Loading...
Agreement with Nelson/Hygaard Consulting Associates, Inc. goo - 360 L7 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND NELSON/HYGAARD CONSULTING ASSOCIATES, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS (PROJECT) PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB RESOLUTION NO. 2017-30029 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. INTENTIONALLY DELETED 16 ARTICLE 5. ADDITIONAL SERVICES 16 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 18 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 19 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 19 ARTICLE 10. TERMINATION OF AGREEMENT 20 ARTICLE 11. INSURANCE 21 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 22 ARTICLE 13. ERRORS AND OMISSIONS 22 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. NOTICE 23 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 NELSON/HYGAARD CONSULTING ASSOCIATES, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and NELSON/HYGAARD CONSULTING ASSOCIATES, INC., a California corporation having its principal office 116 New & Montgomery Street, Suite 500, San Francisco, CA. 94105 (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 Nelson/Nygaard Consulting Associates, Inc., 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 2 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any Subconsultants. The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. The provisions in this Agreement relating to Construction Cost, Construction Cost Budget, Statement of Probable Construction Cost, or the DCP shall apply to the extent set forth in the Consultant Service Order. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: Contract Documents" shall mean this Agreement(together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), the Consultant Service Order issued to Consultant by the City for a Project, and the documents prepared by Consultant in accordance with the requirements stipulated in such Consultant Service Order. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), Design Criteria Package (if any). CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract 6 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 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. 7 PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described 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. 8 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. SUBCONSULTANT: Any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project. Any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: (Schedule "F") WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total completion, construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as more particularly described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised by similarly-situated professionals performing similar services in the design or planning of comparable projects in South Florida. Consultant warrants and represents to the 9 City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). . 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, 10 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 Consultants submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City to the extent caused by the Consultant's deficient Services, breaches of this Agreement, or negligent acts, errors or omissions in the performance of the Services In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and the costs of any resulting deficient, defective construction work that may be directly related to Consultant's deficient Services or any negligent acts, errors or omissions in the performance of Consultant's Services. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for 11 review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent. with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the 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 12 under a Consultant Service Order issued to Consultant by the City. 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 which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANTS OBLIGATIONS, A WAIVER OF 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 CONSULTANTS 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 Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, within the standard of care, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the 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, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems 14 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 docurnents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 15 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include, but are not limited to, the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed 16 by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testinq 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 & Testinq: 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 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, 17 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 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. 18 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 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. 19 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 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 20 use of any incomplete or partial material prepared by Consultant shall be utilized by the City at the City's risk. The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultants 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 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, 21 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 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 22 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. SUBJECT TO CONSULTANTS COMPLIANCE WITH THE REQUIREMENTS OF SECTION 558.0035, FLORIDA STATUTES, A DESIGN PROFESSIONAL WHO IS AN INDIVIDUAL EMPLOYEE OR AGENT OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT. 23 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: Nelson/Nygaard Consulting Associates, Inc. 116 New& Montgomery Street Suite 500 San Francisco, CA. 94108 Attn: Zabe Bent Phone: 212-242-2490 Email: zbent(Wnelsonnygaard.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 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 24 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 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. 25 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. 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 26 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: ‘..)1/4lh z7,ZQty CITY CL RK1� OR M ' 4#7, % 1/ •( .7:-/ YG '\ NARPA Attest - a IYCAARD CONSULTING * :INOORP ORM ED ASCIATES, INC. tOi Si'g}• �'`�w nat^ SSecreta�✓ry'���j��' » Sig/n'�attuure�Cs"=- vicePastdt Ar t Print Name Print Nant@ APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION arktOr erre Attorney ��,9 Date 28 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF NELSON\NYGAARD CONSULTING ASSOCIATES, INC. The undersigned being all of the members of the Board of Directors ofNelson4Nygaard Consulting Associates,Inc.(the"Corporation'),hereby(i)consent to adopt the following resolution effective as of December 18,2017,which resolution shall have the same force and effect as if adopted by'awnimous affirmative vote at a meeting of the Board of Directors of die Corporation duly called and held,(ii)waive all requirements of notice,and(iii)direct that this written Consent be filed with the minutes of the proceedings of the Corporation: - WHEREAS,Perkins+Will,Inc.purchased all of the outstanding shares of the Corporation on May 31,2016. - WHEREAS,the following individuals,all of whom are employees of the Corporation,are duly authorized to execute and deliver contracts and all other documents necessary to effectuate such contracts and if such contracts or other documents require a Vice President signature,to sign with the title Vice President,on behalf of the Corporation for that purpose: ° THOMAS BRENNAN • BRIAN CANEPA • DAVID FIELDS • CATHERINE GUILLERMO • PAUL JEWEL • JEANNE MARTIN • JEFFREY TUMLIN IN WITNESS WHEREOF,the undersigned being all of the members of the Board of Directors of the Corporation,have duly executed this Unanimous Written Consent this 18th day of December,2017. PHILIP HARRISON,PRESIDENT BRODIE e•a• :134 ',SECRETARY DANA WAYMIRE,CFO/TREASURER PA JEWEL, all': sg 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 Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the Agreement between the City and Consultant for General Transportation Planning and Traffic Engineering Consultant Services on an As-Needed Basis (RFQ 2017-126- KB), Consultant shall provide the following Services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: _ Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ _ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 33 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $)0000000( 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 HOURLY RATES Project Principal $275.00 Senior Project Manager $260.00 Project Manager $200.00 Chief Engineer $237.00 Chief Designer $207.00 Chief Planner $207.00 Senior Engineer $185.00 Senior Landscape Architect $170.00 Senior Traffic Engineer $170.00 Senior Planner $170.00 Traffic/Project Engineer $105.00 Engineer $105.00 Landscape Architect $105.00 Planner $105.00 Graphic Designer $110.00 Senior CAD Technician $90.00 Landscape Architect-Associate $90.00 Engineering Intern $90.00 CAD Technician $75.00 Clerical $75.00 Administrative Assistant $75.00 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F APPROVED SUBCONSULTANTS 1) PERKINS +WILL 2) HR &A 38 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 39 RESOLUTION NO. 2017-30029 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017.126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSON/NYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC., AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; KITTELSON & ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an"As Needed Basis"; and WHEREAS, Request for Qualifications No. 2017-126-KB (the "RFQ") was released on April 28, 2017; and WHEREAS, the purpose of the RFQ was to establish a pool of pre-qualified consultants for transportation planning and traffic engineering services, in accordance with the requirements of Section 287.055 of the Florida Statutes; and WHEREAS, a voluntary pre-proposal meeting was held on May 9, 2017; and WHEREAS, on June 14, 2017, the City received a total of 17 proposals; and WHEREAS, the Committee convened on August 7, 2017 to consider the 17 proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: HNTB corporation, as the first ranked proposer; Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer; H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer; Alta Planning + Design, Inc., as the eighth ranked proposer; Keith And Schnars, 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 specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with HNTB corporation, as the first ranked proposer; Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer; H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth ranked proposer; Kittelson & Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer; Alta Planning + Design, Inc., as the eighth ranked proposer; and further authorizing the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. n / / PASSED AND ADOPTED this « day of ahifr/ 2. Philip Lev sr ATTBSF� "--"- / UXI APPROVEDB� • LI�S� S� • 4 AS TO FORM 3IAN GUAGE Rafael E. Granado, C Jerk`1, � &FOR EXECUTION * I F:\PURC mmissi$ALUaolicilationsatrnr �1(Fit {R€�p( Kneral iPlann,9. Consultant for Tran on\ 11 R( Commission Wcumenis\02'r(\ rtl\RfBVt'2�,t11rP,2�1FaFF,aotCluliun 9.22.1].tloc t� L1 L(, G4'Mtamay Up Data y��H Resolutions- C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 18, 2017 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017- 126-KB, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS"; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE- QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HNTB CORPORATION, AS THE FIRST RANKED PROPOSER; NELSON/NYGAARD CONSULTING ASSOCIATES, INC., AS THE SECOND RANKED PROPOSER; H.W. LOCHNER, INC.,AS THE THIRD RANKED PROPOSER; GANNETT FLEMING, INC., AS THE FOURTH RANKED PROPOSER; CALVIN, GIORDANO &ASSOCIATES, INC.,AS THE FIFTH RANKED PROPOSER; KITTELSON & ASSOCIATES, INC., AS THE SIXTH RANKED PROPOSER; MARLIN ENGINEERING, INC., AS THE SEVENTH RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE EIGHTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City's current agreements for general transportation planning and traffic engineering consulting services had an initial term comvlencing on October 11, 2012 through October 10, 2016, with a provision allowing the term could be extended for an additional two (2) years through October 10, 2018. At this time, the Transportation Department is seeking to replace the existing contracts to pursue proposals from firms that can provide transit planning and implementation of transit projects that require the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the promotion of transit, pedestrian, bicycle and auto accessibility. Given that the scope of future assignments is unknown at this time, it is important to create a robust pool to expedite future needs. Therefore, the City of Miami Beach seeks to contract with a pool of qualified consultants to provide Page 200 of 1633 professional services transportation planning and related services on an "as needed basis." The Consultants shall provide subject matter expertise to the City of Miami Beach specializing in planning for transportation and related projects. Suggested specializations include, but are not limited to: general transportation planning, smart growth, livable cities, complete streets, integration of transportation and urban design, economic and financial analysis, transit planning, bicycle and pedestrian planning, station area planning, and traffic engineering. RFQ PROCESS In order to complete a successor agreement, on April 26, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-126-KB for General Transportation Planning and Traffic Engineering Consultant Services on an "as needed basis." On April 28, 2017, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on May 9, 2017. RFQ responses were due and received on June 14, 2017. The City received a total of 17 proposals from the following firms: •AECOM Technical Services, Inc., •Alta Planning + Design, Inc. •Atkins North America, Inc. • Calvin, Giordano&Associates, Inc. • Florida Transportation Engineering, Inc. • Gannett Fleming, Inc. • HNTB Corporation • H.W. Lochner, Inc. • Keith and Schnars, P.A. • Kimiey-Horn and Associates, Inc. • Kittelson&Associates, Inc. • Marlin Engineering, Inc. • Nelson/Nygaard Consulting Associates, Inc. •The Corradino Group, Inc. • The Street Plans Collaborative, Inc. •WSP USA, Inc. •Zyscovich, Inc. On July 11, 2017, the City Manager appointed the Evaluation Committee via LTC # 362-2017. The Evaluation Committee convened on August 7, 2017, to consider proposals received. The Committee was comprised of Josiel Ferrer, Transportation Manager, Transportation Department, City of Miami Beach; Rogelio Madan, Chief of Community Planning & Sustainability, Planning and Zoning Department, City of Miami Beach; Lynda Westin, Transportation Manager, Transportation Department, City of Miami Beach; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers indicated in Attachment A, in the following order: 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. Kiniey-Horn and Associates, Inc. 16. Zyscovich, Inc. 17.Atkins North America, Inc. A summary of each top-ranked firm is available upon request. CONCLUSION The 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 time. As such, staff has expressed a need for a robust pool of consultants to be able to expeditiously address project needs. The current pool of Transportation GPCs consists of only four (4) firms. More than four GPC firms are needed to nave 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) firms as ranked by the selection committee. After considering staffs recommendation and the results of the Evaluation Committee process, I recommend the selection of the top eight(8)firms 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 firms that are not in the pool of the eight (8) recommended firms are currently available either through the Miami Beach Architectural and Engineering (A&E) list or may be contracted, if needed, as sub-consultants to the eight (3) GPC firms being recommended. Therefore, after reviewing all the submissions, results of the evaluation process, and the anticipated implementation of the Miami Beach Transportation Master Plan projects, I recommend that the Mayor and City Commission approve the resolution authorizing the Administration to establish a continuing pool of pre-qualified consultants for general transportation planning and traffic engineering services, pursuant to Section 287.055, Florida Statutes, from the following firms qualified to perform the work: HNTB corporation, as the first ranked proposer; Nelson/Nygaard Consulting Associates, Inc., as the second ranked proposer; H.W. Lochner, Inc., as the third ranked proposer; Gannett Fleming, Inc., as the fourth ranked proposer; Calvin, Giordano&Associates, Inc., as the fifth ranked proposer; Kittelson &Associates, Inc., as the sixth ranked proposer; Marlin Engineering, Inc., as the seventh ranked proposer; Alta Planning + Design, Inc., as the eighth ranked proposer. Further, I recommend that the Mayor and City Clerk be authorized to execute agreements, upon conclusion of successful negotiations by the Administration, with the pre-qualified firms. KEYINTENDED OUTCOMES SUPPORTED Page 202 of 1633 Ensure Comprehensive Mobility Addressing All 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. Legislative Tracking Transportation/Procurement ATTACHMENTS: Description ❑ Attachement A-- Evaluation Committe Scoring and Ranking o Resolution Page 203 of 1633 11111101 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 40 I I I MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3'd Floo.,Miami Beach, Florida 33139,www.mlamibeachfl.gov,305-673-7490 • ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2017-126-KB • GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" June 14, 2017 This Addendum to the above-referenced RFQ is issued in response to clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, July 14, 2017 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. MODIFICATIONS: 1. APPENDIX C Minimum Requirements & Specifications, Subsection Cl has been modified as follows: PRIME PROPOSER: 1. The Prime Proposer (Enginooring Firm) shall be a Planning, Architectural, or Engineering firm "Cortificatc of Authorization" by tho Stato of Florida, Division of - •- ,-- .: a authorized to conduct business in the State of Florida. II. RESPONSES TO QUESTIONS RECEIVED. Q#1: Are there are any public information/public involvement/communications opportunities in BID RFQ #2017-126-KB- General Transportation Planning Consultant Services on "As Needed Basis." A#1: Yes, public involvement and related activities may be included in task orders. Q#3: Solicitation number #2017-126-KB, General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis" requests the "volume of contract 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 REQUEST Q REQUESTRFOR TPL O.PAND-KB TRAFFIC TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS' A#3: When submitting information pertinent to volume•of contract, please indicate the contract fee. Q#4: Is there an estimated budget available for this? A#4: Estimated budget is not available at the present time. Q#5: Does Miami Beach prefer to have the 10 copies submitted in three-ring binders also? A#5: Section 0300, Submittal Instructions and Format, 1. Sealed Responses, requests the submittal of one original Statement of Qualifications (preferably in 3- ring binder), ten (10) bound copies and one (1) electronic format (CD or USB • format). There is no specific requirement for the type of binding of the ten (10) copies. Q#6: Our firm recently submitted a response to an RFQ in April of this year for which we had to submit our DUNS report. Would we be required to submit another one for our response to this RFQ? A#6: Pursuant to Section 0300, Submittal Instructions and Format, 3. Statements of Qualifications Format, Tab 2, Experience &Qualifications, 2.3 Financial Capacity, at the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. • Q#7: Please confirm the proposal delivery address is: Natalia Delgado, Contracting Officer 1 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rtl 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 Prime only? • A#9: Yes, at the request of the City the Dun and Bradstreet SQR is to be submitted for the Prime only. Q#10: Miami Beach General Transportation Planning and Traffic Engineering Consultant Services on an "As Needed Basis", Solicitation No. 2017-126-KB, ARTICLE 11. INSURANCE, sub article 11.2 requires naming the City as an additional insured on liability 2IADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN'AS NEEDED BASIS" • P on oliciespage 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. M10: The request to name the City as an additional insured on the liability policies is only applicable to general and automobile liability. Q#11: The indemnification in Section 40. of the RFP is inconsistent with the indemnification in • Article 12. of the Sample Contract, and more broad than what is allowable in Section • 725.08 of the Florida Statutes. Can this be updated for consistency, so that both sections are equivalent to that listed in the Sample Contract? 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 Q10 above. Q#13: Can you please clarify the difference in what is being requested between Tab 1, 1.3 I • 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 1, Qualifications Format indicates how the City recommends that the Statement of Qualifications be organized and tabbed. Tab 1, 1.3 will include verifiable information documenting compliance with Appendix C, Minimum Requirements & Specifications, Cl. Minimum Eligibility Requirements. Tab 2. Experience & Qualifications will include information pertaining to Appendix C, Minimum Requirements &Specifications, C2. Statement of Work Required. Q#14: Are there any specific forms or certifications that subconsultants need to submit as part of our proposal, or are those only to be completed by the Prime Proposer? A#14: No, there are no specific forms or certifications that need to be submitted by the subconsultants as part of the proposal. Q#15: Are Proposers required to obtain a business license in the City of Miami Beach prior to proposal submittal? A#15: Please refer to Section I. Modifications. 3IADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-126-KB 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 Rafa eIG ranad o(ad)m is m i baa chfl.Q ov. Procurement Contact: Telephone: Email: 1 Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov 1 Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pro sal. i c: ely, AIR— ',lex r- Is • 'rocurement Director • I •4 IADDENDUM 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, 1755 Meddler"Avenue, 3"F arm Miami Beach,Florida 33139,www.miamibeachA.go¢ 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). I. ATTACHMENTS (Unintentionally Omitted from Addendum No.1): • Exhibit A: Pre-Proposal Meeting Sign-In Sheet • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Ii Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafae IGranad o(D�mi am i beachfl,q ov. Procurement Contact: Telephone: Email: • Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.goV Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. • Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pr.:.sal. i ,rely, • TM e -x D= is ocment Director 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-126-KB GENERAL TRANSPORTATION PANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN AS NEEDED BASIS' EXHIBIT A Pre-Proposal Meeting Sign-In Sheet 1IAIAMIBEACH 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" <# t y S it b lg a ga,. d .' igal to i .0 >a ", - '� #' i 3# vreI gq ar$ qua • s�:! a'atpi .�s�:-.Ig 3 a. °at 6i ��A. " :� tyiti` '`. w . .,",n Natalia Delgado Procurement-CMB 305-673-7000 !It'd nataliadelgado@aniamiheaohflgov Ext. 6263 'i" and �c�uls Q,�.a VannI'll Lis +qr, AI It J I lr-A I T„dofQ, of Qy_, ?Qr S. <--- \�m ?aleu� r viol ar`d 5Vvno.52-c , ,re4g0ez Naga - a a , raa� a� ��assz�Ga 1-9-22 I 'i AIAM{ BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: May 9, 2017 TITLE: REQ-2017126-KBGENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" Rk4,1b.: W! . p fi ��@-�� 1F^'h', � S4 LX y S 1. ^ t'* ��{ ,;�.; ' 5 �l. .4-at Ak F 5 ' 4®4cT`� C fx _WM A M f J • St A bin' yy�, I trncre Gels/i'„ (76 cis ,got-67J-70- 5,siei �Caer. DMz a 4 Y-1i0.4 ., (RM.(h- 5o5 -Gli-700o Yom°31 JaSkP,�'rMvCe� Itf/I�. h7"l�� CtctIA aY117 aAt�J (zZ -1Coo mrtg-ek9FLA,. Co v-1 f 2oUFkii) 51-eve p4A-U1,1;A,COM 305 776-3LY '.SsnOC I Go azh\e2_ Isa be 1.30..04 ei l�C�l'A%SA- C(aD'1 �30, '.. J K� 2o6-15 ' z5 `� , 3"s"nc.17'1 $ir7, 10.11 Arl '. A+,IA+J P •r�f-Ncea' Lem a n hoN S s33--51 tanmotus(dEGML�Y--faani. CAfleC A4a$t9' /`G6n$*6 7Se SYf C.ETII cc.e/ertint{.cob, YrYd J e_SP &ieic -ed Tymet, $j er,e‘ / !CI).o zY'7/ Jwelot{-C/0 t,..-ekr\ Inter),5 . Ce.^". d 2 � v\IAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE May 9, 2017 TITLE: RFQ-201 7-1 26-KB GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" & Cele ciciu-J',4- C.r. m FTE 305 463 d' 7yy C/arncs @ FT& ) ✓I C. tied- c F 107 ouua - -W4a ,Sr/a 3�$- t_L02ge -7YlNc./YC% 7-3s-27-261 ffi �anfegewbL/ (q�� &&- V1Y(4y-20 clgesiu 9 62/ Gas-733 $c�r1 eF 1' Gv1m0)&$ 1 "e Copra( ,tio C SU e .�qs o735 svw,„w,Pns PcGv70.a}-0 , I,tw Alla NRIl e, w5Q/ D Qumeze_ S)owvvl4 , cowl 306967'10Q 3 'IAIAMIBEACH ' 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" ..,;remcro r'x x#1 k „Ar. - 4. xI, ; # t, --Iii 1'41-'4.4'1 I..t s„t '� 3k. " " M. I ' k*' *us ,` ii " : I as p ., 4 l I R .K' •'A s s 1 w. a. A .;,, . ' t for; ". ,� �rF �oti�� ,C��e\w. 0 ASmGo.- Slit CM49o3. s10 - bvoy\d\ € vtwawi •mun Kaivyw. 0 o HIA, (A-crz'ejc_. 3 05— IGipule-GalloIocP,Kec , cans. 8- •Sclii �,M i�nkSev. I Y Lw JiJanoAw a.11 305 3,1•1l� JIM.enks A e 1t,,. darn '121 Co for t 4 . Left= U. W . Lockney 9rcSt3 °1873 '7Logez &kw lamer , CD wt. JAC Su.tmarr1-g--2 STK-INS 3o9-514-33/eA -- 3ark ,fiLitYter(a eA%ns&. ), COv 1 ,a,V-mg11r1 7 • CoA 3�5 752 Alb' fa11 2fln)co SAY�au1Jo (Zink Iss t-n et-A/6. t t3 . 2a. /$Ela, 4,/o off- y hart • - I ..• 1.0 y u4. eehu TinA n It 0 L.wr Kyi t a1A ew,daKA)bt cbiFLy4 -i490 4 MIAMI BEACH Procurement Department, 1755 Meridian Avenue,3i°Floor, Miami Beach, Florida 33139,www.miamibeachfl.gav,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., on 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 I Rafae IG ra n ado(a)m iam i beachfl.q ov. • Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov • • Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. 1, Sincerely, 0 Ale De 'Pr rement 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: m MIAMIBEACH Natalia Delgado, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov m 1A.IABEACH 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 RFC) 2017-126-KB 2 m ;UJ AIA' BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1.GENERAL.This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal")to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s)(the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.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:llwww.miamibeachfl.gov/transportationl). These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. Continued on the following page. RFQ 2017-126-KB 3 !�11APAl BEACH The modal prioritization strategy below was adopted by Resolution of the City Commission as a guide during the planning process conducted during the City's Transportation Master Plan. Mode share goals for 2035 were developed based on the recommended projects identified in the Transportation Master Plan. UNDERSTANDING MODE SHARE 0 070 Q MIAMI 161511 NOSSTS RI at ,T1'9E'IIELES 1 2 3 wn CITY IN MIAMI-DADE COUNTY m ADOPT refs MODE HIERARCHY The Goals below were developed to move toward this mode share and to guide project selection during the Transportation Master Planning process: Goal 1: Prioritize the people,the pedestrians. Goal 2: Provide reliable, convenient, and consistent transit service and infrastructure, Goal 3: Develop a safe, connected, and consistent bicycle network throughout the entire City. Goal 4: Provide accessible and convenient off-street parking facilities. Goal 5: Ensure most, if not all, planned developments are within all areas of the City are in concurrence with the expected capacity levels and the multi-modal vision for the transportation network. Goal 6: Plan for the efficient freight mobility and deliver of goods within the City. From these efforts Priority 1 (short term), Priority 2 (medium term), and Priority 3 (long term) projects were identified to meet the Transportation Departments goals and Key intended Outcomes. The short term projects are based on an assessment of needs and the potential for rapid deployment. The mid- and long- range planning phases are designed to further shape the City by upgrading transit corridors, mobility and accessibility throughout the City. An additional and very important component of transit planning and implementing regionally significant transit projects is the coordination of land use decisions, which include the focusing of mixed-use development into key locations throughout the region and the 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 RFC) 20'/-126-KB 4 M IA BEACH with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued April 28, 2017 Pre-Submittal Meeting May 9, 2017 at 1:00PM (EST) Deadline for Receipt of Questions June 2, 2017 at 5:00PM (EST) Responses Due June 12, 2017 at 3:00PM (EST) Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email: NATALIA DELGADO 305-673-7490 NATALIADELGADO.IMIAMIBEACHFL.GOV Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado aamiamibeachfl..ov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISITIS). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 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 REG) 20 I/-1 26-KB 5 m "%AIN!, BEACH these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFC/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 City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at 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:llweb.miami beachfl.govlprocu rement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2397 THROUGH 2-4853 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2.481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or 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. RFC 2017-126-KB 6 m BEACH 10. 10.COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT (ADAI. Call 305-673-7490 to request material in accessible format; sign language interpreters(five(5)days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. RFQ 20I/-126Kb 7 m n✓v.IAMJ 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. Postponement/CancellationlAcceptancelReiection. 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 REQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the PROCUREMENT DEPARTMENT prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the 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 RFC) 20I/-126-KB 8 m M.IAM BEACH substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposers history of citations and/or violations of environmental regulations in investigating a proposer's 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 RFC. Failure to do so will be at the Proposer's risk 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, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to • furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the RK,1 201/-126-KB 9 m !V, At", 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 Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods 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 organizationTM, as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation, without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other govemmental contract, or on an as-needed basis through the City's spot market purchase provisions. REQ 201/-1 26-KB 10 m MIAN1! 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 attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS, Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. RHO 20172 26-KB I 1 m 'AI/vIA BEACH 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term 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 impropedy to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2017-126-KB 12 m M.IA,1\A 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 clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone &email, and year(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. 2.2.1 Provide a comprehensive summary of the experience and qualifications of the individual(s) who are proposed to serve as the Project Manager and Task Leaders for this Project. 2.2.2 Team Experience. Personnel and consultants specializations listed below are desirable: RFQ 2017-126-KB 13 m ,%\11AV1 BEACH 1. Transportation Planning 2. Smart growth 3. Livable cities 4. Complete streets 5. Integration of transportation and land use 6. Economic and financial analysis 7. Transit planning 8. Bicycle and pedestrian planning 9. Urban design 10. Station area planning 11. Traffic engineering 2.2.2 Evidence of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit project name, brief description of project, date of completion, owners 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 (SQR) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:llsu ppl i erportal.dnb.comlweba pplwcslstores/sery letlSuppli erPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. 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 process, 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). RI-Q 2017-1 26-KB 14 m MI M BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications,including Financial Capability 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each firm by the City within the last three(3)years from the due date for proposal. See 5 Section 4 below. 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFQ 2017-126-KB 15 M IA1...A, BEACH 5. Determination of Final Ranking. Al the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scares by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B 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 Committee 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 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 ' Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. QFQ 201/-126-KB 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 20' 7126 KB 17 Solidtatlan No: Solicitation Title: RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN"AS NEEDED BASIS" Procurement Contact: Tel: Email: NATALIA DELGADO 305-673-7490 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: No of Years in Business: No of Years in Business Locally'. OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE'. TELEPHONE NO.: TOLL FREE NOr. FAX NO.. FIRM LOCAL ADDRESS. CITY. STATE: ZIP CODE PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. ACCOUNT REP TELEPHONE NO.. ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or 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. RFC.) 201/-126-KB 1 8 Veteran Owned Business.Is Pro ser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of 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 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 or other legal violation,or had a contract cancelled due to non- erformance by,any Public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in 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. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.govlprocurementl. RFQ 20'/-I 26 KB 19 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time. Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide'Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? 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 'other section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance 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.goviprocurement/. RFQ 2017-126-KB 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 far 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 pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Inifial to Confirm Initial to Confirm Intel to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2OI/-126-KB 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the pad of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on 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 on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any pad 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 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 the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 201/-126-KB 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal, Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws, all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Aurhothed Representative: Date. State of FLORIDA 1 On this_day of 20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 21-Q 20 ./-126-KB 23 APPENDIX B m M AMIBEACH " 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 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid.' The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. RFQ 201/-1 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 RFQ 2017-126-KB 25 APPENDIX C m 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 2017126-KB P6 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit,with its proposal,the required submittal(s)documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall 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 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. PROJECT MANAGER: 3. The Prime Proposer shall identify a Project Manager which shall submit no less than three (3) projects completed within the last ten (10) years completed exemplifying experience and capacity in performing transportation planning and related professional services Submittal Requirement: For each qualifying project, submit project name, project description, start and completion dates, project contact information (phone and email), volume of contract, prime proposer's role in project. C2. Statement of Work Required. The City of Miami Beach seeks multidisciplinary consultant teams to provide technical expertise and logistical support to its Transportation Department. Emphasis will be on the comprehensive implementation of selected projects primarily from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website (http://wimmiamibeachfl.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. RFQ 2017-126-KB 27 e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation,operations and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic as well as for bicycles and pedestrians. These counts can be either manual or automated. In addition, most of the above-mentioned studies will require the staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multimodal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley service. This may include conducting transit feasibility studies, to include modifications to existing trolley operations, potential new route alignments and ridership projections. 3. Facilities Planning and Development Plan and develop transportation related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional and local processes. Consultant team should be knowledgeable in: a. Issues affecting urban development/redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products and events. 5. Financial Planning and Analysis The Consultant will support City of Miami Beach projects by providing financial planning and analysis,as requested. Tasks may include but not be limited to: RFQ 2017-'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 Sustainabilitv 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. Protect 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 201/-126-KB 29 a. Effective work planning, monthly progress reporting,and invoicing; b. Schedule control,time management, monitoring, and reporting; c. Budgeting control, monitoring,and reporting; d. Quality control; e. Establish teamwork within consulting team, the City of Miami Beach, other consultants and stakeholders;and f. Conduct regularly scheduled project meetings with City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders; RFQ 2017-126-KB 30 APPENDIX D _ 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 RFQ 20 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 2017-1 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 2017-126-KB 33 m MAMIBEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence 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-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFC) 201/126-KB 34 APPENDIX F -eir4 MIAMI BEACH Sample Contract RFQ No. 2017- 126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Rho 2017-126-KB 35 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-126-KB DISCIPLINE: RESOLUTION NO. 2017- RFQ 2017126 KB 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. CONSULTANTS ACCOUNTING AND OTHER RECORDS 52 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 52 ARTICLE 10. TERMINATION OF AGREEMENT 52 ARTICLE 11. INSURANCE 54 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 54 ARTICLE 13. ERRORS AND OMISSIONS 55 ARTICLE 14. LIMITATION OF LIABILITY 55 ARTICLE 15. NOTICE 55 ARTICLE 16. MISCELLANEOUS PROVISIONS 56 SCHEDULES: SCHEDULE A 60 SCHEDULE B 62 SCHEDULE C 64 ATTACHMENTS: ATTACHMENT A 65 ATTACHMENT B 66 ATTACHMENT C 67 RFC 2017-1 26-KB 37 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and , a corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on , the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-126-KB for GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES ON AN "AS NEEDED BASIS" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on , the City Commission approved Resolution No. , respectively, authorizing the City to enter into negotiations with and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. RFQ 201/-126-KB 38 APPLICABLE.LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional RFQ 2017-126-KB 39 has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00)or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract REQ 201/-126-KB 40 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. Project Scope: The "Project Scope" shall mean the description of the Project, as described RFQ 20 7-I26-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 RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules' shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services' shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services' shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs' shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and 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. RI-C) 201/-126-KB 42 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. 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 terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2FC) 201/-1 26-KB 43 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of 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 RFO 2017-126-KB 44 caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and 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, (li) 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 followingfinal acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the RFQ 2017-126-KB 45 City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 . Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANTS 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. RFC 201/-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 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, REQ 20I/-126-KB 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 2017-126-KB 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. RFQ 2014-126-KB 49 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts(except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. • ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement" Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its REQ 20'/-126-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 Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- up 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 RFQ 2017-126-KB 51 hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the RFC) 201/-1 26-KB 52 appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or(3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project . Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. RFQ 2017-126-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 for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall 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 RFC 2017-126-KB 54 harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultants 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 RFQ 2017-126-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 RFQ 2017-126-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 publicrecords), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. KI-C1201/-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 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. REQ 201/-126-K8 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 RF0 2017-126-KB 59 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RK;! 2017-126-KB 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 , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2017-126-KB 61 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. 1 FQ 201/ 126-KB 62 HOURLY BILLING RATE SCHEDULE 131Q 2017-126-KB 63 SCHEDULE C APPROVED SUBCONSULTANTS FQ 2017-126-KB 64 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFQ 2017-126-KB 65 ATTACHMENT B REQUEST FOR QUALIFICATIONS(RFQ) RFQ 2017-126-KB 66 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ RFQ 2017-126-KB 67 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 41 Detail by FEI/EIN Number Page 1 of 2 • ,r•-la Deoefinem of Stat ,rte i:, cepar'mam of state I Division alCorporations r Search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation NELSON\NYGAARD CONSULTING ASSOCIATES, INC. Filing Information Document Number F12000001076 FEI/EIN Number 58-2592493 Date Filed 03/12/2012 State CA Status ACTIVE Principal Address 116 NEW MONTGOMERY ST Suite 500 SAN FRANCISCO,CA 94105 Changed. 04/27/2016 Mailing Address 116 NEW MONTGOMERY ST Suite 500 SAN FRANCISCO,CA 94105 Changed: 04/27/2016 Registered Agent Name 8.Address COGENCY GLOBAL INC. 155 OFFICE PLAZA DRIVE TALLAHASSEE, FL 32301 Name Changed:05/18/2015 Address Changed:05/18/2015 Officer/Director Detail Name&Address Title VP, Managing Director Jewel , Paul 116 NEW MONTGOMERY ST Suite 500 SAN FRANCISCO,CA 94105 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 6/26/2018 Detail by FEI/EIN Number Page 2 of 2 Title Secretary Stephens, Brodie 2 Bryant Street Suite 300 SAN FRANCISCO,CA 94105 Title President Harrison, Phil 1315 Peachtree Street,NE Atlanta, GA 30309 Title CFO Waymire, Dana 2 Bryant Street Suite 300 San Francisco,CA 94105 Title VP Mericle Thomas 116 New Montgomery Street Suite 500 San Francisco,CA 94105 Annual Reports Report Year Filed Date 2017 02/10/2017 2018 03/12/2018 2018 04/26/2018 Document Images 04126/2018—AMENDED ANNUAL REPORT View image in PDF formal 03/122018—ANNUAL REPORT View image in PDF formal 0210/201-7—ANNUAL REPORT View image in PDF format 04/2]/2016—ANNUAL REPORT View image in PDF formal Doll 0/2015—Reg.Anent Change View image in POE format 02119/2015—ANNUAL REPORT View image in PDF format 04/1012014 p ANNUAL REPORT View image in PDF formal 09/192010—ANNUAL REPORT View image in POP format 11126/2012--Reo.Agent Ghanoe View image in PDF format 00/1212012—Foreign Profit View Image in PDF formal http://search.sunbiz.org/Inquiry/C orporationS earch/S earchResu ltDetai l?inq... 6/26/2018 CITY OF MIAMI BEACH GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES I0qk • • 15610 . . s • ere ere 11565 "Oki 1 20.7. IN ASSOCIATION WITH: PERKINS+WILL NELSON tosj Printed on 100%recycled paper HR&A General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Tab 1 Cover Letter & Minimum Qualifications Requirements Nelson Nygaard Consulting Associates,Inc. N NELSON NYGAARD July 12,2017 City of Miami Beach Natalia Delgado 1755 Meridian Ave,3id FL Miami Beach,FL 33139 RE: General Transportation Planning and Traffic Engineering Consultant Services on an"As Needed Basis" Dear Ms.Delgado, On behalf of Nelson\Nygaard Consulting Associates,Inc.,I am pleased to submit this proposal to the City of Miami Beach for General Transportation Planning and Traffic Engineering Consultant Services.We are excited about the possibility of working with the City of Miami Beach and are committed to the project's success. There is great reason to be excited and encouraged by serving the transportation needs in Miami Beach.As the City of Miami Beach continues its great work in addressing those needs, Nelson\Nygaard believes that the values of our staff and similar characteristics of our work in transportation planning make our planning services a solid match. Miami Beach is Building Upon the Region's Multimodal Legacy Miami Beach is a pioneer in implementing tangible transportation solutions. Before many of the world's greatest cities,including its sister across Biscayne Bay,Miami Beach was home to successful programs in parking payments by smart card,the original DecoBike bicycle sharing system(now expanded to mainland Miami under the CitiBike brand),and famous pedestrianized places like Lincoln Road.All of these programs are contributors to Miami Beach's success as a diverse and dense city that attracts visitors,residents,and employees alike.At the same time,it will be imperative for Miami Beach to creatively and feasibly implement additional infrastructure as the City's popularity shows little sign of abating. As evidenced in the City's Transportation Master Plan goals,Miami Beach is planning to accommodate all aspects of transportation,including pedestrians,transit,bicycles,parking,and freight movements.The proposed and designed projects are reflective of these priorities.They include exclusive transit lanes on the Macarthur Causeway and into 5th Street,protected bicycle lanes on 73`d and 72n0 Streets,the reintroduction of street-level rail transit to South Beach for the first time in decades,and the creation of"pedestrian priority zone"programs and infrastructure (including improved signalization,lighting,narrower travel lanes,and traffic calming)across all of South Beach. As these ambitious projects commence,not only will the gaps in Miami Beach's multimodal transportation network continue to close,but the city's streets will also fulfill the vision behind the"complete streets"guidelines and design elements approved by the city—which will make the movement of people the primary motivator behind future street design.The City recognizes the economic benefits that come from building great streets,and it starts with the overall inclusion of all who come to Miami Beach's exciting public realm.Other important tenants of multimodal 77 FRANKLIN STREET I OTH FLOOR BOSTON,MA 02110 617-521-9404 FAX 617-521-9409 www.nelsonnyg aard.com street design in Miami Beach's Street Design Guidelines include livability,cost-effectiveness, active living,multicultural populations,and resiliency. Miami Beach is keenly aware of climate change,as through its proactive installation of stormwater resiliency infrastructure,including raised streets and pumping stations.From a transportation perspective,there is also always work to do.The importance of helping one of America's densest cities become a place where bicycling and riding transit are just as practical,if not more,than driving,cannot be understated. Neighborhoods of Miami Beach deserve positive benefits out of future transportation choices made by the City.The ongoing stream of tourist and commercial traffic necessitates not just mobility options like rail transit,but also practical protections for people walking and biking from speeding vehicles,confused drivers,and idling engines. Miami Beach is cognizant of emerging mobility trends and options and seeks to phase them appropriately.The Street Design Guidelines recognize that people will still choose to drive,but it acknowledges that the provision of better transportation options along with the anticipated paradigm shift towards car-free and car-light lifestyles in cities would help all people.The Guidelines also acknowledge that the growth of autonomous vehicles could dramatically alter street design standards but also,through the identification of an"edge zone"in the pedestrian realm,recognize the immediate needs to safely transition people in and out of curbside pickups by taxis and transportation network companies(TNC). Nelson\Nygaard Helps Cities Expand Their Capacity for Serving Communities Through Multimodal Transportation Planning Nelson\Nygaard,an independent subsidiary of Perkins+Will(who has an office in Coral Gables), is an internationally recognized thought-leader in planning for the mobility of livable communities.With a staff of dedicated multimodal transportation experts who have lived in Florida's cities for years and have real experience implementing transportation in similar world- class destinations,Nelson\Nygaard is very well suited for an on-call relationship with Miami Beach.From parking technology upgrades in downtown Savannah to ambitious reforms of transportation policies in Boston,Nelson\Nygaard regularly seeks innovative and sustainable transportation facilities in America's greatest cities and communities. One of the most recent groundbreakings in the Miami region is located in Downtown Miami. Working with the Miami Downtown Development Agency,and in coordination with the City, County,and Health Foundation of South Florida,a piloted redesign of First Street between Biscayne Boulevard and Government Center will become a reality.Nelson\Nygaard helped create the conceptual designs and implementation plans that brought a reconfigured design to this underutilized street in Downtown Miami,including a high-visibility protected bicycle lane, reduced crossing distances at intersections,and an exclusive bus lane.Beyond the successful redesign of Southwest and Southeast First Street,the Complete Streets pilot program provided exposure to community artists,built partnerships with local activists for bicycle and pedestrian safety,and ultimately gained buy-in for future pilot designs elsewhere throughout Downtown Miami. Our Team and Commitment to Miami Beach We have considered the needs of the City of Miami Beach and have assembled a team that combines national expertise with local knowledge to complete the study.Our Principal-in-Charge, Jason Schrieber,AICP,has led dozens of downtown mobility planning efforts across the country, NelsonlNygaard Consulting Associates, Inc. 12 with recent experiences in places as diverse as Gainesville,Boston,and Houston.He is currently working with our Project Manager,Zabe Bent,on a multimodal plan for Fayetteville,AR.Zabe brings her depth from San Francisco,New York,and other cities to help develop innovative solutions.Jason and Zabe will work closely with our Deputy Project Manager,Ralph DeNisco, who also has led major mobility plans for Columbus,Savannah and Memphis.Nelson\Nygaard's transit and active transportation teams have recently worked on very successful projects for Miami and for Miami Dade Transit that are bringing the success of road diets and transit streets to the region.We are thrilled to continue to be supported by the local knowledge from the Perkins +Will's Coral Gables office,which brings regionally recognized landscape,land use,and urban design strengths to our team.Furthermore,the nationally acclaimed market and financial analysis skills of HR&A,whose econometric approach to projects helps make successful downtowns across the country,will round out our team. We hope you will recognize the strengths of our proposal,staff capabilities,and firm experience as indications of our capacity to carry out this project.We submit our proposal in accordance with the terms and conditions outlined in the Request for Qualifications,and our offer will remain in effect for at least ninety(9o)days from the date of submittal,July 14,2017.We also acknowledge receipt of Addendum 1,2,and 3. If we can provide any additional information about our firm or this proposal,please do not hesitate to contact Jason Schrieber at jschrieber@nelsonnygaard.com or 617-521-9404,or meat pjewel@nelsonnygaard.com or 415-284-1544.1 am authorized to negotiate with the City of Miami Beach in connection with this effort. incnt''rellyy, a( ��{`/f^^'C �//7 Paul Jewel Managing Dire or Nelson\Nygaard Consulting Associates,Inc.13 Table of Contents Tab 1 Cover Letter&Minimum Qualifications & Requirements Response Certification, Questionnaire& Requirements Affidavit(Appendix A) References & Past Performance 1 Minimum Qualifications Requirements 2 Certificate of Authorization 2 Project Experience 3 Project Manager 8 Tab 2 Experience and Qualifications 10 Qualifications of Proposing Firm 10 Relevant Project Experience 18 Qualifications of Proposer Team 30 Nelson\Nygaard Project Manager and Task Leaders 31 Full Resumes 34 Prior Working Experience.. 35 Financial Capacity 38 Tab 3 Approach and Methodology 39 Appendices Appendix A: Exceptions Memo Appendix B: Full Resumes Table of Figures Organizational Chart 30 Nelson\Nygaard Consulting Associates, Inc, General Transportation Planning and Traffic Engineering Consultant Services I RFG City of Miami Beach Response Certification, Questionnaire & Requirements Affidavit (Appendix A) Please see the following pages for Appendix A.Below we have listed the references requested in number 3. References&Past Performance on page 19 of Appendix A. REFERENCES & PAST PERFORMANCE Contact Firm Name Project Narrative Vineel Gupta City of Boston NelsonlNygaard served as the lead Director of Planning Boston Transportation Department planners for Go Boston 2030,working One CityHall Plaza, through close collaboration with 615-635-2756 concurrent processes that crafted public vineet.gupta@cityofboston.gov Room 721,Boston,MA 02201 engagement and digested amazing quantities of"big data to inform both current patterns and future conditions. The final Action Plan includes neatly sixty progressive projects and policies inspired by the community that target Boston's greatest safety,access,and reliability needs.Built upon the principles of equity, economic opportunity,and climate responsiveness,strategies are targeted and responsive to community needs— abandoning many legacy solutions devised by planners for real solutions that meet residents'needs the best. Chris Brown,P.E. City of Fayetteville Nelson\Nygaard is working with the City to City Engineer 125 W Mountain Street, create a Mobility Plan that ties together 479-575-8207 Fayetteville,AR 72701 projects,programs,and plans,such as the Active Transportation Plan,the City's cbrown@fayetteville-ar.gov Master Plan,and a Parking Management Plan. Reynaldo Stargell City of Columbus NelsonlNygaard led a team to develop the Traffic Management Division 109 N Front Street,#3, Connect Columbus Multimodal Administrator Columbus,OH 43215 Thoroughfare Plan,a Transportation 614-645-3978 Master Plan for the City.Building upon previously adopted transportation and rastargell@columbus.gov land use plans,the Nelson\Nygaard team evaluated the current transportation system,identified trends,and established strategies for the City and its partners to undertake in order to achieve the goals developed for the plan. Nelson\Nygaard Consulting Associates,Inc.I 1 Salicitabon No: Solicitation Title. RFQ 2017-126-KB GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ON AN AS NEEDED BASIS' Procurement Contact Tel. Email: NATALIA DELGADO 305-673-7490 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: Nelson\Nygaard Consulting Associates, Inc. No of Years in Business: 30 i No of Years in Business Locally: NIA OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. FIRM PRIMARY ADDRESS(HEADQUARTERS): 116 New&Montgomery Street,Suite 500 CITY. San Francisco STATE: ZIP CODE: 94105 CA TELEPHONE NO.: 415-284-1544 TOLL FREE NO. N/A FAX NO.: 415-284-1544 FIRM LOCAL ADDRESS: N/A CITY STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Zabe Bent,Principal ACCOUNT REP TELEPHONE NO.: 212-242-2490 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL'. the nt@ ne I son nygaa rd.com FEDERAL TAX IDENTIFICATION NO.: 58-2592493 The City reserves 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 2017-126-KB 18 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse. parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of 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 3. References Si 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. Please see previous page for references. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- dormance by an subtle sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in 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. 6. Code of Business Ethics.Pursuant to City Resolution No.2OOO-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the PROCUREMENT DEPARTMENT with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfi.gov/procuremenU. The proposer will adopt the City of Miami Beach Code of Ethics if awarded the project. RFQ 2017-126-KB 19 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of 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.goviprocurement/. 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 Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X 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? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X Sick Leave X Family Medical Leave X Bereavement Leave X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFQ 2O17-126-KB 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,he City shall not enter into a contract with a business unless the business represents hat it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Cade, 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 orfamilial 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 pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Intel to Confirm Receipt Receipt Receipt PJ Addendum 1 Addendum 6 Addendum 11 PJ Addendum 2 Addendum 7 Addendum 12 PJ 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. RFQ 2017-126-KB 21 DISCLOSURE AND DISCLAIMER SECTION 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 appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on 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 on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the 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 the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 20' /-126-KB 22 I hereby certify that I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted;Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal;proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Pudic 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. Nene of Proposer',Authorized Representative: Tori of Proposer'5Auerized Representetivir Jessica Alba Principal agna ve M Proposer',Audio/iced Representative; Deb: See Attached. State of FLORIDA ) On this_day of ,20_,personally appe. :, before me who County of ) s . ed that (s)he is the of ,a corporation, and i at the instrument was signed in behalf of the said corporation by authority of it- board of directors and acknowledged said instrument to be its voluntary act and a eed.Before me: Notary Pudic for the State of Florida My Commission Expires: QFQ 2017-126-KB 23 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 CAICC EevCrtca riuzranzscra Ctle<a:c:es cranzrcauu, crrscrs• r cucCirmra , `,See Attached Document(Notary to cross out lines 1-6 below) ❑See Statement Below(Lines 1-6 to be completed only by document signer[s],not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2(if any) A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached,and not the tMhfulness,accuracy,or validity of that document. State of California y��1Vt/�• (�/� Subscribed and sworn to (eraffrr ned) before me County of San I Irwrr 4Ly on this IL' day of t)UI9 , 20 11 . by Date nth Year (1) Jess‘ca. ftbai. KELSEY M.CARDENAS (and 1 Caemis•on a 2115457 ), 's: awry NW-Cal0aw I Namepj of Signal') c'.27.'j% San Francisco Cloenry M Comm.Es Nes Jen 14.2019+ proved to me on the basis of satisfactory evidence to be the ppeerssopn(cIs)j who appeared before me. Signature J JSigna re of t Public J Signa re of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers)Other Than Named Above: 02014 National Notary Association•www NationalNotary org • 1-800-US NOTARY(1-800-876-6827) Item#5910 General Transportation Planning and Traffic Engineering Consultant Services I REQ City of Miami Beach Minimum Qualifications Requirements CERTIFICATE OF AUTHORIZATION Per Addendum No.3,Nelson\Nygaard is a planning firm and does not hold a Certificate of Authorization by the State of Florida.However,we have attached our Florida Good Standing certificate on the following page.The firm's project experience and the qualifications of our project manager follow. Nelson\Nygaard Consulting Associates,Inc, 12 State of Florida Department of State I certify from the records of this office that NELSON\NYGAARD CONSULTING ASSOCIATES, INC. is a California corporation authorized to transact business in the State of Florida, qualified on March 12, 2012. The document number of this corporation is F12000001076. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on February 10, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Seventh day of July, 2017 ION 194A „ Secretary of State cob Tracking Number:Ct1665365J294 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunh iz.org/Filings/CertificateOfStatus/CertificateA uth entication General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach PROJECT EXPERIENCE GO BOSTON 2030 2014-2017 Client: Boston Transportation Department,One City Hall Plaza, Room 721,Boston,MA 02201 Contact: Vineet Gupta,Director of Planning,615-635-2756,vineet.gupta@cityotboston.gov Volume of Contract: $450,000 Prime Proposers Role:Lead Consultant The City of Boston faces a number of challenges: How can it marry new technologies with old infrastructure to maintain the mobility demanded by all?How can the city build a bold future, when climate change may knock it all down?How can a city known for working class neighborhoods and Ivy League alumni continue to provide a place,and opportunities,for all? What role can transportation play in the future? These are among the many questions at the heart of the GoBoston 2030 initiative.GoBoston is a grassroots up,sky-high down planning initiative.The plan builds from ideas generated in Boston's most innovative and inclusive public engagement strategy—the`question campaign," which created direct input from over 5,000 unique members of the Boston region.Supported by an unrivaled database of trips across all modes—including shared cars and shared bikes—cross- tabulated with detailed demographic sets from the Dukakis Institute.Nelson\Nygaard not only documented Boston's mobility in cutting-edge ways,we inserted community-based values directly into the mobility networks of the future.In this manner,Nelson\Nygaard can model how the technological`disruptors"that will change how transportation is planned,accessed and delivered will affect the region in the near term(five years)and in the next generation(15 years). Nelson\Nygaard served as the lead planners for Go Boston 2030,working through close collaboration with concurrent processes that crafted public engagement and digested amazing quantities of"big data"to inform both current patterns and future conditions.The final Action Plan includes nearly sixty progressive projects and policies inspired by the community that target Boston's greatest safety,access,and reliability needs. Built upon the principles of equity, economic opportunity,and climate responsiveness,strategies are targeted and responsive to community needs—abandoning many legacy solutions devised by planners for real solutions that meet residents'needs the best. FAYETTEVILLE MOBILITY PLAN 2015-ONGOING Client: Fayetteville Planning Commission, 125 W Mountain Street,Fayetteville,AR 72701 Contact: Chris Brown,P.E.,City Engineer,479-575-S207,cbrown@Fayetteville-ar.gov Volume of Contract: $400,000 Prime Proposers Role: Lead Consultant Nestled in the Ozarks and home to both the University of Arkansas and a thriving downtown, Fayetteville provides a high quality of life to its citizens.An extended network of off-road bicycle trails and a compact,walkable downtown give people several travel options.However, Fayetteville's transportation network still gives overriding precedence to the automobile. Recognizing this—and the underlying demographic changes that are seeing the resurgence of American cities as places to live,work and play—Nelson\Nygaard is working with the City to create a Mobility Plan that ties together projects,programs,and plans,such as the Active Transportation Plan,the City's Master Plan,and a Parking Management Plan. Nelson Nygaard is working with the City to embrace change.Through a series of mobile workshops,both the consultant team and City staff are meeting people where they are and helping planners to understand the mobility challenges that residents,workers,businesses,and NelsonlNygaartl Consulting Associates,Inc.13 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach visitors to Fayetteville face each day.Through a comprehensive data assessment,including collecting intensive parking inventory and occupancy information,the plan will highlight key areas of needs in Fayetteville streets and establish performance and measurement tools that the City can use into the future. Following the input received at the prioritization sessions at mobile workshops and stakeholder meetings,the team will assemble the results into a final plan.The plan will include street standards,street typologies,possible capital projects,City policy recommendations,and City policy positions regarding partner agency projects.This includes recommendations on travel demand management,parking policy,traffic and bicycle system enforcement,and community education—as well as practical steps toward implementation.The public outreach process has already raised awareness of the City's work and provided important insights for City staff,who are experimenting with pilots such as bicycle corrals and free remote parking. CONNECT COLUMBUS MIJLTIMODAL THOROUGHFARE PLAN 2014-2017 Client: Reynaldo Stargell,Department of Public Service,614-645-3978, rastargell@columbus.gov Contact: City of Columbus,109 N Front Street,#3,Columbus,OH 43215 Volume of Contract: $677,000 Prime Proposers Role:Lead Consultant Columbus is among one of the nation's largest and fastest growing cities.Over the last five years, the City has grown by more than 10,000 people per year,and this growth is expected to continue, increasing demand for housing and adding stress to the current transportation system.To prepare for this growth and economic activity,Nelson\Nygaard led a team to develop a vision for the future of transportation in Columbus along with the policy and planning tools to get there. The Connect Columbus Multimodal Thoroughfare Plan is a Transportation Master Plan for the City.Building upon previously adopted transportation and land use plans,the Nelson\Nygaard team evaluated the current transportation system,identified trends,and established strategies for the City and its partners to undertake in order to achieve the goals developed for the plan. This process was grounded in participatory community events and workshops meant to catch attention,raise awareness,and meet the community where they are.The public engagement included a series of week-long,public charrette workshops,as well as mobile pop ups in the "Connect Columbus Plan Van,"carrying maps,project information,workshop activities,and other materials to reach broader and non-traditional public meeting audiences. The City envisions a future where walking,bicycling,and using transit is easy and convenient and Columbus residents have a variety of mobility options.Connect Columbus creates a framework for future transportation decisions and investments by updating City operating procedures and street design manuals,identifying transportation impact standards that support the city's development goals,and developing a new multimodal thoroughfare plan. Nelson\Nygaard Consulting Associates,Inc.I4 General Transportation Planning and Traffic Engineering Consultant Services RFQ City of Miami Beach MOVEPGH TRANSPORTATION MASTER PLAN 2011-2013 Contact: Patrick D.Roberts,Principal Transportation Planner 412-255-2224,patrick.roberts@pittsburghpa.gov Client: Department of City Planning zoo Ross Street,4th Floor Pittsburgh,PA 15219 Volume of Contract:S90,000 Prime Proposers Role:Transit Master Plan In 2010,the City of Pittsburgh launched MOVEPGH,a comprehensive plan to build a network for all modes of transportation,preserve open space and the city's historic places,and develop policies for more sustainable living.As a part of a larger team,Nelson\Nygaard staff worked with the City of Pittsburgh to develop a comprehensive,multimodal transportation plan. MOVEPGH has emphasized the need for using existing transportation infrastructure to serve a broader balance of travel modes and to meet the needs of a growing population.The Master Plan identifies transportation capital investment opportunities and strategic policy approaches to balance how Pittsburgh spends its transportation money.These include street connectivity projects where land use patterns identify a need,but they focus on investment in fixed-guideway transit between downtown and residential areas,bicycle and pedestrian infrastructure,and walkable neighborhoods. The plan follows the principle that investment in the core is just as important as investment on the emerging urban edge,even if those two take different forms and result in a wide balance of transportation projects across the city. As Pittsburgh works toward a smaller environmental footprint and begins to envision how it will evolve,MOVEPGH will equip it with a comprehensive set of projects and policies to follow. SAN MATEO SUSTAINABLE STREET PLAN 2012-2015 Client: City of San Mateo,CA,33o West 20th Ave,San Mateo,CA 94403 Contact: Kenneth Chin,Project Manager,415-722-2207,sanmateoken@hotmail.com Volume of Contract: $230,000 Prime Proposers Role: Lead Consultant San Mateo is a diverse community with a population of roughly 100,000.Its proximate location to San Francisco and Silicon Valley,mild climate,diverse amenities,and transportation connections have made San Mateo a highly desirable place to live and work. Building upon these strengths,the Nelson\Nygaard Team and the City developed a Sustainable Streets Plan that integrates Complete Streets and Green Streets to further improve quality of life for all. The Plan presents an opportunity for the City to formalize a framework that will guide the transformation of its streets into a first-class multimodal network that incorporates green streets features to reduce pollutant levels in and the amount of stormwater runoff moving through the urban watershed while improving the quality of the public realm and providing economic benefits not achieved by grey infrastructure alone.The Plan will also guide the City's ongoing efforts related to redesign and repairs of all streets. The Plan includes an innovative street design manual based on multimodal street classification and green streets integration. Performance metrics that support the goals of sustainable streets were also developed,along with a citywide transportation demand management plan.For more information,please visit www.sustainablestreetssanmateo.com,where you can download the plan and the design guidelines. Nelson\Nygaard Consulting Associates.Inc.15 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach DALLAS TRINITY RIVER PARKWAY 2014-ONGOING Client: BC Workshop,416 Ervay,Dallas TX 95201 Contact: Brent Brown,Founding Director,brent@bcworkshop.org Volume of Contract: $90,000 Prime Proposers Role: Lead Consultant Dallas'Trinity River Park has long been the subject of a combination of development,access,and sustainability goals.For many years,the citizens of Dallas have sought movement on plans to balance the needs of flood management,access to jobs in opposite nodes of Dallas,revitalization of development sites,and both active and passive recreation throughout the river corridor.The Balanced Vision Plan for the Trinity River Corridor adopted by Council in 2003 set the stage for each of these.After working to design,fund,and engineer the roadway concept and flood protection,the roadway evolved into a limited access roadway with connections to the Downtown streets.In early 2014,however,a citizen-based initiative sparked a fresh look at roadway design with express intent of achieving a vehicular connection with the lowest impacts and greatest benefits possible.Nelson\Nygaard was part of a team of distinguished experts invited to review the project and deliver a refined concept that met the current and future needs for local and regional mobility,flood management,and urban development. Nelson\Nygaard focused on multimodal access and mobility,working to review vehicular demand projections and roadway design elements in order to address accessibility to the park and to outlying job centers within the context of a downtown park,tollway,and floodplain.The result of this effort is encapsulated in the Trinity Parkway Design Charrette Report presented to and adopted by elected officials in February 2015.The report outlines a renewed vision for the Parkway that has been well-received by elected officials,stakeholders,and the general public:a phased approach to roadway buildout beginning with a gracious 4-lane parkway in the near-term, providing direct access to the park,adjacent neighborhoods,and job centers;with potential conversion to the approved 6-to 8-lane highway as demand grows. The Parkway Design has since become the basis for additional City-led efforts to bring the parkway to fruition within the regional and Federal regulatory framework.Nelson\Nygaard now participates in a newly expanded team of City and consultant staff in engineering,urban development,and design working to many the Trinity River Park and Trinity Parkway designs to deliver on the vision of a sustainable,accessible,revitalized spine for the people of Dallas to use and enjoy. Nelson\Nygaard Consulting Associates,Inc.I6 General Transportation Planning and Traffic Engineering Consultant Services 1 RFQ City of Miami Beach SEATTLE TRANSIT MASTER PLAN 2010-2012 Client: Seattle Department of Transportation,PO Box 34996,Seattle,WA 98124-4996 Contact: Bill Bryant,Transit Systems Manager,206-684-5474 Bill.Brarant@seattle.gov Volume of Contract: $300,000 Prime Proposers Role: Lead Consultant Seattle has ambitious growth plans,expecting 204000 new residents and 200,000 new jobs by 2030.Despite traffic congestion throughout the city,there are no plans or opportunities to add significant motor vehicle capacity,so the bulk of the city's growth must be accommodated by making more efficient use of the city's existing street network and by investing in rapid transit. Knowing its future economy and quality of life are at stake,the City of Seattle hired Nelson\Nygaard to help it establish a stronger partnership with its two regional transit providers, King County Metro and Sound Transit,and to create a powerful business case for transit investment. To help Seattleites understand the scale of its future mobility needs,Nelson\Nygaard led an intensive,data-driven stakeholder process that started with a detailed market analysis and the establishment of outcome-focused goals and measures of success.We then examined a broad array of corridors and used a"Multiple Account Evaluation"approach to prioritize those that offered the greatest opportunity.Only then did we look at what type of transit technologies made the most sense in each corridor. The Final Report also identifies land use and programmatic changes necessary to make transit successful,including coordinated bicycle and pedestrian improvements to optimize benefits in key corridors.The plan prioritizes four high capacity corridors,each of which has already been funded for the next level of project development.Of equal importance,detailed speed and reliability capital programs are developed for 15 priority bus corridors,which when implemented will save Seattle transit riders hundreds of hours of travel time each day. This data-driven,outcome-focused,stakeholder-led approach has resulted in an unprecedented level of consensus on Seattle's mobility future,allowing the mayor to allocate$5 million towards its implementation in 2013-14,promptly attracting$900,000 in federal support,and setting the stage for a S2 million in Sound Transit partnership funding.The City is now moving forward on alternatives analyses in preparation for construction. Briefing Book:seattle.gov/transportation/tmp_bbook.htm Plan Summary Report:seattle.gov/transportation/tmp_final.htm Nelson\Nygaard Consulting Associates.Inc.17 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach PROJECT MANAGER Zabe Bent, Principal j Role: Project Manager Zabe Bent has over 15 years of experience in multimodal iip4 transportation planning and urban development.She is skilled at project management,conceptual design,transit service planning, • and communications.A former Principal Planner at the San e _. Francisco County Transportation Authority,she managed a range of efforts including various bus rapid transit studies,San Francisco's congestion pricing feasibility study,as well as the update to the long-range transportation plan and neighborhood f ' transportation plans focused on delivering near-term safety, performance,and access improvements.Zabe also uses her experience at a funding agency to offer insight on positioning projects to advance toward successful implementation. Project Manager Experience SAN FRANCISCO TRANSPORTATION PLAN 2040 2013 Client: San Francisco County Transportation Authority,San Francisco,CA Contact: Liz Brisson,Senior Transportation Planner,415-522-4838,liz.brisson@sfcta.org Volume: $600,000 Role:Principal Transportation Planner,Project Manager Several Nelson\Nygaard staff were involved in San Francisco's update to the Countywide Transportation Plan,while working as staff at the San Francisco County Transportation Authority.As Principal Transportation Planner and Project Manager,Zabe Bent led development of the San Francisco Transportation Plan 2040.This effort focused on evaluation of projects and investment packages in a robust multimodal network and state of good repair needs in the face of San Francisco's aggressive goals for a healthy environment,substantial economic growth,and more livable communities.The multimodal evaluation framework incorporated input from planning,engineering,and programming staff as well as community,agency,and stakeholder feedback to become the backbone of a prioritization matrix for well over zoo projects and programs throughout San Francisco.Using a combination of innovative outreach media,like Budget Czar for a day,detailed technical analysis of current and future demand analysis,and interdisciplinary qualitative evaluation,the team was able to develop a vision for San Francisco's future that responded to both fiscal constraints and aspirational goals. Part of this effort was determining the appropriate analysis tools for each problem,goal,or concern.Zabe worked collaboratively with internal staff as well as the consultant team to determine where travel demand model results might be supplemented with microsimulation tools,post processing or qualitative analysis as necessary.Coupled with a broad range of traditional and innovative outreach methods,the evaluation served to depict the synergies between and across projects derived from community and staff input,as well as various plans and studies over the years since the previous plan. The result is a long-range countywide plan that allows residents,stakeholders,and decision makers to understand how their citywide or neighborhood priorities fit into the broader local and regional plan and,more importantly,to advocate for what it takes to deliver a transportation network that supports the vision for San Francisco and the surrounding region's future. Nelson1Nygaard Consulting Associates,Inc.18 General Transportation Planning and Traffic Engineering Consultant Services I RFG City of Miami Beach ALAMEDA COUNTYWIDE TRANSPORTATION PLAN AND TRANSPORTATION EXPENDITURE PLAN 2010-2012 Client: Alameda County Transportation Commission,Oakland,CA Contact: Beth Walukas,Manager of Planning,510-208-7405,bwalukas@alamedactc.org Volume: $516,000 Prime's Role: Develop Transportation Plan Nelson\Nygaard led the development of the Alameda Countywide Transportation Plan(CWTP) along with a proposal for a sales tax renewal for their local transportation sales tax.These plans were designed to meet both local and regional goals for reducing vehicle miles traveled,reducing greenhouse gas emissions,and maintaining a robust and healthy economy.For the first time,the CWTP included alternative land use scenarios which will work in concert with the transportation investments to maximize mobility while reducing environmental impacts as required by State legislation. The Countywide Transportation Plan informs the Regional Transportation Plan,which is being developed by the Metropolitan Transportation Commission,as well as informing the development of the sales tax expenditure plan.The consultant team,led by Nelson\Nygaard,utilized creative outreach techniques to reach a broad population in all parts of the County and worked with advisory committees representing members of the community,technical staff,and policy makers. The Countywide Plan includes analysis of existing conditions and best practices to guide strategic investments,project evaluation,and investment strategies.These steps,combined with financial analysis,projections,and coordination with the regional agency,informed development of the CWTP,sales tax parameters,and transportation expenditure plan. Nelson\Nygaard managed this complex and politically charged project in an environment of substantial change in transportation policy at federal,state,and regional levels as well as at a time of great economic uncertainty. FAYETTEVILLE TRANSPORTATION MASTER PLAN 2014-ONGOING Client: Fayetteville Planning Commission,Fayetteville,AR Contact: Chris Brown,P.E.,City Engineer,479-575-8207,cbrown@fayetteville-ar.gov Volume: $400,000 Prime's Role: Develop Transportation Plan For years,Fayetteville's transportation network has been designed primarily to optimize vehicular throughput.As a consequence of this,40%of all pedestrian fatalities in Arkansas in 2013 occurred on arterial streets—an alarming proportion given the lack of pedestrian infrastructure on arterial roadways.With Fayetteville's population expected to rise by 40%over the next 20 years,the City hired Nelson\Nygaard to evaluate its infrastructure,policies,and programs to look toward the future. The plan establishes a community vision for Fayetteville and goals and objectives for transportation.It includes a streets plan with a list of prioritized improvements,including a green streets network,transit-related improvements,enhanced streetscape design guidelines,and citywide policies to improve transportation.The firm is also developing tools for the City to evaluate future needs and projects as they arise.In addition,the effort includes an extensive public outreach process that involves three mobile workshops,a project website,and online activities. Nelson\Nygaard's work will help lay the groundwork for a safer,more complete transportation network for Fayetteville—one that will be responsive to the City's growth over the next 20 years. Nelson\Nygaard Consulting Associates,Inc. 9 General Transportation Planning and Traffic Engineering Consultant Services I RFG City of Miami Beach Tab 2 Experience & Qualifications Nelson\Nygaard Consulting Associates,Inc. General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Tab 2 Experience and Qualifications QUALIFICATIONS OF PROPOSING FIRM A Different Kind of Transportation Firm Nelson\Nygaard Consulting Associates,Inc.is an internationally recognized firm committed to developing transportation systems that promote vibrant,sustainable,and accessible communities.Founded by two women in 1987,Nelson\Nygaard has grown from its roots in transit planning to full-service transportation firm with over 130 people in offices across the United States. In keeping with the values set by our founders,Nelson\Nygaard puts people first.We recognize that transportation is not an end by itself but a platform for achieving broader community goals of mobility,equity,economic development,and healthy living.Our hands-on,national experience informs but doesn't dictate local solutions.Built on consensus and a multimodal approach,our plans are renowned as practical and implementable. Nelson\Nygaard specializes in: [(11g TRANSIT �Z—o STREETS AND CITIES Feasibility and fare studies. , 1 Complete streets,downtown and regional No o corridor studies.new services and —° mobility,transit-oriented development. facilities.redesign services for bus i transportation demand management, rapid transit,streetcar,rail,bus, healthy communities and terry ACTIVE TRANSPORTATION MOBILITY MANAGEMENT AND SAFETY 0 One-calVone-click systems.subsidy/ • Facilities and network desi n,bike " \\ voucher programs.travel training services. a� sharing,safe routes to school and n + accessibility infrastructure databases transit,calmed streets.walk audits 1® 0 9 PARKING AND EMERGING MOBILITY �.� DEMAND MANAGEMENT Public-private partnerships for transit Regulations.pricing strategies. I and paratransit.first-mile/last-mile shared parking,governance, access.ride-hailing and taxi regulations. 0 technology.travel demand shared mobility.curbside management management r ENGINEERING DESIGN q PARATRANSIT AND -'I® AND DEVELOPMENT , COMMUNITY TRANSPORTATION ‘17f,77\'77— Street design,site planning,modal f Human services coordination. performance,traffic impact analysis. paratransit and rural transportation plans. environmental evaluation,land use, mobility manager training, vehicle miles traveled estimation accessibility evaluations ��• CAMPUS MOBILITY VISUAL COMMUNICATIONS ��� It) Commute and trip reduction,employee IN o AND GIS and student incentives.marketing �\ Spatial analysis,cartography,graphic design. campaigns,financial analyses for ` s rendering.3-d modeling,drafting.illustration. hospitsrties,tech companies,and branding.website design hospitals Nelson\ygaard Consulting Associates,Inc.1 10 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Streets and Cities Nelson\Nygaard is an industry leader in holistic planning for all modes of transportation.We design communities that balance the needs of pedestrians,bicyclists,transit riders,and drivers. Our experience includes designing and planning for complete streets,multimodal downtowns and regions,and transit station areas.To help communities make informed decisions,we develop complete transportation networks,coordinate transportation and land use,manage travel demand,and identify the true costs of travel options. Our approach is to apply our national experience to create local solutions.By giving people transportation choices,communities achieve their larger goals for economic vitality,healthy living,and improved quality of life. Multimodal Design Multimodal transportation planning and traffic engineering requires more than technical expertise.It requires planners and engineers to apply their expertise collaboratively,as part t !!!_! moi_ ti,•. e�1.. of a larger team that typically includes architects,economists, � - land use planners,urban designers,and other experts. Transportation Planning & Traffic Engineering for the .4/ ,; s. Needs of All Modes �t , Nelson\Nygaard designs transportation systems with an tee,, ,' emphasis on context sensitivity.Our goal is the creation of complete streets and balanced transportation networks that „. ► � . 4._t �•' maximize mobility for all users and support broader �;' ' "• `-' ~ 04 community goals.We have designed streets,paths,and - ; �: ` .4 ,. .�� 1' oir transportation corridors in big cities,small towns,and ,. -�-- overseas emirates. 8.. . Our multimodal approach to transportation planning and -' 'Y /iiv traffic engineering sets us apart from our peers.This is a resultv of our history.While most transportation firms began with an '•f r•` emphasis on motor vehicle circulation,and only recently ;' ^ � r - 40MPrat began to offer multi-modal services such as bicycle,pedestrian and transit planning,we are rooted in our history as a firm that emphasizes alternative transportation solutions.It is the core of what we do. Our multimodal transportation design specialties include: • Bicycle Planning • Street Design • Campus Transportation Planning • Town Planning • Parking Design • Transit Centers • Pedestrian Planning • Transit Oriented Development • Rail&Transit Corridors Nelson\Nygaard Consulting Associates,Inc.111 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Active Transportation and Safety Nelson\Nygaard specializes in integrating safe walking and cycling within transportation systems.We develop policy,planning,and design requirements,quantify • pedestrian and bicycle levels of service,and help communities accommodate all users.We are leaders in "1- n- • complete streets as well as designing distinct pedestrian and bicycle amenities for a wide variety of streets.We ►" have successfully mediated projects where improvements stalled over competing interests,antiquated regulations, "= or inaccurate technical information. '^ —' � t Our creative and experimental approach stands out.We =� demystify the complex matrix of changes to existing v— infrastructure,policies,and design guidelines needed for a functional pedestrian,bicyclist or multimodal network. We identify walking and biking investments that improve public safety to serve larger goals of economic development,social equity,and public health.Whether the task is a citywide plan,a multimodal neighborhood plan,or a specific intersection design,Nelson\Nygaard maximizes the attractiveness and safety of cycling and walking.We develop design requirements,quantify bicycle and pedestrian levels of service and,most importantly,balance the inevitable tradeoffs between non-motorized transportation,automobiles,and other modes. Master Plans Working with cities,neighborhoods,and public parks,we identify bike and pedestrian investments that improve public safety and serve larger goals of economic development,social equity,and natural resource preservation. Traffic Calming and Street Design Street redesign demands a blend of technical rigor and political sensitivity.Nelson\Nygaard has successfully mediated projects where improvements stalled over competing interests,antiquated regulations,and inaccurate technical information.Using education,consensus building,and phased approaches to implementation,we have moved plans from dissension to adoption and execution. Pedestrian and Bicycle Plans We help municipalities understand the complex matrix of changes to existing infrastructure, policies,and design guidelines needed for a functional pedestrian and bike network.We document weak linkages in existing pedestrian networks,prioritize locations for new infrastructure and amenities,and rewrite municipal codes and standards. Education and Outreach Programs Nelson\Nygaard has led a broad range of safety education programs including the award-winning Safe Routes to Schools in Marin County and New York City.We also conduct intensive workshops that teach city leaders about the core principles of effective pedestrian and bike planning. NelsonlNygaard Consulting Associates,Inc.112 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Transit Planning Transit plays a critical role in maintaining • ,. ' '�� n , , `.•� mobility and enhancing livable �. �, ...'• communities.Nelson\Nygaard has vastV" ,. experience crafting short-and long-range f plans for diverse transit systems.Our '• _dot_ j _ , process responds to the unique needs of 'EL.K GROVE '` %h'-+,er,`' each community;from established high s• 'r / ` +r density urban areas to lower-density • ' ! ,... �~ s. tiii:. suburban neighborhoods.Projects typically K i'iiI , �I % `e include: — -- i �=�' �-• f Data Collection ( ��ti ,,�`,-� fig. lir A precise snapshot of current transit activity - it: is the foundation for all planning.We begin :-{ II 2005 3 the planning process with ridechecks, J f I '��" - surveys,and on-time performance �-,--. evaluations. . i —HsiService Planning and Network Design ..1••• ���c f Our commitment to public outreach sets us j F<- apart.Nelson\Nygaard combines a thorough r understanding of data collection and _ nn analysis with the unique ability to uncover ! = Y °<15110 �J�' what makes a community tick.Working withiii ID [ l+ stakeholders,politicians,and citizen- WHAT Gf planners,we use our Smithville Planning �' I Game`'to collectively create a conceptual ----,:t• ` ' ' ' network that reflects local values and needs. f, -t' i Connectivity and Transfers j 1 l Nelson\Nygaard designs systems that make ` E' transferring as seamless as possible for ... ^�, passengers,balancing the need for a one- i seat ride with the efficiency of timed transfers. Operations Planning Nelson\Nygaard creates plans fully expecting that they will be put into service.We develop practical implementation strategies that meet the needs of operational and scheduling staff. Financial and Capital Planning No plan is complete without funding and costing components;all Nelson\Nygaard plans include projections for revenue,capital requirements and a complete 5-to 20-year financial and capital plan. Nelson\Nygaard Consulting Associates,Inc.113 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Traffic Engineering Services Nelson\Nygaard provides a full range of awy r„,. a.a;tn transportation planning and traffic T�:<IMOnot,e-, engineering services.We design N.Beacb/Chinatown 500' °0°° t � . 10.00,-25000 transportation systems,evaluate marina/ �ihb ♦ P. 2s.ao,.so� Bay operations,prepare travel demand forecasts,and develop trip reduction l strategies to support our clients'efforts l __ to build better communities and Downtown A maximize mobility. East Our staff has expertise in traffic \ _ ~."`Bay 1' operations analyses using SYNCHRO civic Center/ �L—, ii,,,, san�a and TRAFFIX software to evaluate /"cos,ms/ . OF fil i ,,,signal operations,determine vehicle and ,� �j person delay,and assess level of service v= /• (based on both HCM and multimodal 4 LOS thresholds).This includes Richmond P place/operational studies conducted for �1 Mission _ rem Waterfront citywide plans,large-scale development ti __.__ .-� r' efforts,and impact studies,as well as /r operational studies conducted for the I - purpose of testing and refining potential ,__, street and corridor design concepts. Twin Peaks/Portola& Outer ris Mission, A Bernal travel demand forecasts employ up- Nae/Glen/Beal sash,Bayis to-date research and methodologies to accurately predict future traffic volumes,using tools such as URBEMIS and Direct Ridership Transit Forecasts to develop forecasts that accurately reflect the location,design and mix of land uses. Our traffic operations and travel demand forecasting services include: • GIS&Spatial Analysis • Parking Demand • Traffic Impact Studies • Trip Generation Forecasts • Transit Direct Ridership Forecasts Nelson\Nygaard Consulting Associates,Inc.1 14 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Street Planning and Design Whether the task is a citywide roadway ncdnAvenue at Sherman Street - / 't. network,a neighborhood traffic calming i. �l plan,or a specific intersection design, -, '# - � -,- Nelson\Nygaard's multimodal approach - , '_ _ . `; Y sets us apart from our peers.We design _ �'`-''imanamaii y r • = a. complete streets and integrated network r 13 ` •......- .— -4,,,-1._�"' �plans that accommodate all users.We ; ' ` ___ -'77-7---, �••• •t i"h`b treat issues like the number of travel 1 r , `� "•. - lanes and level of service as political,not ,i ' ' i simply technical.We produce drawings rr s' , , ,` '" ' and graphics that allow stakeholders to ! I ' r ,, —. "`� `� visualize possibilities,with the ultimate ' -'�� + . . '� ' " goal of enhancing their quality of life. _ ,�ktr. -`tea 11/4/....::410 1 __ Network Planning Typical street network planning begins and ends with drivers.Nelson\Nygaard emphasizes a holistic approach coordinated with land use and urban design.We begin with walking routes—be it on street,in parks or between buildings.We overlay transit lines and routes,followed by a bicycle network.Finally we introduce motorized traffic.We provide traffic operations expertise that utilizes conventional,as well as cutting-edge methodologies and software. Street Design Nelson\Nygaard designs streets,walkways,boulevards,paths,shared streets,parking areas, bicycle facilities,and sidewalks.Our designs balance the needs of all users and we mediate where improvements stall over competing interests,antiquated regulations,and inaccurate technical information. Guidelines & Workshops Nelson\Nygaard produces design guidelines for great streets and networks.We document progressive examples from around the world and apply them to specific projects.We have developed interactive training programs and workshops that involve the public dynamically and interactively,and get practitioners out from behind their desks and onto the streets. Nelson\Nygaard Consulting Associates,Inc.115 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Transit Oriented Development Transit Oriented Development(TOD)brings together ' ;�, the core of Nelson\Nygaard's technical and consensus ,i=. building skills to design walkable,livable communities. We team with urban designers,economists and / E * ,., , developers to create great places that balance thejai I competing demands of transit operations,parking,and ., ii i4 new development. .,' i_.,:1- -V :wl:__.. g' Station Area Planning . Nelson\Nygaard's circulation,trip generation,and ti,Ilk\ <' parking analyses are tailored to the unique HOPI ,. &J- \ characteristics of a station area,ensuring that development is truly transit-oriented,not just transit- adjacent.We can model the ridership and revenue tradeoffs between commuter parking and new development.Nelson\Nygaard also can build a ! e ,' I community consensus around a plan,quantifying and r a , s.. 1 explaining the benefits of TOD for local residents and _"�`- 1 ml I Ell II 1 5..-• ' + + f it •incorporating their feedback. i'.-; -4`-`'` ={ {+ + Policy Guidance % I® ,=I Nelson\Nygaard has developed and evaluated policies _' ' • '',., ,11111=2 8 -'--=__' 11 to promote TOD across a city,county,or entire region. \ '. — ' i Wehave also incorporated our experience nationwide 1 ?.� " to develop best practice guidance to help cities,transit Moms��, e agencies,and community members implement their ¢^.� ; czai own TOD proposals. t Access Planning ,�....,;,•-�;r Our technical staff bring in-depth experience with ' transit center design and feeder transit,parking, ,! =', bicycle,and pedestrian planning.We know how to deal with all modes—not just in isolation,but how to prioritize specific improvements for funding and prime curb space outside the station. NelsonlNygaard Consulting Associates,Inc.1 16 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Subconsultants PERKINS + WILL Urban Design Perkins+Will is dedicated to building environments that are great for people.As an international leader in urban design,their multi-disciplinary team of experts weaves together landscape, transportation systems,infrastructure,and architecture to create the frameworks for vibrant, sustainable urban life.Their designs support the well-being of inhabitants,the strengthening of community,and the increasing of civic engagement.Their urban design solutions generate long- term economic,social and environmental value for both private and public clients and communities. Reuse+Transformation The reuse and transformation of existing neighborhoods,campuses,waterfronts,industrial sites, and buildings are an essential part of their practice and commitment to reducing their environmental impact.Adapting and repurposing existing spaces adds richness and nuance to the places in which they live,work,learn,and heal.Today,Perkins+Will is reinventing some of the world's most iconic buildings and sites.Their approach leverages contemporary design thinking to define new buildings and redefine existing ones,repurpose abandoned infrastructure, remediate brownfield sites,and create vibrant open space. . Landscape Architecture • Perkins+Will's discipline is ingrained across a broad range of project types and scales,from intimate healing gardens to large-scale campuses.They believe the character and texture of the landscape profoundly influences both built structures and quality of life,forming the foundation for livable communities,iconic sites,and sustainable infrastructure.As an interdisciplinary practice enriched by the firm's broad expertise in Urban Design,Architecture and Planning,they bring a holistic approach that seeks to transform space into a place. 1-% . Analyze. Advise. Act. HR&A Advisors,Inc.(HR&A)is an industry-leading real estate,economic development and public policy consulting firm.The firm has provided strategic advisory services for some of the most complex mixed-use,neighborhood,downtown,campus,and regional development projects across North America and abroad for over thirty years.HR&A understands the importance of linking accretive private investment with public resources to support investors and communities' responsibilities and aspirations. HR&A has offices in New York,Los Angeles,Dallas,Raleigh,and Washington DC,a presence that allows them to serve clients all over the world.From Southern California to Brooklyn,and London to Hong Kong,they have guided hundreds of clients in transforming real estate and economic development concepts,and public infrastructure,first into actionable plans then into job-producing,community-strengthening assets.HR&A has served a range of clients—real estate owners and investors,hospitals and universities,cultural institutions,community development organizations and governments—since 1976. Nelson\Nygaard Consulting Associates, Inc. 1 17 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach RELEVANT PROJECT EXPERIENCE Nelson\Nygaard Relevant Experience Go Bosr0N 2030 2014-2017 Client: Boston Transportation Department,One City Hall Plaza,Room 721,Boston,MA 02201 Contact: Vineet Gupta,615-635-2756,vineet.gupta@cityofboston.gov The City of Boston faces a number of challenges:How can it marry new How Easy Is It to Walk? technologies with old infrastructure to 3ru^Is the Ova mostwe knle dry 1-Msrca,at``nota than 1 a7 maintain the mobility demanded by all? ...- Ria I,nnn n o nes ern*red ..v,„m How can the City build a bold future, team"' a b'sssi k le when climate change may knock it all IllibriPmemOM -_,` down?How can a city known for working ,., class neighborhoods and Ivy League .e.... -..'' ^I , — alumni continue to provide a place,and `� ""'�' 1120,--....• _ ter..._. opportunities,for all?What role can —__� i tbm transportation play in the future? � M^ __ �,.�"�s __ 04 ted» .,,.,d,.,='� ..», These are among the many questions at i`'°" ' tete' . the heart of the GoBoston 2030 "V ......... `='_ • _. initiative.GoBoston is a grassroots up, ........e..., sky-high down planning initiative.The 'F_ ,, .-- • plan builds from ideas generated in ""` Boston's most innovative and inclusive public engagement strategy—the"question campaign," which created direct input from over 5,000 unique members of the Boston region.Supported by an unrivaled database of trips across all modes—including shared cars and shared bikes—cross- tabulated with detailed demographic sets from the Dukakis Institute.Nelson\Nygaard not only documented Boston's mobility in cutting-edge ways,we inserted community-based values directly into the mobility networks of the future.In this manner,Nelson\Nygaard can model how the technological"disruptors"that will change how transportation is planned,accessed and delivered will affect the region in the near term(five years)and in the next generation(15 years). Nelson\Nygaard served as the lead planners for Go Boston 2030,working through close collaboration with concurrent processes that crafted public engagement and digested amazing quantities of"big data"to inform both current patterns and future conditions.The final Action Plan includes nearly sixty progressive projects and policies inspired by the community that target Boston's greatest safety,access,and reliability needs.Built upon the principles of equity, economic opportunity,and climate responsiveness,strategies are targeted and responsive to community needs—abandoning many legacy solutions devised by planners for real solutions that meet residents'needs the best. . Nelson\Nygaard Consulting Associates,Inc. 118 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach FAYETTEVILLE MOBILITY PLAN 2015-ONGOING Client: Fayetteville Planning Commission,125 W Mountain Street,Fayetteville,AR 72701 Contact: Chris Brown,P.E.,City Engineer,479-575-8207,cbrown@fayetteville-ar.gov Nestled in the Ozarks and home to 4 Vit. both the University of Arkansas and a rr+ thriving downtown,Fayetteville - yETTEVILLE. provides a high quality of life to its MOBILITY citizens.An extended network of off- road bicycle trails and a compact, walkable downtown give people several travel options.However, /+', * Fayetteville's transportation network a j .<=; still gives overriding precedence to ° r 'i the automobile.Recognizing this— �" r and the underlying demographic ' ' changes that are seeing the r-t • 'L��)1 •• jip.;:* resurgence of American cities as f s -_�'� ;j places to live,work and play— 4�'„`- g _ '1 Nelson\Nygaard is working with the City to create a Mobility Plan that ties together projects,programs,and plans,such as the Active Transportation Plan,the City's Master Plan,and a Parking Management Plan. Nelson Nygaard is working with the City to embrace change.Through a series of mobile • workshops,both the consultant team and City staff are meeting people where they are and helping planners to understand the mobility challenges that residents,workers,businesses,and visitors to Fayetteville face each day.Through a comprehensive data assessment,including collecting intensive parking inventory and occupancy information,the plan will highlight key areas of needs in Fayetteville streets and establish performance and measurement tools that the City can use into the future. Following the input received at the prioritization sessions at mobile workshops and stakeholder meetings,the team will assemble the results into a final plan.The plan will include street standards,street typologies,possible capital projects,City policy recommendations,and City policy positions regarding partner agency projects.This includes recommendations on travel demand management,parking policy,traffic and bicycle system enforcement,and community education—as well as practical steps.toward implementation.The public outreach process has already raised awareness of the City's work and provided important insights for City staff,who are experimenting with pilots such as bicycle corrals and free remote parking. Nelson\Nygaard Consulting Associates, Inc. 1 19 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach CONNECT COLUMBUS MULTIMODAL THOROUGHFARE PLAN 2014-2017 Client: Reynaldo Stargell,Department of Public Service,614-645-3978, rastargell@columbus.gov Contact: City of Columbus,109 N Front Street,#3,Columbus,OH 43215 • Columbus is among one of the nation's largest and fastest growing cities.Over the last five years, the City has grown by more than 1o,o0o people per year,and this growth is expected to continue, increasing demand for housing and adding stress to the current transportation system.To prepare for this growth and economic activity,Nelson\Nygaard led a team to develop a vision for the future of transportation in Columbus along with the policy and planning tools to get there. The Connect Columbus Multimodal Thoroughfare Plan is a Transportation Master Plan for the City.Building upon previously adopted transportation and land use plans,the Nelson\Nygaard team evaluated the current transportation system,identified trends,and established strategies for the City and its partners to undertake in order to achieve the goals developed for the plan. • This process was grounded in participatory community events and workshops meant to catch attention,raise awareness,and meet the community where they are.The public engagement included a series of week-long,public charrette workshops,as well as mobile pop ups in the "Connect Columbus Plan Van,"carrying maps,project information,workshop activities,and other materials to reach broader and non-traditional public meeting audiences. The City envisions a future where walking,bicycling,and using transit is easy and convenient and Columbus residents have a variety of mobility options.Connect Columbus creates a framework for future transportation decisions and investments by updating City operating procedures and street design manuals,identifying transportation impact standards that support the city's development goals,and developing a new,multimodal thoroughfare plan. CONNECT COLUMB PUBLIC INPUT SUMMARY E •os■ WEEK 1 WORKSHOP WEEK 2 WORKSHOP ! ONLINE FEEDBACK SUMMARY VISIONS+GOALS COMMENTS 4}}4}4!44}444444}444 }4}444}}}} TOTAL COMMENTS 43 444444}444 DURING 4}44}444}}444444444? }444444444 WORKSHOP g 5 44+4}44444444}4+4444 �� El G }44+444444 ATTENDEES 444444444}4}4}444444 I VIA 0 r 444f44444444444 NEIGNBORHOOD ATTENDEES 4• VITALITY maw, COMMENTS DURING WORKSHOPQ PN VAN STOPS IN0 TWOUDAYS maw,OV ER 200 PEOPLE INS LOCATIONS p u'• N �7� HEALTH•SAFETY ' - - Ill gil a vii El ki m El i 411? -eh. wm ....0 .. EQUITABLE ACCESS WEEK 3 WORKSHOP WEEK 4 WORKSHOP PLAN VAN REACXEO 4}4}}44444 •• �" 444444}444QOYEVOOPSOP..EAT 0 6 O ?}}}}44444 15 IKeS� 3 5 4}444444}4 SLACATIONs EWTAINABIUTY 444444444? ?4444}}444 44}444}444 PARTICIPANTS ATTENDEES 44444 ATTENDEES 444}44}444 e) COMMENTS FROM PLAN/ NDOIILI0..T O.EM VKLAEE I 444444444} MARKET STREETS CONNECTIONS WORKSHOP EVENTS —._....._._..................___._. [VENT EVENT EVENT COMMENTS FROM PLAN/ ECONOMIC PLAN VAN REACHW TALKED TO TALKED TALKED TO WORKSHOP EVENTS DEVELOPMENT OVER 370 PEOPLE AT 7iy TO Q EMI SP MN LOCATIONS ,..!::::•: m• = 327 — "." • 0 30CD E• • sv�" MEI L.4 4111) NM"N.... -r,.r.a FISCAL env N.J PEOPLE PEOPLE PEOPLE SUSTAINABILITY Nelson\Nygaard Consulting Associates,Inc.120 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach MOVEPGH TRANSPORTATION MASTER PLAN 2011-2013 Contact: Patrick D.Roberts,Principal Transportation Planner 412-255-2224,patrick.roberts@pittsburghpa.gov Client: Department of City Planning 200 Ross Street,4th Floor Pittsburgh,PA 15219 In 2010,the City of Pittsburgh launched MOVEPGH,a comprehensive plan to build a network for all modes of transportation,preserve open space and the city's historic places,and develop policies for more sustainable living.As a part of a larger team,Nelson\Nygaard staff worked with the City of Pittsburgh to develop a comprehensive,multimodal transportation plan. MOVEPGH has emphasized the need for using existing transportation infrastructure to serve a broader balance of travel modes and to meet the needs of a growing population.The Master Plan identifies transportation capital investment opportunities and strategic policy approaches to balance how Pittsburgh spends its transportation money.These include street connectivity projects where land use patterns identify a need,but they focus on investment in fixed-guideway transit between downtown and residential areas,bicycle and pedestrian infrastructure,and . walkable neighborhoods. The plan follows the principle that investment in the core is just as important as investment on the emerging urban edge,even if those two take different forms and result in a wide balance of transportation projects across the city. As Pittsburgh works toward a smaller environmental footprint and begins to envision how it will evolve,MOVEPGH will equip it with a comprehensive set of projects and policies to follow. NW , 741:unkftimi--- / ,o 1,--t 1,', 0 -r � - ,a v. i r_ .3.6 nmainuorisaa I fi �_i ' A 2 a.Wtr Nelson\Nygaard Consulting Associates, Inc. 121 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach SAN MATEO SUSTAINABLE STREET PLAN 2012-2015 Client: City of San Mateo,CA,33o West loth Ave,San Mateo,CA 94403 Contact: Kenneth Chin,Project Manager,415-722-2207,sanmateoken@hotmail.com San Mateo is a diverse community with a population of roughly 100,000. Its proximate location to San �►� f Francisco and Silicon Valley,mild } climate,diverse amenities,and r.. 4 i'',, t transportation connections have i made San Mateo a highly desirable place to live and work.Building upon these strengths,the Nelson\Nygaard , Team and the City developed a , ` Sustainable Streets Plan that — integrates Complete Streets and 11* Green Streets to further improve - quality of life for all. The Plan presents an opportunity for the City to formalize a framework that will guide the transformation of its streets into a first-class multimodal network that incorporates green streets features to reduce pollutant levels in and the amount of stormwater runoff moving through the urban watershed,while improving the quality of the public realm and providing economic benefits not achieved by grey infrastructure alone.The Plan will also guide the City's ongoing efforts related to redesign and repairs of all streets. The Plan includes an innovative street design manual based on multimodal street classification and green streets integration.Performance metrics that support the goals of sustainable streets were also developed,along with a citywide transportation demand management plan.For more information,please visit www.sustainablestreetssanmateo.com,where you can download the plan and the design guidelines. DALLAS TRINITY RIVER PARKWAY 2014-ONGOING Client: BC Workshop,416 Ervay,Dallas TX 75201 Contact: Brent Brown,Founding Director,brent@bcworkshop.org Dallas'Trinity River Park has long been the subject of a combination of development,access,and sustainability goals.For many years,the citizens of Dallas have sought movement on plans to balance the needs of flood management,access to jobs in opposite nodes of Dallas,revitalization of development sites,and both active and passive recreation throughout the river corridor.The Balanced Vision Plan for the Trinity River Corridor adopted by Council in 2003 set the stage for each of these.After working to design,fund,and engineer the roadway concept and flood protection,the roadway evolved into a limited access roadway with connections to the Downtown streets.In early 2014,however,a citizen-based initiative sparked a fresh look at roadway design with express intent of achieving a vehicular connection with the lowest impacts and greatest benefits possible.Nelson\Nygaard was part of a team of distinguished experts invited to review the project and deliver a refined concept that met the current and future needs for local and regional mobility,flood management,and urban development. Nelson\Nygaard Consulting Associates. Inc. 122 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach - L♦ ^ l:mil ' '.\:. , . ` 4 '_ 4\ '\ tTh Mitt brA<f � • COW C'0.3•,k CAL.Al;'0 'RMn WS R CM"CWI,AUR 1K.MCP=I*i,.WA', Nelson\Nygaard focused on multimodal access and mobility,working to review vehicular demand projections and roadway design elements in order to address accessibility to the park and to outlying job centers within the context of a downtown park,tollway,and floodplain.The result of this effort is encapsulated in the Trinity Parkway Design Charrette Report,presented to and adopted by elected officials in February 2015.The report outlines a renewed vision for the Parkway that has been well-received by elected officials,stakeholders,and the general public:a phased approach to roadway buildout beginning with a gracious 4-lane parkway in the near-term, providing direct access to the park,adjacent neighborhoods,and job centers;with potential conversion to the approved 6-to 8-lane highway as demand grows. The Parkway Design has since become the basis for additional City-led efforts to bring the parkway to fruition within the regional and Federal regulatory framework.Nelson\Nygaard now participates in a newly expanded team of City and consultant staff in engineering,urban development,and design working to many the Trinity River Park and Trinity Parkway designs to deliver on the vision of a sustainable,accessible,revitalized spine for the people of Dallas to use and enjoy. SEATTLE TRANSrf MASTER PLAN 2010-2012 Client: Seattle Department of Transportation,PO Box 34996,Seattle,WA 98124-4996 Contact: Bill Bryant,Transit Systems Manager,206-684-5470,Bi1l.Bryant@seattle.gov Seattle has ambitious growth plans,expecting 200,000 new residents and 200,000 new jobs by 2030.Despite traffic congestion throughout the city,there are no plans or opportunities to add significant motor vehicle capacity,so the bulk of the city's growth must be accommodated by making more efficient use of the city's existing street network and by investing in rapid transit. Knowing its future economy and quality of life are at stake,the City of Seattle hired Nelson\Nygaard to help it establish a stronger partnership with its two regional transit providers, King County Metro and Sound Transit,and to create a powerful business case for transit investment. To help Seattleites understand the scale of its future mobility needs,Nelson\Nygaard led an intensive,data-driven stakeholder process that started with a detailed market analysis and the establishment of outcome-focused goals and measures of success.We then examined a broad array of corridors and used a"Multiple Account Evaluation"approach to prioritize those that offered the greatest opportunity.Only then did we look at what type of transit technologies made the most sense in each corridor. NelsonlNygaard Consulting Associates,Inc.123 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach , mmHg The Final Report also identifies land use and programmatic changes necessary to • t • '' make transit successful,including coordinated bicycle and pedestrian - • i11111. 3 improvements to optimize benefits in key + TRANSIT MASTER PLAN • • FINAL SUMMARY REPORT corridors.The plan prioritizes four high capacity corridors,each of which has .j`L.I r already been funded for the next level of project development.Of equal importance, �' t detailed speed and reliability capital II •_ programs are developed for 15 priority bus k - corridors,which when implemented will save Seattle transit riders hundreds of hours of travel time each day. This data-driven,outcome-focused,stakeholder-led approach has resulted in an unprecedented level of consensus on Seattle's mobility future,allowing the mayor to allocate$5 million towards its implementation in 2013-14,promptly attracting$900,000 in federal support,and setting the stage for a$2 million in Sound Transit partnership funding.The City is now moving forward on alternatives analyses in preparation for construction. Briefing Book:seattle.gov/transportation/tmp_bbook.htm Plan Summary Report:seattle.gov/transportation/tmp_final.htm MIAMI-DADE TRANSIT SERVICE EVALUATION STUDY 2013 Client: Miami-Dade Transit Overtown Transit Village,701 NW 1st Court,Suite 140 Miami,FL 33136 Contact: Monica Cejas,Planning Manager, 786-469-529o,mcejas@miamidade.gov Miami-Dade Transit was ready for an overhaul of its bus service network.Riders complained of real and perceived long travel times,slow operating • times,and indirect routes.In addition,multiple corridors had multiple routes serving different markets,yet the overall effectiveness of some of the more specialized routes was less than desired. In short,the system had become complex and less efficient. ►i t • After evaluating the existing system,listening to fi I the community,and identifying opportunities, - Nelson\Nygaard designed several initiatives to improve service.We recommended rapid bus or frequent arterial service in major corridors and the development of a family of services designed to better match service types with individual markets.We also suggested improving branding and providing clearer information. As the project progressed,reducing costs became a priority.We suggested strengthening underlying grid services by reducing duplicative services and reducing service on underutilized routes.Nelson\Nygaard's recommendations were projected to improve service for 75%of existing riders and increase ridership by 6%while reducing operating costs by up to$10 million. NelsonlNygaard Consulting Associates,Inc.124 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Perkins + Will Relevant Projects CORAL GABLES SOUTH DIXIE HIGHWAY CORRIDOR STUDY ONGOING Client: City of Coral Gables,405 Biltmore Way,Coral Gables,FL 33134 Contact: Javier Betancourt,AICP,305-460-5311,jbetancourt@coralgables.com Perkis+Will is exploring alternative development scenarios and potential future redevelopment opportunities along the South Dixie Highway Corridor within the City's limits.As the City of Coral Gables continues to grow and evolve along with the greater Miami-Dade County region,the City finds itself in a unique position to build upon its recent successes in the development of the planning&zoning studies and overlay district approvals,to take this opportunity to get in front of announced and future redevelopment projects along the South Dixie Highway Corridor and set the course for how City of Coral Gables envisions itself along the Corridor and how it connects to the rest of the County and across the region. This Corridor could also provide the opportunity for neighborhood and regional connections to transit,as well as supplemental connections to major institutional stakeholders along the Corridor.One of the keys to advancing any proposed planning concepts developed for this Corridor is to create a succinct and easily identifiable character for the Corridor itself. • \ ((Kamm moms smcm) .yam. .i. �,.:! • 0 ,�,,....r.... . • rn ❑ m>[....r..l...,.a..a N M Nelson\Nygaard Consulting Associates, Inc. 125 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach TREO DEVELOPMENT SOMI STATION,MIAMI,FL ONGOING Client: Treo Group Contact: Otto Boudet-Murias,305-448-7092,Oboudet@treogroup.com Perkins+Will designed this mixed-use,transit oriented development project adjacent to the existing South Miami MetroRail station.The proposed development contains an office building (to support the area's needs for business incubators and small startups),student housing(one MetroRail stop away from the University of Miami)and ground floor retail facing the MetroRail station and Sunset Drive(to serve the development,transit users and the surrounding community). The student housing component is located above an existing structured parking garage that is being used to meet the parking needs of the proposed TOD uses.The ground floor of the parking structure is being converted to include new neighborhood servicing retail as well as amenities for the student housing above. The facilities will showcase its integrated transit solutions and its smart strategies for systems and future ready workplace,creating a different brand and attitude of office space in the region. The client has also committed to revitalizing the area underneath the adjacent MetroRail—in support of the proposed Underline project—and is creating food and beverage and recreational opportunities accessible to all users. Ill ' .1 1 • A I Off _ 4 ` ,, -ap . ,. St J.. ,,:.,,p:_, 3110-,r;..,,, . 1 ' - - 1,,..,_ • . , i,.. ...I.,,. fi 01 \ \ 7 Nelson\Nygaard Consulting Associates,Inc.126 General Transportation Planning and Traffic Engineering Consultant Services t RFQ City of Miami Beach LUDLAM TRAIL,MIAMI,FL 2017 Client: Flagler Development Company,LLC. Contact: Jose Gonzalez,305-520-2372 The Ludlam Trail Corridor Master Plan is a Trail and Development Master Plan for a generally 100 feet wide,+/-6 mile segment of a former Florida East Coast Railway spur-line which will ultimately be codified and an incorporated as an Amendment into the Miami-Dade County Comprehensive Development Master Plan. The purpose of the Ludlam Trail Corridor is to enhance regional mobility,provide opportunities for physical activity and improve the economic vitality of the area by facilitating the conversion of this former railway corridor into a continuous publicly-accessible primarily pedestrian and bicycle trail while ensuring that development along the Corridor occurs at appropriate locations and in a manner that is sensitive to and compatible with adjacent uses.This study has identified an opportunity for a regionally significant trail and greenway along the Corridor that will connect to the County's greenway and trail network,link the surrounding communities and provide vital neighborhood connections. • The proposed land use provisions of the Ludlam Trail Corridor will be implemented through the adoption of Land Development Regulations to be adopted Miami-Dade County and shall define the urban form of development within the Corridor including flexible design standards and appropriate transitions to adjacent uses,as well as the configuration and design parameters of the recreational trail.The continuous trail throughout the Corridor will also connect to the+/- mile Underline trail project being implemented by the Friends of the Underline in collaboration with Miami-Dade County. Development and trail standards will emphasize convenient pedestrian and bicycle access to public transportation,incorporate Crime Prevention Through Environmental Design(CPTED) principles to enhance trail safety and security,and will incorporate canal crossings conforming to the Miami-Dade County Manatee Protection Plan. i I � k WNW guinfrott. ,m'0*. � ' a , Nelson\ygaard Consulting Associates,Inc. 1 27 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach HR&A Relevant Projects 30TH STREET STATION DISTRICT MASTER PLAN,PHILADELPHIA,PA 2014-2016 Client: Amtrak Contact: Natalie Shieh,Sr.Manager,Major Stations Planning&Development,215-349-1111 natalie.shieh@amtrak.com HR&A delivered an economic strategy for the iimminumoup Philadelphia 3oth Street Station District Master Plan, an effort to create 18-million-square-feet of mixed-use space neighboring the 3oth Street train station and •eta_-: � _ extending above the existing rail yards along the .. —_ -- Schyukill River.A partnership of organizations: ... ' -Ira" Amtrak,Brandywine Realty Trust,Drexel University, .1 L j f Pennsylvania Department of Transportation,and t,__ I � SEPTA—undertook this exercise to plan a strategic development program that will catalyze over$10 billion of public and private investment,and generate 40,000 jobs over a 35-year period. The plan's economic strategy encompasses the station,adjacent rail yards,and nearby property. HR&A evaluated opportunities for development and determined the financial feasibility and economic impacts of each scenario.Additionally,HR&A structured a public-private infrastructure funding and governance strategy for implementation.To enhance station retail offerings,HR&A created a plan for approximately 50,000 square feet of additional retail space,which included the adaptive reuse of the historic station's unique upper floors. WEST BROADWAY TRANSIT STUDY,MINNEAPOLIS AND ROBBINSDALE,MN 2015 Client: Metropolitan Council Contact: Charles Carlson,Sr.Manager,BRT Projects,612-349-7639, charles.carlson@metrotransit.org On behalf of the Metropolitan Council and as part of a consulting team led by SRF Consulting Group,HR&A if ti if served as the economic development advisor for a study of transit alternatives for the West Broadway —_ • transit corridor in Minneapolis and Robbinsdale,MN. silactiik =• The study evaluated potential transit improvements ... along the West Broadway corridor across multiple 44 dimensions,including their ability to increase transit . i • r - ; ridership,improve regional connectivity,support a' employment growth,and catalyze transit-oriented development.To inform the choice of alignment and transit mode,HR&A prepared an economic development benefits analysis using a sophisticated financial model.This analysis compared the incremental benefits of alternative future development scenarios that assumed the implementation of either bus rapid transit or streetcar service along the corridor compared with a baseline development scenario that assumed no future transit improvements.Primary research of the Twin Cities'real estate market,outreach to local developers,and literature review and case studies of comparable transit investments implemented elsewhere underpinned these scenarios.HR&A's analysis found that bus rapid NelsonlNygaard Consulting Associates, Inc. 1 28 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach transit would generate$22o-$300 million in incremental real estate value over 25 years whereas a streetcar would generate$48o-$64o million.By year 25,bus rapid transit would support 1,075 incremental jobs over baseline conditions whereas streetcar is expected to support 2,600 incremental jobs. The full report is available at http://www.metrotransit.org/west-broadway-studv-library NJTRANSIT FRIENDLY PLANNING,LAND USE& DEVELOPMENT PROGRAM MANAGER 2015 Client: NJTRANSIT Contact: Jeffrey Nadell,Sr.Director,Real Estate&Economic Development,973-491-7300 jnadell@njtransit.com HR8rA was selected by NJTRANSIT as part of a multidisciplinary team to serve as Program Manager for the statewide Transit-Friendly Planning,Land Use&Development program from 2009 to 2012.HR&A has advised NJTRANSIT on best practices related to financing mechanisms and implementation of transit-oriented development.The program will leverage financing opportunities already in place by the State of NJ,local communities and the federal government, and will assist NJTRANSIT to build effective partnerships with municipalities and private developers.During the initial stage of program management,HR&A advised NJTRANSIT on policy development and identifying priority station areas based on economic,financial and real estate development criteria.The firm has also helped advance program implementation through grant applications,cost-benefit analyses,and transit-oriented development analyses for specific projects. DRIVERLESS FUTURE:A POLICY ROADMAP FOR CITY LEADERS Client: No client for this project. Contact: No contact for this project. In partnership with Arcadis and Sam Schwartz,HR8rA co-authored"Driverless Future:A Policy Roadmap for City Leaders,"a white paper that examined the disruptive nature of autonomous vehicles(AV)and identified policy solutions for city leaders.The study found that as many as 7 million drivers will shift to AV in three prototypical U.S.cities—New York,Los Angeles,and Dallas—demonstrating that AV technology can be impactful for metro areas with a range of population densities and transportation systems.The study also discussed how public policy will play a decisive role in shaping AV technology and its potential impacts on equity,public transit, parking,land use,and real estate development among other issues.To help cities prepare for this transportation revolution,the report identified six major priorities for policymakers: • Leverage technology to enhance mobility • Prioritize and modernize public transit • Implement dynamic pricing • Plan for mixed-use,car-light neighborhoods • Encourage adaptable parking • Promote equitable access to new jobs and services The full report,including policy solutions and lessons learned from cities around the world,can be downloaded at DriverlessFuture.org. Nelson\Nygaard Consulting Associates, Inc. 129 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach • Qualifications of Proposer Team We are pleased to offer a team of experts in the transportation planning field.Our team,including subconsultants,is described in the organization chart below. Resumes can be found on the following pages and task leaders'bios are included directly after resumes. Organizational Chart City of Miami Beach gamer Prdect Manager Principal-in-Charge Ralph D,Nisco.Principal Jason Schriobor.Principal NelsonVVy raard Nelson\NYaaartl Transit t arket_EcgIIamtcs. Transit Load Market Load Eric Rothman. Geoff Slater, Protect Manager President Principal HR&A Nelson\Nygaard Zabe int' Principal TOD Specialist Melt Transit Support Nelson\Pb'Daard Matt Conover, Joe M09 Kim. Senior Associate Principal Nelson\Nypaard Liza Cohen,Associate, Ezra Pincus-Roth Associate. HASA NelsonWygaard Nelson\Nygaard Core Multimodal Team Active • U_rba�$_FacUltY Transportation / Active Multi-Disciplinary Support Team Design_ Transportation Lead Urban Design Jovany Chediak, Pr prusi von Henget Prinnpal Landscape Architect. Perkins ygaard +Will ActiveFacility Design Robert Lloyd.Senior Support Ttaspportl°° Traffic TNC Integrator urban Designer t Alyson Fletcher Traffic Lead Mea Merritt. Perkins+Will Associate. Meritxell Font Principal Nelson\NYgaard Senior Associate. Nelson\Nygaard Nolson\Nygaard Nelson\Nygaard Consulting Associates,Inc.130 • • General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach NELSON\NYGAARD PROJECT MANAGER AND TASK LEADERS Below we have provided brief bios for our project manager and tasks leaders,detailing their experience and qualifications. Zabe Bent, Principal I Role: Project Manager Zabe Bent has over 15 years of experience in multimodal transportation ► planning and urban development.She is skilled at project 110 management,conceptual design,transit service planning,and communications.A former Principal Planner at the San Francisco County Transportation Authority,she managed a range of efforts • .401111 including various bus rapid transit studies,San Francisco's congestion pricing feasibility study,as well as the update to the long-range transportation plan and neighborhood transportation plans focused on delivering near-term safety,performance,and access improvements. Zabe also uses her experience at a funding agency to offer insight.on positioning projects to advance toward successful implementation. Ralph DeNisco, Principal I Role: Deputy Project Manager Ralph has almost 20 years of transportation planning experience,with a history of successfully implementing a variety of transportation projects in challenging environments.He specializes in working with business,merchant,and neighborhood groups on complex parking and transportation issues,and is well-versed in parking policy and management.Working as project manager or in providing technical support,Ralph has channeled his understanding of interrelated transportation issues into parking programs able to win both community and agency support.With 10 years of experience as Senior Transportation Planner in the City of Boston's Transportation Department,he has developed City parking policy,implemented new technology,creatively tailored on-street parking regulations, and negotiated parking requirements with developments large and small.Ralph's recent projects include parking studies in Columbus,OH,Hartford,CT,and Springfield,MA,and he is currently working on parking studies in Savannah,GA and Boston,MA. Drusilla van Hengel, Principal I Role: Active Transportation Lead Drusilla(Dru)van Hengel has more than 25 years of transportation planning and operations experience.As the national lead of Nelson\Nygaard's active transportation sector,she is an expert on Vision Zero,Safe Routes to School,and bicycle and pedestrian y -j planning and design.Her unique blend of experience in land development,traffic operations,and community planning,combined with an MBA on sustainable business,positioned her to become a consultant renowned for delivering built projects,implementable plans,and innovative practices.Dru helps make walking and bicycling viable options for people from one to one hundred by eliminating the cultural,organizational,and design gaps and barriers institutionalized by 70 years of planning for auto-mobility.Her most recent projects include Safe Mobility Santa Ana,and PBOT's Livable Streets Strategy,and LADOT's Safe Routes to School,Vision Zero Youth Safety Study,and Vision Zero Conceptual Designs and Engagement Support. Nelson\Nygaard Consulting Associates Inc. 131 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Geoff Slater, Principal I Role: Transit Lead Geoff Slater is a co-director of Nelson\Nygaard's transit practice and ri. 4.414%,, one of the firm's most experienced and successful project managers 3 ,r. ' wri and transit practitioners,playing a lead role in many of the firm's most r. successful transit service design projects.He was the Project Manager 1104 for VIA's Transit Propensity Analysis and is currently completing a 7 Transit Master Plan for Fort Worth's The T and another for the Nashville MTA.He was also the Project Manager for the redesign of Pittsburgh's transit service,which produced the most transformative service restructuring ever undertaken in the United States.In addition, Geoff was the project manager for recent COAs in Kansas City and Providence,RI.Geoff also developed one of the country's first BRT lines(Boston's Silver Line)and brings international experience from redesigning commuter rail service throughout post-apartheid South Africa. Prior to his work in the private sector,Geoff served as Director of Planning for the MBTA,the fifth largest transit agency in the United States.There,he was responsible for all MBTA planning activities,including strategic planning,service planning,operations planning,and scheduling. Meg Merritt, Principal I Role: TNC Integrator With over a decade of project management experience,Meg specializes 1 in integrating new technology trends with traditional mobility planning.Meg comes to Nelson\Nygaard from moovel North America -� illik where she worked to develop the multimodal connected experience within transit mobile ticketing apps.Last spring,Meg managed a cross- functional team of public agency and private software developers to launch TriMet's first native mobile ticketing application with RideTap. `.•' 1 RideTap allows users to connect with first mile/last mile ride options directly within the app for a now fully adopted pilot.Partners include Lyft,car2go,Zipcar,and Nike's BikeTown application.Previously,she was management consultant at Deloitte,where she supported the FRA high-speed rail grant program and at Capital Metro in Austin as TOD Planner.Meg is a graduate of UT Austin and received her Master of City Planning from the University of Pennsylvania. Meritxell Font, Senior Associate I Role: Traffic Lead Meritxell specializes in transportation planning and modelling and has worked domestically and overseas for private and public clients on challenging transportation projects since 2000.Her project portfolio includes transit systems,multimodal networks,traffic analysis,short • and long-term transportation plans,as well as mobility plans focused on building transit-oriented and sustainable communities.An expert in transit systems and traffic analysis,Meritxell has evaluated several 14._ 1 road and transit projects worldwide,including the implementation of an efficient orthogonal bus network and a tramway system in Barcelona,Spain,the implementation of a BRT system in Dhaka,Bangladesh,and a toll road between Tenango and Itxapan de la Sal in Mexico. Nelson\Nygaard Consulting Associates Inc. 132 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Jason Schrieber, Principal ( Role: Principal-in-Charge Jason Schrieber has over 20 years of experience leading parking and transportation projects across the United States and overseas.With - private and public sector experience,Jason provides multimodal I planning and design skills with a unique understanding of municipal needs,private development priorities,and community concerns. WOBefore joining Nelson\Nygaard,Jason managed transportation planning at the City of Cambridge's traffic department,permitting more than 12 million square feet of new development,including:the five million square foot North Point TOD;the three million square foot Cambridge Research Park;and the two million square foot Discovery Park.Importantly,Jason's broad transportation planning background has made him an expert at seeking a balance between all modes and developing the supportive arguments for reducing automobile dependence.He employs this knowledge both as an expert facilitator as well as an analyst and writer.Jason has been providing support to Somerville's Traffic and Planning Departments for many years,helping tackle more progressive demand management and parking policy,transit-oriented development, and street design needs. Perkins + Will Key Staff Robert Lloyd, ASLA, LEED AP, Senior Urban Designer I Role: Urban Designer With a background in both,architecture and landscape architecture,Rob Lloyd has focused on integrating contemporary urban architecture and '' ecologically sensitive site design.In his fifteen years of practice,Rob has specialized in planning and development strategies for new communities, i 1` urban infill sites and urban streetscapes.As a team builder and communicator,Rob has focused on facilitating development of technically \ challenging sites as well as building consensus for development of high- profile,politically sensitive projects. Jovany Chediak, Landscape Architect Ill I Role: Facility Design With a diverse range of experience in the specialization of landscape 6 architecture,Jovany has established a focus on integrating contemporary urban architecture with ecologically sensitive site design.His portfolio includes a variety of urban mixed-use projects,large scale planning developments,and complex infrastructure projects.Jovany has practiced professionally in the United States and New Zealand while also working on international projects across Asia,the Caribbean,Europe,and Latin =s:; • .,:;-. America. .1h. I;3;;.1:i Jovany recently completed a year of international travel to learn about various cultures,visit world-renowned structures and public spaces,and gain an understanding on how sensitive historical and ecological preservation is accomplished in those places. Nelson\ygaard Consulting Associates Inc. 1 33 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach HR & A Key Staff Eric Rothman, President I Role: Market Lead HR&A President Eric Rothman brings over 20 years of experience in providing economic development and public-private real estate 111 development consulting,servicing governmental entities,and advising on transportation and public finance projects across North America and in the United Kingdom.He is a nationally-recognized expert in transit-oriented development and a regular speaker at the Rail—Volution annual meeting, and is a member of the Urban Land Institute's national Public-Private • Partnership Council.Eric led the firm's efforts to redevelop St.Paul, r, Minnesota's historic Union Depot into an active,multimodal transit hub t along the city's waterfront and has provided economic development strategies for the cities of New York,Newark,and Los Angeles.Eric is an on-call real estate advisor to the Port Authority of New York and New Jersey(PANYNJ),NJ TRANSIT,and Arlington County,VA.Prior to joining HR&A,he served as Director of Business Planning for Transport for London.In 2008,Eric was recognized by Real Estate New Jersey as one of their Forty Under 4o rising stars.He serves on the boards for the Design Trust for Public Space,the Rudin Center for Transportation at New York University,and Zoological Society of New Jersey. Jee Mee Kim, AICP, Principal I Role: TOD Specialist Jee Mee Kim brings nearly 20 years of experience in transportation planning,environmental review,and land use approvals for public and private clients.Prior to joining the firm,Jee Mee was a Principal and Director of Planning at Sam Schwartz Engineering,where she oversaw the firm's marketing and business development functions as well as multidisciplinary planning projects such as the Spring Garden Street Greenway plan in Philadelphia to environmental impact reviews for major New York City projects like IKEA Brooklyn and the Brooklyn-Queens + , '` Expressway Rehabilitation.At HR&A,Jee Mee specializes in the areas of transit-oriented development(TOD),economic development,market and demographic analysis,financing,and resiliency planning,overseeing projects such as the White Plains Transit District Plan,CTfastrak bus rapid transit TOD planning,and the Coney Island Creek Resilience Study.Previously,Jee Mee worked on urban policy issues for organizations such as the Natural Resources Defense Council.She is a member of the American Planning Association and Women Executives in Real Estate. FULL RESUMES Full resumes for all team members can be found in Appendix B. Nelson\Nygaard Consulting Associates Inc. 1 34 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach PRIOR WORKING EXPERIENCE Perkins + Will and Nelson\Nygaard Project Collaboration Experience Owner's Representative and Project Name,Description,and Completion Date Contact Information Miami Southeast/Southwest 1st Street Complete Streets Pilot, Miami, FL,2016 Fabian De La Espriella SE/SW First Street lies at the heart of Miami's historic downtown shopping district and is a 305-379-6575 major transit spine. Miami's Downtown Development Authority hired Nelson\Nygaard to delaespriella@miamidda.com create a complete street out of what is largely an oversized sea of asphalt today. NelsonlNygaard, organized a 3-day workshop that included multiple stakeholder meetings, presentations,and a tactical urbanism event filmed by a drone.The workshop yielded designs that reduced the number of travel lanes from three to one; added a dedicated bus lane, a protected bicycle lane, and midblock crossings linked to the many paseos; retimed traffic signals;and preserved parking. Innovation Square Parking Analysis and Strategy,Gainesville,FL,2013 Andrew Meeker Gainesville's Innovation Square project is a new development, located between downtown Project Coordinator and the University of Florida campus that will serve as a live/work/play community.The 352-334-2205 plans re-invent the area into a town-square concept that brings technology, business, and community together. The Innovation Square planning efforts require a specific parking meekerag@cityofgainesville.org analysis and strategy to determine the most appropriate way forward with the phased build- out of the various expected development projects. NelsonlNygaard was brought into the project to develop parking demand estimates, shared parking district scenarios, phasing, TDM strategies, and more. Nelson\Nygaard analyzed existing parking facilities,created a district specific parking ratio matrix,documented the location and timeline for temporary surface parking,outlined the impact of transportation demand management strategies,and explored the use of existing facilities such as nearby downtown parking decks. Key to this is the development of a developer incentive program for sharing parking designed to make Innovation Square financially attractive to traditional area developers.This comprehensive analysis is expected to maximize the efficiency of planned parking infrastructure while minimizing the need for automobile travel as part of achieving a minimal carbon footprint for the site. Innovate ABQ,Albuquerque, NM,2015 Suzanne Lubar, Planning NelsonlNygaard, as a subconsultant to Perkins+Will, helped to provide recommendations Department Director for improvements to mobility and connectivity for an Innovation District focused on attracting 505-924-3860 private investment to downtown Albuquerque and the area west of the University of New Email:slubar@cabq.gov Mexico. The resulting live, work, play community will be walkable, vibrant and one of the most transit-served corridors in the City—incorporating both a Rail Runner commuter rail station and a potential Bus Rapid Transit investment. NelsonlNygaard's work supporting Perkins+Will encompassed sidewalks, streets,transit accessibility and overcoming mobility barriers such as the rail corridor to the west of the district. Nelson\Nygaard Consulting Associates Inc.135 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Edmonton Centre City Airport Redevelopment, Edmonton,Canada,2012 Joyce Drohan In 2011,the Edmonton City Council approved an ambitious vision for the redevelopment of 604-684-5446 the City's original commercial airport, which had become surrounded by the growing city Joyce.Drohan@perkinswill.corn after many decades,creating an obstacle to development, neighborhood integration,and even downtown building heights.Through a competitive process,the design firm of Perkins +Will was selected to create the detailed plan,and NelsonlNygaard was hired to establish a successful set of transportation networks. Nelson\Nygaard worked with Perkins+Will's team of architects, planners,designers, economists, and engineers to advance some of the most progressive design concepts at the airport site to create a net zero energy consumption"city within a city."The firm's work included roadway networks and cross-sections,shared-use paths and cycle tracks, new LRT station concepts,and new transit alignments.This was followed by a traffic assessment study that demonstrated how the connected street system would not increase delays at surrounding major intersections as a result of dispersing new and existing trips. Complimented by modeling of an aggressive demand management program and progressive parking policy,the final traffic assessment proved that 17,000 new residents and 30,000 new jobs could have no negative impact on the existing city street system. Construction for the redevelopment—named Blatchford—began in 2014. Better Market Street,San Francisco,CA,2013 Andrew Lee San Francisco's main street, Market Street, is the most transit-rich corridor in the western Senior Transportation Planner United States.The street has a total of 28 lines operating on or below the surface and more 415-701-4421 than 200,000 daily boardings in its two-mile downtown segment alone.The street also experiences daily pedestrian volumes greater than 60,000 people in some segments, Andrew.lee@sfmta.com • exponential bicycle traffic growth,and severe wear and tear the roadway and its 1970s-era sidewalks and plazas.To reduce conflicts, more comfortably accommodate all users,and update the public realm for the 21st Century,the City decided to undertake a comprehensive redesign of the street. NelsonlNygaard was hired to serve as transit lead on a multidisciplinary team composed of four city agencies and a dozen consulting firms, including Perkins+Will. Nelson\Nygaard's task was to improve transit speeds, by up to 25%,while simultaneously balancing the needs of other users.To do so,a first-ever survey of the source and duration of transit delays on the street was conducted. Peer research was conducted into similarly busy bus corridors and international best practices in reducing conflicts between transit vehicles and cyclists.Two options were developed for improving transit service, including a Bus Rapid Transit alternative,which Perkins+Will carried to conceptual design. Urban Structure Framework Plan 2030,Abu Dhabi,United Arab Emirates,2007 Michael White Facing rapid population growth and with massive developments looming,the island city of Former Director of Planning Abu Dhabi recognized the need to formulate a comprehensive strategy to ensure that the 778-877-1464 City evolves in ways that reflect Abu Dhabi's position as capital of the United Arab Emirates. To do this,the Executive Affairs Authority, a branch of the Abu Dhabi government,gathered makmood@gmail.com together a multidisciplinary expert team for two four-day charrettes in February and March 2007 to create a comprehensive Urban Structure Framework Plan that would create guidelines and checks on new developments,outline necessary infrastructure improvements,and recommend adoption of policies commensurate with the city's vision. NelsonlNygaard Consulting Associates Inc.(36 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach With urging from the EAA's lead consultant, Perkins+Will and Nelson\Nygaard were asked to lead the transportation concepts portion of the project. Despite dense population,the city's transit system is in flux. Many people walk, a result of Abu Dhabi's mixed-use environment, but long blocks and wide roadways often make the pedestrian environment unsafe and unpleasant. Parking dominates downtown, provided free along the outside and inside of blocks.To address these issues, Nelson\Nygaard created a transportation concept at the regional level including regional highways, high- speed rail,freight rail,and metro service.At the local level,our design included a network of metro service,ferries, streetcars,and buses. Our plans emphasized mobility and accessibility, two characteristics that are essential to any urban environment.As next steps,our recommendations included a short-range bus plan and long-range system-wide transit plan, modernization of city agencies,a parking study, and pilot projects applying transportation concepts at street level,such as a reorganization of one superblock with less parking and more public space. HR&A and Nelson\Nygaard Project Collaboration Experience Owner's Representative and Project Name,Description,and Completion Date Contact Information Imagine Boston 2030,Boston MA,Ongoing Vineet Gupta In parallel with Go Boston 2030,the City of Boston launched its umbrella citywide master 615-635-2756 planning process, Imagine Boston 2030. Designed to encompass the efforts of separate vineet.gupta@cityofboston.gov transportation,climate action, housing,jobs, urban design,and other planning initiatives, the master plan needed above all to develop a balanced vision across all disciplines that was compatible with community aspirations and fiscal realities. HR&A was chosen as lead consultant to bring a strategic and econometric approach to what could be an overwhelming process. With the help of Nelson\Nygaard directly contracted to strategize on long-term mobility considerations alongside the separate Go Boston process, HR&A devised an overarching strategy that has galvanized support citywide for a poly-centric approach that concentrates future growth both existing neighborhoods as well as less populated development edges and zones where new transportation linkages are planned to open up new housing and jobs opportunities across every corner of the city. EnVision Cambridge,Cambridge MA,Ongoing Melissa Peters, Project Planner Home to some of the nation's premier institutions, Cambridge is also home to rapid mpeters@cambridgema.gov advancements in technology and living conditions,attracting explosive jobs growth and 617-349-4605 reinvestment in offices and homes citywide. Pressures on existing residents and employers mounted enough to drive the City to conduct its first ever citywide master plan.With the goal of responding directly to community needs, HR&A and Nelson\Nygaard were hired to develop economic development,housing,and mobility strategies through extensive community processes to ensure a balanced plan for future growth in Cambridge.The on- going process involves extensive data analysis and visualization to help educate and inform citizen planners engaged in multiple rounds of plan development. Nelson\Nygaard Consulting Associates Inc. 37 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach FINANCIAL CAPACITY Nelson\Nygaard has submitted a Supplier Qualification Report to the procurement contact, Natalia Delgado,as of July 10,2017. NelsonWygaard Consulting Associates Inc.138 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Tab3 Approach and Methodology Nelson\Nygaard Consulting Associates Inc. General Transportation Planning and Traffic Engineering Consultant Services RFQ City of Miami Beach Tab 3 Approach and Methodology THE NELSON\NYGAARD APPROACH Nelson\Nygaard believes that the most enjoyable and productive places in America are those where all modes of transportation interact in a balanced and safe fashion that inspires people to interact on the front steps of their community—their streets.As places of movement,commerce, recreation,and community engagement,a street says a lot about a community.Miami Beach's streets today are places that are transforming to represent the ethos of the city:a place where new development can thrive without relying on vast swaths of parking,where school children can walk home,where bicyclists can not only recreate but can also commute,and where walking is the primary means of travel.This vision for a"complete street"is not fantasy—it is a growing reality in the United States,and Nelson\Nygaard and Perkins+Will have been part of making these great streets happen in places like Santa Monica,St.Louis,and Abu Dhabi.As a result,we also know how to ensure operational success that avoids the fears of congestion and modal conflicts. Our approach to this effort is based on the goals that reflect Miami Beach's consensus around the future of its community: • Goal is Prioritize the people,the pedestrians. • Goal 2:Provide reliable,convenient,and consistent transit service and infrastructure. • Goal g: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. Nelson\Nygaard understands that urban mobility is not an end in itself,but merely a means to achieving broader community goals.Our entire process is designed to verify these goals and ensure that changes to Miami Beach's streets are prioritized to meet them.Our team's approach is fully multi-modal,appreciating the benefits of non-motorized and transit travel,but also recognizing the need for efficient automobile access to homes and businesses.More importantly, our firms are leaders in sustainability and community design and bring broad experience that can help Miami Beach value and build consensus decisions around tradeoffs inherent in goal-based decision making.We value transparency,interactive community process,and heavy stakeholder involvement.Only when City leaders and citizens themselves can visualize tradeoffs within the built environment or quantify economic costs can they make truly informed decisions.Our approach to everything we do seeks to emphasize hands-on involvement and engage citizens in active workshops where they can discuss with the team and most importantly,with each other, the future of their community. We understand that operating and capital budgets are always limited,even in times when the economy is strong.Our experience shows that understanding what projects will stimulate broader public and private investment is more critical than simply"fixing"a traffic problem.In places we've worked,such as downtown Minneapolis,Old Town Pasadena,and Portland's Pearl District, communities have all made bold investments or policy changes that have led to wonderful new or Nelson\ygaard Consulting Associates Inc. 39 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach revived neighborhoods.At the hearts of all these projects are innovative financing da strategies that allow infrastructure and services investments to support each other and build momentum toward Service Quality desired goals.We bring a keen understanding of how public and private Community finance opportunities drive community trr Benefits Wilk ...�.,..,R design and project prioritization. 9 �„ Access&System Nelson\Nygaard knows that it is Integration 1 fundamental to tie land use and C. : transportation investments together.An Density and effective transportation master plan Land Use supports community goals with transportation policy, and Therea a mutually supportive relationship between land use,access and system P P integration,and service Quality from which community benefits from transit are derived. investment components.We will help - - Miami Beach develop coordinated land use,street design,traffic operations,and public transportation solutions that work together to realize the vision of the master plan. This approach to transportation planning will underpin our efforts for the City of Miami Beach. Several key aspects of our approach include the following. 1 . Multimodal Transportation Planning in Urban Environments Our approach to transit and non-motorized planning is to put the user first.For transit,that means setting performance standards for service speed,reliability,and passenger comfort.For bicycling and walking,it means complete streets standards for safe,continuous,and easily navigable sidewalks,bike lanes,and intersection crossings.We understand that mode shift to transit is closely linked with pedestrian access,and requires coordinated service improvements and infrastructure improvements. As transit and traffic planners,we also understand that there are tensions between the Complete Streets model and efficient street operations.We will work together to ensure that street designs enable effective transit operations.Our approach to street design is network-based and considers the fact that street typologies prioritize certain modes,while maintaining safe and quality environment for those walking and biking.For example,in a downtown environment,transit needs to operate at consistent(not high)average speeds to ensure reliability and maintain competitiveness with other modes.Failing to provide transit priority in this environment costs the operating agency money and reduces the community value of its investment in the system. Ultimately,fewer people on transit means less walking and a less vital public realm.We are experienced at helping city leaders and citizens identify strategies that keep people moving,while optimizing safety,access to business,freight movement,and vitality in public rights-of-way. Some relevant experience includes: ■ Street system planning. The Nelson\Nygaard team has the local street design, planning,and architectural streetscape expertise critical to this project.Nelson\Nygaard's • downtown and citywide transportation master plans for Columbus,Fayetteville,Seattle, Arlington,Minneapolis,San Francisco,and Glendale included tailored street typologies NelsonlNygaard Consulting Associates Inc. 140 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach crafted to help engineers balance improvements across modes and adjust them for specific land use contexts. • Street design. Our team brings unparalleled expertise in context sensitive street design.Nelson\Nygaard authored NACTO's Urban Street Design Manual,as well as leading complete streets design manuals for Chicago,Abu Dhabi,San Francisco's"Better Streets,"San Mateo,the District of Columbia's"Great Streets"Initiative,ITE's Context Sensitive Solutions guidelines,and has developed comprehensive street redesign efforts in cities like St.Louis,Kansas City,Dallas,San Francisco,Santa Monica,New York, Philadelphia,and elsewhere. • Transit planning. Nelson\Nygaard's citywide transit plans in Miami,Memphis, Pittsburgh,Seattle,Minneapolis,and elsewhere have been aimed not only at improving transit performance but more importantly at meeting larger economic development, quality of life,social equity,and environmental sustainability goals within a larger land use context. 2. Creativity and Problem Solving The success of multimodal downtowns like Miami Beach often hinges on developing a consensus between internal(City)and external(the public)stakeholders with varied interests and generating buy-in to concepts that may not align with closely held beliefs.We recognize the result must reflect the shared needs of stakeholders and community members,while being true to the project's original goals and functionally designed to withstand design and feasibility rigors.Our success in delivering creative solutions on some of the most complex and contested transportation projects in the Country can be attributed to: • Effective management of creative multi-disciplinary teams. Nelson\Nygaard has been selected to manage million-dollar citywide transportation plans for Boston, Columbus,Pittsburgh,Seattle,Louisville,Santa Monica,Glendale,and Fayetteville. These cities selected Nelson\Nygaard to lead their multi-disciplinary teams not only because of our technical skills,but also because of our project management skills and our effective use of partner resources to develop creative solutions on time and within budget. • Excellent facilitation and communication skills.These skills allow us to engage stakeholders and participants,who inherently approach problem solving differently,in the most appropriate manner(i.e.,charrettes,workshops,one-on-one meetings,etc). • The most up-to-date analysis and simulation tools. Context and comprehension are essential to harness creativity.We offer capabilities in the most up to date simulation and modeling tools including visual simulations that can show not only how a project will look,but also how it will work. 3. Travel Demand and Operational Modeling Accurate and effective modeling will be critical to support project recommendations,which will undergo extensive public,peer agency,and outside expert review.Our team has worked successfully and collaboratively on recent and ongoing modeling projects throughout the country. We deliver: • A clear understanding of the strengths and weaknesses of travel demand modeling and the expertise to apply available tools effectively such as TransCAD, CUBE, and VISUM NelsonlNygaard Consulting Associates Inc. 141 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach • An understanding that travel demand models are inherently designed to forecast vehicle travel and transit ridership,and may not be the most effective tool for examining non- motorized travel or the impact of demand management programs • Experience and resources needed to provide operational analysis using traffic simulation models,such as SYNCHRO, SIMTRAFFIC, CORSIM, and VISSIM • Demonstrated ability to address the impact of other variables such as land use and roadway pricing in forecasting future travel demand,including the use of progressive context-sensitive trip generation models like URBEMIS 4. Urban Design \ • ' � v ) - i . 4 1 > I t' ;fir ')1044‘ 10._ is �; . iIII IIS � ' ' 4 : '-^ -. . . • _ .i pa 1— -ter- ti':t __. o 'IN " z a —L.~Hir.> """q,�?• 4!>ti --1 -4 ' � P : 4 1 ,l - c . f 1;t4. X•44, �¢ A key goal of this effort will be to maximize public open space and create a walk-friendly environment throughout Miami Beach.While this phase of the study emphasizes mobility— ensuring that people and goods will move efficiently through the city—our team understands that successful implementation also requires excellent design.Urban design and ecological design are therefore core components of our concept development and evaluation approach. Our firms recognize that the pedestrian is the fundamental element of any transportation system and a successful city.Each team member also understands that great walking experiences come from environments in which the transportation systems'planning and design is integrated with the adjoining urban fabric,creating walkable communities.The key element to creating a walkable Our team understands that community is the introduction of a robust and redundant street implementation of Complete network.The street network plays a critical role in defining the Streets is dependent not only character of any community.It establishes the functional structure on a well-intended city of the urban fabric:sizing streets and blocks,providing access,and council ordinance or dictating the arrangement and interaction of land uses and resolution, but also on buildings.The primary challenge of Miami Beach's streets is to procedural and policy balance facility purpose and design with a community's physical, changes within the social,and economic needs and expectations. implementing agencies and departments. NelsonlNygaard Consulting Associates Inc.142 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach OUR TEAM'S ETHOS Our exceptional team of professionals lives and breathes the concepts behind complete streets and networks.We have worked on Complete Streets,Traditional Neighborhood Design,Traffic Calming,Context Sensitive Design(later Context Sensitive Solutions),Safe Routes to various places,Leadership in Energy and Environmental Design,Street Design Manuals,Better Streets, Walkability Audits,and more.Our proposed team members have developed street policy and design manuals across the country(San Francisco,Chicago,Kansas City,and the National Association of City Transportation Officials),and abroad(Abu Dhabi),conducted dozens of Complete Streets training workshops,and trained engineering and planning professionals in designing streets for walking and bicycling. We know what works,and what does not.Above all,we know that street design is an iterative process,one that can always improve.Through our experience with developing policies and guidelines,we have learned how to customize street design standards to optimize the existing street network and right-of-way. We understand that it is critical to clearly communicate the concept of Complete Streets to elected officials,stakeholders,and the community.Thus,our team engages the meeting-weary public through participatory exercises,short films,web tools,and visual presentations that go beyond traditional public meetings. Lastly,the firms on our team have collaborated on numerous projects and enjoyed working together.We have all been champions of Complete Streets for much of our careers,and are excited to integrate our multi-modal thinking to help increase the livability of Miami Beach. OUR METHODS BY ACTIVITY 1. SHORT & LONG RANGE TRANSPORTATION PLANNING Transportation analyses have historically been biased and ineffective at enhancing quality of life. Measures such as vehicle levels of service or over-reliance on travel demand models can lead to only one conclusion—widen the existing roads.Even the Federal environmental policies that are supposed to protect our communities often push solutions in the direction of widening existing roadway corridors.While Miami Beach has made great strides in moving past these patterns as a community,some of these biased systems remain in place among regional and state stakeholders, despite the fact that their outcomes have been widely discredited. The Nelson\Nygaard team understands that Miami Beach's mobility needs will not be met solely through the planning of more street capacity,and that,in fact,the provision of more street capacity is likely not the most important feature in the City's mobility future. Designs for transportation solutions can be tailored entirely to community context and preferences.Such a system is only effective,however,if the solutions are reflective of Miami Beach's values,as expressed through the master planning process. Our approach to short-and long-range planning draws from these established values exercises to create alternative measures that encompass choice modes of travel such as walking,bus, bicycling,bikeshare,carshare,taxi,scooter,etc.with careful attention paid to the need to balance automobile throughput against other community needs.The science behind the creation of performance standards has improved significantly for alternative modes.Bicycle and pedestrian level of service models(that are a collection of performance measures)have been fully developed Nelson\Nygaard Consulting Associates Inc. 143 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach and have been integrated in the 1 4 Auto D 2010 Highway Capacity Manual's t [ Transit C Bike F multi-modal level of service model. Pedestrian E • These tools have been beneficial to 121st St Auto a our team on past projects and will .c.,%••;•:.". .." 1 "'. BB`ke Ft c ikmean that the team will not have to . _ y ,� „ ` 1111110, Pedestrian F do an extensive search for measures ="•-~ =' ` fti` that can be applied to Miami f•� Auto B Beach's streets. • Transit C . t ., Similarly,while traditional motor ' +. Pedestrian E �` T; \ iJ . • 117th St vehicle Level of Service(MVLOS) standards have been focused solely •-:•-•0\ 1• ; on vehicle delay and travel time, .; they may have a detrimental effect • �6 ti; iib, Auto g w�i Transit C ;43 on non-motorized users and on the sw; Bike F implementation of Complete •" w, : �- ;Y;, metria"F •Streets.The 2010 HCM provides a .� multimodal approach,with a � • y f , _ • Princess Elizabeth chapter dedicated to urban street MMLOS Results,Edmonton Canada facilities that couples level of service standards for automobiles, Source:Blatchford TIA,City of Edmonton.by Nelson\Nygaard pedestrians,bicyclists,and transit users.Previously,these modes were outlined in specific,discrete chapters of the HCM.In a community that wishes to prioritize other road users,it is imperative to move away from MVLOS towards other intersection delay and quality of service metrics.Cities around the country have taken steps to either modify their own LOS standards or adopt appropriate elements of the 2010 HCM which are more accurate and reflective of conditions for all types of roadway users.Multi- Modal Level of Service(MMLOS)has been adopted by some communities as a new performance standard.However,the high data requirements of MMLOS may be limiting for some jurisdictions. Investigating Street Opportunities Miami Beach's street system is its front door.Every building,plaza,and open space abuts a street, and most places are reliant on streets for direct access.The quality and condition of streets is therefore of paramount concern to most residents,whether they be motorist,cyclist,walker,or transit rider. Where walking is unappealing or threatening,the desire to stay in a car or bus is heightened, pushing travelers to demand parking near their front door or a bus stop on every block.Where walking is enjoyable,safe,and accommodating,finding a remote parking space,bike rack,or bus alighting is not objectionable.Travelers may not care if their walk is a greater portion of their total trip.Thus improved walking environments are a key factor in reducing local traffic impacts, encouraging cycling,and improving transit performance.Unfortunately,the multi-modal quality of our streets is all too often overlooked in deference to the space-consuming needs of the automobile. Nelson\Nygaard Consulting Associates Inc. 144 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach G a I 68C A w 1 DIAMOND ST I C� ti ♦ S h 0 N.- ill NORRIS ST I\ MAY lssij 5 N: ' 2a �POLETTAN BERKS STakass (10?* MONTGOMERY AVE 1/o 4, Y"I � I CECIL B MOORE AVE I A' 6S% Visualization of the dedication of street rights-of-way by mode,Philadelphia PA Source:Temple University Pedestrian Master Plan,NelsonlNygaard The Nelson\Nygaard team approach recognizes the need to treat each roadway as part of a "complete"multi-modal street system.As we work with the City,our investigation cannot only focus on improving areas where a mix of modes is seen today.It also will seek to find places where a mix of modes is not seen because the street is too threatening for anything besides cars or through buses. Nelson\Nygaard will identify clear system gaps,conflicts,pinch points,and other barriers to seamless and safe movement by all modes.We will illustrate these on clear maps as part of our citywide network mapping.This"gap analysis"helps prioritize which streets need more attention relative to their proposed typology. Particular consideration will be given to policies that influence the demand for driving.Even with the most superior walking,biking,and transit facilities,if driving is perceived to be cheap and easy,motorists will not switch modes until congestion becomes intolerable.Many communities have recognized that dramatic shifts to alternative modes of transportation are possible with the right set of public and private incentives,including: Congestion pricing Car-sharing Parking pricing/cash-out Bike-sharing Universal transit passes Flex-hours Free rides home Worksite showers/changing rooms Web-enabled ridesharing Secure bicycle parking Our team will explore City and institutional policies that may inadvertently discourage the use of alternative modes and test what trade-offs the City is willing to take to promote reduced driving. NelsoMNygaard Consulting Associates Inc.145 • General Transportation Planning and Traffic Engineering Consultant Services RFQ City of Miami Beach Walking Opportunities The Nelson\Nygaard team recognizes that successful pedestrian networks offer high levels of pedestrian service in four key measures: • Safety involves keeping vehicle speeds,pedestrian exposure to traffic,and vehicle volumes down to levels that reduce conflicts between cars and people. • Convenience entails delineating clear paths between destinations through design gestures and helpful wayfinding. • Comfort means providing adequate walking paths and sidewalks. • Attractive environments encourage more people to walk by providing use,beauty, and company. • We use these guiding principles to help stakeholders assess the quality of their walking facilities and identify areas of concern.The Nelson\Nygaard team will walk stakeholders through these considerations when evaluating the trade-offs needed to improve walking in Miami Beach. �� .i •i A ��� +rsl. te , ♦ t_ • .14",.."Nivipr‘ - c:14 • •""`-.Z - )•:‘ 40467:1 ‘, 41r.# #4"...•• • •Mw.•1M..«Id••••- r 4w...«'aw. F.r..l. «/b.a. M II.A.Mw.. — Mw4.«I YW.MM UwI —11,1 MM kw! MMWI MI W.. Mw 4,.41(..«M.e *et*Mr 1 11 It - 1.111.•• .., UST Om --"." MMMMMO Mr A IS Mww.MM —WI Wow Cr�lw -0.11 Wow. ..wM.Mrr 1-_ r�-ate .r..r •--- rM1.�w�1r�M~iw Using walk isochrones to develop street typologies is a key component to understanding pedestrian priority corridors Source:Nelson\Nygaard Clear and accommodating pedestrian access between destinations will be critical to the success of vehicle trip reduction in Miami Beach.In order to enhance Miami Beach's welcoming active environment to support safer residential areas and more local retail activity,pedestrians must find walking an easy,pleasurable,and un-complicated experience.Several pedestrian design principles should be maintained in Miami Beach,as described below.These will be assessed on every effort that Nelson\Nygaard undertakes. • Connectivity.The roadway system should provide overall connectivity.For pedestrians, this means a continuous sidewalk or side-path network with frequent street-crossing opportunities that do not require pedestrians to travel out of their way to reach destinations. Nelson\Nygaard Consulting Associates Inc. 146 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach • Safety.To maximize safety,optimal vehicle speeds should be 20 miles per hour.Sight distance and sight lines are another consideration.Vehicles parked near crosswalks can create sight line restrictions threatening crossing pedestrians.Ensuring adequate lighting is another crucial element in providing adequate pedestrian safety. • Accessibility.The needs of all users of all ages and abilities should be accounted for when designing pedestrian facilities. • Traffic Engineering Elements.Traffic and crosswalk signals,crosswalk and curb. ramp treatments,and signal timings should be designed with pedestrians in mind and should maximize convenience,comfort,and safety levels. • Landscaping and Aesthetics.Aesthetics play an important role in supporting walking.Appealing streetscape design can be an effective means of announcing the uniqueness of the walking environment,and encourage more walking trips. Our team believes that all sidewalks should be well maintained,safe,and well-lit.They should be sufficiently broad to comfortably handle expected pedestrian traffic peaks.Signage should be adequate to lead individuals,especially those unfamiliar with Miami Beach,to major destinations. Superior pedestrian levels of service along connecting routes between major origins and destinations should be emphasized.Sidewalks should be wide enough for two pedestrians to walk abreast,with places to sit and wait,which are a key component of a pedestrian-friendly environment. Our team is particularly effective at working with stakeholders and large audiences to determine walking needs and opportunities in local neighborhoods.We see the public participation program as being most valuable for this subtask.While we are national experts at evaluating walking systems,we rely heavily on the input of the public for finding the best opportunities.We intend to be clear about our approach to pedestrian design as part of educating the public about the improvements that can happen in their neighborhoods. Transit Opportunities Transit improvements provide one of the best opportunities to shift very large number of travelers out of single-occupancy automobiles,allowing streets to transform.Nelson\Nygaard can evaluate community-based options to address identified service gaps.These may include: • Sources of Operational Delay,including recurrent delays that could be avoided with signal priority or queue jump lanes,circuitous routes that can be improved with directional changes or contra-flow lanes,or boarding delays that could be resolved with better bus stop placement or length. • Stop Consolidation to make transit service faster.In most parts of the city,there is a bus stop nearly every block.While the transit agency might attempt to reduce stops to increase transit speed,this local process should be led by the City and can become part of a street's design and typology. • Bus Stop Improvements to improve passenger comfort can be tied to the importance of a stop as determined not only by ridership,but by local land uses,network value,and neighborhood branding.Again,the City should lead such vital decision-making for its streets. Nelson\ygaard Consulting Associates Inc. 147 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Wall Bus Shelter—, Solar Compactor— New Curb Meets Existing J ' t„ Bench Relocate Signs as Necessary i/ W Center Between \ .� `W \ Bus Doors I CC A liW (/) ` 3'Setback from Curb i. 7 AhI . Proposed Catch— • "t_ _ — —• — _J Basins Replace Existing , I Bike Rack Pay Phone - - 19 — 0 Existing Curb Existing Trees New Curb F,; 41 01 og'° s Vf oa' CENTRE STREET Sample curb extension bus stop retrofit,Jamaica Plain,Boston Source:MBTA Key Routes Program,NelsoMNygaard Bicycling Opportunities Recent and ongoing bicycle planning 111 l — efforts by the City have been successful I �j �„ in engaging the growing Miami Beach . ` — — — — ` Ng^^- bicycling community.A host of plans that are under development will help ......— L:1...«;9E�....rp....r.» • — _._ _ _ . o: guide future planning efforts.The I J 0 '.— l I ,M.0..., • „,.„ Nelson\Nygaard team has extensive e. S i I . . . �,„ experience developing premier bicycle — ' ' ( ssl —a t11 facilities in the United States.Our j • «..�.; approach is guided by three ? 'a " n aa1 'i'i+++na,a,i S • fundamental goals for including I I • • bicycles in a sustainable transportation ter- i I 1 NI system: t I 4111 • Connecting key destinations to ' ' ° � . ___ ___ the cycling network; O I t • Including safe and secureleg , t w V Y bicycle parking at key destinations and intermodal Apple Campus Bicycle Infrastructure Class Categories compared to Front Doors transfer points;and Source:Nelson\Nygaard • Ensuring that bicycles can be brought on board all forms of transit so that they may be used at both ends of a journey. Nelson\Nygaard Consulting Associates Inc.148 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach As we work with the City on planning exercises,we will work to clearly identify gaps in the system that can enhance bicycling.These may not only be facility gaps but intersection delays,needed lighting,conflicting vehicle movements,information and way-finding gaps,etc.Some of the strategies that can further enhance Miami Beach's streets and intersections for bikers include: • Bicycle boulevards • Bus-bike lanes • Cycle tracks • Shared-use markings • Median lanes • Contra-flow lanes • Bike signals • Multi-use paths • Bike jug-handles • Bike stations We will work with the City and committee to test these strategies and how they might fill gaps in Miami Beach by showing how best practice examples from around the county have been applied. Traffic Impact Studies Traffic studies are at the heart of many decisions on land use and street design.Nelson\Nygaard has developed several tools that adjust typical trip generation rates to quantify the impact of a development's location,physical characteristics and TDM strategies.We will review the technical traffic impact studies to make sure that they follow the Miami Beach Traffic and Neighborhood Impact Study Methodology and will provide input to the Administration.We will pay special attention to the adopted generation rates to make sure they are appropriate for the location of the development.As an example,the Institute for Traffic Engineers'(ITE's)Trip Generation,which are the most commonly used rates,are appropriate for auto-oriented,stand-alone suburban sites but not for downtowns and areas with good public transportation. Cost Estimates for Implementation, Operations and Maintenance We will research and assign unit costs to the community-preferred designs,based on approved sources.We will calculate these unit costs of implementation and maintenance by the estimated quantities of the components of each of the projects.As an example,complete street components evaluated would be linear feet of roadway striping,number of signs,linear feet of curb and sidewalk,number of pedestrian islands,etc.,to estimate the costs of improvements per corridor. Nelson\Nygaard Consulting Associates Inc.149 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach 2. TRANSIT OPERATIONS PLANNING While Metro-Dade Transit has lir conducted a comprehensive service ® ipirr analysis(COA)in 2015 that will likely affect bus routes in Miami Beach,a ifIrTIE key piece of understanding how . .., 4- _ Miami Beach's trolley can be •�4, { improved—as well as its streets and - AMer „h, ..f , • r amenities—is understanding regional , �%^ 0 transit operations.For this subtask, i � —. •` Nelson\Nygaard can draw upon its �,� �. --'---,, strong relationships with MDT to �.`' IMP. ' develop acost-effective evaluation of current and likely bus transit N.>; 3 ,' INF _.. operations in Miami Beach before 0 �•. , V;m drilling down on trolley operations. -V -c;— We will collect data from MDT and '"_� --- the trolley to understand ridershipM ____ tr.hablw y patterns and service productivity so """"'"""°""""'"""° .....4 ...4 ... 1' wk.,, that we can understand underlying may/ *„o.o system strengths and weaknesses.We will prepare simple route evaluations to understand each route's intended market and role within the overall * . l. system of Miami Beach.The route- level analysis will also present . '.c"�" ' "" operating characteristics of each route Sample Ridership Analysis by Nelson lNygaard and segment,evaluate demand (ridership)along each route,and determine if the route should be examined more closely for possible redesign,elimination,enhancement,etc.The analyses will be based on a number of factors,including service characteristics,ridership volumes and patterns,compatibility with other street functions,amenities,and other factors relevant to the creation of Complete Streets. 3. FACILITIES PLANNING & DEVELOPMENT Our team portafolio includes numerous transportation related facilities ranging from large-scale planning to terminal and station al 4'. :41k- designs. IS designs.Our holistic approach integrates 1.Ili T r.- 1 airports and transit systems with the travelers .1. i iiiimillie they serve,thoughtfully connecting terminals a �,; = ,x�y and stations to their context and providing an . 4 ,, `z''' -- accessible,safe and comfortable experience. ,.. "4111411) 1 - . aptoplig=. From pre-feasibility studies to building design, :'"`— 1111 ' _ n =-. - `. from renovations and expansions to new - ,__'`� _ ----- buildings,our transportation experts work NelsonlNygaard Consulting Associates Inc.150 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach with our clients to develop planning and design solutions that address the unique requirements of each project. Our team offers services including transit planning,transit-oriented development and station design,airport landside and terminal planning,programming,architecture,interior design, branded environments,planning+strategies and urban design. 4. PUBLIC PARTICIPATION The keys to a successful public involvement process are clarity and continuity.Clarity implies that the PA R K public understands the purpose of the meetings they P NEW HAVEN are asked to participate in,the expected outcome of Mobility Study each meeting,and how meetings relate to one another.Continuity implies that there is a logical Open House sequence to the meetings and that the information is traceable from meeting to meeting.When these two conditions are met,trust and goodwill are developed as a result of process transparency and a clear understanding of the issues at hand. _ ••»•s.i Public Education Campaign and Outreach Materials 6 The Nelson\Nygaard team is prepared to help develop a public education campaign and outreach materials to educate the community about topics like , _ • MOBIUTY STUDY • Complete Streets and how this project and other • • • :s • efforts in Miami Beach are implementing multimodal soluions.The education materials will be developed to complement the other public participation and outreach efforts of this project,as well as to build --w--es tumn V., _ support and momentum for the implementation of Recent flyer for NelsonlNygaard's Mobility Study in the master plan.Implementation of Complete Streets Downtown New Haven,CT can be a significant paradigm shift for some residents,so our education materials will emphasize why it is important to balance all modes of • •• � transportation and how this balance is achieved.This > it task and the materials will be developed and refined in close collaboration with City staff. Mobile Workshops Miami Beach is a place that correctly embraces fol+' community input.We seek to supplement the city's lyN workshop" established efforts with the"mobile concept.A mobile workshop enables our team to 2.000 9 000 19,000 22.000 P .arw.. a.*rot w. Okra. V101111we Writ integrate into other existing events,rather than creating a whole new outreach effort.We intend to Sample Outreach Graphic,Nelson\Nygaard make planning projects very accessible and simple Nelson\Nygaard Consulting Associates Inc.151 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach for the public to play a part by having a presence at existing meetings and events,including community briefings,farmers'markets,street events,road races,etc.Our simple format employs interactive maps,guides,and touchpad-based input tools stationed at a simple table with visible pop-up tent,all quickly packed into and out of a van.We have employed this approach to great success in Boston,Columbus,Washington DC and other cities.We'll often use the mobile workshop station as a springboard for other interactive events.These include leading walking audits with City staff,local leaders,and the public,where attendees discuss problems and solutions for improving safety and mobility for all users of the streets and intersections. Nelson\Nygaard team members have conducted dozens of walking audits in communities throughout the United States.Because we expect that Miami Beach residents are highly interested in public involvement on projects,we can have several team members available to simultaneously lead groups during any walking tour. ..._.._ . z . a.at• ..r itiiii,..,„.-1. .--i,- 0 --___. . , .k . ithitts 1 ,_ ,, ..„ ,. Alar _. ",......,, 1.,, p.• '..-.S-4/ . .-N . y.. Ja,..., . -© �I ".' 1` i Recent mobile workshops(Amherst,MA and Washington,DC),Nelson\Nygaard Community Workshops Workshops often represent the major public involvement events necessary to develop plan components,to share and solicit feedback from the public,and present draft plans.We frequently use a charrette process,where the meetings for development of the plan—and much of the production work—takes place in a compressed period of time of about a week.We recognize that Miami Beach's citizens are familiar and comfortable with this format as evidenced in other recent planning initiatives. Typically,a workshop would include a presentation about the goals and objectives for the project including the principles and benefits of complete streets or multimodalism.We then facilitate and observe visioning and prioritization exercises where citizens and team members discuss problems and solutions for improving safety and mobility for people traveling in Miami Beach by all modes of transportation.Meetings also typically include a community design session,when participants sit around tables in small groups and mark up maps with their recommendations for improving access,safety,and mobility on streets in Miami Beach. Nelson\Nygaard Consulting Associates Inc. 152 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach Community Surveys 6.1 prefer to pose bury stmt.: *as a+we.*pra.mentamie.mxk uwwae. *IA a praerr»e goOessOusa,6 The Nelson\Nygaard team can create and '>r""Cefe1 °`''"t'°""9May """"°In. cars) distribute a survey with an online option toI . collect community travel habits and additional '" 3. I i input for the development of any mobility plan. - —� We find that surveys are important because not all community members are able or willing to attend large public workshops.While Miami �°'e.�ew~w"° protect U� aM`"' n wng Beach residents have participated in many 61 prefer to perk m,ere r surveys recently,we attempt to inspire yrp„,e,,Its(.mew*cowed,a,,way e,r,f.p..ge,,,,MC*.e,.01., participation with questions about vision and err"s " goals as well as specific items related to policy i and street design.Surveys should be fun,brief, and informative to encourage people of all ages, . +< backgrounds to participate at mobile -1 workshops,charrette workshops,and online. nomji— mma .._amb..coveted ha,p.m Yang .iwh0abolo paking We have the capability to staff the meetings with team members fluent in Spanish,as well as Sample Online Visual Preference Survey,NelsonlNygaard to translate the surveys in Spanish,if required. 5. FINANCIAL PLANNING AND ANALYSIS Successful implementation of our plans is the greatest challenge for any planner.The Nelson\Nygaard team sees its plans become reality regularly because we do not allow ourselves to work impractically.Far too many plans become visionary without enough ability to hit the streets running.While good transportation plans must have a forward-thinking vision that ensures they are only the beginning of a process,we are well-grounded in the realities that City staff, lawmakers,business-owners,and landowners must face every day.A good financial plan requires an achievable capital plan that is accompanied by real on-going maintenance and operations costs which acknowledge the realities stakeholders will face once we are done.Implementation steps and timelines must be grounded in a sequence that is realistic,given time,budgets,and regulatory constraints. Capital, Maintenance/Operating Costs,and Funding Plans We can develop not only financial plans that will present capital costs,ongoing maintenance and operating costs,but also the party that will be responsible for funding the costs.A financial plan should outline the costs associated with individual project,as well as potential costs and strategies for long-term projects.For example,we can quantify the costs for the development of a completed citywide bicycle network,but that network would be implemented over a period of years.In this case,we would also propose annual funding levels that would allow the system to be developed over a set number of years. For each of these measures,we will also propose potential funding sources.This may mean becoming involved in discussions on topics about revenue capture(such as tax increment financing)that relate to local funds.It will mean helping Miami Beach understand the Federal MAP21 funding streams. NelsonlNygaard Consulting Associates Inc.153 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach 6. ENVIRONMENTAL SUSTAINABILITY ANALYSIS At the forefront of recent transportation debates has been the impact of greenhouse gas(GHG) emissions on global climate change.Recent debate has minimized public fears somewhat,even though the scientific community is nearly unanimous in its conclusions about the ill-effects of tailpipe emissions on the planet.Miami Beach is at the forefront of the sea-level rise debate, already working tirelessly to mitigate growing impacts and create resilient infrastructure. However,there are many other local impacts of GHG's that should trouble Miami Beach's residents as much as global climate change,including increased asthma rates along high-volume roadways,local smog effects,and water pollution from particulate runoff. Furthermore,the extra space needed to accommodate automobile travel and parking means greater building heating and cooling costs due to reduced density;increased remote pollution impacts from paving materials production;and greater fossil fuel consumption and utility distribution costs to serve auto-oriented land uses. Nelson\Nygaard will work with the City to identify clear policy and infrastructure gaps that are contributing to adverse climate change,supporting reviews of future development impacts with GHG models,such as the Federal URBEMIS air quality model,which includes trip generation factors that compact,walkable development can mitigate. Nelson\Nygaard can also work with the City on green streets infrastructure improvements that mitigate storm surge effects and runoff pollutants,identifying opportunities and constraints for including vegetated swales,flow-through planters,and other LID features within the available right-of-way of existing streets. Liv g Avenue [tEW iICS Fut** tele SYr.•,,.p.ill...ro. O a.•,i..0...0.1n1,..”.•m,.a 0ct uvqA. ...ca.mt of pow*,r•ue..0i Treat OM.. . ro . .,...m4..05.5.0 mat . ism 409410 ono•••••.Mp•cYa b M1 ,, `Ir. • ,. 4 CROSS SECTION AND PLAN VIEW OF A LIVING AVENUE •• - , k r (PROPOSED) . ... .. 4 `�r� ? - Ar •• ••.•> a• .• • • ' 11 Or .u•.nn0•.Cr.}m 0M. rai•� it/a� ... � TM.os*V Orr:�•v.cra .r!' ui • Eau,.•Dimnocr,0,...5N1 Aa...r .10•A.M,rM GMa.M.Oo..trea0045,0550. ..t 600. 6111111 ,r...J=....= • —�.•.....r. //— E•M.,,, • Y.r. �w �• ' ,, _ ...9. O O ••0• te i=r—•— ...N 'nMO.. O•rtMr • Lyre UrnV m 0 0 ' 'C.O. Ts' 4.5 .r 500 S' M Sample Design Standards,Gladstone MO Source:Gladstone Village Center Transportation Study.Nelson\Nygaard NelsonlNygaard Consulting Associates Inc.154 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach 7. TRANSIT INTERMODAL FACILITY DEVELOPMENT Our holistic approach integrates transit systems with the travelers they serve,thoughtfully connecting terminals and stations to their context and providing an accessible,safe and comfortable experience.Public transit is by its very nature sustainable—it reduces automobile use and carbon emissions and encourages walkable neighborhoods that limit urban sprawl.From planning to detailing we take a holistic approach to transit with one ultimate goal:to increase • ridership.We accomplish this by providing patrons with high-quality stations that are unique, accessible,safe and comfortable. Our comprehensive strategies improve mobility and accessibility while enhancing the scenic, aesthetic,historic,and environmental qualities of a place.The integrated approach our teams take means that each project becomes a catalyst for mindful growth,distinguished by inspired • architecture and offering a place of connection and social interaction. The size of transit hubs and the features that they provide is typically related to the location, ridership levels,and bus service levels.Transit hubs at lower ridership locations are often simple on-street facilities with few amenities.At very high ridership locations,transit hubs can be very large facilities with climate controlled passenger waiting areas,parking,transit information,and complementary joint uses such as day care centers and convenience stores. A potential intermodal transit facility in Miami Beach should give the opportunity to riders to transfer from transit to other modes(e.g.motorized vehicles,car share,bike share),and among transit modes serving the City,including the proposed light rail/modern streetcar connecting Miami to Miami Beach,the Miami Beach trolley loops,the South Beach Local and Miami-Dade Transit buses.Once the modes are identified,the design of the facility needs to respond to the possible intermodal movements and user groups,as well as the issues that might be face by each of these groups(e.g.ADA requirements).Intermodal movements include accessing to the transit facility as well as moving around it. The location of the facility might require addressing opportunities to better distribute passengers and transit routes.We will examine bus circulation changes that would include the models discussed above and evaluate impacts on bus operations,passenger convenience,urban character, other uses at hub locations,and other relevant factors.For each of the promising circulation alternatives,we will also identify desirable passenger facilities and amenities such as shelters, signage and passenger information(including real-time passenger information),and streetscape improvements.We will identify the desired features and changes at hubs and at other locations, as applicable,including: • Expanded shelters .. „ ' • Lean rails to efficiently increase comfortable ° - passenger waiting areas r .yam • Curb extensions at approaching crosswalks - o • Wayfinding signs to and from nearby • j I, destinations •� • Landscaping it f 1 • Wind,rain and sub protection ' ,� Outside of core corridors,we will examine the �` development of secondary transit hubs/intermodal .ter_"'- gs : On-Street Transit Center(Lowell,MA) NelsonlNygaard Consulting Associates Inc. 155 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach centers to serve as focal points for area transit services,and that would be served by a variety of transit services. These include major trunk services that provide connections between transit centers and downtowns and between the different transit centers,local bus services,flexible services,and private carrier services. 8. URBAN DESIGN The successful design of multimodal ,; transportation facilities is at the heart of ._ what Nelson\Nygaard and Perkins.+Will are all about.Countless bus stops,rail l • stations,bikeways,sidewalks,streets,paths, I:'. ,,. :_ ► - shared street,intermodal centers,and more have been part of our practices for decades. '1 - The sense of place is paramount in good ,." transportation design.We provide expert design skills with the intent of creating places that people enjoy,rather than facilities that move units. Our interdisciplinary team weaves public spaces,diverse uses,and memorable context into a distinctive pattern of place.We bring design experience and sensibility to the form of cities,the fabric of urban life,the process of engagement and the policies of implementation.Our work enriches lives through the design of extraordinary places,focusing on the best qualities of urban life. We create sustainable city environments and enduring places of beauty that transform our everyday lives.Our designers work in places of magnificent urban opportunity that demand creativity in tackling growth,transformation,leadership challenges,and community passions. We envision flexible solutions that anticipate future change.We establish thevision,identify the means,and develop a framework for action,generating long-term economic,social,and environmental value for private and public clients and communities.We take special pride in urban design's global potential for positive change,and we are distinguished by our commitment as leaders in sustainability. 9. TRANSIT ORIENTED DEVELOPMENT Regardless of the potential for multi-modal improvements in Miami Beach,ignoring the effect of land use decisions on transportation choice and travel patterns would be short-sighted.The demand for any form of transportation rests solely with the land uses that generate residential, commute,shopping,tourist,and other trips.It will be paramount for Miami Beach to be clear about emphasizing the types of land uses that support alternative modes—the aim of transit- oriented development.Nelson\Nygaard is a nationally-recognized leader in transit-oriented development planning.We know that multi-modalism increases when following these basic land use principles: • Creating a matching live-work mix locally • Providing a sufficient mix of affordable,locally-serving retail • Increasing residential density • Promoting a horizontal and vertical mix of uses NelsonWygaard Consulting Associates Inc. 156 General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach ■ Concentrating density near Caevendonel Oirsekko,,,,■ transit nodes ■ Limiting the geography fortttt`ta f- �1 exclusive residential use 1 --- ■ Integrating a minimum but restricted amount of open space Mind We,irk Once District The character of built form is an ttV ' I-- important factor,especially for -■ pedestrians who are particularly Trukit Worsted Devil_-- sensitive to building presence and tt - ) "�.... aesthetics.Factors for consideration : = ^� may include: �■-� l • • Reduced set-backs • Reduced parking requirements • No front yard parking Example Development Patterns with Relation to Parking and • Shared parking Trips,Nelson\Nygaard • Facade design guidelines • Façade enhancements • Greenscaping • Doorway design • Garage entry standards We expect that part of identifying opportunities for land use and design policies will require educational sessions with stakeholders that demonstrate the benefits of improved transit-oriented policies and regulations,particularly those regarding parking requirements.Our team includes national leaders who regularly teach the importance of better land use planning. 10. PROJECT CONTROL AND MANAGEMENT Nelson/Nygaard has successfully managed many transportation planning efforts and transportation-related projects throughout the country,monitoring the schedule,cost and quality of all tasks and subtasks on each and every project while closely coordinating with the client, stakeholders and team members. Project management shall include but not be limited to,the following tasks: 1. Coordination and reporting of conference calls/meetings between the consultant team and the City of Miami Beach to discuss study progress,as well as with stakeholders chosen by the City. 2. Provision of monthly progress reports and invoices to keep the project on schedule.Each progress report will include: a. A summary of progress and accomplishments over the month,including discussion of major tasks and deliverables completed. b. Explanation of contract management activities complete with backup documentation showing hours worked,hourly rate,staff person,and title. Nelson\Nygaard Consulting Associates Inc.157 General Transportation Planning and Traffic Engineering Consultant Services I RFO City of Miami Beach APPENDIX A Exceptions Memo Nelson\Nygaard Consulting Associates Inc. NELSON NYGAARD MEMORANDUM To: Whom It May Concern From: Paul Jewel, Managing Director Date: July 11, 2017 Subject: RFQ Exceptions City of Miami Beach RFQ No. 2017-126KB General Transportation Planning and Traffic Engineering Consulting Services on an "As-Needed Basis" To Whom It May Concern, We have reviewed.the RFQ and sample agreement provided, which is primarily related to professionally licensed services and construction design. If selected, Nelson\Nygaard finds the RFQ provisions as a good basis for negotiation and in particular would like to request a form of agreement that reflects planning services and to discuss certain contract terms including; allocation of liabilities, insurance provisions, ownership of documents and intellectual property and the relationship of scope to schedule and compensation. Specific insertions and deletions to the provided sample agreement have not been included as the volume of changes would suggest that another agreement format for planning services would be helpful to both parties. Sincerely, 7-Podk0 Paul A. Jewel Managing Director 116 NEW MONTGOMERY STREET,SUITE 500 SAN FRANCISCO,CA 94105 415-284-1544 FAX 415-284-1554 www.nelsonnygaard.co m General Transportation Planning and Traffic Engineering Consultant Services I RFQ City of Miami Beach APPENDIX B Resumes Nelson1Nygaard Consulting Associates Inc. Zabe Bent I ,1 NELSON Principal NYGAARf) Zabe Bent has more than 15 years of experience in multimodal transportation planning and urban development. She is skilled at project rr management, conceptual design, transit service planning, and 1 - T communications. She has also managed a range of public agency efforts la including San Francisco's congestion pricing feasibility study, the update • • f to the long range countywide transportation plan, as well as various bus - ; e rapid transit studies and neighborhood transportation plans focused on * delivering near-term safety, performance, and access improvements. Zabe also uses her experience at a funding agency to offer insight on positioning projects for opportunities to advance toward successful implementation. EDUCATION MST,Urban Transportation Systems,Massachusetts Institute of Technology,2004 MCP,International Development&Regional Planning,Massachusetts Institute of Technology,2003 BA,Pan African Studies,Barnard College,Columbia University,1996 EXPERIENCE Nelson\Nygaard Consulting Associates,Inc. Principal,2014-Prosont Selected Projects • Fayetteville Mobility Plan,City of Fayetteville,AR(2016-Ongoing).Manage update of multimodal mobility plan,including assessment of downtown parking needs,streets plan typologies, network connectivity analysis for existing and new development areas,and public/stakeholder engagement. • PIaNYC Strategic Plan Update,New York NY(2015-2016).Support development of an update to the PIaNYC Strategic Plan.Responsibilities include developing research briefs on existing issues and emerging concepts in non-traditional transportation,such as metrics and trends in carsharing, microtransit,bicycle network expansion,etc. • GoBoston 2030,City of Boston Mobility Plan,Boston,MA(2016).Strategic advisory for Co Boston 2030,a generational update to the citywide transportation plan,with crafted public engagement and amazing quantities of"big data"to inform both current patterns and future conditions. ■ Alameda Countywide Transportation Plan,Alameda County,CA(2016).Principal-In-Charge of effort to update 3o-year blueprint to guide investment in the County's transportation system.Synthesis of ongoing mode-specific modal plans,an integrated evaluation framework,focus groups and white papers on key topics,including equity analysis,freight transportation needs,effects of land use,etc. ■ Downtown New Rochelle Circulation Study,New Rochelle,NY.(2015).Traffic analysis and trip generation to support development of a plan for accommodating growth in the City's downtown areas, developing welcoming gateways,and solidifying connections to and within the downtown. • Broadway Complete Streets Plan,Sacramento,CA(2014-2016).Project manager for technical review of complete streets vision,with improved,multimodal safety and connectivity requiring conceptual design,traffic analysis,and outreach for neighborhood,business,agency,and advocacy groups.Prepared Active Transportation Program grant,winning top-ranked status for funding and implementation. ■ Geneva-Harney Bus Rapid Transit Feasibility Study,San Francisco,CA(2013-2015). Agency project manager of study to evaluate BRT alignments and rail concepts to deliver improved transit service in underserved areas and provide new connections to areas targeted for redevelopment.Included multi-jurisdictional coordination among multiple cities and transit providers,as well as outreach. PREVIOUS EXPERIENCE San Francisco County Transportation Authority Principal Transportation Planner,2007-2012;Senior Transportation Consultant/Planner,2005-2007 N Zabe Bent Principal • San Francisco Transportation Plan 21mo.Launched San Francisco's first update to the long-range countywide transportation plan.Led framework design,analysis,outreach,and interagency coordination for the city's 3o-year blueprint to guide investment in the transportation system.Managed several related studies,including a circulation study of the downtown core areas,focus groups and white papers on key topics,including school transportation needs,freight transportation needs,effects of land use trends,etc. • Mobility,Access&Pricing Study,San Francisco.Project manager responsible for study design, model development,analysis,interagency coordination,and outreach for San Francisco's feasibility study of congestion pricing.Managed several related studies,including a comparative survey of spending patterns by modal choice,focus groups at key points during the study,microsimulation of key transit corridors,etc. • Geary Corridor Bus Rapid Transit,San Francisco.Delivered the Geary Corridor BRT Feasibility Study and launched the Geary Bus Rapid Transit Environmental Analysis as Project Manager.Includes analyses of rail-readiness,bicycle accessibility within the corridor,multilingual outreach to diverse populations throughout the corridor,connections to regional rail stations,and coordination with transit providers for 4-classes of service and local planning and development agencies.Project is currently awaiting final environmental certification in order to move into the design phase. • Mission South of Chavez Neighborhood Transportation Plan.Managed outreach,development, and analysis of design treatments to deliver near-term projects to improve pedestrian and bicycle safety, enhance transit access,and reduce traffic congestion in a dense neighborhood.Due to limited funding, study identified opportunities to implement project elements as part of private development and public activities within the study area.Multiple components have been delivered or advanced as a result. • JFK Blvd Road Closures(Car-Free Saturdays).Managed study of potential impacts of closing key roadway through Golden Gate Park to cars on Saturdays,in addition to Sundays.Analysis included traffic, bike,pedestrian,and parking analysis in and around the park,using both volume counts and intercept surveys.Saturday closure was successfully implemented in 2013. US DOT Volpe Transportation Systems Center,EG&G Technical Services,Inc./Chenega Advanced Solutions&Engineering,LLC,Cambridge,MA Analyst,2004-2005 • Provided technical guidance to federal,state and local agencies including:guidance on ITS needs and options for National Parks in the US;implementation plan for alternative transportation systems at parks, including route planning,impact assessment;toolkit for navigating federal environmental approval process;and handbook for security-oriented design of public transport infrastructure. SELECTED PRESENTATIONS, PUBLICATIONS, & MEMBERSHIPS • Analyze This!Workshop Facilitator.Workshop on new styles of analysis for practice and implementation, through case study approach.Annual Meeting of Transportation Research Board.Washington,DC,2016. • The State of Complete Streets.Developed in coordination with Karina Ricks,Nelson\Nygaard Consulting Associates.Presented at the American Public Transit Association Bus&Paratransit Conference.Kansas City,MO,2014. • Congestion Pricing Initiatives in San Francisco.Presented at national,and international conferences, including Urban Congestion Conference International,Sydney,Australia,2011(Keynote Speaker). • Exploring Parking Pricing for Congestion Management Using the SFCTA Activity-Based Regional Pricing Model.Coauthored with Lisa Zorn and Elizabeth Sall.San Francisco County Transportation Authority. Published for the TRB Annual Meeting,Washington,DC,2011. • Modal Choices and Spending Patterns of Travelers to Downtown San Francisco,California:Impacts of Congestion Pricing on Retail Trade.Coauthored with Krute Singa.San Francisco County Transportation Authority.Published and presented at the TRB Annual Meeting,Washington,DC,2009. • Full-Featured BRT for San Francisco:Toward a Comprehensive Planning Approach and Evaluation Framework.Coauthored with Rachel Hiatt and Krute Singa,San Francisco County Transportation Authority.Published and presented at the TRB Annual Meeting,Washington,DC,2008. • Member:TRB Standing Committee on Transportation Planning Applications-ADB5o,2016-2018 Page 2 Jason Schrieber, AICP NELSON NYGAARD Principal With 20 years of private and public sector national experience, Jason has become a specialist in understanding how transportation infrastructure affects a community's economic prosperity, environmental impact, and overall health. Recent work includes evaluating the economic impacts of streetcar lines, multimodal strategies to stimulate downtown development, intersection improvements to maximize person trips,land use and demand management programs for net zero climate impact, the integration of priority transit into existing downtowns, and progressive parking management frameworks. Jason works to carefully balance the often competing needs of residents, developers, and local government, identifying opportunities to work in partnership for a greater mutual gain. EDUCATION Bachelor of Science,Urban Planning University of Massachusetts,Amherst EXPERIENCE Nelson\Nygaard Consulting Associates Inc. Principal,2006—Present • Go Boston 2030,Boston Transportation Department,Boston,MA.Serving as the lead planner for Go Boston 2030,working through close collaboration with concurrent processes that crafted public engagement and digested amazing quantities of 'big data"to inform both current patterns and future conditions. • Transportation Master Plan,City of Fayetteville,AR.In charge of a notable re-direction in transportation policy and design for the region,building upon recent trail infrastructure,downtown infill development,and broad desires to calm traffic.Incorporates extensive outreach to build analytical framework for re-evaluating road building priorities in light of equity and safety concerns. • Edmonton City Centre Redevelopment,City of Edmonton,Edmonton,Alberta,CN. Winner: 2014 National Urban Design Award,Royal Architectural Institute of Canada.As project manager, prepared a detailed transport master plan for the purpose of transforming the approximately 217 hectare Edmonton City Centre Airport into a sustainable community.The carbon-neutral plan of new LRT,tram, bus,bikeways,and parking management systems fits within a complete streets"family"oriented around new open space and water features that meet at a dense mixed-use"town center." • Bridge Street Corridor,City of Dublin,Dublin,OH.Honorable Mention:2012 CNU Charter Award.Coordinated a team of planners and designers to develop this growing district's transport network, including streets of varying cross-section"families,"active transportation networks,new parking policies, and dedicated transit,along with progressive modeling techniques to support the plan.Construction is now beginning. • Chicago"Southworks"Parking,TDM,and Trip Generation.Chicago,IL.Developed the parking, transportation demand management,and transit strategies for South Chicago's LEED-ND initiative,and then modeled the trip generation to more accurately evaluate a new streetcar system,transit extensions, and the design features of the new urbanist neighborhood design.The reduced trip-making estimate now sustains a greater level of density. • Portland Peninsula Transit,City of Portland,Portland ME.Led the development of transit system changes,multi-modal access strategies,TDM programs and new parking policies to help the downtown embrace growth without compromising the character of the historic peninsula.Since the plan,the recommended TDM ordinance was adopted,parking cash-out was implemented by the Maine Medical Center,and Jason is now helping implement the recommended Congress Street bus priority corridor. N NELSON NYGAARD Jason Schrieber, AICP Principal • University of Arkansas Transportation Plan Update,Fayetteville,AR.Project manager for updating UA's transportation plan,including strategies to better connect new off-campus housing with the campus core,determining right-of-way for competing modes across the historic campus,and more strategic investments in off-campus walking and biking connections,coordinating better with the region's extensive off-road path system. • Hermann Park Master Plan,Hermann Park Conservancy,Houston,TX.Developed multiple intersection and street re-designs to improve edge conditions and park access,including removing a dangerous traffic circle with a simple four-way intersection,supported by a needed arterial road diet, restoring a historic but underused gateway to its former prominence. • Gainesville Innovation Square,FL.Led a parking and transportation analysis of this redevelopment that will bridge the gap between downtown Gainesville and the University of Florida.Developed innovative shared parking district based on a multi-modal evaluation and tiered TDM lease commitments. • Columbus Short North Parking Study,Columbus,OH.Principal in Charge for a comprehensive approach parking management,supply and provision evaluation in this vibrant district.The plan created a shared parking strategy and key multimodal investments that will continue to reduce strain on the District's parking system—including streetscape improvements,demand management measures,and wayfinding. • Bonanza Park/Lower Park Ave Transportation Strategy,Park City,UT.Assisting City leadership with the necessary mobility strategy to embrace massive tourist pressure resulting from Vail's acquisition of the Mountain Resort while respecting historic patterns and preferences. • Denver,CO.Led an effort to implement on-and off-street parking management policies and TDM programs at a suburban TOD next to the new Belleview Station.This effort integrated directly with Nelson\Nygaard's recent TOD station typology work for the Denver RTD. PROFESSIONAL MEMBERSHIPS AND AFFILIATIONS • American Institute of Certified Planners(AICP),Certified Planner • Association of Pedestrian and Bicycle Professionals,Member • Congress for the New Urbanism,Member PREVIOUS EXPERIENCE City of Cambridge,MA Transportation Planning Manager,Traffic,Parking,and Transportation Department,2000-2006 • Transit-Oriented Development Planning and Design.Oversight for several large land development projects in Cambridge that required skillful negotiation and management of architectural designs, transportation analyses,zoning compliance,and community process.Notable projects include the 5.5M SF mixed-use North Point TOD that brings transit access to a brownfield site.Included establishing the project's analysis framework,build-out thresholds,infrastructure mitigation,and design requirements. • Management of Public Processes.Coordinated development review of over 12M SF of public and private commercial and residential development for multiple City departments,including transportation, community development,public works,building,zoning,licensing,fire,and police.Evaluated and certified over So transportation impact studies and EIR's.Developed planning board special permit conditions for over 6o large projects.Managed outreach to residents,neighborhood workshops,and public presentations. • Multi-Modal Transportation Design.Specified designs and requirements in construction documents for over too off-site pedestrian,and bicycle infrastructure improvements by developers and the City. Included safety reviews,zoning&ordinance compliance,ROW requirements,ADA compliance,multi- modal access dimensions,setbacks,fire access,drainage,etc.Detailed streetscape design. Cambridge Systematics,Inc Associate,1994-2oo0 Page 2 RalphRalph DeNisco NELSON Principal n v c A n R o Ralph has almost 20 years of transportation planning experience, with a y��rs history of successfully implementing a variety of transportation projects in t' 1 challenging environments. Working as project manager or providing technical advisory, Ralph has channeled his understanding of interrelated $ transportation issues into programs able to win both community and agency _ w support. In his 10 years as senior transportation planner in the City of :firm 4) Boston's Transportation Department,he negotiated parking requirements with fi developments large and small and wrote many of the development review policies and procedures still in use today. Ralph has successfully led complex design, planning, and development efforts in Boston and around the country. He recently led the permitting for 1350 Boylston and is involved in the GoBoston 2030 Mobility Action Plan. EDUCATION M.A.,Urban Affairs,Boston University Metropolitan College BA.,Economics,Boston College EXPERIENCE Nelson\Nygaard Consulting Associates,Inc. Principal,2013-Present;Senior Associate,2010-2013 Select Recent Projects • GoBoston 2030—Urban Mobility Action Plan,Boston Transportation Department (Boston,MA)2014—Ralph served as a project advisor for this project,contributing to an innovative and comprehensive data collection and analysis effort drawing on a diverse array of regional resources.The final plan incorporates extensive public involvement to examine Boston's multimodal transportation system,from a spatial City-wide`mobility index"to transit capacity analyses. • Tulsa Downtown Walkability Study,Tulsa Downtown Coordinating Council (Brookline,MA)zo17—Ralph served as the project manager for this walkability study of downtown Tulsa,OK.The firm performed a preparatory corridor analysis that included a review and compilation of existing conditions and the development of preliminary,planning-level recommendations for an improved street network,identifying the number and direction of all driving lanes within the study area.A conceptual traffic analysis was also conducted by Nelson\Nygaard to ensure all of these designs are grounded in local conditions. • Fairmount Line Ridership Increase Recommendations,Boston Foundation(Boston, MA)Ongoing—Ralph is serving as project manager for this project to increase ridership on the Fairmount Line,as part of a larger reinvestment in the corridor.This project is focusing on improving station access,increasing awareness of the benefits of the line,improved integration with bus/rapid transit network,targeted service improvements,and reducing operating expenses. • Chelsea Downtown Planning(Chelsea,MA)Ongoing—Ralph is serving as project manager for a critical first step in the continued revitalization of Broadway and downtown Chelsea.This circulation plan will develop strategies to improve multimodal access and mobility throughout the downtown,to support the larger goals of enhancing the community—economically,aesthetically, and in terms of better circulation and safety for all modes. • Narberth Parking Study,Borough of Narberth(Narberth,PA)Ongoing—Ralph is serving as project manager for this comprehensive parking study to address the borough's parking issues,including a scarce amount of dedicated off-street facilities for residential and commercial uses. • MBTA Operations and Service Development GEC On-Call(Boston,MA)Ongoing— Ralph is seeing as project manager for this on-call,general engineering contract for the MBTA for system-wide operations and service planning. N NELSON Ralph DeNisco Principal ■ Brighton 103-113 Washington Street,Brookline Development Corporation (Brookline,MA)Ongoing—Ralph is serving as project manager providing transportation planning for this redevelopment project in Brookline,MA. • Everett Square Streetscape Redesign Plan,City of Everett(Everett,MA)zoi5—Ralph served as project manager for this and developed a thorough evaluation of access to the study area and circulation within it by all modes of transportation,including origin-destination patterns, areas of delay and conflict,and notable system gaps. • Alston I-go Interchange Review,City of Boston(Boston,MA)zoi6—Ralph served as project manager for the transportation component of a placemaking report providing guidance and recommendations for the redesign of the transportation infrastructure in and around the I-90 Allston Interchange,former location of the Beacon Park Rail Yard. • Manchester Multimodal Transportation Planning Project,South New Hampshire Planning Commission(Manchester,NH)Ongoing—Ralph is serving as project manager for the transportation component of this plan to improve multimodal connectivity in Manchester. With the arrival of Capitol Corridor rail service and an updated multimodal network,Manchester is well-positioned as an attractive alternative to Boston for young professionals and entrepreneurs. • Connect Columbus Multimodal Transportation Plan,City of Columbus(Columbus, OH)Ongoing—Ralph is serving as the deputy project manager to develop a comprehensive multimodal transportation plan,creating a citywide vision while establishing the departmental policies to implement it.Ralph has helped to bring together diverse stakeholders in multiple week- long public workshops,and the project team has led innovative mobile workshops across the city. • Everett Transit Action Plan,MassDOT(Everett,MA)2016—Ralph served as project manager for MassDOT and the City of Everett to evaluate current transit service and long-term transit needs for this fast-emerging community.Geographically small and densely populated, Everett is close to Boston,yet lacks rapid transit,commuter rail,or even direct bus connections to central Boston.The Everett Transit Action recommended short-term improvements and long-term investments to ensure a connected future for Everett that supports changing land uses and economic growth.A bus-only lane was piloted on Broadway as an immediate action.It has been hugely successful and is being maintained indefinitely. • Union Square Redevelopment,Somerville Redevelopment Authority(Somerville, MA)2016—Ralph served as the Transportation Lead for this effort to develop a general plan and specific development scenario for Union Square in Somerville.The Union Square Neighborhood Plan,won the 2016 Urbanism Award from the Congress for the New Urbanism,New England.To help frame the future growth of Union Square,including a new rapid transit station, Nelson\Nygaard examined all movement and streetscapes and recommended transportation demand management policies and multimodal improvements to prioritize transit,walking,and bicycling.The progressive Union Square Neighborhood Plan was adopted by the planning board in May 2016.Ralph is continuing to work on the permitting of the US2 development program in keeping with the Neighborhood Plan. PREVIOUS EXPERIENCE McMahon Associates,Boston,MA Project Manager,2007-2010 Boston Transportation Department,Boston,MA Senior Transportation Planner,1996-2007 SELECTED LECTURES AND PUBLICATIONS • International Health Impact Assessment Conference(Quebec City,Quebec)2012 ■ Boston Society of Architects,Urban Dozen Pecha Kucha—The Value of Parking(Boston,MA)2013 • Build Boston,Transportation Oriented Development Principles(Boston,MA)2013 Nelson\Nygaard Consulting Associates,Inc. 12 Geoff Slater NELSON Principal NYGAARD —=m Geoff Slater has extensive experience throughout the United States and internationally that he brings to all of his projects, many of which have transformed transit services from very basic operations to mature, . •4 dependable transit systems. Geoff is nationally recognized as an effective and innovative service planner. Notable projects include a complete c transformation of Pittsburgh's transit service to provide better service at the • r„ same cost, the development of one of the country's first BRT lines (Boston's f , Silver Line), and the redesign of commuter rail service throughout post- ; apartheid South Africa. EDUCATION Bachelor of Science,Civil Engineering,University of Massachusetts-Lowell,MA EXPERIENCE Nelson\Nygaard Consulting Associates,Inc. Principal,2007-Present • MTA nMotion 2015 Transit Strategic Plan(Nashville,TN),Current Project-Project Manager. The Greater Nashville region is undergoing a dynamic transformation that has made it a much more attractive city for thousands of new residents.To match the improvements that are occurring in the city and the region,Nashville's MTA and the RTA of Middle Tennessee are conducting a Transit Strategic Plan to determine how to develop a"great transit system for a great city." ■ Fort Worth Transit Master Plan(Fort Worth,TX)2016-Project Manager.Fort Worth is one of the fastest growing cities in the United Station,and growth has outpaced the T's ability to expand service.The Ts new Transit Master Plan is designed to determine what be needed to provide truly great transit to the county's residents over the next 25 years,with a particular focus on what can be accomplished over the next five years. ■ Redesigning Downtown Transit: Providence Bus Service Improvements(Providence,RI), 2014-Project manager;developed comprehensive set of improvements to transform transit in downtown Providence and provide much better transit access to Providence from all parts of RhodeIsland. The planned improvements include new transit centers,the reconfiguration of bus service in downtown,Transit Emphasis Corridors to provide faster service to and from downtown,and provide better service within downtown and "superstops"to improve comfort and convenience. • Redesigning Kansas City's Downtown Transit,2014-Project Manager for the improvement oftransit service in downtown Kansas City. The adopted recommendations include a number f interrelated elements: (t)an intersecting trunk route service design to make service simpler and faster,to improve service within downtown,and to improve connections between other bus routes and streetcar service,(2)Transit Emphasis Corridors(TECs)to make service faster and more visible,(3)bus lanes within the TECs to make service faster and more reliable,(4)the consolidation of regular bus stops into more attractive stops along TECs to make waiting more comfortable and service faster,and(4)the development of a new transit center to improve connections between east side routes and shift many transfers out of the core of downtown. • Rhode Island Public Transit Authority Comprehensive Operational Analysis(Providence, RI),2013-Project manager;Study determined how to make transit service throughout Rhode Island and in the Providence area easier to use,easier to understand,faster and more direct,and better alignment with customer demand. • Kansas City Area Transportation Authority Comprehensive Service Analysis,2013-Project manager;Route changes were designed to build a stronger system through the development of a key corridor network,realigning sen-ice to improve reliability and directness,expanding service to new areas, consolidating duplicative services,improving express service,discontinuing poorly utilized services, adjusting senice frequencies and spans,while also reducing operating costs.To date,the changes have increased ridership by 5%even though operating costs were reduced by 2%. • Saint Paul Streetcar Feasibility Study(St.Paul,MN),2013-Project manager for an effort to develop a long-term streetcar network for Saint Paul and to determine the first line to be developed. The study is NELSON nv <n-10 Geoff Slater Principal using a three phase evaluation framework that began with an initial screening of most of the city's major arterials to develop shorter list of the most promising corridors. Potential lines were then developed to sent those corridors,and then evaluated in detail a range of criteria but with an emphasis on ridership and economic development The lines that would best accomplish those goals became the long-term network,and those lines are now being further examined to determine which should be pursued first. • Minneapolis-Nicollet Circulator Study/Central Streetcar Alternatives Analysis,Department of Public Works(Minneapolis,MN),2013-Led the screening and evaluation process to determine the most effective way to develop Minneapolis'first streetcar line,which will run from north of the city on Central Avenue and through downtown to south on Nicollet Avenue. • Fort Collins Harmony Road Master Plan(Fort Collins,CO),2013-Led the development of BRT alternatives for improvements to Fort Collins'Harmony Road Enhanced Travel Corridor. Work included the packaging of BRT elements,the development of BRT operating plans,and identification of changes to integrate Harmony Road service with other transit services. • Kansas City Downtown Corridor Alternatives Analysis,2012-Project manager;Led the development and screening of streetcar and enhanced bus alternatives for the,including the development of operating plans,to improve service between Kansas City's financial district and Crown Center.(The city is now proceeding with the development of streetcar service). • Beyond Boston-A Transit Study for the Commonwealth(Boston,MA),2012-Project Manager;Comprehensive evaluation of the Commonwealth's transit system.The Commonwealth's transit system,which is provided by 16 regional transit authorities(RTAs),should strive to provide more efficient, interoperable service to better meet our customer's differing needs.The study will incorporate an analysis of the operation of each regional transit authority,with the purpose of identifying ways in which the Commonwealth system can be improved to achieve greater efficiencies of service,and provide new or expanded services. • Peoria Multimodal Transportation Study(Peoria,AZ),2012—Project manager;Developed transit improvements for this rapidly growing Phoenix-area city that desires to grow smarter. Study components include improvements to local transit service,the examination of an extension of Valley Metro light rail senice and the development of BRT service,the development of a site plan for a new transit center in Old Town,and the development of bus stop improvements. • Greater Mankato Transit Redesign Study(Mankato,MN),2012-Project Manager for redesign of transit service in the Greater Mankato,MN area,including the development of BRT service between Minnesota State University.and downtown Mankato. • Providence Streetcar Alternatives Analysis/Environmental Analysis,Rhode Island Public Transit Authority,(Providence,RI),lou-Project Manager;Led service and operations planning activities for this Alternatives Analysis that examined the feasibility of streetcar service in downtown Providence,including integration with planned BRT service. • Pinal County Transit Feasibility Study(Pinal County,AZ),zoo-Project manager;Over the next 20 years,Pinal County,which is located between Phoenix and Tucson,is expected to grow from 250,000 residents to over kg million. This growth will place significant new demands on the county's transportation system,and the study is examining the feasibility of transit in the short-term and as the county grows,as well as governance options and implementation issues. • Port Authority of Alleghany County Transit Development Plan(Pittsburgh,PA),2009- Project manager;Plan entailed a complete redesign of the Pittsburgh,PA transit system. The changes completely transformed the system to improve service for existing riders,attract new riders,and meet the demands of Pittsburgh's new economy. The changes generated strong support from the system's riders,the city,and the county. In adopting the recommendation plan,the Board called the changes"historic"and "sweeping,"and editorials in both major newspapers endorsed the plan. Page 2 Drusilla van Hengel, PhD 7 NELSON Principal NYcAARD 4 , Dru has more than 20 years of academic and practical transportation planning and operations experience. Her consulting practice focuses on bicycle and pedestrian master planning and capital project development, r project evaluation, healthy communities, and safe routes to schools and '.4t, : S parks. Her academic background and public sector work in land development, traffic operations, and community planning provides a q unique perspective and rich depth of experience that has benefited communities across the country as they decide how to take their next move toward making walking and bicycling viable options for people of all ages and abilities. Dru's clients get built projects, implementable plans, and innovative practices. EDUCATION M.B.A.,Sustainable Business,Bainbridge Graduate Institute Ph.D.,Social Ecology,University of California,Irvine MA,Social Ecology',University of California,Irvine Psychology and Biology,Dartmouth College EMPLOYMENT Nelson\Nygaard Consulting Associates,Inc. Principal,2013—Present;Senior Associate,2014-Present EXPERIENCE Select Active Transportation Safety and Planning Studies Projects • Chico Bicycle Master Plan,(Chico,CA),ongoing.The City of Chico is developing an update to its bicycle master plan to initiate the development of a bike network that will appeal to people of all ages and abilities.Dru is the project manager for this plan,emphasizing completion of priority-bike networks, implementation of a variety'of facility types,and accessible communication of recommendations through the use of a visual language applied to the project website,public service announcements,and planning documents. Is Vital Streets,(Grand Rapids,MI),2017.Holistic multimodal transportation framework plan and guidelines uniting complete street design,green infrastructure,parking and transportation demand management with a consciousness toward enhancing social equity and success of all residents.Dru was the project advisor for integrating bicycle networks in the plan. • Safe Mobility Santa Ana Plan,(Santa Ana,CA),2016.This project aims to improve the safety of Santa Ana roads,with a focus on vulnerable roadway users.Completed in 2016,it includes a detailed analysis of crash data to identify trends and contributing factors in order to identify a list of locally suitable engineering,education and enforcement actions.The final plan includes a table of recommended projects as well as more detailed project cut sheets for 20 high priority locations.Dru served as project manager. • Silicon Valley Bike Vision(San Jose,CA),2017.Nelson\Nygaard conducted a high-level bikeway analysis of existing conditions in San Mateo and Santa Clara Counties,including mode share metrics,a collision analysis,an inventory of existing bikeways,and a summary of key gap typologies and opportunities.Policy and program criteria developed by the study will help the region accomplish greater biking mode share and achieve the community benefits also outlined in the study.Nelson\Nygaard debuted the report in a presentation at the 2012 State of the Valley Conference.Dru was the project manager. • TriMet Bike Plan,(Portland,OR),2016.The goal of TriMet's Bike Plan is to outline a clear strategy' for how the agency plans to better integrate bicycling with transit operations.Dru managed the production of recommendations for incorporating best practices related to inter-jurisdictional coordination,bike parking,in-and on-vehicle storage,bike share,measuring and monitoring,and shifting toward a bike-bus culture.Nelson\Nygaard's graphic summary of the plan is a key part of the Executive Summary'. • Pedestrian Action Plan,(Santa Monica,CA),2015.The Santa Monica Pedestrian Action Plan recommends strategic phased citywide and location-specific actions that will improve safety,access to NELSON tiv..aofJ Drusilla van Hengel, PhD Principal transit,and overall walkability.Dru provided project management and oversaw each step of the plan, including the coordination of four subconsultants,the City Manager's Office,and a multi-department project task force.Dm conducted the collision analysis and managed the development of priority policy, practice,program,and project recommendations holding the community and staff goals as paramount throughout.The City retained Dru when she left Alta to bring the project to Council adoption, demonstrating their trust in her insights to the City staff and community cultures. ■ Pedestrian Route Plan,(Memphis,TN),2014.Dru served as project advisor on this project while at another firm.This project utilized a data driven process to create an objective framework for identifying and prioritizing a multi-year project list of pedestrian improvements.Dru advised on the development of the method for assessing existing conditions related to demand for and supply of pedestrian infrastructure, the collision analysis,and the selection of new or refined agency processes to guide implementation. • Northwest Arkansas Regional Bicycle and Pedestrian Master Plan,(NW Arkansas,AR), 2014.Dru sen-ed as project advisor for this project,providing quality assurance and guidance on this significant project which developed a comprehensive approach to support walking and bicycling throughout the Northwest Arkansas region. • Rural Wisconsin Bicycle and Pedestrian Plans,(WI),2ot3.Dm advised the Shawano County Bicycle Pedestrian Plan,Kenosha County Comprehensive Bike Plan,and Whitewater Bicycle and Pedestrian Master Plan.They were transitioned to her for project management because of personnel changes,until each plan's adoption.The three Wisconsin State funded plans established blueprints for increasing the recreational,tourism,and utilitarian trips in these communities. • Bicycle Master Plan Update,(Seattle,WA),2o14.Dru was the deputy project manager for the citywide Bicycle Master Plan Update.Her work enabled the delivery of the draft and final plans,which focus on staff and community response to recommended strategies to increase ridership,comfort,and safety for cyclists of all abilities.Nelson\Nygaard provided project evaluation and prioritization framework by establishing a unique multimodal corridor framework to determine bikeway route selection and weigh difficult modal tradeoffs on corridors with competing demands and limited space. ■ Safe Park Access Plan and Policies-Make Way for Play,(Chicago,IL),2012.Dru was the Project Manager for the Make Way for Play guide,a Chicago Department of Transportation and Park District facility selection and design guide tool for improving pedestrian,bicycle,and transit access to Chicago's parks and maximizing the use of the public way to promote active living. • Bike Share Feasibility Study for Greater Downtown Detroit,(Detroit,MI),2014.Dru served as project advisor for this bike share feasibility study,which included stakeholder and public input,review of local policies and ordinances,a demand and equity analysis,a detailed neighborhood level analysis,a summary of key opportunities and challenges,and a financial plan for the proposed preliminary system. • Cincinnati Bike Share Feasibility Study,(Cincinnati,OH),2023.Dru served as project advisor for this feasibility and implementation study.The final plan included a description of the potential benefits of bike share,a local context analysis,a recommended service area and preliminary station plan,and a five year estimate of demand,revenue and funding needs.In 2014,the City of Cincinnati implemented the recommended bike share system described in the feasibility study. CERTIFICATIONS • League Cycling Instructor,#1133 ■ National Safe Routes to School Instructor PREVIOUS WORK EXPERIENCE • Alta Planning+Design,Northwest Planning and Programs Manager,2011-2014 ■ City of Santa Barbara,Mobility Coordinator,1999-2006;Traffic Engineering Supervisor,2006-2011 • Cal Poly San Luis Obispo and Portland State University,Adjunct Faculty,2004,2014-present Page 2 Meritxell Font, PTP NELSON Senior Associate NY G A A R D Meritxell specializes in transportation planning and modelling and has worked on a wide variety of projects worldwide since 2000. Her project portfolio includes transit systems, multimodal networks, traffic analysis, short • and long-term transportation plans, as well as mobility plans focused on building transit-oriented and sustainable communities. An expert in multimodal networks, Meritxell has forecasted the demand of several transit and traffic projects using travel demand models in several countries, including the implementation of a BRT network in Dhaka (Bangladesh), an efficient orthogonal bus network in Barcelona,Spain, and a toll road in Mexico.Meritxell also served as Transportation Modeler for Caltrans- District 12. EDUCATION M.S./B.S.,Civil Engineering (emphasis in Transportation Planning), Polytechnic University of Catalonia,Barcelona,Spain Certificate,Business Planning,Esade Business School,Barcelona,Spain EXPERIENCE Nelson\Nygaard Consulting Associates Inc. Senior Associate,January 2016-Present • Carteret Ferry Feasibility Study,City of Carteret,NJ.Meritxell was responsible to forecast the ridership of commute transportation options from Carteret to Manhattan,including express bus and ferry services.For that purpose,she developed a forecast demand model based on the existing data of commute flows by mode,alternative transportation costs and future demographics. • Fayetteville Multimodal Transportation Plan,City of Fayetteville AR.Depute Project Manager; The Plan objective is to meet increased capacity needs while establishing clear links between all transportation modes,encouraging more transit use and operational efficiency. • East Palo Alto Transportation Impact Fee,City of East Palo Alto CA.Project Manager;Performed traffic impact analysis of long-term development forecast for the City of East Palo Alto,CA,in order to finance multimodal transportation improvements as part of the city's General Plan Update.Proposed trip- based and VMT-based methodologies for allocating impact fees to potential developers. • Forest Park Great Streets,East-West Gateway Council of Governments,Saint Louis MO. Meritxell is the traffic lead of the transportation networks analysis and proposals in and around Forest Park. • Paradise Valley Estates Master Plan Traffic Impact Study,Fairfield,CA.Project Manager; Meritxell is the traffic lead for the analysis on the impact of new traffic linked to the extension of PVE to the nearest transportation networks,including road intersection,transit and non-motorized networks,as well as measures to mitigate those impacts. • Penn State University Parking and TDM Study,University Park,PA.Meritxell is responsible for the traffic analysis linked to the existing parking demand and to the craft of future TDM measure to reduce the use of private vehicle to and from the Campus. • Arlington TDM Performance Monitoring FY17,Arlington County,VA.Meritxell was responsible to perform a statistical analysis using SPSS to understand travel behavior consequences of travel demand management while controlling for features of the built environment. • NYC Curbside Management Study and Parking Blueprint,NYC DOT.Meritxell was responsible for the data-driven analysis to classify NYC DOT on-street parking metered areas based on the neighborhood socioeconomic,transportation and land-use characteristics using cluster analysis. RELEVANT PREVIOUS EXPERIENCE • 1-405,1-5 and SR-39 Transportation Concept Report,California(2015).Transportation Modeler CALTRANS D12;Modelling assistance for Caltrans District 12 using SCAG TransCAD model of long range N NELSON v r..An no Meritxell Font, PTP Senior Associate planning internal documents that describe the current characteristics of the transportation corridors and establish a twenty-year planning concept.A TCR defines the Caltrans goals for the development of a corridor in terms of facility type and Level of Service(LOS),while identifying the improvements needed to reach those goals. • Forecast Demand Study of the toll road 55D from Tenango to Itxapan de la Sal,Mexico (2015).Consultant;Meritxell was responsible for building,calibrating and running a PTV VISUM traffic model to evaluate the optimal toll fare and the impact on traffic of different toll policies. • Corridor Study of the N260 Road in Olot,Spain(zing).Project Manager;Meritxell was responsible for building,calibrating and running TransCAD traffic model to evaluate three alternatives of N260 road from Capsacosta to Olot as well as the future Olot ring road. • Extension of the Strategic Transport Master Plan and Travel Demand Model to Cover the Mega Region of Lagos,Lagos Metropolitan Area Transport Authority,World Bank,Lagos, Nigeria(zing—2014).Consultant;Meritxell was responsible for updating,calibrating and running a TransCAD traffic and transit model designed to evaluate the transportation proposals of Lagos to its megacity and Ogun. • Urban Mobility Plan of Santa Coloma de Farners,Santa Coloma de Farners Municipality, Spain(2010).Project Manager/Consultant;Definition of the actions to ensure the accessibility and mobility of Santa Coloma de Farners citizens with a time horizon of 6 years.The diagnosis comprised field work to gather all data of all transportation networks and parking spaces,as well as travel surveys.The study included Environmental Sustainable Report of the Mobility Plan. • Mobility Plan of SantCugatdel Valles,SantCugatdel Valles Municipality,Spain(2009— 2010).Consultant;Development ofa mass transit and traffic forecast and assessment model in the context of the Mobility Plan.The model was integrated into the Corporate Information System of the City of SantCugatdel Valles and was conceived as a basic instrument for the drafting of the Mobility Plan.The project included an exhaustive data gathering of vehicle counts and parking spaces offer. • Mobility Impact Study of the Development of the Extension of the SantCugat High Performance Sports Center,SantCugatHigh Performance Sports Center,Spain(2009). Project Manager/Consultant;Assessment of the effects that the development new demand will have on the transportation network in the community,including road,public transport,pedestrian and bicycle.The study characterized the spatial patterns of demand,particularly where alternate route-seekers traveled.The extension of the sports center included a new conference hall,restaurant,dorms and two sports pavilions. • Mobility Impact Study of the Monpuic Park in Barcelona in the Context of the Barcelona Metropolitan General Plan,Barcelona Regional Agency,Spain(won).Project Manager/Consultant;Assessment of the effects that the General Plan new demand at MontjuicParc had on the transportation network in the city,including road,public transport,pedestrian and bicycle.The study characterized the spatial patterns of demand,particularly where alternate route-seekers traveled. • Mobility Impact Study of the Development of Camp Logistic Platform,Catalonia Regional Government Eastern Sector in Tarragona,Spain(zoos).Project Manager/Consultant; Assessment of the effects that the traffic generated by the new logistic platform(light and heavy vehicles) had on the road network in the community.The study characterized the spatial patterns of demand, particularly where alternate route-seekers traveled and proposed public transport and non-motorized routes for new works to access the facility. • Technical Assistance in terms of Mobility to Manage Canet de Fals neighborhood in Fonollosa,Fonollosa City Council,Spain(2.309).Project Manager/Consultant;Proposals on traffic circulation schemes and pedestrian accessibility to community buildings ofa suburban area. PROFESSIONAL CERTIFICATIONS • Passed the Certified Professional Transportation Planner(PTP)in 2011#345 • Transportation Professional Certification Board(TPCB) • Certified Professional Engineer(PE)in Spain#17795 Page 2 Liza Cohen NELSON Associate NYGAARD Liza is a skilled planner with expertise in GIS analysis, data collection and visualization, and innovative community engagement techniques. She has worked on a range of projects,from parking and multimodal studies to transit analyses. In each of these, Liza's approach is to synthesize data and community and stakeholder feedback to provide better transportation choices for communities. Her project experience includes serving as the depuproject manager Go Boston: Boston Plan, leadingty an innovativefor and comprehensive dataUrcollection ban andMobility analysis effort drawing on a diverse array of regional resources. She has also guided several projects to more accurately assess multimodal trip generation. EDUCATION M.A.City and Regional Planning,University of Pennsylvania BA.Urban Studies,Bowdoin College EXPERIENCE Nelson\Nygaard Consulting Associates,Inc. Associate,2012-Present Multimodal Planning Projects • Go Boston:Boston Urban Mobility Action Plan,Boston Transportation Department(Boston, MA)2o14-2orz—Liza served as the deputy project manager,leading an innovative and comprehensive data collection and analysis effort drawing on a diverse array of regional resources.The final plan incorporates extensive public involvement to examine Boston's multimodal transportation system,from a spatial City-wide`mobility index"to transit capacity analyses. • Fayetteville Multimodal Plan,City of Fayetteville(Fayettevile,AR)2016-zotq Liza facilitated multimodal workshops and led a focused downtown parking study as part of this plan to define Fayetteville's multimodal future. • Roadway Improvements-Multimodal Transportation Plan,City of Columbus(Columbus, OH)Ongoing—Liza participated in a multimodal charrette to review multimodal access citywide, including the development of key metrics that allow the city to track mobility into the future. • Arlington County Transportation Performance Monitoring,Arlington County(Arlington, VA)zo15—Liza led a robust data collection effort to determine parking generation,mode shares and trip generation for large and multi-use residential buildings throughout Arlington County. • Pedestrian Plan for the City of Indianapolis/Marion County,Health By Design(Indianapolis, IN)zo15—Liza built a raster-based tool to evaluate pedestrian demand citywide,based on elements such as density and proximity to schools,parks,and medical services. ■ Hull—Nantasket Beach Two-Way Circulation,Hull Redevelopment Authority(Hull,MA) mots—Liza served as deputy project manager to analyze the restoration of two-way traffic to this historic Massachusetts beach town. • Somerville Union Square Neighborhood Plan,City of Somerville(Somerville,MA)zo15—Liza provided multimodal analyses of access to this area of concentrated development with a particular focus on access to a new rapid transit station. ■ Portsmouth Master Plan,City of Portsmouth(Portsmouth,NH)2o15—Liza prmided a comprehensive review of existing conditions for Portsmouth's transportation system,which includes not only roadways and transit,but also sea and air. • Memphis Strategic Transition Plan,Mayor's Innovation Delivery Team(Memphis,TN) 2o14—Liza created"zo Small Steps to Strengthening Memphis'Transportation Network,"an easily NELSON nCAA?D Liza Cohen Associate digestible series of high-impact recommendations to guide the Mayor's office in achieving sustainability and mobility goals. • Bridgewater Downtown Community Development Master Plan,Town of Bridgewater (Bridgewater,MA)2014—Liza provided design support to improve parking and transportation in the historic downtown. • Calgary Midfield Redevelopment,Urban Design Associates(Pittsburg,PA)2o14—Liza reviewed and updated trip generation methodology to include internal capture and multimodal access. • Amherst Town Transportation Plan,Amherst DPW(Amherst,MA)2o14—Liza led mapping and analysis,as well as creative public outreach,for a multimodal transportation plan in downtown Amherst. • Union Square Development,Somerville Redevelopment Authority(Somerville,IIA)2014— Liza performed multimodal transportation design guidelines,parking analyses and ratio development,and building access analyses for the master developer of several key parcels in Somenille's growing Union Square. • New Haven Modal Split Study,South Central Regional Council of Governments(New Haven, CT)204—Liza worked with the City of New Haven to create a new methodology for determining multimodal trip generation in urban areas that will be accepted by the state DOT.Liza led both on the ground data collection as well as modeling efforts. • Louisville Multimodal Plan,Louisville Jefferson County Metro Government(Louisville,ICY) 2013—Liza created a comprehensive,GIS-based data inventoy of existing and planned transportation improvements.She also assisted in the facilitation of two,week-long charrettes. ■ Shelby County Bus Transit to Workplace Study,Shelby County(Memphis,TN)2013—Liza led a multimodal field assessment of the transportation network,survey administration and outreach to large area employers,and created a`toolkit"of transportation options to improve commutes to major employment centers to support the Mid-South Regional Greenprint and Sustainability Plan. ■ Evaluation of Trip Generation in Highly Urbanized Areas,District DOT(Washington,DC) 2o13—Liza managed the large data collection and modeling effort to accurately represent multimodal trip counts at buildings in highly urbanized areas.She also provided additional mapping and translation of complicated statistical concepts to graphics. • Complete Streets and Downtown Livability Plan,Town of Deerfield(Deerfield,MA)2012— Liza facilitated a three-day community charrette,created a complete streets toolkit,and provided additional mapping and graphic work. AWARDS • Martin Meyerson Award for those who best blend academia and practice,University of Pennsylvania, School of Design,2012 • Syh is Alston Graduate Scholarship,WTS Philadelphia,2011 LECTURES AND PUBLICATIONS • Dock S.,Cohen L.,Rogers J.,Henson J.,Weinberger It,Schrieber J.,and Ricks K.,Methodology to Gather Multimodal Urban Trip Generation Data,Transportation Research Record:Journal of the Transportation Research Board,2500 ddi ro.3141/2500-06. • Weinberger R,Dock S.,Cohen L.,Rogers J.and Henson J.,Predicting Travel Impacts of New Development in America's Major Cities:Testing Alternative Trip Generation Models,Transportation Research Record: Journal of the Transportation Research Board,2500 doi 10.3141/2500-05. • Panelist,Future of Transportation, NC State l4r'Annual Urban Design Conference,2017 Page 2 Ezra Pincus-Roth, AICP NELSON Associate N Y G A A R D M ^ With nationwide experience in municipal and regional policymaking, y Ezra Pincus-Roth channels a passion for providing safe and effective kRtransportation options for all people. His expertise is rooted in interpreting government accessibility standards and transit-oriented planning practices. His experience covers many facets of transportation .1110 planning, including parking studies for universities, accessible bus stop j - designs, and mobility management studies for state and county f — - governments. Previously, Ezra worked as a management and budget analyst for the New York City Parks Department, a consultant for the San Francisco Foundation, and a research fellow for Reconnecting America. EDUCATION Master of City Planning,Transportation and Land Use,University of California,Berkeley,CA Bachelor of Arts,Politics,Oberlin College,OH EXPERIENCE Nelson\Nygaard Consulting Associates Inc. San Francisco,CA:Associate,2016-present Boston,MA:Associate,2014-2016;Intern,2013-2014 Selected Projects ■ First-Mile/Last-Mile Strategic Transportation Plan,City of Richmond(Richmond,CA)zo16- ongoing.Developing strategic plan to establish and enhance access to multimodal transit services, including rail,bus,and ferry services.Recommendations will aim to maximize greenhouse gas emission reductions and address impacts on people of different geographic areas,cultures,and socioeconomic backgrounds while focused on feasibility. • Downtown Austin Parking Strategy,Downtown Austin Alliance(Austin,TX)2016-2017. Supporting a broad study of existing downtown parking inventory,utilization,and policies.Supenised data collection and analysis efforts using a variety of resources and ingenuity. • Bayshore Multimodal Facility Study,San Francisco Department of City Planning(San Francisco,CA)2016-2017.For the second phase of the design and development of a planned transit facility and mobility hub at the Bayshore Caltrain Station,created new design alternative evaluation methods,assisted community outreach,and authored report draft. ■ Multimodal Access Design Guidelines,Bay Area Rapid Transit(Various)2017.Assisted and participated in design charrettes to demonstrate and test the application of draft design guidelines and facility standards for all agency lands between the faregate and property line. • Savannah Downtown Parking and Mobility Strategic Plan,Chatham County Metropolitan Planning Commission(Savannah,GA)2015-2016.Leading data analysis,GIS production,and internal team coordination behind a comprehensive strategic parking review and mobility plan in one of America's most renowned historic districts and destinations. • Bonanza Park and Lower Park Avenue Transportation Study,Park City Municipal Corporation,(Park City,UT)2015-2016.Developed research-based methodology for proposed project and program traffic impacts. NELSON Ezra Pincus-Roth, AICP Associate • El Camino Real Specific Plan,City of Sunnyvale(Sunnyvale,CA)2015-2016.Assessed corridor compliance with Americans with Disabilities Act(ADA)guidelines and designed future right-of-way improvements for pedestrians,bicycles,and vehicles. • Everett Transit Needs Study,Massachusetts Department of Transportation,(Boston,MA) 2015-2016.Led summary analysis of Everett's public bus stops and their basic amenities and provisions for passengers with disabilities.Assisted study outreach efforts at bus stops. • Campus Transportation Plan,University of Arkansas(Fayetteville,AR)2014-2016. Facilitating stakeholder outreach in both public and online forums,writing summaries of campus transportation existing conditions and future recommendations. • Planning and Engineering Services,Massachusetts Bay Transportation Authority(Various) 2014-2015.Managed data collection,analysis,and conceptual redesigns behind a bus stop placement and spacing study in South Boston,as well as a bus shelter placement study throughout Somerville,Cambridge, and Watertown.These studies required field measurements and analysis to ensure bus stop modifications were always compliant with agency design guidelines and Americans with Disabilities Act(ADA)standards. • Bus Transit to Workplace Study,Shelby County(Memphis,TN)2013-2014. Wrote and edited segments of the final report,particularly the profiles of accessibility and mobility options in Memphis area job centers. Conducted additional GIS analysis as needed. PREVIOUS EXPERIENCE Reconnecting America and the Center for Transit-Oriented Development,Oakland,CA Fellow,2013 Arup,New York,NY Subconsultant,2012 The San Francisco Foundation,San Francisco,CA Consultant,2013 Department of Parks and Recreation,New York,NY Senior Policy Analyst,2010-2011;Policy Analyst,2008-2010;Intern,2006 Port Authority of New York and New Jersey,New York,NY Intern,2006 Miami Downtown Development Authority,Miami,FL Intern,2006 PRESENTATIONS • Panelist,Compliance Strategies for Transit-Oriented Development in a Changing Regulatory Environment,Association of Environmental Professionals(AEP),May 2017. • Session Organizer and Facilitator,Taking the Long View on Vision Zero:Is There a Compromise?, Rail-Volution,October 2016. PROFESSIONAL MEMBERSHIPS AND AFFILIATIONS a American Institute of Certified Planners(AICP),Certified Planner(No.28979) AWARDS • University of California Transportation Fellowship,2011-2013 • Student Competition International Finalist,8«World Congress on High-Speed Rail,2012 Page 2 Matthew Conover 11 NELSON Senior Associate NYG A A R o '@ Matt has over seven years of experience in the public transit industry, ' including working as a transit planner with the Southwest Ohio Regional • � Transit Authority, where he developed ridership and revenue-based I performance measures. During his time at SORTA, ridership performed _ better than the national average with no increase to cost. Matt's I experience includes overseeing the design, planning, and implementation of streetcar and BRT in Cincinnati, as well as the development of three transit centers. He has also led transit development plans, feasibility studies, and comprehensive operational analyses. In 2016,Matthew was recognized as one of Mass Transit's Top 40 Under 40. EDUCATION M.B.A.,Wright State University(in progress) B.S.,Urban Planning,Wright State University EXPERIENCE Nelson\Nygaard Consulting Associates Inc. Senior Associate,2017-Present Projects are from previous firm • System Performance Evaluation and Funding(Cincinnati,OH)2017-Developed performance standards for the Southwest Ohio Regional Transit Authority including ridership and revenue based key performance indicators.Utilize standards to developed route improvements.Developed service standards, ridership projections,and financial budgets to support a tax levy initiative,including the development of seven transit centers.Currently three transit centers are under development to facilitate timed transfers and improved connections. • Cincinnati Streetcar Integration(Cincinnati,OH)2016-Assistant Project Manager.Oversaw project aspects including designing,planning,and building of a streetcar system in Cincinnati.Work included design and development of streetcar facilities and station platforms.Integrated senice with the existing transit systems including shared fare media and shared transfer locations.Project included state safety certification,vehicle testing and burn in,and final revenue service implementation. • Metro`Plus Implementation(Cincinnati,OH)zing-Project Planner.Conducted individual corridor analysis to determine key locations for improved transit services based on ridership and revenue performance.Developed a high capacity transit service in the form of limited bus rapid transit along the Montgomery road corridor. Established a new form of high frequency limited stop enhanced bus senice that was fully integrated with the existing public transit network.Procured specialty vehicles and installed enhanced transit stations as passenger amenities exclusive to this senice. • Grand Rapids Transit Development Plan(Grand Rapids,MI)zonl-Project Planner.Conducted a needs assessment for Kent County,Michigan.This included a comprehensive analysis of population demographics and transit service in Kent County and the surrounding urban area.Identified existing transportation services and service gaps.This included a large public input component to gain an understanding of the public's existing transportation services and needs.Focus groups of existing transit users,potential users,and non-users were conducted.Surveys were gathered on employees to gain an understanding of existing problems and needs for public transportation related to employment.This information was used to develop a telephone household survey to better understand transit needs.All existing transportation services in the area were inventoried and analysis of existing plans and studies were summarized. • Anchorage RTA Feasibility Study(Anchorage,AK)2012-Project Manager. Conducted a study to evaluate the formation of a regional transit authority between Anchorage and Mat-Su. Peer information was gathered on RTA's across the nation to gain understanding of what RTA design would be best suited for the area.Public meetings were conducted to gauge public support and gather information on local N NELSON NVGA ARC Matthew Conover Senior Associate transportation needs.Additionally,the study engaged lawmakers to develop a RTA bill that will provide enabling legislation to the state. Southwest Ohio Regional Transportation Authority,Cincinnati,OH Senice Analyst Supervisor,2014-2017 • Introduced key performance indicators including ridership,fare,and service metrics to raise system efficiency to 21 rides per hour. • Provided project management oversight of the design and construction of three transit centers at a cost of $8 million. • Introduced new fare media including day passes and mobile ticketing,shifting 24 percent of ridership to improved fare media. • In conjunction with operations staff developed a plan to reduce preventable accidents by five percent through the use of hotspot analysis. • Oversaw the National Transit Database program and developed new sampling methods to increase surveyor productivity by bo percent with the use of video surveys. ■ In conjunction with operations staff and human resources developed a plan to change hiring rules to eliminate a hiring gap of 50 operators,reducing missed trips and service reliability issues. • Served as assistant project manager of streetcar startup and interim director of rail senices.Work included oversight of project design,construction,and mobilization of revenue service. • Introduced a newly created multijurisdictional fare system allowing riders to seamlessly use existing bus and rail services with one fare card. Southwest Ohio Regional Transportation Authority,Cincinnati,OH Service Analyst,2012-2014 • Delivered annual budgets of$90 million/17 million rides within two percent of actual. ■ Saved hundreds of person-hours by developing a Microsoft Access based real time key performance indicator reporting system capable of running on demand performance based reports. • Optimized automated passenger counting sampling plans to generate statically valid data and improve system wide coverage rates by 3o percent • Grew ridership by two percent through a joint management and labor team,which identified system inefficiencies,passenger needs,and operational challenges. • Improved firebox ridership and financial data accuracy by five percent through the systematic reduction of unclassified revenue. • Introduced a report to pinpoint individual training needs for 480 operators based on farebox utilization and composite data analysis. • Generated$2 million in discretionary grants for capital purchases. AWARDS AND AFFILIATIONS • APTA Emerging Leaders Program,2015 • Mass Transit's 40 Under 40,2016 Page 2 Meg Merritt 11 NELSON Principal N Y 6 AA R D Meg has more than o decade of experience in managing major projects that bring transit and mobility technology to communities. Meg . .tr comes to Nelson\Nygaard from moovel North America where she r managed the multimodal connected experience for transit clients. Her 1' ast experience includes time at Deloitte Consulting p su pporting the ERA high speed rail grant program and at Capital Metro in Austin as TOD Planner.At Nelson\Nygaard,Meg focuses on augmenting the transit +,(, experience with emerging mobility technologies to create optimal ease of use for riders. EDUCATION Master of City Planning,Transportation,University of Pennsylvania,PA Bachelor of Arts,University of Texas,Austin,TX EXPERIENCE Nelson\Nygaard Consulting Associates Inc. - Principal,2017 • Oregon Health Sciences University Rideshare Program(Portland,OR)20x7-Meg is currently leading an effort to launch an employee and patient rideshare program with Lyft at OHSU.The Nelson\Nygaard team is working directly with OHSU's Transportation and Parking Department to reduce the near-term demand on parking facilities as one part of larger transportation demand management goals. • Confidential Mobility Client(Silicon Valley,CA)2017-Meg is working with a private-sector mobility company to provide insights on city data management and the mobile ticketing marketplace.Her work will help the company explore moovel North America(formerly RideScout),Austin,TX Director,Business Operations,2016-2017 - • Managed a cross-functional team to launch Portland TriMet's first native mobile ticketing application that allows users to connect with first mile/last mile ride options directly within the app for a now filly adopted pilot - Partners include Lyft,car2go,Zipcar,and Nike's BikeTown app - Weekly average use of the TriMet app has increased by 3o%since native launch in May 2016 - The New York Times covered the pilot in a feature on transit trip planning • Led a team the product integration of mobility service providers(car share,bike share,rideshare,etc.)into RideScout version 2.o • Developed a contactless mobile ticketing business plan which led to a S1.2 M budget allocation • Led local and national projects including a downtown Austin circulator pilot(RideScout Route),Mobilia Austin,and Mobility Houston partnerships • Met with local city council members and DOT staff to pilot new features of the app in real scenarios UT Austin School of Architecture,Austin,'DC Professor of Practice,204-2016 • Transportation Policy,Hill Country Studio,and TOD classes Deloitte Consulting,Austin,TX and Washington,D.C. Senior Consultant,2011-2013 • U.S.Department of Transportation:FRA High Speed Intercity Passenger Rail Program:Led a team of five practitioners to develop and deploy a post-award grants management tool to manage SioB grant portfolio; N NELSON Meg Merritt Principal client team still actively using it today;Responsible for building consensus among FRA division chiefs to standardize project structure between state,county,and municipal jurisdictions • Texas Health and Human Services:Responsible for implementing new IT governance structure in collaboration with HHSC leadership Capital Metropolitan Planning Authority,Austin,TX TOD Planner,2007-2009 • Worked with developers and designers to execute TOD project development and delivery • Collaborated with CMTA attorneys on joint development agreements and ROW acquisition • Coordinated project management activities for bicycle planning,Rails with Trails,car2go rail station strategy,and GIS mapping AECOM(formerly Economics Research Associates) I New York,NY Analyst,2005 • Examined site options and best practices formixed-use bus storage for the Port Authority of NY and NJ • Classified different zoning scenarios for the Penn Station relocation Page 2 Alyson Fletcher 141 NELSON Associate NYGAARD ■ v Alyson Fletcher focuses on street design and multimodal transportation studies, • which encompass best practices for integrating modes.Alyson has an inter- disciplinary background inarchitecture, planning and landscape architecture. Before joining Nelson\Nygaard,Alyson not only worked for in architecture but • , also worked on civic landscape designs for stormwater infrastructure projects in Philadelphia and on the Neighborhood Bikeways Network for the Active Transportation Alliance in Chicago.Alyson's Chicago work became part of a thesis presented at the Transportation Research Board's 2012 Urban Street • Symposium and the 2012 Velo-City Conference in Vancouver. EDUCATION Dual Masters of City&Regional Planning and Landscape Architecture,Cornell University M.A.,Art&Art History,Literary&Cultural Studies,College of William&Map' EXPERIENCE Nelson\Nygaard Consulting Associates,Inc. Associate,2014—Present;Intern,2013 Multimodal • Forest Park Great Streets,St Louis,MO.Providing multimodal transportation management and improved street designs that will enhance safety and access to and from the park and its many institutions. • New Rochelle Complete Streets,New Rochelle,NY.Preparing sketches and cross section graphics for corridor redesigns. • Route 9 Corridor Design,New York Documenting parking facilities along Route 9 to support corridor redesign. • Newton Multimodal Strategy,Newton,MA.Created citywide strategy for active transportation, transit,vehicular circulation and parking. • Highland Park Mobility Plan,Dallas,TX.Developed town-wide multimodal mobility plan,including corridor design alternatives and visualizations. • Separated Bikeway Designs,Rochester Destination Medical Community Services,Rochester, MN.Urban design,infrastructure and transportation improvement plan to create art accessible destination community.Created renderings of options for cycle track,light rail and bus rapid transit in existing right of way. • Multimodal Transportation Plan,Amherst,MA.Preparing town-wide multimodal transportation plan.Analyzing bicycle and pedestrian network gaps,proposing best practices far bike and pedestrian infrastructure and prioritizing areas for maintenance and improvement for all modes. • Northampton Main Street Intersection Design,Northampton Office of Planning and Development,Northampton,MA.Developed 3o%construction documents for redesign options allowing optimal traffic flow,truck turning,while also improving conditions for those who walk and those wvho bike,including new pedestrian refuges and enhanced wheelchair accessibility. • Hermann Park Master Plan,Houston,TX.Provided planning and conceptual design input to prime on Hermann Park's transit access,trails,bikeshare,walking and corridors. PREVIOUS EXPERIENCE Pennsylvania Horticultural Society Public Landscapes Design and Management Intern,2012 • Developed concept designs for the implementation of innovative stormwater infrastructure throughout the city for the Philadelphia Water Department.Tasks included collaborating with civil engineers to discern the feasibility of implementation on six different sites,diagramming existing conditions,developing concept designs and renderings,and pulling together a public report on the project. NELSON NV'AAPL • Alyson Fletcher Associate Active Transportation Alliance Neighborhood Bikeways Campaign Intern,2011 • Researched existing literature and policy on protected bike lanes.Crafted innovative outreach tactics and education materials to inform the public.Project turned into planning thesis setting up methods to evaluate the impact and conflicts of protected bike lanes on behavior with those who walk and those who drive. Page 2 ROBERT LLOYD, ASLA, LEEDAP® Senior Urban Designer With a background in both, architecture and landscape architecture, Rob Lloyd has focused on integrating contemporary urban architecture and ecologically sen- 4 44i ><< sitive site design. In his fifteen years of practive, Rob has specialized in planning . sr and development strategies for new communities, urban infill sites and urban e. "' streetscapes. As a team builder and communicator, Rob has focused on facilitat- ing development of technically challenging sites as well as building consensus for t development of high profile of politically sensitive projects. EDUCATION RELEVANT EXPERIENCE University of Botswana Master Plan Master of Ar¢decture, tin'se'sity of M ami EDUCATION Update* Ransom Everglades School STEM Building Gaborone Botswana Master of Landscape Arc titecture, +Landscape Architecture University of Washington Coconut Grove, Florida Chiva New Community Master Plan* Valencia. Spain Bachelor of Science Architectural History Gulliver Aacademy Campus Planning M!aml. Florida ami and American Landscape, Harvard TREO Semi Station Master Plan Un versity St.Stephens Episcopal Day School South Miami, Flor da Master Plan REGISTRATIONS Coconut Crone. FloridaBrickell City Centre* M ami, Florida LEED Accred ted Professional CITIES+SITES American Society of Landscape Architects Ocean Terrace Redevelopment Plan Port Miami Tunnel Floodgates* Miami Beach, Florida Miami, Florida USI/South Dixie Highway Corridor Nature-Based Adaptation Workshops` Redevelopment Master Plan Eastern Can obean Islands Coral Gables, Florida Continuum Condominium Campus Miami Waterline Master Plan* Renovation* Miami, Florida Miami Beach. Florida Dalian Waterfront Redevelopment Plan* Miami Science Museum Wildlife Center* Dalian, China Miami_Florida Chongming Island Sustainable Sports City` High Point MUD HOPE VI Redevelopment* Shanghai, China Seattle, Washington Shanghai Green District Master Plan* Gold Mill Mesa Mine Site Reclamation` Shanghai, China Colorado Springs.Colorado Fort Lawton Base Reuse Plan* Domaine Condominiums* Seattle,Washington Saa[tle.avashinon Cowichan Tribes Lands Vision* 'denotes experience pr/or to Perk,ns+Wil/ Vancouver Island, British Columbia.Canada Mill Bay/Malahat Master Plan' Vancouver Island, British Columbia,Canada PER KINS+WILL JOVANY CHEDIAK Landscape Architect III With a diverse range of experience within the specialization of landscape 01111. architecture, Jovany has established a focus on integrating contemporary urban architecture with ecologically sensitive site design. His portfolio includes a variety of urban mixed-use projects, large scale planning developments, and complex .V infrastructure projects. Jovany has practiced professionally in the United States and New Zealand while also working on international projects across Asia, the Caribbean, Europe,and Latin America. ? f'j%•c -��� ,,x, Jovany recently completed a year of international travel to learn about various cultures, visit world-renowned structures and public spaces, and gain an understanding on how sensitive historical and ecological preservation is accomplished in those places.Jovany's experience abroad will assist in the development and understanding of international based projects. EDUCATION RELEVANT EXPERIENCE AWARDS Bachelor o'Science n Landscape CITIES+SITES Honor Award of Excellence for New Work Architecture. University of Florida Jackson Health System 2015-Port of Miami Tunnel;AIA Florida& West Campus Caribbean Miarn, Florida Honor Award for General Design 2015- Ransom Everglades STEM Building Perez Art Museum;ASLA Cococut Grove, Florida Design Award of Excellence Related Arts Ocean Terrace Category 2014- Port of Miami Tunnel; Miami Beach.Florida Society of American Registered A chitects Brickell City Centre* (SARA) Miami, Florida Frederc B. Streszu Award 2014-Perez Art Museum. FLASLA Port Miami Tunnel Floodgates* Miami, Florida Award of Honor D Hoe Detail Category Regatta Park* 2014-Port of Miami Tunnel:AIA Miami M'amr Florida Design Award of Merit Landscape Category 2014-Perez Art Museum: Society of Whirokino Trestle and Manawatu Bridge* Nortn Island, New Zealand American Registered Architects(SARA) 'denotes experience poor to Perkins+Will Lake Pupuke-Quarry Lakeside Upgrade' Aucklanc, New Zealand Rotorua Streetscape Improvements` Rctorua. New Zealand Beckham Group MLS Stadium Planning` Miami, Florida Chongming Island Sustainable Sports City' Coringrinirig Island. China Perez Art Museum' Miami-Florida HRj ERIC ROTHMAN PRESIDENT EDUCATION HR&A President Eric Rothman brings over 20 years of experience in providing economic development and public-private real estate development consulting,servicing governmental Harvard University entities,and advising on transportation and public finance projects across North America and Mast F.Kennedy School of Government Master of Public Policy in the United Kingdom.He is a nationally-recognized expert in transit-oriented development 1997 and a regular speaker at the Rail-Volution annual meeting and is a member of the Urban Land Institute's national Public-Private Partnership Council. Princeton University Bachelors of Arts Driverless Future:Policy White Paper on Autonomous Vehicle Technology Public and International Affairs In partnership with transportation and engineering leaders Arcadis and Sam Schwartz, �u993` aWa released Driverless Future: A Policy Roadmap for City Leaders, a white paper examining the disruptive nature of autonomous vehicle (AV) technology and potential policy solutions WORK EXPERIENCE for city leaders.To help cities navigate the complex challenges and opportunities presented by the rise of AVs,identified key policy priority areas for cities to harness potential benefits Haag Advisors,Inc. including enhanced mobility,reduced congestion,and equitable access to jobs and services. President 2007-Present 301h Street Station District Master Plan in Philadelphia, PA Principal Delivered an economic strategy for the Philadelphia 30th Street Station District Master Plan, Hamilton,Robinovia&Alsmwer,Inc. an effort to create eighteen-million-square-feet of mixed-use space in downtown 2004-2007 Philadelphia.Evaluated development opportunities and determined the financial feasibility Transport for London and economic impacts of each scenario. Structured a public-private infrastructure funding Efficiencies Champion and governance strategy and created a plan for approximately 50,000 square feet of 2003-2004 retail space,which includes the adaptive reuse of the historic station's unique upper floors. Transport for London Revitalizing Saint Paul's Union Depot Multimodal Transit Hub Head of Business Planning 2001 2003 Guided the redevelopment of Union Depot,a historic rail depot that now serves as a major multimodal transit terminal along the Mississippi River in St.Paul,Minnesota.Led a real estate Hamilton,Rabinovitz&Al:chuler,Inc. market analysis and prepared a development strategy and vision that included office space, Director parking,a local vendor marketplace and a bike facility. Prepared and issued a Request for 199J-2001 Proposals for property management, event programmingand retail development, which MIA Metro-North Railroad resulted in selection of a property manager prior to Union Depot's re-opening in 201 2. Planning and Development Intern Long Range Transportation Investment Strategy and Planning for PIaNYC Summer 1996 On behalf of New York City Economic Development Corporation and Office of the Deputy MTA NYC Transit Mayor,managed the development of a long-range transportation investment plan to support Capital Program Development projected population and employment growth in the New York region through 2030. Led a Analyst project team comprised of representatives from City Hall,three City agencies,and the City's 1994-1995 technical consultants.The plan recommends investments to provide additional transportation capacity and a financing structure to implement these transit improvements,and is an integral Goldman,Sachs 8 co Mortgage and Asset Backed Securities component of PIaNYC,Mayor Bloomberg's landmark plan for sustainable growth of the City. Financial Analyst 1993 NJ TRANSIT Transit-Friendly Planning, Land Use&Development Program Manager Advised NJ TRANSIT on financing strategy for new transit investments and cost-benefit studies for TIGER grant applications as part of a multidisciplinary team selected as Program Manager for the statewide Transit-Friendly Planning, Land Use & Development. Produced case studies and a framework for using value capture to fund new transit infrastructure in New Jersey. Explored the potential to fund a proposed $200 million extension of the Hudson-Bergen Light Rail to a 100-acre redevelopment site on the west side of Jersey City using value capture. Prepared cost-benefit studies in support of several capital projects' applications for federal TIGER grant funding. H JEE MEE KIM, AICP PRINCIPAL .1 ` EDUCATION lee Mee Kim brings nearly 20 years of experience in managing multidisciplinary transportation planning and urban development projects.At HR&A, lee Mee specializes in New York university the areas of transit-oriented development (TOD),economic development, project financing, Robert F.ewagne,Gradwm School of and resiliency planning, overseeing projects such as the CTfastrak bus rapid transit TOD MastePur rNce mr of Urban Planning study,White Plains .Transit District Plan, and a, le Mea value captureanalysisand for a malor 2000 urban transit agency. Prior to joining the firm, lee Mee was a Principal and Director of Planning at Sam Schwartz Engineering (SSE), a 100-person transportation planning and Parsons New School for Design traffic engineering firm,where she oversaw the firm's Planning and Design group as well as Fine Bachelor of Fine Arts, marketing and business development functions. 1995 CT CTfastrak Transit Oriented Development Capacity Analysis,Hartford, Eugene Long College Studied the market context and capacity for transit-oriented development at ten stations Bachelor of Arts along the CTfastrak bus rapid transit corridor,which runs between New Britain and Hartford, American Studies 1995 Connecticut.Identified four station areas that exhibit a high desire and readiness for transit- oriented development,conducted commercial and residential market scans,and constructed WORK EXPERIENCE a demand analysis to assess the market potential for each.Supported the City of Hartford prepare development implementation strategies at key sites located near CTfastrak stations HR&A Advisors,Inc. through developer interviews,case study research,and value capture recommendations. Prindpal 2014—Present Baltimore Penn Station Development,Developer Submission Support Sam Schwartz Engineering Supporting Beatty Development's proposal to redevelop Baltimore Penn Station and Principal,Director of Planning surrounding parcels.Beatty is proposing to leverage the location of Penn Station to develop Director of Marketing 2000-2014 more than I million square feet of new mixed-use space as well as restore the historic station structure. For the proposal,reviewing Beatty's financial assumptions,developing a financial Funding Exchange model that adheres to guidelines established by Amtrak, and preparing presentation Grants Administrator materials that summarize financial information on the proposed development plan. 1998—2000 CAAAV!Orgarizing Asian Com nwities, Commuter Rail TOD Feasibility and Value Capture Analysis Board Member/Organizer Evaluated market potential for transit-oriented development around new commuter rail 1996-2000 stations for a local transit agency.Estimated the value the agency could capture from stations Natural Resources Defense Council with the greatest potential for development,and recommended innovative financing tools to Program Assistant help facilitate future development along the proposed rail alignment. 1995-1998 OneNYC Project Management and Advisory and Created placed-based strategies to promote housing, economic development, PUBLICATIONS neighborhood and resident empowerment for New York City's long-term strategic plan "A Comprehensive Transportation Policy OneNYC. Documented major national,regional,and local trends and engaged City leaders for the 21st Century:A Case Study of and stakeholders to identify policy priorities.Worked with the City to articulate key initiatives Congestion Pridng in New York City;' and broaden the plan to include a focus on economic security and equality. Evaluated New York University Environmental Low potential benefits of proposed initiatives,including major municipal transportation planning Journal,volume 17,Number I,2008. initiatives that would connect New Yorkers to opportunity throughout the city. Engaging Anchor Institutions to Create Corridors of Opportunity, Hartford, CT Reviewed best practices in engaging anchor institutions and neighborhood organizations to assist the Capitol Region Council of Governments' plans to catalyze transit-oriented development along the CTfastrak bus rapid transit corridor.Identified key anchor institutions and organizations along the corridor and reviewed precedents in peer cities. Presented results and recommendations to representatives from select institutions and neighborhood organizations to distill the most impactful and actionable lessons from the case studies.