving roadway reconstruction and safety improvements on approximately two miles of SR 3. Responsibilities included developing maintenance of traffic and traffic control plans and involved redesigning three traffic signals. Safety Improvement Study, Westerville, OH, ODOT, District 6 Traffic Designer responsible for conducting accident, traffic, and capacity analyses along a 2 -mile section of SR 3, which included eight signalized intersections. Assisted in the development of a conceptual closed -loop signal system, as well as accident countermeasures to enhance safety. Responsibilities included using accident data to create collision diagrams; performing level -of- service calculations for current and design years; and developing signing improvements, geometric alterations, and optimal signal timings to enhance safety and the flow of traffic within the study limits. gg Gannett Fleming Alejandro Uribe, PE YEARS OF EXPERIENCE: 9 EDUCATION: BS, Civil Engineering, Florida International University, 2008 MS, Civil /Transportation Engineering, Florida International University, 2013 FDOT Basic GEOPAK Program, Modern Tech Corporation, 2008 Roadside Design Course, Florida Institute of Consulting Engineers, 2010 Designing for Pedestrian Safety Workshop, Federal Highway Administratiori, 2012 FDOT Specifications Package Training, 2015 PROFESSIONAL LICENSES: PE: Florida - No. 75596 (2013) CERTIFICATIONS: Advance Maintenance of Traffic Certification (2016) PROFESSIONAL AFFILIATIONS: Institute of Transportation Engineers American Society of Civil Engineers Florida Engineering Society American Society of Highway Engineers (ASHE) IA Gannett Fleming Experience & Qualifications Senior Project Engineer responsible for the roadway design of transportation engineering projects. Responsibilities include providing field support; performing engineering calculations; developing plans, specifications, and reports; estimating costs; and conducting inspections. SUMMARY OF EXPERIENCE: Design Services for SR 817 /University Dr from Hallandale Beach Blvd to SR 834 /Sample Rd, Broward County, FL, FDOT District 4 Project Engineer for corridor -wide enhancements of SR 817/ University Drive to provide multi - modal, traffic operation, and safety improvements to pedestrian, bicycle, and transit facilities. Scope includes a two -phase approach to these corridor improvements. First is the feasibility /conceptual phase for recommending improvements, work program segmentation, and cost estimating for funding. Final phase is final engineering, design, and plans production for improvements including roadway, drainage, signing and pavement markings, structures, and signalization. Districtwide Modal Development Consultant Services, Various Counties, FL, FDOT District 4 Project Engineer for the design and rehabilitation of various transit facilities, including one maintenance facility and two park -and- ride facilities. Responsibilities have included the development of different design alternatives for each site, preparation of construction cost estimates, and final design of the transit facilities. In addition, performed plan review services for roadway projects developed by different consultants for District 4. Projects include the Ravenswood Facility Master Plan, preliminary design alternatives, production of plans, and construction cost estimate replace the existing maintenance facility at Ravenswood Road (Angler's Avenue) with a new 150 -bus maintenance facility at the existing 9 -acre site. Professional General Engineering and Architectural Services, Trolley Infrastructure Improvements, Doral, FL, City of Doral Task Manager and Engineering of Record responsible for the design 7101 Resume of the traffic operational improvement for several assignments, including the design engineering services the widening of NW 82nd Avenue from three lanes to five lanes between NW 27th Street and NW 33rd Street in Doral. Scope of work for the widening includes roadway, drainage and permitting, temporary traffic control, utility coordination, signing and marking, lighting, and signalization. Districtwide Miscellaneous PE Design Consultant, Districtwide FL, FDOT District 6 Task Manager and Engineering of Record for several task work orders for various projects including, final design the following projects: SR 5/Biscayne Blvd from South of NE 76th Street to South of NE 87th Street - Ride Only; SW 72nd St from SW 87 Ct to SW 84 PI Traffic Operations Improvement; and SR 5 /US 1 at SW 22nd Avenue Safety. The scope of the projects involve milling, resurfacing and widening of the road, signing, pavement markings, lighting, signalization, drainage and maintenance of traffic, preparation of design exception and variation documents, Americans with Disabilities Act (ADA) improvements, and coordination of work efforts with adjacent projects. Districtwide Plans Review, Districtwide, FL, FDOT District 4 Lead Plans Reviewer for over 20 projects in areas of roadway, signing and pavement marking, ADA, and signalization for during initial engineering, constructability, and bidability reviews for the District. Scope includes verification of adherence to FDOT criteria, design and plans review, review of transportation studies, pay items, and quantities, and technical special provisions. All reviews are input in FDOT's ERC System following QC. Districtwide Traffic Operations Studies Contract, Districtwide, FL, FDOT District 6 Project Engineer responsible for evaluating existing conditions and providing recommendations for safety improvements at high -crash locations. Task Work Orders include mid -block pedestrian crossing at SR 944/NW 54th Street at W 14th Avenue; and evaluation of curve and guardrail at SR 934/NE 80th Street at Bayshore Drive in Miami. Scope of work included providing field reviews, reports, conceptual and final plans, and cost estimates. NW 74th St (SR 934) From NW 87th Ave to SR 826 /Palmetto Expressway, Miami -Dade County, FL, FDOT District 6 Project Engineer for this traffic and operational improvement project that involves the widening/reconstruction of an existing five - lane, undivided roadway to a six -lane, divided, arterial highway. The scope of work includes drainage, lighting, signing, pavement markings, and signalization. Individual responsibilities included providing roadway design services, maintenance of traffic (MOT), and computation of quantities for construction. gGannett Fleming 2 -10. Experience & Qualifications 2 Resumes CALTRAN Engineering Group, Inc. gi Gannett Fleming 2 -106 Juan Calderon, PE, PTOE, PTP YEARS OF EXPERIENCE: 18 EDUCATION: MS, Civil Engineering; Florida International University, Miami 1999 BS, Civil Engineering; University Santo Tomas, Bogota, Colombia, 1997 PROFESSIONAL LICENSES: PE: Florida - No. 58569 (2002) Professional Traffic Operations Engineer No. 1301, 2004 Professional Transportation Planner No. 20, 2007 PROFICIENCIES: Project Management Traffic & Safety Engineering Planning Engineering Traffic, Highway & Transit Data Collection Traffic & Transit Analysis Roadway Design Platforms GIS Simulation CALTRAN Mr. Calderon has over 18 years of experience in transportation engineering with a Master Degree in Civil Engineering. Mr. Calderon has been involved in managing multiple traffic and planning engineering projects with the FDOT by providing direct support in traffic and safety projects. He has participated actively in preliminary engineering reports, design projects, 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 to regards planning projects, he has participated in tasks involving the EPMP program, freight planning projects, highway and traffic data collection, functional classification /governmental jurisdictions, scoping reports, traffic operation analysis and modeling, and public involvement. Mr. Calderon is familiar with transportation projects that involve traffic analyses, planning, traffic calming, traffic safety studies, and transit. He is specialized in traffic and transit data collection, traffic and transit data analysis, mapping using GIS platforms, as well as, roadway design software. Some of Mr. Calderon's clients for traffic and safety studies include the City of Coral Gables, City of Miami, City of Miami Beach, and private developers. SUMMARY OF EXPERIENCE: General Planning Consultant, Complete Streets, Miami -Dade TPO CALTRAN was a partner in the development of the latest Miami - Dade Complete Street Manual with responsibilities that included right -of -way widths assessments and level of service calculations for the three corridors identified for existing and future conditions that are were included in the manual as sample projects (SW 27th Avenue between NW 11th Street and US 1; NW 7th Avenue between NW 119th Street and NW 12th Street and Miami Avenue between NW 42nd Street and the Miami River). 1 -107 7 CALTRAN Juan Calderon, Pk PTOE, PTP Resume Transportation Statistics Support No. 3, FDOT District 6 Responsible for providing engineering services to support the Transportation Statistics Unit of the Planning Environmental Management Office District 6 by performing the following services: PTMS design, traffic data collection (over 2,000 traffic stations and over 1,000 miles of road inventories) in charge of enhanced pavement management program and reporting. Districtwide Freight and Logistics Consultant, FDOT District 6 Project Manager responsible for assisting FDOT Distract 6 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. Districtwide Data Collection- Analysis, FDOT District 4 Traffic Project Manager responsible for providing technical and professional services in collecting and analyzing traffic and highway data for District 4. Traffic Operations Safety Study, FDOT District 4 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. Traffic Operations Studies, FDOT District 6 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. Districtwide Public Transportation Consultant Services - Miami Downtown Freight Traffic Data Collection, FDOT District 6 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. ) 10Q, Mohammad Lavasani YEARS OF EXPERIENCE: 7 EDUCATION: PhD, Civil Engineering, Florida International University, Miami, FL CERTIFICATIONS: Coastal Inundation Mapping by NOAA PROFICIENCIES: Transportation Modeler Cube ArcGIS Turn6 Synchro8 7 CALTRAN Experience & Qualifications 2 Mr. Lavasani has been involved in various GIS and planning projects, traffic impact analysis studies and data collection projects. He has served as a transportation modeler and GIS Analysis Programmer with CALTRAN group since January 2016 and is experienced in conducting ArgGIS studies 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); Greater Treasure Coast Regional Planning Model (GTCRPM 3.4); and various types of traffic studies including traffic counts, turning movement studies, travel time and delay studies, parking studies and traffic impact studies. He is responsible for developing different scenarios for future transportation model studies. During his career, Mr. Lavasani has been involved in active research on the evaluation of the implications of autonomous vehicles in south Florida's transportation demand model. In this research he is applying the effects of driver -less cars on the SERPM 7 and NERPM 1 model using Cube software. SUMMARY OF EXPERIENCE: Downtown Miami Complete Street Project, Miami -Dade Downtown Development Authority 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 modeled different scenarios for the desired corridor in downtown Miami to analysis the feasibility. TSM & 0 MAP -21 Performance Measures, FDOT District 6 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 Google Earth. The final goal is to provide an automated online monitoring system to convert HERE Travel Time Data to a map showing highways selected performance measure. Flagler Street Study (Modeling) Mohammad Lavasani Resume Using cellphone trip data by AirSage, an updated model with concentration on Flagler Street was developed based on SERPM 6.5 model network and methodology. ArcGis was used to create updated Traffic Analyses Zones. Alton SOBE, LLC, Alton Road (Traffic Impact Study) The traffic impact study was conducted to understand the impacts of a proposed mixed use construction at the intersection of Alton Road and SE 8th Street in Miami Beach. SR5/US 1/Biscayne Blvd Corridor Study (Traffic Study), Tindale- Oliver Provided assistance in the preparation of Synchro network and phasing for existing 37 intersections of this project. Reversible Lanes along Major Thoroughfares (Study), Miami -Dade TPO 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. East Hialeah Overflow Lot and 590 East Hialieah (Traffic Impact Study), Leon Medical Center Mr. Lavasani provided assistance in the preparation and reviewing of the traffic impact analysis for a Medical Center development. Assessing Value of Travel Time and Travel Time Reliability for Miami, Florida Institute of Technology Mr. Lavasani worked on this project to assess the value of travel time and travel time reliability for drivers using I -95 expressway. Regional Integrated Transportation Information Systems (RITIS) data and also data collected were used in this project to estimate the values. Data Collection for Miami Downtown Pedestrian Priority Zone Project, Florida Institute of Technology 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 1st and 2nd Avenues. Mr. Lavasani was involved as a member of data collection team for pedestrian and vehicles movement and also as a report author. Study to Reduce Pedestrian Crashes in Florida, Florida Institute of Technology Mr. Lavasani worked as a team member to highlight important factors affecting pedestrian safety at Florida state intersections and methods to reduce the crashes. 7 CALTRAN 2 -1 ■ Jeannelia Liu, PE YEARS OF EXPERIENCE: 20 EDUCATION: BS, Civil Engineering, University of Miami, 1996 PROFESSIONAL LICENSES: PE: Florida - No. 57565 (2001) PROFICIENCIES: Project Management Transportation Engineer Signalization Design ArcView ArcGIS Data Management RCI and HPMS 17affic Counts CALTRAN Experience & Qualifications 2 Mrs. Liu has a wide -range of experience in consulting engineering throughout her 20 year career. Her experience includes more than 15 years providing project management services to various GIS, planning, studies and data collection projects. Mrs. Liu has produced a vast amount of scoping reports for reconstruction and resurfacing roadway projects and has been involved in numerous roadway design and planning projects. She was involved in the Pavement Management Process since it was first implemented in FDOT District 6. SUMMARY OF EXPERIENCE: City of Miami Beach Neighborhood Capital Improvement Program, Flamingo Neighborhood Improvements 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 up- sizing and replacement of water mains, wastewater mains, storm sewers, and installation of new deep. Transportation Statistics Support, FDOT District 6 Quality Control Supervisor responsible for providing engineering support at the Intermodal Systems Development Office in District 6. Tasks include PTMS design through work program projects; roadway characteristic inventory data collection and review; and enhanced pavement deficiency evaluation and reporting. Public Transportation Consultant, FDOT District 6 Quality Control Supervisor responsible for providing studies, performing evaluations, developing strategies, and securing funding for highway, transit, rail, freight and seaport projects while enhancing 21 Jeanoeu,: n��, F' Resume performance for all transportation modes. The analyses require capabilities to collect data, assess the context, validation of data, analysis of demands, forecasting and growth, and provide sound engineering design and construction judgments in conjunction to responding to public and private stakeholders concerns. Preparing MOT for railroad closures. Districtwide Freight and Logistics Consultant, FDOT District 6 QA /QC Manager responsible for assisting FDOT D6 to evaluate freight plans, to develop freight strategies with the objective to incorporate within future or ongoing projects. Reviews and collects data related to freight project. Performs plans reviews. Performs audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Districtwide Data Collection, FDOT District 4 Project Manager responsible for the supervision of the traffic and roadway data collection and analysis for the Statistics Unit in the Planning Office. Project assignments include 24, 48, & 72 hour traffic counts, researching and recording data into the roadway characteristics databases, straight line diagrams (SLD), traffic counts, jurisdictional transfers, and GIS services. Short Range Project Development Consultant, FDOT District 6 Project Manager for pavement management enhancement projects within Miami - Dade and Monroe Counties in which recommended improvements and preliminary cost estimates were prepared. She also managed highway and traffic data collection assignments under this project. Under this project, a scoping report was 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. Districtwide Planning and Environmental GIS General Consultant, FDOT District 4 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. 1 1v Carlos Perez, PE YEARS OF EXPERIENCE: 17 EDUCATION: BS, Civil Engineering, Florida International University, 1999 PROFESSIONAL LICENSES: PE: Florida - No. 63521 (2005) Delaware - No. 13213 PROFICIENCIES: Project Management Data Management ArcView ArcGIS RCI and HPMS Transportation Engineer Lighting Design Signalization Design PROFESSIONAL AFFILIATIONS: American Society of Civil Engineers 7 CALTRAN Experience & Quai`:icatlons 2 Mr. Perez is a civil engineer, with more than 17 years of experience in transportation statistics and planning. 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. He is skilled in the use of MicroStation, ArcGIS, Aladdin, HCM software, MS Access, and other MS software. Mr. Perez 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 of the FDOT Technical Task Force Committee for the State Transportation Statistics Office. SUMMARY OF EXPERIENCE: Districtwide Freight and Logistics Consultant, FDOT District 6 Project Engineer responsible for assisting District 6 in evaluating freight plans to develop freight strategies with the objective to incorporate within future or ongoing projects. Reviews and collects data related to freight project. Performs plans reviews. Performs audits to transit, airport and seaport projects and coordinate with District and private stakeholders as necessary. Districtwide Planning and Environmental GIS General Consultant, FDOT District 4 Project Manager for this project aimed to provide GIS services to supplement the District 4 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 functions as an extension of FDOT's resources. Short Range Project Development Consultant, FDOT District 6 Project Engineer for pavement management enhancement projects within Miami -Dade and Monroe Counties in which recommended Carlos F ,,rez, PE Resume improvements and preliminary cost estimates were prepared. He also managed highway and traffic data collection assignments. Under this project, a scoping report was 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 included physical and operational conditions, a safety assessment, and ADA Compliance. Transportation Statistics Support, FDOT District 6 Project Engineer responsible for providing engineering support at the Intermodal Systems Development Office in District 6 and amongst other tasks includes PTMS design through work program projects; Roadway Characteristic Inventory data collection and review; and enhanced pavement deficiency evaluation and reporting. Transportation Systems GIS Data Development & Mapping Project Manager for ongoing GIS and Mapping functions for the District Intermodal Systems Planning Office. Project assignments involve database re- structuring and organization of the Districts archives, GIS and web application development and other miscellaneous map development functions. Assignments also include districtwide roadway and traffic data collection and analysis. Districtwide Public Transportation Consultant, FDOT District 6 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. Districtwide Data Collection, FDOT Districts 4 and 6 Project Manager and Project Engineer responsible for the supervision of the traffic and roadway data collection and analysis for the Statistics Unit in the Planning Office. Project assignments included 24, 48, & 72 hour traffic counts, researching and recording data into the roadway characteristics inventory (RCI) and Highway Performance Monitoring System (HPMS) databases, straight line diagrams (SLD), traffic counts, jurisdictional transfers, and GIS services. 2114 Experience & Qualifications 2 Resumes CH Perez & Associates Consulting Engineers, Inc. Gannett Fleming 2 -115 Keffler Castro, PE YEARS OF EXPERIENCE: 17 EDUCATION: BS, Civil Engineering, Universidad Militar Nueva Granada, Colombia, 1998 MS, Civil Engineering, Florida International University, 2003 PROFESSIONAL LICENSES: PE: Florida - No. 66437 (2007) H C M P�rta�8 Aseaci�t�f Experience & Qualifications Mr. Castro has over 17 years of experience in engineering, specializing in Traffic Engineering for the past nine years, including intelligent traffic systems, traffic control systems, traffic modeling, signal design, traffic signal timing coordination, analysis, and implementation. His responsibilities have included project management involvement, technical analysis and design, report preparation, and technical writing and he has also been involved in the preparation and presentation of report findings to City and /or County Officials and at community meetings to garner support for engineering projects. SUMMARY OF EXPERIENCE: Districtwide Traffic Operations Studies Consultant, FDOT District 6 Deputy Project Manager, Senior Project Engineer responsible for providing traffic engineering services such as traffic engineering studies (including traffic data collection) and plans review to support the Traffic Operations Office. Districtwide Metropolitan Planning Organization Support Consultant, FDOT District 6 Senior Project Engineer responsible for the performance of diverse planning, administrative, document reviews, technical reviews, and other tasks identified by the Department. These efforts include but are not limited to assisting the Miami -Dade MPO meet all federal requirements to secure and maintain funding for the implementation of their Unified Planning Work Program (UPWP) as well as the five year Transportation Improvement Program (TIP) for the metropolitan planning area. Districtwide Traffic Operations Safety Studies Consultant, FDOT District 6 Deputy Project Manager, Senior Project Engineer responsible for providing traffic engineering services to produce safety studies, plans review, and traffic engineering studies (including traffic data collection) to support the Hazard Reduction Program and the Safe Routes To School Program. Keffler Castro, PE Resume NW 74 St from SR 826 / Palmetto Expressway to SR 27/ Okeechobee Rd, FDOT District 6 Deputy Project Manager, Senior Project Engineer responsible for providing traffic engineering services including field reviews and preparation of a conceptual design analysis to identify potential short and long term capacity, access, operational, and safety improvements in the vicinity of the NW 74 Street SIS /NHS Connector to the FEC Hialeah Rail Yard that will benefit the movement of freight and goods. Main responsibilities included the operational analysis of existing conditions and the development of conceptual alternatives for potential short and long term improvements. Districtwide Miscellaneous Studies & RCI Traffic Data Collection, FDOT District 6 Deputy Project Manager, Senior Project Engineer responsible for providing traffic engineering services to produce safety studies, plans review, traffic engineering studies, roadway characteristics inventory (RCI) data collection services including traffic counts, researching and recording data into the RCI and highway performance monitoring system (HPMS) databases, straight line diagrams (SLD), traffic counts, jurisdictional transfers, and GIS. Districtwide Traffic Operations Safety Studies Consultant, FDOT District 6 Deputy Project Manager, Senior Project Engineer responsible for providing traffic engineering services to produce safety studies, plans review, and traffic engineering studies (including traffic data collection) to support the Hazard Reduction Program and the Safe Routes To School Program. Represented the Traffic Operations Office for the Rail Diagnostic field reviews and study development. Marco Incer, PE YEARS OF EXPERIENCE: 13 EDUCATION: BS Civil Engineering, 2002, Florida International University AA Civil Engineering, 1995, Miami -Dade Community College PROFESSIONAL LICENSES: PE: Florida - No. 74545 (2012) Experience & Qualifications 2 Mr. Incer has 10 years of experience working in the FDOT Rail Program in both District 4 and District 6 and has provided in -house consulting services continuously to both districts since 2005. SUMMARY OF EXPERIENCE: Districtwide Freight Logistics & PAX Consultant Services, FDOT District 6 Project Engineer responsible for providing engineering services necessary to support the Rail, Transit, Freight, Seaport and Aviation Programs at the Intermodal System Development office of the District. Work includes evaluating the existing condition of Rail Facilities and the construction inspection of improvements necessary to update them. Also included is the evaluation of existing transit facilities and programs within the District to ensure compliance with Federal Regulations. Districtwide Public Transportation Consultant Services, FDOT District 6 Project Engineer responsible for providing engineering services necessary to support the rail, transit, freight, seaport and aviation programs at the Intermodal System Development office of the District. Work includes evaluating the existing condition of Rail Facilities and the construction inspection of improvements necessary to update them. Also included is the evaluation of existing transit facilities and programs within the District to ensure compliance with federal regulations. Districtwide Public Transportation Consultant Services, FDOT District 6 Project Engineer responsible for providing engineering services to support the Transit, Rail & Freight, Seaport, Airport and Multi - modal Programs within the Public Transportation Office. Work included providing full /part -time in -house support staff as well as the completion of multiple task work orders for the different modal modes as needed by the Department. Marco Incer, FE Resume Districtwide Rail Support Consultant, FDOT District 4 Deputy Project Manager, Project Engineer responsible for the support of the District's Rail Program. Work included providing in -house support staff, performing studies to evaluate existing conditions of existing rail infrastructure within the District, performing Construction Engineering Inspection during Rail Crossing improvements projects and performing inventories of the existing facilities to update databases (RHCI). Americans with Disabilities Act (ADA) Districtwide Consultant, FDOT District 6 Project Engineer responsible for the development of engineering documents required for the implementation of ADA improvements required to bring existing FDOT facilities (roads and buildings) to current ADA standards. Work included responding to citizens and elected officials complaints, reviewing construction documents prepared by others on behalf of the Department to ensure ADA compliance, preparing construction plans for ADA Only projects and maintaining a database of the ADA improvements performed on a yearly basis to update the District ADA Transition Plan. Districtwide Public Transportation Consultant Services, FDOT District 6 Project Engineer responsible for providing engineering services to support the Transit, Rail & Freight, Seaport, Airport and Multi -modal Programs within the Public Transportation Office. Work included providing full /part -time in -house support staff as well as the completion of multiple task work orders for the different modal modes as needed by the Department. 111; Experience & Qualifications 2 Revocatus "Revo" Kanilwa, PE, PTOE YEARS OF EXPERIENCE: 19 EDUCATION: BS, Civil Engineering, University of Dar -es- Salaam, Tanzania, 1996 MS, Transportation, Kansas State University, Kansas, 2000 PROFESSIONAL LICENSES: PE: Florida - No. 68543 (2008) Ohio - No. 69120 (2014) Professional Traffic Operations Engineer (PTOE) CERTIFICATIONS: Florida Advanced MOT, 2009 Mr. Kanilwa started his career as a Transportation Engineer in Tanzania in 1997 and most recently has worked as a Traffic Engineer/ Project Manager serving FDOT and other agencies in Florida. He is well versed in the use of SYNCHRO /SIMTRAFFIC, HCS, CORSIM, aaSIDRA. SUMMARY OF EXPERIENCE: SR 500 /US 441 Widening, FDOT District 5 The project involved the roadway widening from four to six -lanes of SR 500 /US 441 from SR 44 /Donnelly Street to just north of SR 46, drainage improvements, lighting, signalization and landscaping. Conducted the traffic safety analysis for the entire project using the crash prediction models and crash modifications factors in the Highway Safety Manual (HSM); led the design efforts for the signalization and signing and pavement markings for the project up to 60% delivery. Plans Review, FDOT District 6 Project services involved the review of construction plans, permits, traffic studies, scoping reports, and other documents for compliance with FDOT requirements. Other duties included attending joint field reviews and review meetings with the design project manager, consultant design team and district staff. As a project engineer, regularly reviewed roadway plans, signalization plans, maintenance of traffic plans, signing and pavement marking plans, safety study reports as. well as the resurfacing, restoration, and rehabilitation scoping reports. Central Boulevard Signalization Plans, Miami International Airport Lead Designer for this design -build project charged with the preparation of signalization plans for the installation of new traffic signals at three locations as part of the widening and realignment of Central Boulevard, the main road leading into the Miami International Airport. Revocatus "Revo" Kanihva, PE, FOE Resume Navy Base Intermodal Facility Surface Road and Bridge Final Design Tasked with preparing design plans for several surface roads and bridges for the Navy Base Intermodal Facility. Conducted traffic analysis for the project and making recommendations for geometric improvements that will provide acceptable levels of service during the design year and what type of control to use at different intersections within the project limits. Wymore Road Improvements, Seminole County, FL Developed alternative improvements to the corridor that would alleviate flooding, enhance pedestrian access, and provide facilities for bicycles. Performed a preliminary engineering study that includes an alternatives analysis to identify the preferred design concept for the needed improvements. Responsible for conducting traffic analysis for the alternatives being considered for the project. Nathan Benderson Park Traffic Study, Sarasota County, FL Led a team of engineers on a traffic impact study for a 600 acre county park that will be used to host a variety of special events such as rowing competitions, 5k runs and concerts when fully completed. The study was done in support of an application by the Parks and Recreation Department to the County Planning Commission to rezone the area to a Government Use. CR 46A Realignment, FDOT District 5 Project involved realigning CR 46A from Arundel Way to SR 46. Project included providing design services for highway, drainage, structure, traffic (signal design and signing and pavement markings) as well as traffic control plans during construction. Responsible for the design of the new signal at the intersection of CR 46A and Old SR 46 and also providing design for the new pavement markings and signage within the project limits. Statewide SIS Bottleneck Study, FDOT Central Office Conducted a statewide congestion analysis on Florida's Strategic Intermodal System (SIS) roadway network. The study involved field observations to identify factors responsible for congestion on the top twenty SIS bottleneck segments in the state. Involved in leading a team of engineers for the field observation efforts in Districts 1, 4, 5, and 7, and providing input to the final report for the project. Alejandro "Alex" Meitin, PE YEARS OF EXPERIENCE: 28 EDUCATION: BS Civil Engineering, 1986, University of Miami PROFESSIONAL LICENSES: PE: Florida - No. 44744 (1991) 1�® Experience & Qualifications 2 Mr. Meitin has been managing FDOT roadway projects. CHP to provide more text. SUMMARY OF EXPERIENCE: Collins Ave. from 4700 Block to 5800 Block, Miami, FL, FDOT District 6 Project Manager responsible for the development of engineering documents required for the reconstruction of SR A1A within the limits of the project. Work includes signing, pavement markings, signalization and drainage improvements required to bring corridor to current standards. Port St Lucie Blvd from Paar Dr to Darwin Blvd, FDOT District 4 Project Manager responsible for the development of engineering documents required for the reconstruction of this off system corridor within the limits of the project. Firm's work includes signing, pavement markings and signalization improvements required to bring corridor to current standards. SR 826 / Palmetto Expy EB Ramp to SR 9A/I -95 Northbound, Miami - Dade County, FL, FDOT District 6 Project Manager responsible for the development of engineering documents required for the reconstruction of SR -826 at the Golden Glades Interchange. Firm's work includes signing, pavement markings, signalization, lighting and minor structures improvements required to reconstruct the corridor to develop the interim PD &E configuration recommendation. Work also includes surveying and mapping. Districtwide Plans Review Consultant and Support Services, Miami - Dade and Monroe Counties, FL, FDOT District 6 Project Manager responsible for providing roadway and traffic engineering plans review services for the implementation of operation improvements being performed within the State Highway System. Work requires the enforcement of all district, state and federal guidelines. 2 -122 C 11 Ps, j$A..OIA.I.. Alejandro "Alex" Meitin, PE Res llrne Districtwide Minor Design Projects, Various Counties, FL, FDOT District 4 Project Manager responsible for the development of engineering documents required for the implementation of improvements identified in the scope of services of Miscellaneous Minor Projects assigned as task work orders under the contract. Work includes all the necessary signing, pavement markings, signalization, drainage and lighting improvements required to bring corridor to current standards. Districtwide Minor Design Projects, SR 822 /Forrest Hill Blvd at Kirk Rd, Miami -Dade County, FL, FDOT District 6 Project Manager responsible for the safety improvements project coordination efforts required to obtain acceptance of an alternative design at Forrest Hill Blvd and Kirk Road and the development of engineering documents required for the Implementation of the safety recommendations agreed upon. Work included signing, pavement markings, signalization and drainage improvements required to bring the segment to current standards. Districtwide Minor Design Projects, SR 9/I -95 Southbound On -Ramp at SR -706/ Indiantown Rd, Palm Beach County, FL, FDOT District 6 Project Manager responsible for the development of engineering documents required for the Implementation of Safety recommendations along I -95 Southbound Ramp at Indian Creek Road. Work included signing, pavement markings, signalization and drainage improvements required to bring the segment to current standards. SR 5 / Biscayne Blvd from NE 151 St to NE 196 St, Miami -Dade County, FL, FDOT District 6 Project Manager responsible for the development of engineering documents required for the milling and resurfacing the implementation of safety improvements along SR -5 within the limits of the project. Work also included all the necessary signing, pavement markings, signalization and lighting improvements required to bring corridor to current standards. SR 710 /Beeline Hwy E. of SR 76 to Palm Beach/Martin County Line, FL, FDOT District 4 Project Manager responsible for the development of engineering documents required for the reconstruction of SR 710 within the limits of the project to convert it from two - lane asphalt to a four -lane concrete facility. Work also included all the necessary signing, pavement markings, signalization, drainage and environmental improvements required to bring corridor to current standards. Experience & Qualifications 2 Resumes WTL +a till Gannett Fleming 2 -124 Thomas Lavash YEARS OF EXPERIENCE: 32 EDUCATION: BA, Urban Studies, University of Massachusetts, 1980 Master of City Planning, University of Pennsylvania, 1983 CERTIFICATIONS: Real Estate Development, Wharton School of Business, 1983 PROFESSIONAL MEMBERSHIPS: Urban Land Institute (ULI); ULI District Council, Washington, DC WTL +I Experience & Qualifications 2 Managing Principal of WTL +a with experience in real estate and economic development consulting on behalf of public and private clients, including municipal and state governments, institutions, investment funds and real estate developers. Has worked on 450 projects across the United States. Directs market, financial feasibility, and economic studies for all types of real estate, with an emphasis on mixed -use, downtown and waterfront, commercial districts and in -town neighborhoods, and new urbanist in -fill and transit - oriented development (TOD) projects. SUMMARY OF EXPERIENCE: • Completing over 150 projects for both public and private clients in real estate market and financial feasibility analyses, CRA redevelopment plans, tax increment revenue forecasts and economic and fiscal impact studies • Providing real estate and economic development advisory services for multiple municipalities, counties and MPOs; FDOT Districts 1, 4 and 6; South Florida Regional Transit Authority; Treasure Coast Regional Planning Council; Central Florida Regional Planning Council; Miami -Dade Expressway Authority; and many others • Conducting more than 50 CRA projects across the state, including Findings of Necessity, CRA master plans, and TIF revenue studies. CRAs include: Boynton Beach, Daytona Beach, Delray Beach, Dunedin, Gulf Breeze, Hallandale Beach, Ft. Lauderdale, Ft. Myers, Ft. Pierce, Gainesville, Jacksonville, Jupiter, Lakeland, Lake Worth, Miami, Miami Springs, North Miami Beach, Ocala, Orlando, Riviera Beach, Sarasota, Stuart, St. Petersburg, Tampa, West Palm Beach • Preparing economic development strategies as part of corridor transit plans; economic impacts of transit alternatives; and evaluating TOD development potentials focused on real estate market potentials, economic viability, station area planning, and value capture /funding strategies for development surrounding rail stations. Completed TOD feasibility studies and economic/ financial analyses for 96 potential station locations along the proposed SFECC (Coastal Link) rail line in Miami -Dade, Broward and Palm Beach Counties 2 -115 Tom Moriarity YEARS OF EXPERIENCE: 30 EDUCATION: BS, Architectural Studies, University of Texas at Austin, 1974 PROFESSIONAL MEMBERSHIPS: Urban Land Institute (ULI) International Downtown Association (IDA) WTL +, Experience & Qualifications 2 Principal Consultant with a background in urban mixed -use development, commercial area management, retail programming in specialized environments, downtown revitalization strategies and historic preservation projects. Mr. Moriarity was a founder of the National Trust Main Street Program as one of the original three Downtown Managers and later, of the National Main Street Center in Washington, DC. He received an Honor Award from the National Trust in 2006 for his Main Street Program activities. His work focuses on the economics and planning of downtowns and mixed - use areas, with a special emphasis on redevelopment of historic and commercial districts; transit - related development; collateral development for institutional property owners; market realities of tourism areas; and, market -based concept development to create and strengthen destination locations is a primary skill. He is a frequent speaker at conferences, training programs and seminars, and has lectured on commercial area and downtown renewal, the economics of historic preservation and destination concept development. In 2009, he was the U.S. representative speaker for the International Business Forum in Shanghai, China. SUMMARY OF EXPERIENCE: • North US 19 Corridor Market/Economic & Land Use Analysis, Forward Pinellas MPO • North Airport & 56th Street Redevelopment Market Studies, Hillsborough County • Mayport CRA Plan Update, City of Jacksonville • South Florida Avenue Revitalization Strategy, Lakeland, Treasure Coast Regional Planning Council, FDOT District 1 • Indian River Lagoon Economic Impact Analysis, Treasure Coast Regional Planning Council • Waterways Master Plan, Martin & St. Lucie Counties, Treasure Coast Regional Planning Council • Glades Region Master Plan, Treasure Coast Regional Planning Council Tom Moriority Resume • Call -In Real Estate Advisory Services, Pinellas County Real Estate Department • Retail Market & Redevelopment Assessment for The Villages, The Villages, Sumter and Lake Counties, FL • Downtown Miami Retail Strategy, Miami Downtown Development Authority • Coconut Grove Waterfront Master Plan & Business District Retail Assessment • Miami 21 Zoning Ordinance Economic Analysis, City of Miami • Botanical Gardens Revenue Development Plan, Collier County, FL • Florida East Coast Railroad (FEC) TOD Plan & Economic Analysis, Gannett Fleming, Inc. /FDOT District 4 • Downtown Project Market & Real Estate Advisory Services, City of Maitland • Miami Intermodal Center (MIC) Joint Development Programming, Miami -Dade Expressway Authority/FDOT District 4 • Ocala CRA - Downtown Development Plan and Strategy • Expansion Analysis for Castillo de San Marco, St. Augustine, National Park Service • Channel District Redevelopment Master Plan, Tampa, Gibraltar Properties • Downtown Lakeland Redevelopment Plan, City of Lakeland • Virginia Key Master Plan, City of Miami • Historic Sites Revenue Analysis & Redevelopment Assessment, City of St. Augustine/ University of Florida • El Centro Espanol de Tampa Redevelopment Plan, Historic Tampa /Hillsborough County Preservation Foundation WTL+ APPROAC- E METHODOLOGY Approach & Methodology Approach & Methodology ••••� 'Twenty-seven different land masses form the barrier island that is the City J� of Miami Beach. Interconnected by 38 man -made bridges and with only four points of access to and from the mainland, the City's unique topography 01:01 presents challenges for providing continuous transportation options for all modes, especially the highly prioritized non - motorized ones: pedestrians and bicyclists. These challenges only spark innovative solutions, and what better way to start than with a progressive Transportation Master Plan that establishes a paradigm- shifting vision where the personal automobile should be the last choice to move around the City. More efficient and safer transportation options are what will get the City to be the multi -modal melting pot it has set out to be. Miami Beach has been a trend - setter when it comes to multi - modalism. It was one of the first in the state to implement sharrow markings and colored bicycle lanes, it is the most walkable City in Miami- Dade County, was first to provide bike sharing stations, and has implemented "IFS technologically enhanced Trolley routes spanning across its limits. " The beauty is in the detail. Let's make the City even more beautiful by focusing on specific corridors at a time to provide modally prioritized improvements that will ultimately achieve an interconnected and resilient transportation 27 different land masses of City of Miami Beach network, capable of efficiently moving an ever - growing daily population of nearly a quarter of a million people, while resiliently rising above the environmental challenges! Implementation Plan So How Can We Do This? Gannett Fleming ■ Let's change perspective, act quickly, plan efficiently, and communicate! Let's do all of this with the right people! 3 -1 Approach & Methodology 3 PARADIGM- SHIFTING VISION (DIFFERENT TRAVEL PERSPECTIVE) To truly make a change in the way people travel to and around Miami Beach, we must commit! Modal priorities have been set, now we have to go at it one project at a time to make the mode share vision for the City a reality. While even good change takes getting- used -to, once we all start to see the benefits, the momentum will shift and we will achieve an efficient and harmonious transportation system, capable of meeting the needs of all its users. While together they are termed as "alternative modes," transit, bicycle, and pedestrian travel are becoming increasingly important as highway congestion and parking shortages limit mobility by automobile. To truly tilt the scale toward these modes, we must provide infrastructure that attracts users and thus it must be reliable, safe, and complete. Rapid, reliable transit service to customer - oriented stops that offer worry -free travel has the ability to accommodate the growth in travel demand from land development and associated population and employment increases. Express buses, bus rapid transit (BRT), and fixed guideway transit modes can greatly increase the people- moving capacity of the City's transportation network. Accessible and safe bicycle and pedestrian connections to transit service help to make transit more attractive and facilitate the "first mile" and "last mile" to and from the transit stops. The City's Transportation Master Plan sets the basis for incorporating these modes into future projects. The plan has established networks of facilities for prioritized travel by transit, bicycle, and foot. Each roadway improvement project offers the opportunity to add another link to these networks. In the case of transit, this may mean locating local circulator stops to intersect or overlap with express bus services as well as to extend local services to regional transportation hubs. Park - and -ride lots on the mainland or in Miami Beach could intercept regional transit and general automobile traffic, allowing motorists to become passengers and continue their travels in the City by transit. Careful placement of bus stops and attention to safe access routes by bicycle and foot are also important. In San Antonio, Texas, Gannett Fleming evaluated their recently implemented BRT operation. We found high quality service, attractive and functional stations, but almost no consideration for BRT Operation in San Antonio, TX Gannett Fleming 3J Approach. & Methodology walk access to and from the stations and even less attention to movement by the disabled. We also found inconsistencies in the ability of passengers to transfer from local vehicles to BRT vehicles because of placement of stations, station design (e.g. differing platform and bus door heights), and payment methods. Transit stations work best when they are designed in concert with the existing and future development surrounding them. Transit stations can serve as a focal point for a neighborhood or simply another local amenity. We therefore start by determining what purpose a station will serve, the types of trips that passengers will make, and their needs going to and coming from the station. Services such as dry cleaners, newspaper vendors, and light food services have traditionally been located in station areas. Evolution in technology and prohibitions against food on transit vehicles might cause these ideas to be reconsidered. Charging stations, passenger information systems, and even Wi- Fi might be the types of amenities more important in the current environment. Stations also need to accommodate the mode of access and transfer between modes. Careful design of kiss - and -ride facilities can provide maximum throughput while minimizing spatial requirements. Placement and orientation of taxi zones and car sharing services can also permit better access from this mode. Careful design of bus stops and access roadways can minimize delays between transit vehicles. We addressed each of these components at the new SW 344th Street Park - and -Ride Lot and the re- development of the Golden Glades Multi -modal Transportation Facility, where several bus routes converge and walk -on, drive access, and park- and -ride customers find weather protection, information services, and easy access between modes. In Oakland, California, we carefully located each BRT station to meet transit requirements as well as the needs of local businesses. Where a BRT station would constrain a sidewalk and block views of the store for potential customers, we worked with the transit agency and the local businesses to find a mutually acceptable location. The ongoing coordination with the local community facilitated last minute changes in an orderly manner. SW 344th Street Park - and -Ride Lot tki Gannett Fleming Passenger information systems are important to make transit travel seamless and reduce waiting time at stops. People are now far more able to navigate around new places because of their ability to use smart phone technology Miami -Dade Transit App alb ♦0t MIAMIBEACH TROLLEY Miami Beach Trolley App Approach & Methodology 3 and specific apps to locate, travel, and even pay for transit trips. The current Miami -Dade Transit and Miami Beach transit apps are a first step into providing quick access to passenger information. As these apps are refined based on user feedback, they can add another layer of attractiveness for potential transit users. Pedestrian planning needs to be done at the ground level. If our goal is to improve the overall multi -modal transportation network, then we have to focus on the most basic form of travel: walking. Every trip begins and ends by walking. Walkability is critical to achieving a successful urban environment. It enhances public safety, fosters personal interactions, and increases economic vitality. Walkability is much more than just providing travelers the ability to walk, it also provided a sustainable environment that integrates physical accessibility (i.e. pedestrian facilities), proximity to pedestrian origins, and desirable destinations. Walkable communities have characteristics that are observable and appreciable at the pedestrian level. These characteristics may include ground floor businesses, public artwork, textured /colored pavement, decorative street lighting, trash cans, landscaping, historic landmarks, and architectural and urban design features. Prime examples of walkable streets/blocks within the Beach are the notorious Lincoln Road, Washington Avenue, Ocean Drive, Collins Avenue, as well as their surrounding areas, where residents and the plethora of tourists are incentivized to travel by foot on wide sidewalks to shop, spend leisure time, or participate in social/ cultural events. Miami Beach has been identified time after time as the most walkable city within the county. With the exception of certain islands consisting of low density residential homes, the majority of the Beach's transportation network provides suitable facilities for pedestrians. These include wide sidewalks, shared -use paths, promenades, and also exclusive pedestrian bridges, which explains why the pedestrian mode share for the City is 14 %, nearly five times larger than the 3% for the entire county. A large portion of the City's sidewalks already account for pedestrian safety, accessibility, mobility, and connectivity by providing ideal conditions. The optimal sidewalk can be found at numerous locations within the Beach. It includes a frontage zone where street -level retail and building entrances can accommodate cafes, greenspace, and facade beautification elements without obstructing the walking zone which is exclusively for traveling Cari i, Gannett Fleming tI1 Approach & Methodology J J purposes and is buffered from vehicular traffic by the furnishing zone, dedicated solely for the placement of utilities, street furniture, greenspace, and transit stops /shelters. While several City sidewalks already include frontage zones, when planning and designing corridors that do not currently have them, we will identify where and if they can be included as part of the setback required for upcoming adjacent developments. We will also identify where additional space may be available to provide crucial buffering through furnishing zones. The City has a growing average daily population of over 200,000 enjoying its vast professional and recreational environment. As a measure to protect the lives of its many residents and visitors, improve the vitality of its commercial environment, and consequently promote physical activity and nurture social interactions, the City has identified improving pedestrian safety, accessibility, mobility, and connectivity as its number one priority. As such, the entire South Beach Area has been classified as a Pedestrian Priority Zone (PPZ), for which criteria and guidelines have been established within the Transportation Master Plans and the Miami Beach Street Design Guidelines. The prioritization for South Beach does not exclude the applicability of these guidelines for the rest of the City. When planning and designing projects within any area of the Beach, or a city, county, or state roadway, implementation of the established criteria /guidelines should be coordinated and included in the recommended improvements. We will approach every project with the mindset of first ensuring that the pedestrian facilities are safe and accessible and that they provide mobility and connectivity for all users. Bicycle planning must also account for safety, mobility, and connectivity; particularly safety. The network of Citibike stands across Miami Beach is impressive. While bike racks found throughout the City offer places to safely and securely lock bicycles without creating pedestrian obstacles, the proliferation of sharrows on streets where right -of -way is insufficient for a separate bicycle infrastructure responds to the need for improved bicycle mobility. Moving from sharrows to bike lanes (buffered and /or protected), even if on parallel streets, improved marking of bicycle routes, and availability of bicycle route maps would heighten awareness of the bicycle as a good means of traversing the Beach. Of vital consideration is the connectivity of bicycle routes. The City's Bicycle and Pedestrian Master Plan along with the prioritized bicycle network established in the Transportation Master Plan Bicyclists approaching Miami Beach ti Gannett Fleming 3 -5 Approach & Methodology will guide the development of projects with a focus on safe and continuous bicycle connections. Gannett Fleming has incorporated planning for alternative non - motorized modes into many of our recent assignments. For SR 90 /Calle Ocho, we developed alternatives that provided wider sidewalks and colored bicycle lanes on this historic City of Miami roadway. For the extension of the A1A Greenway through the Town of Lauderdale -by- the -Sea, because of limited right -of -way on A1A, we found an ideal parallel road far less traveled by automobiles. El Mar Drive was the perfect candidate for accommodating a linear park with an exclusive greenway on its wide median. On our design for the resurfacing of Bird Road through the City of Coral Gables, because of limitations with the widening of an existing roadway bridge, we provided an exclusive pedestrian bridge to allow for a safe connection of a new buffered sidewalk over a waterway. On our East Bay Bus Rapid Transit program management project for AC Transit in Oakland, California, we reassessed the entire 10 -mile corridor for pedestrian accessibility for this ground- breaking transit infrastructure project. East Bay BRT Rendering for AC Transit in Oakland, CA QUICK TO ACT! Wherever we can find low hanging fruit, we must seize the opportunities and run, ride, or bike with them. Ongoing or soon to start City, County, or FDOT projects present great opportunities to quickly implement certain envisioned enhancements if proper coordination takes place during their formative stages. Integration of protected bicycles lanes or neighborhood greenways on local or low volume roads where resurfacing or minor widening projects may be taking place is an example. Accommodating larger turning radii on intersection improvement projects that lie where truck routes and freight loading zones have been identified is another. Assessing where, and if, these projects can g Gannett Fleming Approach & Methodology accommodate amenities like landscaping, lighting, bicycle racks and rental stations, and minor transit infrastructure like benches, sidewalk access, and even shelters where the demand exists. With the right amount of coordination, these improvements can actually be constructed in a short period of time while saving on what can potentially become lengthy planning phases. Our teams' extensive working experience with FDOT, County, and City will facilitate this process. Upon starting any project, we will identify related ongoing and upcoming efforts and coordinate with the appropriate jurisdiction and management team so that, if possible, we can expedite analyses and recommendations and integrate those improvements that apply into such efforts. BEAUTIFUL, BUT FEASIBLE, PLANNING We all like pretty pictures! First impressions continue to be at the top of the social code; so we all strive to produce astonishing project - depicting graphics. Superficiality applies as much to transportation planning as it does to anything else. Aesthetically pleasing plan views and typical sections will only get us so far. Without sufficient data and thorough analyses, even the best project ideas can become unfeasible and end up sitting on a shelf. Our approach to planning does not start with the visuals, although we love producing them. We always approach a project from different perspectives: we study context sensitive enhancements like streetscape and landscape to improve the end user's experience, but also analyze how these may impact necessary elements like underground and overhead utilities. More importantly, our team communicates among disciplines, because it is the functional integration of all its components that makes a corridor truly "complete" We first gather as much data available and classify it into two different categories: "fixed" data and "live" data. Fixed data is the infrastructure and elements that can be quickly quantified: roadway components like sidewalk and lane widths, utilities, storrnwater collection, transit amenities, streetscape and landscape, on- street parking and freight loading zones, etc. Live data is the one that, although shows patterns, is ever changing and truly the one for which we are planning. This includes pedestrian and bicyclists traffic movements and volumes; transit routes and ridership; vehicular traffic movements and volumes; freight delivery schedules, etc. [j Gannett Fleming Gannett Fleming Local Disciplines: » » » » » Planning & Preliminary Engineering Traffic & ITS Transit & Rail Roadway Design Structures Water CEI CI Gannett Fleming Approac Si Methodology 3 Careful review and understanding of both of these data, and their daily interaction, is imperative. As tempting as it may be to start drawing up conclusions just from a field visit or from aerial photography, one must fully understand a corridor's physical and operational characteristics prior to recommending any physical changes to its configuration. It is always surprising what the data reveal versus one's initial expectations. If we want to optimize the movement of people on the City's roadway network, then what better way to start than by observing the current conditions. For example, to obtain multi -modal traffic data, our team is capable of deploying cameras on project specific locations where 24 -hour footage can be captured. This is ideal and far more powerful than just volume counters. Though the footage can be used to corroborate such counters, more valuable data can be extracted like specific behavioral travel patterns and intermodal points of conflict. Upon collection of all the necessary data, we allow our different disciplines to separately draw conclusions. Then we gather and engage in brainstorming exercises, where multiple interdisciplinary ideas are discussed and assessed, until agreeing on the main challenges of a project and formulating several opportunities for improvements. While we have subject matter experts all across the nation and abroad who can easily apply their experience to our local area, having multiple disciplines just within our Miami office always facilitates analyses and results in more well - balanced and feasible solutions. Our local disciplines include planning and preliminary engineering, traffic and ITS, transit and rail, roadway design, structures, water, and construction engineering inspection (CEI). When planning a corridor, intersection, or site improvement project, we always cross check all of our recommendations with the necessary departments or disciplines to ensure constructability. Having local experts allows for quick turnaround for tasks that may need it, but more importantly, it allows for valuable in- person discussions which are often times the root of great ideas. Several of our local experts are also Miami Beach residents, which is a valuable asset to us because we are able to obtain critical City constituents' perspective instantly on all of our recommendations, and also have the ability to visit project sites daily if needed. Having Beach residents on our team keeps us up -to -date with the City's efforts to improve its infrastructure. We are very conscious of the severity of flooding on the City's roadway network because several of us have personally experienced it. We know the City is proactively working to reduce flood risk associated with rainfall, storms, and sea level rise by raising roads and sea walls, installing stormwater pumps, and creating higher elevation standards 38 Miami Beach continues to be a pioneer in the fight against climate change. The City is member of the Rockefeller Foundation's 100 Resilient Cities and has been recognized for its Rise Above resiliency strategy to overcome serious environmental challenges. The City has already invested over $500M in elevating several miles of roads, installing 80 new pump stations, upgrading stormwater drainage utilities, and raising sea walls in the most vulnerable areas by up to 5ft. To become more resilient, the City can also focus on other critical issues such as transportation infrastructure vulnerabilities to hurricanes, terrorist events, and severe causeway disruptions. We can assist the City in developing and implementing protective measures such as higher, more robust, more flexible and/or more redundant transportation systems; supporting prevention, detection and attribution capabilities; and helping plan for response and recovery operations. We will fully support the City in this effort when planning and designing its future multi -modal transportation infrastructure. ni Gannett Fleming Approach & Methodology 3 for new and substantial improvements. We will highly regard this when planning projects to advance the recommendations of the Transportation Master Plan. We will coordinate all of our proposed improvements with our water and earth sciences groups, who are leading experts in sea level rise mitigation efforts with experience in coastal areas like Jacksonville, New Orleans, and Long Island, and we will ensure applicability to the City's ccntext and resiliency vision. EFFECTIVE AND CONSISTENT COMMUNICATION We can devise endless ideas that are innovative engineering marvels, but if we missed our clients' objectives, and worse, fail to serve their constituents, we have accomplished nothing. It is a simple step, yet often overlooked, essentially snowballing into project failure: scoping. Often times, more than desirable, a scoping meeting is disregarded. Everyone is so eager to start producing, to come up with the next great solution, or just purely apprehensive to ask, that they forget to answer the simplest question: WHY ARE WE DOING THIS? While the answer may not be so simple and may even take more than one meeting to arrive at one, understanding the clients' needs is essential for the success of any project. Particularly in a contract like this, where multiple tasks are performed simultaneously, with some needing quick turnaround, it can be easy to skip the scoping process for some and jump ahead to production. As we always do for all of our tasks, regardless of size, we will meet with the City at the beginning of every assignment to establish a set of initial goals. These goals may or may not evolve during the life of the task, but they will set a crucial basis for the development of the project. The goals, although anchored by the City's overall 2035 modal priority vision, will have to be context sensitive and corridor or site specific. These goals allow us to set milestones and to establish the communication ground rules for each task and for the overall contract. Progress meetings are a must! Whether weekly, monthly or at every milestone, these meetings have to take place to achieve the established goals. We will schedule progress meetings at the start of every task. These could be either in- person, over the phone, or online, and will always be scheduled around the City's availability. Also, once several tasks are going on simultaneously, we will establish a meeting schedule to report progress of the overall contract. Progress meetings will focus on schedule, budget, tasks completed, and a look -ahead of key activities, including targeting completion dates. Appro;icn & Nlethodoiogy 3 We can't forget the public! They are why we do this, after all. A good public meeting is not one that no one shows up to, and we go home happy thinking it went well because we did not have to explain much about the project. We want public feedback. We want to establish discussions, have workshops, be able to explain project elements, and for everyone to understand. They may not all agree, but they have to know why projects are happening, and Gannett Fleming has to be able to facilitate their understanding. If the project goals are not clear to the public from the start, then it will only be a tough road ahead. Luckily, the City's community is actively involved. Residents attend public meetings and they bring opinions: we like that! Having performed several projects for the City, we have had great experiences involving its residents, especially while developing the Transportation Master Plan, where residents' feedback was crucial to establish modal priorities. The public must be involved and progressively informed during the stages of a project. Public Workshop for City of Miami Beach ti Gannett Fleming • At the start: to inform them that the project will take place and why • Upon collection of data: to present the facts and obtain their initial perspective and desires • Upon development of initial alternatives: so they can react to the potential opportunities and then use their feedback as part of the screening process • Upon development of final alternatives: so they can see their feedback taken into consideration and endorse the proposed improvements • Upon provision of final recommendations and conclusions: so they can know the steps that will follow to complete the project and when and if they will have more opportunities to provide feedback This applies to stakeholders. Whether public agencies, business owners, or other project related organization, stakeholders have to be identified at the start of every project and must be kept informed at all stages until completion. We enjoy engaging the public and stakeholders while developing projects. Thus we strive to continuously improve our skills to better deliver clear messages while providing an amenable experience; one where everyone is eager and comfortable to share their opinions. The following are ways in which we have involved the public, and plan to do so for all applicable projects performed under this contract: 10 3D Visualization Interactive Workshops Project Blog Other examples of public and stakeholder engagement activities, depending on project applicability Gannett Fleming Approach & Methodology 3 While we pride ourselves in our static project renderings, this is no longer sufficient to provide full understanding of a project's potential benefits and impacts. We still always develop static renderings because they are useful for project boards, brochures, websites, etc.; when applicable, we develop accurate project 3D models which we use to provide an immersive experience for the audience. These models allow us to walk, ride, bike, or drive a proposed project so that the public can truly appreciate its context sensitivity and are able to get a sense of its proposed ultimate results. We are also able to share these models so that anyone can experience the project at their convenience. High -End Effective Presentations: We customize all of our presentations to our workshops. People need visual elements to understand, so we prepare our slides with infographics, pictures, 3D visuals, etc., while always using sufficient amounts of information to assist the presenter rather than to overwhelm and bore the audience. Activities: We gear these workshops depending on the type of project. If the project involves a site, then we provide context maps and potential color coded site configurations where the public can shift specific site elements around to provide their desired site layout. If the project involves a road, we also provide context maps and then the typical section game. We color code each element that can be accommodated into a typical section with their corresponding widths, to scale. Then we allow the public to organize each element within the roadway right -of -way and submit their preferred typical configurations. The maps allow the audience to walk around, discuss options among themselves, and directly vote (with colors) for their preferences. Throughout these processes, we have assigned technical experts who can guide the audience and provide responses to specific concerns. Instant Polling: Whether through polling devices that we distribute or through the use of cell phones, this is always a great tool for obtaining instant feedback from the majority of the audience, especially those who may not be vocal and may not want to share their thoughts aloud. A blog -style project website allows people to post their opinions on the project and provide their recommendations. This is a great way to easily access project feedback and to tabulate it, quantify it, etc. This is typically updated as the project progresses. Drop -in centers: along project corridor /site or in centric location Interactive video displays during workshops: touch screens Project telephone hotline: could be automated Role playing: form different groups debating different perspectives Non - traditional meeting places: like parks Visioning sessions: public discusses /writes how they see the envision the corridor /city in the future Project video 3 -11 ultegAIRI Grant Application for North Beach Trolley Corridor Study for SR 90 /SW 7th and 8th Streets Gannett Fleming Approach & Methodology GANNET FLEMING HAS THE RIGHT TEAM Practice makes perfect! We have been working under these types of contracts for several public agencies for several decades (Cities, DOTs, Counties, TPOs, etc.). We enjoy general planning and engineering contracts because they are the best mechanism to expeditiously and simultaneously complete projects. Through our current and past general contracts, we have delivered a broad range of studies, designs, and even construction inspection projects. We have also provided assistance with much needed project funding sources by actively supporting our clients with grant applications. Just in South Florida, we have performed over 300 different task work orders under these contracts. A few examples with multi -modal applicability include: Grant Assistance • TIGER Grant Applicable for the Implementation of ITS and Parking Management System (City of Miami Beach) • FDOT Transit Service Development Grant application for the provision of the Middle and North Beach Trolley Routes (City of Miami Beach) • TIGER Grant Post -Award Management for the Wave Streetcar Design (SFRTA) • Small Starts Grant Application Preparation and Oversight for the Wave Streetcar (SFRTA) • TAP Application for the Temporary Implementation of the Biscayne Green Vision (Miami Downtown Development Authority) Planning Studies • Feasibility Analysis for Reconfiguring the Intersection of NW 203rd Street and US 1 (FDOT District 6) • Lane Reduction Analysis for NW 27th Avenue from SR 112 to NW 215th Street (FDOT District 6) • Modeling for BRT Transit Corridor on NW 27th Avenue (FDOT District 6) • Freight Master Plan (FDOT District 6) • Feasibility Analysis for the Dolphin Station Park - and -Ride (FDOT District 6) • Corridor Study for SR 90 /SW 7th and 8th Streets (FDOT District 6) • Feasibility Analysis for Pedestrian and Bicyclists Accessibility Within the Area of the Golden Glades Interchange (FDOT District 6) • Feasibility Analysis for the Extension of the A1A Greenway Through the Town of Lauderdale -by- the -Sea (FDOT District 4) -1-17 Beach Corridor Transit Connection Study SW 344th Street Park - and -Ride Englewood Area raised intersections and traffic circles ;1 Gannett Fleming Approach & Methodology • Reversible Lanes (Miami -Dade TPO) • Preliminary Waterborne Transit Study (Miami -Dade County) • East -West Rapid Transit Corridor Preliminary Engineering (Miami -Dade County) • North - Middle Beach Transit Planning Study (Miami -Dade TPO) • Beach Corridor Transit Connection Study (Miami -Dade TPO) • Douglas Road Transit Study (Miami -Dade TPO) • SMART Plan Support (Miami -Dade TPO) • Trolley Surveys (City of Doral) • Trolley Shelter Design Alternatives (City of Doral) Design • BB &T Center Park - and -Ride and Davie Road Mobility Hub (FDOT District 6) • NW 125th Street at I -95 Intersection Improvements (FDOT District 6) • Biscayne Boulevard Intersection Improvements for Pedestrian Safety and ADA Compliance (FDOT District 6) • SW 344th Street Park - and -Ride (Miami -Dade Transit) • Redesign of SW 136th Street Bridge within the Village of Pinecrest (Miami - Dade County) • Trolley /Bus Stops redesign to accommodate shelters and other amenities (City of Doral) • Englewood Area raised intersections and traffic circles (City of Miami) CEI • Construction Management for the Installation of New Trolley /Bus Shelters and Sidewalk Improvements (City of Doral) Construction Management Services on multiple ITS projects along main expressways in Miami -Dade County (FDOT District 6) Compliance Monitoring with respect to payrolls, equal employment opportunity, on- the -job training, etc. on federally funded projects (FDOT District 4) Approach & Methodology 3 Reliability is what sets us apart. Our team is built around having depth to allow for redundancy, the good kind! In certain occasions like workshops and tasks requiring specific skills, we offer national and local experts who can share their experience on similar tasks or projects elsewhere and can efficiently apply it to the City's context. For tasks requiring continual attention, we provide local professionals who can tend to immediate needs such as weekly progress meetings, working on unexpected yet necessarily urgent tasks, and working hand in hand with individual task managers to build trusting relationships and delivering quality products. Structure and discipline will ensure that our plan to implement projects is successful. The following elements describe how we plan to effectively manage the several assignments that will be performed under this contract. Schedule and Budget PROJECT SCHEDULE Timing is everything! We have the tools and proactive techniques at our disposal to ensure compliance with project schedules. For all applicable projects, we will identify major tasks from the scope of services and define a preliminary critical path. Upon notice to proceed (NTP), we will provide a detailed schedule and risk analysis to the specific City project manager, with whom we will meet to discuss the expectations for each task and emphasize which are critical and which could be streamlined. The risk analysis can be prepared prior to the initial meeting and will entail the Gannett Fleming Task Manager, along with key staff members, identifying and ranking potential risks based on their probability and consequences, and developing an action /mitigation plan to serve as a guide for tackling issues that may arise during the project. We will hold internal bi- weekly progress meetings to track and report on all tasks and subtasks, and based on task completion rates, we will be ready to make staff reassignments to ensure the project remains on schedule. We will conduct internal schedule audits at major study milestones and will report results to the City. Lastly, because communication is crucial, Mr. Mora or the assigned Gannett Fleming Task Manager will contact the City project manager on a bi- weekly basis, either in person or via teleconference, to keep him/her constantly updated on the progress and overall status of the project. Project Manager Nelson Mora, PE and Task Leader Carlos Cejas, PE working together Gannett Fleming 3 -,4 g Gannett Fleming Approach & Methodology 3 PROJECT PHASING AND TIMELINE This is particularly important for this contract under which several assignments could take place simultaneously. These assignments can range in duration and required services. It all begins with the right person for the right task! Upon receiving a task from the City and coordinating the allotted time for completion, Mr. Mora will identify which of our multi- skilled task leaders will be responsible for the specific assignment. The task leader will then provide Mr. Mora with a preliminary critical path task schedule and assigned staff resources. This will be done for all tasks and will be integrated into Mr. Mora's master tracking matrix where he can progressively monitor the status of all assignments. For the duration of the contract Mr. Mora will monitor the progress of each task work order through scheduled team meetings. Every two weeks he will meet with task leaders for a full report out of completion of activities and action items, key issues and their resolution, resources needed, confirmation of quality control, and a two -week look ahead for updating the schedule. This will not only facilitate the management and phasing of tasks but will also be of great value for reporting progress to the City. PROJECT BUDGET The key to delivering successful projects, while controlling budget, is to develop a detailed and project- specific scope of services upon initial discussion of a new assignment. Assumptions, roles, responsibilities, key deliverables, and milestones must be defined at the very early stages of any task. These items are then tied to schedule and budget for effectively meeting the project objectives and completing it for the agreed upon cost. We understand our responsibility to the City and team is to identify potential out of scope work early to allow for timely decision making and adjustments. It is imperative that the full team and stakeholders understand the project scope early on and throughout its life. This sets a good basis for controlling the use of allocated funds and providing the City with the best value for their investment. Control of project budget requires a multi- faceted approach of contingencies, earned value reporting, quality control, and routine and accurate cost estimating, particularly for a task work order based contract like this one. As with most projects, certain services may not be known or clearly defined at the start. A good method of reducing potential monetary impacts caused by these unknowns is to program project contingency funds and optional services into the budget of applicable assignments. Upon establishing budgets for specific tasks, we will develop corresponding payout curves in coordination with the City to help plan anticipated requirements of resources, invoicing, and payment 1 5 gGannett Fleming Approach & Methodology schedules. Payout curves will be based on individual budgets for different project tasks (i.e. alternatives development, public involvement, etc.), staff - hour loading, and schedule. They will then be used for planning the workload and controlling expenditures, verifying that the earned value matches the project percent complete, and submittal of deliverables. Our monthly progress reports will include this payout curve, which would help us identify excessive charges or potential scope issues for immediate correction. We have multiple internal tools and techniques to ensure projects remain within budget. With our customized BST accounting and management system. we can track and report staff work- effort on a bi- weekly basis by specific tasks, and will make adjustments if necessary as a project progresses. We will also track and report the work and budgets of all of our subconsultants on a monthly basis while monitoring their performance to minimize rework. Performing any project activity "right" the first time goes a long way towards controlling budgets. Reducing repeat work by performing thorough quality control of all documents during the initial production processes is essential. This quality control not only applies to accuracy and error free products/ deliverables meeting criteria, but also to meeting the project scope and performing multi - disciplined reviews to address conflicts between different components of specific deliverables. Finally, developing accurate construction estimates, even during planning stages, helps the City control future expenditures and provides vital assistance in programming future funds. We always employ the most recent local industry average unit prices, contingency items, and similar projects' costs when developing and updating construction cost estimates. Controlling these costs throughout the early stages of any project will help the City manage and maximize the scope and funding for future implementation phases. QUALITY ASSURANCE /QUALITY CONTROL (QA/QC) Gannett Fleming takes pride in its reputation for providing quality services. We are ISO 9001 -2008 Quality Management System certified, which requires our firm to follow well defined and regularly reviewed procedures. The ISO process guides the development of a project execution plan (PEP). The PEP contains critical information required at project kick -off such as the roles and responsibilities of each team member and the goals of the project, and must always be reviewed and approved by the Project Principal. It is then reviewed with everyone who will work on the project and placed in the project management files, where it becomes a live document and is amended as needed with approval by the Project Principal. For applicable projects, two 3 -16 PROJECT EXECUTION PLAN FORMAT 4111( Project Scope lirProject Time Project Cost lirProject Quality 41( Project Personnel ficProject Communication erProject Risk eiProject Procurement erProject Closeout Gannett Fleming Approach & Methodology weeks upon receiving NTP, we will submit a written, detailed QA/QC Plan to the City for review and approval prior to commencing work. We will also incorporate QA/QC into the subconsultant contracts for the entire team and review deliverables to ensure that work performed is in compliance with their scopes of services and our QA/QC program. Controlling quality is an important component to efficiently manage any project regardless of its size, and an effective process will be driven by team members performing quality work. Availability of Project Manager & Task Leaders The proposed availability percentages are shown below for the Project Manager and Task Leaders, who will be responsible for staff assignment and resource allocation for this contract. Project Manager & Task Leader's Availability Name Years of Experience Percent Available Nelson Mora, PE (GF) 9 90% Jeanette Berk (GF) 30 80% Carlos Cejas, PE (GF) 30 75% Alina Fernandez, PE (GF) 18 75% Naresh Kotari, AICP (GF) 11 80% Mary Ross, PE (GF) 31 75% 3 -17