Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
The Corradino Group, INC. For General Transportation Planning And Traffic Engineering Consulting
DocuSign Envelope ID C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND THE CORRADINO GROUP, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2023-030-ND RESOLUTION NO. 2023-32516 1 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 3 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 12 ARTICLE 4. INTENTIONALLY OMITTED 14 ARTICLE 5. ADDITIONAL SERVICES 14 ARTICLE 6. REIMBURSABLE EXPENSES 16 ARTICLE 7. COMPENSATION FOR SERVICES 16 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 18 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE REQUIREMENTS 20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 22 ARTICLE 13. ERRORS AND OMISSIONS 22 ARTICLE 14. LIMITATION OF LIABILITY 23 ARTICLE 15. NOTICE 23 ARTICLE 18. MISCELLANEOUS PROVISIONS 27 SCHEDULES: SCHEDULE A— SCOPE OF SERVICES SCHEDULE B — CONSULTANT SERVICE ORDER SCHEDULE B-1 — CONULTANT COMPENSATION SCHEDULE C— HOURLY RATE SCHEDULE SCHEUDLE D —APPROVED SUBCONSULTANTS 2 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THE CORRADINO GROUP, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES 7/19/2023 1 3:46 EDT This Agreement made and entered into this ("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 THE CORRADINO GROUP, INC., a Kentucky corporation having its principal office at 4055 Northwest 97'h Avenue, Suite 200, Miami Florida, 33178 (hereinafter referred to as "Consultant"). WITNESETH: WHEREAS, on October 28, 2022, the City Commission approved the issuance of Request for Qualifications No. 2023-030-ND-for General Transportation Planning and Traffic Engineering Consulting Services, (the "RFQ"); and WHEREAS, the RFQ was intended to provide access to architectural and engineering consulting firms in accordance with the Florida Consultant's Competitive Negotiation Act for future work as the need may arise; and WHEREAS, on March 27, 2023, the City Commission approved Resolution No. 2023- 32516, respectively, authorizing the City to enter into negotiations with The Corradino Group, Inc., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the 3 DocuSign Envelope ID:C2374BAC-86B1-4905-6A11-A6D39E0E4B50 Contract No.23-030-02 Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant(and approved by the City)as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The"City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a)the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as 4 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 otherwise provided by the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the subconsultant has been engaged by Consultant to perform professional services in connection with the Project. The subconsultants in Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule B attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City(as specified below)and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Consultant for performance of the Work covered in the Contract Documents, including, without limitation, a general Consultant, construction manager, design- 5 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 builder or any other duly licensed construction Consultant selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation,joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: ''Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost" shall mean the estimated total cost of the Project, as described in the Consultant Service Order (CSO). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order (CSO). PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the 6 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services Schedule B — Consultant Service Order Schedule B-1 — Consultant Compensation Schedule C — Hourly Rate Schedule Schedule D — Approved Subconsultants SCOPE OF SERVICES: 'Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated as part of the Scope of Services. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI)format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 7 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or designee. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services(as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any subconsultant)of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City 8 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment(i.e. extension)to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request(and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order(including the services performed by subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be 9 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re- performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including, without limitation, 10 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 any subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS 11 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant. Payment of subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and 12 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.2 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the 13 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, 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 a fee(in accordance with the rates in Schedule"C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule(if applicable). "Not to Exceed" shall mean 14 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 the maximum cumulative fees allowable(or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 15 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 5.3 Additional services may be requested by the City using a Consultant Service Order(CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not-to-exceed basis, based on the fee schedule set forth in Schedule "C" hereto. Consultant Service Order shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: • Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its subconsultants, and courier, postage and handling costs between the Consultant and its subconsultants). • Costs for reproduction and preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions 16 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 thereof, as may be set forth and described in the Consultant Service Order attached hereto as Schedule"A", issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule B-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed the Consumer Price Index for All Urban Consumers In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Consultant. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables@miamibeachfl.gov 17 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records(whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City, but only to the extent the City has paid for that portion of the Work performed by Consultant. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However,the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding any other terms in or applicable to this Agreement, subject to the City's prior approval, the Consultant may retain an irrevocable, worldwide, nonexclusive license to reuse the documents. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 18 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project(or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. 'Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date(as set forth in the City's 19 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty(30)day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination(whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE REQUIREMENTS 11.1 The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal &advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's 20 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 profession, with limit no less than $1,000,000. 11.2 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com 11.7 Special Risks or Circumstances—The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 21 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof,the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 22 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina T. Hudak, City Manager Email: alinahudak(a�miamibeachfl.gov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 3rd floor, Miami Beach, Florida 33139 Attn: Jose R. Gonzalez, P.E., Director Email: josegonzalez(a)miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: The Corradino Group, Inc. 4055 NW 97th Avenue, Suite 200 Miami, FL 33178 23 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 Attn: Joseph M. Corradino, AICP Ph: 305-594-0735 1305-887-5551 Email: Planninq(c corradino.com All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of'Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) 24 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or(3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said 25 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back- change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation)and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 26 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, employees, subconsultants and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. 17.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act(Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 27 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Proiect Documents. In accordance with Section 119.071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 18.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 18.5.3 E-Verify 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, 28 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, 29 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii)of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v)of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 30 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed 31 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 32 DocuSign Envelope ID:C2374BAC-86131-4905-8A11-A6D39E0E4B50 DocuSign Envelope ID:3D8D3637-D341-426E-A99A-2D1861 F06762 Contract No.23-030-02 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: �DocuSigned by: —FABBBACBFB5E4CF... Rafael E. Granado, City Clerk Al T. Hudak, City Manager Date7/19/2023 I 3:46 EDT CONSULTANT: THE CORRAD 0 G UP, INC. Signature/Pre ident Joseph M.Corradino.AICP,President Print Name Date 06/26/2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ity At orney s-i Da 33 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 SCHEDULE A SCOPE OF SERVICES The General Planning Consultant shall assist in the planning, technical, managerial, and administrative efforts related to transportation studies and/or other planning-related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi-modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services.This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation-related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. 34 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 The Consultant team should be knowledgeable in: a. Issues affecting urban development/redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision-making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested,the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing)for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. 6. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and projects. Experience incorporating environment and sustainability performance measures into short and long-range transportation plans and projects would also be helpful. 7. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the City. The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 35 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 8. Transportation Related Urban Design. The Consultant should be familiar with current planning issues and regulations in South Florida and have experience in transit-oriented development planning. The Consultant should also have experience working with community and agency stakeholders in the design of high-quality pedestrian, bicycle, and transit facilities, including but not limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian-scale development and transit and non-motorized-accessible site plans. 10. Computer Visualization/Graphics The Consultant should be able to provide computer visualization/graphics, including but not limited to images, diagrams, or animations, to communicate a project-related message. 11. Grant Application Assistance The Consultant should be able to provide assistance in preparation of grant applications related to transportation projects. 12. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management: a. Effective work planning, monthly progress reporting, and invoicing; b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within the consulting team, the City of Miami Beach, other consultants, and stakeholders; and f. Conduct regularly scheduled project meetings with the City of Miami Beach and relevant study committees and prepare and distribute project-meeting minutes to all participating stakeholders. 36 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 SCHEDULE B CONSULTANT SERVICE ORDER AiE Services Cupthdct __ Expiration Contract# • Dept C SO# Consultant- Project Tdie: Authority(Must select one) City awarded oontinuirrg contract for AE services for a pro,ect where estimated cost cf construction does not exceed$4 million. City awarded continuing contract for study,planning activity or other servic whose costs are estimated to not exceed$500,003. City awarded protect specific conlrsot not abject to CCNA imitations for oontintang oontracts a cepUny the t=Cri,Canidant agrees 10 trry tt»•senates Umlaut Y.tie tt alrrxl{iupc:sal dated all the tense,cwrcfitxrc ant rams uiest lahed rt the atom-efererred antral bee eery the Oh,and the Comatat C.ruaestt r.<{Jicitly strew the no other terns and aoroitims that:Yyty x,the soak wordless al aheepter sad rttw*trim and cor itiorst de in:intact heron or in army att:sirtnM to sw CSO.!4ry dr apat Mali the s:xn:e d work mired to herein sivil recipes!!:s charge crier artist at Iri the City 1.Estimated calendar days to complete the work: 2.Total amount original C SO 3.Total amount all previous Amendments 4.Total amount this Amendment 5.Total Amount for Engagement 6.Fee for ancillary items for this Service Order Account Code: Approval of New Subcons ltants- I►a new subcontinent Is balm soled Car Mama approval Is reouitnaQ Nome of New Subo©nsultantisl Amount Contact Rates vEs I x I NO 1 Notes F r ti icrr- Signature I:1dte Prgect Adrtin: Dept Director: Procurement: .cent CM For Consultant(Name) Signature Date Lead Project Admir: Cy signing,oonsrrttrrt aoinowMOgec net tic CV)Is not vane ant,no work won ocannenoe unn IM City hoc Issued a purehece ruder rnr no C is The C shell not tie Itarle ter Ina ci rfbrd•tO hark tan Is not Minn to s • IKweO• 'hen Ofdar. 37 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 SCHEDULE B-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXX000(X Construction Administration ** $XX)0XXXXX 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 (as applicable). In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $X)(X)00(, 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. 38 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 SCHEDULE C CONSULTANT HOURLY RATE SCHEDULE CATEGORIES HOURLY RATE Project Principal $ 275.00 Senior Project Manager $ 260.00 Project Manager $ 200.00 Chief Engineer $ 237.00 Chief Designer $ 207.00 Chief Planner $ 207.00 Senior Engineer $ 185.00 Senior Landscape Architect $ 170.00 Senior Traffic Engineer $ 170.00 Senior Planner $ 170.00 Traffic/Project Engineer $ 130.00 Engineer $ 130.00 Landscape Architect $ 130.00 Planner $ 130.00 Graphic Designer $ 110.00 Landscape Architect - Associate $ 106.00 Senior CAD Technician $ 90.00 Engineering Intern $ 90.00 CAD Technician $ 75.00 Clerical $ 75.00 Administrative Assistant $ 75.00 39 DocuSign Envelope ID:C2374BAC-86B1-4905-8A11-A6D39E0E4B50 Contract No.23-030-02 SCHEDULE D APPROVED SUBCONSULTANTS Project Manager: Eric Czerniejewski, PE, ENV SP Subconsultants: 1. CTS Engineering Inc. (CTS) 2. TJKM, Inc. (TJ) 3. Lambert Advisory LLC ( LA) 40 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO RESOLUTION NO. 2023-32516 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2023-030-ND, FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH MARLIN ENGINEERING, INC., AS THE FIRST RANKED PROPOSER; THE CORRADINO GROUP, INC., AS THE SECOND-RANKED PROPOSER; ALTA PLANNING + DESIGN, INC., AS THE THIRD-RANKED PROPOSER; THE STREET PLANS COLLABORATIVE, INC., AS THE FOURTH-RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; GANNETT FLEMING, INC., AS THE SIXTH-RANKED PROPOSER; AND H.W. LOCHNER INC. AND KIMLEY-HORN AND ASSOCIATES, INC., AS THE TIED SEVENTH- RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on October 26, 2022, the Mayor and City Commission approved the issuance of the Request for Qualifications (RFQ) No. 2023-030-ND for General Transportation Planning and Traffic Engineering Consultant Services; and WHEREAS, Request for Qualifications No. 2023-030-ND (the "RFQ") was released on October 28, 2022; and WHEREAS, a voluntary pre-proposal meeting was held on November 10, 2022; and WHEREAS, on December 23, 2022, the City received a total of 18 proposals; and WHEREAS, on December 20, 2022, the City Manager, via Letter to Commission No. 530-2022, appointed an Evaluation Committee consisting of: Dani Fawaz, Senior Transportation Engineer, Transportation Department; Rogelio Madan, Deputy Director, Planning and Zoning Department; Luis Soto, Senior Principal Engineer, Public Works Engineering Department; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami; and WHEREAS, the Evaluation Committee convened on January 31, 2023, to review and score the proposals; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Evaluation Committee ranked. the proposers as follows: Marlin :Engineering, -Inc., %as, the Jiirst-ranked :proposes; The Corradino Group,. -.Inc:, . as the second-. •ranked .peoposer; Alta Planning + Design, -Inc.,- as the third=ranked 'proposer; The.. Street Plans' Collaborative; Inc., as the fourth -ranked proposer;''Calvin, Giordano &Associates,,' Inc., as :the fifth -ranked proposer; Gannett. Fleming; Inc.,' as the 'sixth -ranked .proposer, and H.W. Lochner :Inc. and Kirriley-Horn'and.Associates, Inc.; as-the.tied.seventh-ranked proposers;.and: WHEREAS; after reviewing all of the submissions and the Evaluation'CoMmittee's•rankings - and analysis, the City Manager concurs with the Evaluation Committee and recommends that the :Mayor. and City. Commission' authorize the Administration. to establish .a. pool. of *pre -qualified . consultants. for specific..tasks relating to. general transportation planning and traffic 'engineering -'services; authotize•the•Administration_ to ente.r•ihto negotiations: With Marlin -Engineering;- Inc.,; as - the first -ranked' proposer';: The' Corradino Group, -Inc., as the second -ranked 'proposer; 'Alta :Planning.+ Design, Inc., as the third -ranked proposer; The Street. Plans, Collaborative; In.c:, as the • fourth -ranked proposer; Calvin, Giordano & Associates; inc., .as- the :fifth -ranked proposer; ' Gannett Fleming, Inc., 'as the sixth -ranked proposes., -and- H.W. Lochner Inc: -and" Kiniley-Horn and' Assoclates, Inc., as --the. tied' seventh -ranked proposers; and further authorize 'the City Manager ..and :City Clerk . to execute agreements - with:• each : of .•the foregoing: proposers'. upon -conclusion of successful, negotiations by the Administration. -.NOW,.-.THEREFORE,. BE IT� DULY ' RESOLVED -BY-THE MAYOR -'AND CITY ' ' .COMMISSION OF THE -:CITY OF MIAMI' BEACH; FLORIDA, that the :Mayor: and City:. Corrimission hereby accept the. recommendation of the. City Manager, • pursuant to Request For Qualifications: -("RFQ") ' No. 2023-030=ND, ' for' •General Transportation'. Planning .and Traffic, 'Engineering Consultant Services; authorize the Administration- to establish : a pool of prequalifed corisultants" for• specific .tasks relating to general transportation- planning •and traffic engineering:., -.services; authorize the- Administration to enter into. negotiations -with. Marlin.. Engineering; Inc., as the first -ranked proposer; -The Corradino Group, Inc.; as th'e 'second -ranked ',proposer;. Alta Planning +Design, Inc:, as the third -ranked proposer; �Th '.Street. Plaris Collaborative, Inc.,.as the fourth -ranked proposer; Calvin, Giordano & -Associates, Inc.,"'as •the fifth -ranked' - proposer; Gannett Fleming, :Inc.;•.as:4he:sixth-ranked proposer; and'H:W.'Lochner:Inc.':dhd'.Kimley-Horn and .Associates, ' Inc:, as the tied seventh:ranked :.proposers; and• further: authorize 'the City Manager and City Clerk to. execute agreements with each of 'the proposers upon :conclusion .'of : successful negotiations by..the Administration. PASSED AND ADOPTED this \Q;elj.,.g +........:..,I W Gelber, Mayor ATTEST - MARMAR 2023.. `IacosP o Rafafal E. - ranado, City. Clerk N APPROVED AS TO.. " FORM & LANGUAGE & FO�R/E�XEECUTION. City Attorney . Date Competitive Bid Reports - C2 D MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: March 27, 2.023 SUBJECT:A RESOLUTION OF THE ,MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER; PURSUANT TO REQUEST FOR -QUALIFICATIONS (RFQ)'NO. 2023-030-ND, FOR -GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF .PRE -QUALIFIED CONSULTANTS FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING SERVICES; AUTHORIZING THE ADMINISTRATION TO 'ENTER INTO NEGOTIATIONS WITH MARLIN ENGINEERING, INC., AS THE FIRST RANKED PROPOSER; THE C_ORRADINO GROUP, INC.., AS T.HE. SECOND -RANKED PROPOSER; ALTA PLANNING+ DESIGN, INC., AS THE THIRD -RANKED PROPOSER; THE STREET PLANS COLLABORATIVE, INC., AS THE FOURTH -RANKED PROPOSER; CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; GANNETT FLEMING, INC., AS THE SIXTH - RANKED PROPOSER; AND: H.W. LOCHNER INC. AND KIMLEY-HORN AND ASSOCIATES, INC., AS THE TIED SEVENTH -RANKED PROPOSERS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENT'S WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations pursuant to Request for Qualifications (RFQ) No. 2023- 030-ND, with Marlin Engineering, Inc., as the first -ranked proposer; The Corradino Group, Inc., as the second -ranked proposer, Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth -ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer, Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Hom and Associates, Inc.., as the tied seventh -ranked proposers. The Resolution also authorizes the City Manager and City Clerk to execute agreements .upon the conclusion of successful negotiations. The solicitation is currently under the cone of silence. Page 45 of 1292 BACKGROUND/HISTORY To assist with the City's transit, mobility and transportation goals, general transportation planning and traffic engineering consultant services are needed for the planning, design, and implementation of projects recommended in the City's adopted Transportation Master Plan and Bicycle -Pedestrian Master Plan, as well as advancing other priority transportation projects. The services will, ensure that key pedestrian, bicycle, transit, and automobile safety and accessibility projects move, forward to fruition. For approximately five (5) years, the City has had an agreement for general transportation planning and traffic engineering consultant services to assist with projects as needed. The current agreement expires on April 15, 2023. Proposals for a replacement agreement were received pursuant to the RFQ. ANALYSIS On October 26, 2022, the Mayor and City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2023-030-ND for General Transportation Planning, and Traffic Engineering Consultant Services. On October 28, 2022, the RFQ was issued. A voluntary pre - proposal conference was held on, November 10, 2022 'to provide information to proposers submitting a response.. The Procurement Department issued bid notices to 40,633 companies through the e-procurement system; with 129 prospective. bidders accessing the advertised solicitation. RFQ responses were due and'received on December 23, 2022, The City received a total of 18 proposals from the following firms: AECOM Technical Services, Inc. Alta Planning + Design, Inc. Caltran Engineering Group, Inc. Calvin, Giordano & Associates, Inc. Choice Engineering Consultants, I no. EXP U.S. Services Inc. Florida Transportation Engineering, Inc. Gannett Fleming, Inc. H.W. Lochner Inc. HBC, Engineering Company Kimley-Hom and, Associates, Inc. Xittelson & Associate's, Inc. Marlin Engineering, Inc. Metric Engineering, Inc. Nelson/Nygaard Consulting, Associates, Inc. Prosser, Inc. The Corradino Group, Inc. The Street Plans Collaborative, Inc. On December 20, 2022, the City Manager appointed, the Evaluation Committee via LTC # 530- 2022. The Evaluation Committee convened on January 31, 2023, to consider the proposals received. The Committee was comprised of Dani Fawaz, Senior Transportation Engineer, Transportation and Mobility Department; Rogelio Madan, Deputy Director, Planning and Zoning Department; Luis Soto, Senior Principal Engineer, Public Works Engineering Department; and Collin Worth, Bicycle Coordinator/Transportation Analyst, Office of Transportation Management, City of Miami. The Committee was provided an. overview of the project, information relative to the City's Cone of Silence Ordinance, and the Government Sunshine Law. The Committee was Page -46 of 1292 also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as noted in Attachment A and below. F— Ran Marlin Engineering, Inc. 1 The Corradino Group, Inc. 2 Alta Planning + Design, Inc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano & Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Horn and Associates, I nc. 7 (tie) EXP U.S. Services, Inc. 9 AECOM Technical Services, Inc. 10 Choice Engineering Consultants, Inc. 11(tie) Nelson/Nygaard Consulting Associates, Inc. 11(be) Florida Transportation Engineering, Inc. 13 Kittelson & Associates, I nc. 14 HBC Engineering Company 15 Caltran.Engineering Group, Inc. 16 Metric Engineering, Inc. 17 Prosser, I nc. 18 The City currently has eight (8) firms under the existing contract. Based on the projected volume of work required and the results of the rankings, staff recommends awarding to the top eight (8) firms pursuant to this current solicitation. Work is to be equitably rotated among the awarded firms in accordance with Administrative Order P0.03.03. A summary of each firm is available upon request. SUPPORTING SURVEY DATA Not Applicable FINANCIAL INFORMATION Fees will be established through the negotiation process. Average annual expenditures for these services total $820,000.Services are to be funded through specific project budgets which are subject to the appropriation of funds through the City's annual budget process. Am ount(s)/Account(s): CONCLUSION After reviewing all of the submissions and the Evaluation Committee process, I concur with the Evaluation Committee and find Marlin Engineering, Inc.; The Corradino Group, Inc., Alta Planning + Design, Inc., The Street Plans Collaborative, Inc., Calvin, Giordano & Associates, Page 47 of 1292 Inc., Gannett Fleming, Inc., H.W. Lochner Inc., and Kimley-Horn and Associates, Inc, to be well qualified firms for specific tasks relating to general transportation planning and traffic engineering services. Marlin Engineering, Inc., Alta Planning + Design, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., and H.W. Lochner Inc. have provided general transportation planning and traffic engineering services to the City for approximately five (5) years and are multidisciplinary firms that have experience with various local municipalities. The Corradino Group, Inc. is a large firm that has vast traffic engineering experience providing services such as traffic calming studies and master plans to local municipalities such as the Town of Cutler Bay and the City of Fort Lauderdale. Moreover, it is an incumbent providing traffic engineering consultant services to the City of Miami Beach since 2020. The Street Plans Collaborative, Inc. created the City's Bicycle Pedestrian Master Plan and Street Design Guidelines to help expand the City's transportation priorities, and their team is made -up of innovative transportation engineering and technical planning firms. Finally, Kimley-Horn and Associates, Inc. is a full -service, multidisciplinary consulting firm with 55 years of experience and was selected to provide program management services for the Intelligent Transportation System and Smart Parking System project for the City. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish a pool of pre -qualified consultants for specific tasks relating to general transportation planning and traffic engineering services; authorizing the Administration to enter into negotiations with Marlin Engineering, Inc., as the first - ranked proposer; The Corradino Group, Inc., as the second -ranked proposer, Alta Planning + Design, Inc., as the third -ranked proposer; The Street Plans Collaborative, Inc., as the fourth - ranked proposer; Calvin, Giordano & Associates, Inc., as the fifth -ranked proposer, Gannett Fleming, Inc., as the sixth -ranked proposer, and H.W. Lochner Inc. and Kimley-Horn and Associates, I nc., as the tied seventh -ranked proposers; and further authorizing the City Manager and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations. Applicable Area Citywide Is -this a "Residents Right Does this item utilize G.O. to Know" item, pursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Transportation and Mobility/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 48 of 1292 ATTACHMENTA RFG2aZbW-ND GENERAL TRANSPORTATIONcm - - . • . - - _ _. _ .. .._ -in PLANNING AND TRAFFIC, ENGINEERING CONSULTANT ' Danl Fawaz .Y Rogello Madan Y Luis Soto 0) ° Collin Worth a LOW e SER •WCES >Y rc m C _. Aggregate Totals• e m • Qualitative Quantitative Subtotal • dUalltative Quantitative Subtotal: -Qualitative Cuantitative I'. Subtotal Qualitative 'quantitative Subtotal Marlin Engineering, Inc. 92 5 97 1 86 5 91 1 81 5 1 86 4 92 5 , 97 2 8 1 The Corradino Group, Inc. 88 5 93 2 82 5 87 5 83 5 88 3 90 5 95 5 15 2 Alta Plannin + Desi n Inc. 65 5 90 4 76 5 81 10 81 5 86 4 93 5 98 1 19 3 The Street Plans Collaborative Inc. 79 5 84 1 9 84 5 89 3 79 5 84 6 92 5 97 2 20 4 Calvin Giordano&Associates Inc 90 3 93 2 83 3 86 7 93 3 96 1 88 3 91 12 22 5 Gannett Fleming,Inc. 86 3 89 7 65 3 66 4 80 3 83 8 90 3 93 10 29 6 H.W. Lochner Inc. 87 3 90 41 81 3 84 1 91 89 3 92 21 83 3 86 16 31 7 Kimle -Hom and Associates Inc, 90 0 90 4 87 0 87 5 75 0 75 171 95 0 95 5 31 7 EXP U.S. Services Inc. 78 5 83 10 70 5 75 13 . 75 5 60 11 90 5 95 5 39 9 AECOM Technical Services.Inc. BS 0 85 8 85 0 85 8 78 0 78 15 94 0 94 9 40 10 Choice Engineering Consultants Inc 65 5 70 12 68 5 73 15 75 5 80 11 91 5 96 4 :`. 42 11 NelsoniNygaard Consulting Associates, Ina 65 5 70 12 71 5 76 12 78 5 83 8 88 5 93 10. 42 11 Florida Trans ortation En ineerin Inc. 65 5 70 12 85 5 90 2 72 5 77 16 83 5 88 13 :. 43 13 IGttelson & Associates Inc. 65 3 68 16 78 3 81 10 76 3 79 13 92 3 95 5 ': 44 14 HBC EngineeringEngIneering Company 71 5 76 63 5 68 16 79 5 84 6 8D 5 85 18 51 t5 CalUan En Ineerin Ina 9 65 5 1111 70 12 69 5 74 14 74 5 79 13 83 5 88 13 = 52 16 ,Group, Met ineerin Inc. 60 3 63 18 61 3 64 18 78 3 81 10 83 3 86 161. 62 t7 Prosser Inc. 60 5 65 17 60 5 65 17 70 5 75 17 63 5 88 13 . 64 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfi.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 15, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet RESPONSES TO QUESTIONS RECEIVED. Q1: Are respondents required to cover all areas of prequalification listed in the solicitation? Al: Don't understand question. If the question is regarding the list of specialties listed in Section 0300, Proposal Submittal Instructions and Format, SubSection 4, Electronic Proposal Format, Tab 2 Experience and Qualifications, the Consultant is not expected to provide all specializations. However, the evaluation committee will utilize the information in this tab in the evaluation of the proposal. Q2: Are respondents permitted to include subconsultants as part of their team? A2: Respondents are permitted to include subconsultants as part of their team. Q3: If subconsultants are permitted, are firms able to participate as both a prime and subconsultant on another team? A3: Firms can participate as prime or subconsultant on another team. Q4: In the bid submittal questionnaire, Section 7 — Small and Disadvantaged Business Certification, are respondents permitted to check "yes" if their team includes a small/disadvantaged subconsultant? A4: Section 7 of the bid submittal questionnaire applies only to the prime. Q5: Is there a budget for this project? A5: The services are not being sought for a specific project. Budgets will be established for each project assigned after award. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ro Floor Miami Beach, Florida 33139 wvm.miamibeachfl.gov Q6: Are there teaming restrictions (i.e., If a firm is submitting as a Prime, can it also be on other teams as a subconsultant)? A6: See response to Q3 above. Q7: Who will be the Project Manager on behalf of the City of Miami Beach? A7: The services are not being sought for a specific project. When a project is identified, a Project Manager will be assigned. Q8: The SOW items listed in the RFP do not match up with requested services in tabs 2 and 3. Please clarify if you are looking for all the services in the SOW and the proposal tabs, is one of the list more relevant? If both are relevant, please describe the difference or connection between them. A8: Consultants are expected to assist the City with the planning, technical, managerial, and administrative efforts related to transportation studies or other planning -related activities listed in SOW and Tabs 2 and 3. Activities listed in SOW and Tabs 2 and 3 may not be all-inclusive. Q9: Other than the SECTION 1 — BID CERTIFICATION FORM, are there any additional forms needed to be turned in upon submission? A9: Consultant is to submit with its response the bid submittal questionnaire, filled out and submitted electronically, and all pertinent documentation that complies with Section 0300, Subsection 4. Electronic Proposal Format through the "Line Items" attachment tab in Periscope S2G. Q10: In the prebid meeting, there was mention that this contract will be replacing the existing contract due to end in 2023. Can you please provide the name(s) of the incumbent? A10: The incumbents are Alta Planning & Design, Inc., H.W. Lochner, Inc., Kittelson & Associates, Inc., Marlin Engineering, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., HNTB Corporation, and Nelson -Nygaard Consulting Associates, Inc. Q11: Should we include the RFQ pages in our proposal response? A11: The electronic submittal should be tabbed as enumerated in Section 0300, Proposal Submittal Instructions and Format, Sub Section 4, Electronic Proposal Format, and contain a table of contents with page references. Q12: Should we include certification of good standing/certification to do business in Florida/licenses (firm and individual) in our proposal response? Al2: Provide the licensure for the team members. The City can locate the firm's licensure online. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3b Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q13: In which tab of the Electronic Proposal Format (Section 0300 ) should we place the Bid Submittal Questionnaire? A13: The Bid Submittal Questionnaire is to be submitted electronically via the PeriscopeS2G portal. Q14: Will this contract restrict eligibility for a prime or subconsultants to compete on future related design or planning contracts? A14: Typically, no. However, a consultant engaged to complete plans or specifications (e.g., design criteria package) for a project will be precluded from participating in the solicitation in which the plans or specifications are utilized. Pre -planning activities, such as feasibility studies, are not included in the preclusion. Q15: In the sample contract, please change 2.8 to "Consultant shall use reasonable efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project." A15: When submitting a proposal, the bidder shall indicate any exceptions it wishes to take to any of the terms in the solicitation and outline what, if any, alternative is being offered. Q16: In the sample contract in 2.10, please change "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida." to "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a consultant with respect to the disciplines required for the performance of such Services in the State of Florida and pursuant to the Standard of Care defined in Section 2.4 of this Agreement. A16: See response to Q15 above. Q17: In the sample contract in 2.11, please remove the sentence "The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule." A17: See response to Q15 ,above. Q18: In the sample contract, please replace 4.1 with "The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant will design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. The need for additional compensation will be based on the extent of the changes and mutually agreed by the City and the Consultant." A18: See response to Q15 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIREACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q19: In the sample contract, please add "Consultant's services required to bring costs within any limitation established by the Client will be paid for as Additional Services." to the end of section 4.3. A19: See response to Q15 above. Q20: In the sample contract, please create section 4.7 "The Statement of Probable Construction Cost will be prepared in accordance with the cost estimate classes defined by the Association for the Advancement of Cost Engineering (AACE). If the City does not issue bids for the Project within three (3) months of the date the final version of the Statement of Probable Construction Cost was prepared, the City shall solicit a revised Statement of Probable Construction Cost from Consultant that is adjusted to account for changes in labor, material, and other cost elements subject to price fluctuation as a function of time and/or market conditions. The City shall negotiate a fee with Consultant for the development of a revised Statement of Probable Construction Cost as an Additional Service." A20: See response to Q15 above. Q21: In the sample contract, please add "Any modification by the City to any of the Consultant's documents, or any reuse of the documents without written authorization by Consultant will be at the City's sole risk and without liability to the Consultant." to the end of section 9.1. A21: See response to Q15 above. Q22: In the sample contract, please replace Article 12 with "12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. A22: See response to Q15 above. Q23: In the sample contract, please remove Article 13. A23: See response to Q15 above. Q24: In the sample contract, please replace section 18.7 with "If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors or omissions which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors or omissions in the Contract Documents and other documents or Services related thereto." A24: See response to Q15 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ro Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q25: In the sample contract, please add the following language to'be compliant with Florida Statutes:18.10.5 PURSUANT TO FS 558.0035, EMPLOYEES OF CONSULTANT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE UNDER THIS AGREEMENT. (This statement must be in an uppercase font that is at least 5 point sizes larger than the rest of the text) A25: See response to Q15 above. Q26: Do you want the online forms printed and included with the proposal as well as submitted online? A26: See response to Q13 above. Q27: Can you save your progress online without submitting? A27: Yes. Q28: Who will be on the selection panel? A28: The evaluation committee members have yet to be selected. Q29: City is supported by Institute of Sustainable Infrastructure, will the City be looking to certify projects? A29: The City does not have a policy that requires infrastructure projects to be certified through Envision. However, the City encourages all projects to incorporate elements of sustainability and resiliency such as those in the Envision framework developed by the Institute for Sustainable Infrastructure (ISI). Q30: Is DBE/LGBT required? A30: No. Q31: Is Veteran preference only if the Prime is veteran -owned? Or are preferences given towards a team with a veteran -owned sub consultant? A31: Only the prime consultant is eligible for Veteran's Preference points. Q32: Will submitting teams have the opportunity to bring in subconsultants that aren't included in this submittal for specific task orders? A32: Please refer to the RFQ Appendix A, Special Conditions, Section 4 Sub -Consultants. Q33: Should the Bid Submittal Questionnaire be submitted within our proposal response or is it just submitted through the Periscope portal? A33: See response to Q13 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, zt,)at�a� 7�+S6 /-& Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT Pre -Proposal Sign -in Sheet ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET DATE: Thursday, November 17, 2022 TIME: 9:30AM BID NO. AND TITLE: RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES NAME TITLE COMPANY Email PHONE NATALIA DELGADO CONTRACTINGOFFICER CMB NATADADELGADO@MIAMIBFACHFL.GOV 305-673-7000 X26263 MILOS MAISTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMalstorovic@miamibeachR.zov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA mzouvela@chacompanies.com (786) 749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA Ihiznite@chacompanies.com (518) 453-8236 ERIC CZERNIEJEWSKI TRAFFIC ENGINEERING DIVISION MANAGER THE CORRADINO GROUP eczernielewski@corradino.com 954-777-0044 EDWARD NG TECHNICAL VP THE CORRADINO GROUP enz@cormdino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irenc@strcetplans.orz 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tony@streetplans.orz 305.978.6426 VIVEK REDDY PROJECTMANAGER AECOM vivek.reddv@aecom.com 305.704.6440 HAIDER TALIB CIVIL ENGINEER AECOM haider.talib@aecom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnerv@aecom.com 305.804.6689 CAROLINA PACE CALTRAN ENGINEERING GROUP, INC. cpace@caltranzroup.com 786-456-7700 JULI CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES JCampbell@czasolutions.com 954-766-2740 DIANAWHITE OWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrancis@choiceenz.mm 786-250-5526 YULET MIGUEL SENIOR ENGINEER - CIVIL CHEN MOORE AND ASSOCIATES ymizuel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP iennifer.borzes@exp.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hhcenzineerinzco.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimley-horn.com ' 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR IKITTEL.SON AND ASSOCIATES, INC. IhLannaford2kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR METRIC ifirandy.Plea50metriceng.cm 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mriebe@nelsonnvzaard.cpm 510-506-7587 RAFIQALOASEM 1PROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIE FABIAN ACCOUNT MANAGER ISAFEBUILT ImabianpSAFEbuilt.com 786-481-8366 MIAMI BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfi.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING -AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 12, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). The deadline for questions has passed. No further questions will be considered. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals -through Periscope S2G is extended until 3:00 p.m., Friday, December 23, 2022. All proposals received and time -stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 320 559 520# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoC)miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, A)atag� T>+Sde, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #3 12/12/2022 MIAMI BEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov - ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 5, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). The deadline for questions has passed. No further questions will be considered. RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Monday, December 19; 2022. All proposals received and time -stamped through PeriscopeS2G, prior, to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial -In Instructions: Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 320 559 520# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoomiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #2 12/5/2022 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES November 8, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISION: PRE -PROPOSAL MEETING DATE AND TIME. Due to Tropical Storm Nicole, the pre -proposal meeting is being postponed. The pre -proposal meeting will take place on Thursday, November 17, 2022, at 9:30 a.m. ET. PUBLIC MEETING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 992197 065# Tojoin on your computer or mobile app Click here to join the meeting II. REVISION: DEADLINE FOR RECEIPT OF QUESTIONS. The deadline for, receipt of questions is extended until 5:00 p.m. ET, Monday, November 28, 2022. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfi.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel ado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Z�)Wawe Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH Request for Qualifications (RFQ) 2023-030-N D General Transportation Planning and Traffic Engineering Consultant Services SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective Proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFQ, the City seeks to prequalify and contract consultants to provide professional services relating to transportation planning, traffic engineering, computer visualization/graphics, and related services on future projects. Each Firm awarded a contract pursuant to this RFQ will be placed on a prequalification list where the City may call upon it to provide services. As the need for services arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. The City of Miami Beach intends to select one or more firms under this RFQ in order to create a pool of prequalified firms. Having a rotating list of firms available to provide these services for the Transportation Department would enable the City to effectively and efficiently manage these projects. The City will endeavor to but is not required to distribute work among the prequalified firms. Each proposed Contract shall be for a three (3) year contract term, with two (2) one-year renewal options. The City's current agreements for these services expire in April 2023; therefore, through this RFQ, the City is seeking proposals from firms qualified to provide the required scope of services detailed herein. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). Specific scope proposals and costs are not being requested at this time. Consulting services at fixed rates will be negotiated after the Commission has approved the award recommendation and specific scope requirements will be negotiated at the time of need. 3. ANTICIPATED SCOPE OF WORK. The City of Miami Beach seeks multidisciplinary consultant teams to provide technical expertise and logistical support to its Transportation Department. Emphasis will be on the comprehensive implementation of selected projects primarily from the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan, which were adopted by the City of Miami Beach City Commission and are located on the City of Miami Beach website (http://www.miamibeachfl.gov/transportations including any additional projects. These items were specifically developed to implement Key Intended Outcomes adopted by the City of Miami Beach City Commission. The General Planning Consultant shall assist in the planning, technical, managerial, and administrative efforts related to transportation studies and/or other planning -related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. MIAMI BEACH c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience -in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. Environmental Sustainability Analysis The City of Miami Beach is a leader in environmental sustainability, and the City's adopted transportation mode shares priorities that support its environment and sustainability goals. The Consulting team should have experience in incorporating environment and sustainability best practices into transportation studies and Projects. Experience incorporating environment and sustainability performance measures into short and long- range transportation plans and projects would also be helpful. Transit Intermodal Facility Development, compliant with the provisions for such facilities as described in the Transportation Element of the City's 2025 Comprehensive Plan or other plans as directed by the C The Consultant will work with City of Miami Beach staff and stakeholders to determine appropriate measures for implementing intermodal hubs. The Consultant will inventory and evaluate implementing tools and strategies used in other cities with similar transit levels of services and provide recommendations to the City of Miami Beach. 8. Transportation Related Urban Design. The Consultant should be familiar with current planning issues and regulations in South Florida and have experience in transit -oriented development planning. The Consultant should also have experience working with community and agency stakeholders in the design of high -quality pedestrian, bicycle, and transit facilities, including but not limited to shared use paths, greenways, beach walks, dedicated bicycle lanes, and transit facilities. 9. Transit Oriented Development. Experience developing and implementing guidelines emphasizing pedestrian -scale development and transit and non -motorized -accessible site plans. 10. Computer Visualization/Graphics The Consultant should be able to provide computer visualization/graphics, including but not limited to images, diagrams, or animations, to communicate a project -related message. 11. Grant Application Assistance The Consultant should be able to provide assistance in preparation of grant applications related to transportation projects. 12. Project Control and Management It is expected that the Consultant's project management team will bring the following experience and skills in the following areas of project control and management: a. Effective work planning, monthly progress reporting, and invoicing; MIAMI BEACH b. Schedule control, time management, monitoring, and reporting; c. Budgeting control, monitoring, and reporting; d. Quality control; e. Establish teamwork within the consulting team, the City of Miami Beach, other consultants, and stakeholders; and f. Conduct regularly scheduled project meetings with the City of Miami Beach and relevant study committees and prepare and distribute project -meeting minutes to all participating stakeholders. 13.- The City reserves the right to engage any prequalified firm for any other work that may be considered as general transportation planning and traffic engineering services. 4. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued October 28, 2022 Pre -Proposal Meeting November 10, 2022 C) 10:00 a.m. ET Join on your computer or mobile app Click here tonoin the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 992197 065 Deadline for Receipt of Questions November 25, 2022 9 5:00 p.m. ET Responses Due December 12, 2022 9 3:00 p.m. ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 320 559 520 Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 5. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Natalia Deloadc Telephone: Email: 305-673-7000 x26263 Natalia Delaadogmiamibeachfl The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-4. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 6. PRE -PROPOSAL MEETING OR SITE VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to Lin the meeting MIAMI BEACH Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 992197 065 Proposers who are participating should send an email to the contact person listed in this RFQ expressing their intent to participate. 7. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through Periscope S2G. Any prospective proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 8. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoomiamibeachfl.gov 9. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 10. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the Contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the Contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 11. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only -to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the Contract. (2) Whether the Proposer can perform the Contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the Contract. The City Manager may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 12. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, Contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 13. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 14. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, Supplier -to - Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G, Supplier -to - Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications and submit electronic bids visit https://www.miamibeachfi.gov/city-hall/procuremenUfor-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier -to -Government at support@bidsync.com or 800.990.9339, option 1, option 1. 15. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self -Service (VSS) webpage(https://selfservice.miamibeachfi.gov/vssNendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupport@miamibeachfl.gov 16. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC) and small and disadvantaged businesses, as certified by Miami -Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami -Dade County, click on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Periscope S2G, Supplier -to -Government). These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procuremenYhow-to- become-a-vendor/. MIAMI BEACH SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Goods and Services (dated 7.7.2022), incorporated herein, which may be found at the following link: https://www.miamibeachfl. ov�/ci hall/procurement/standard-terms-and-conditions/ TERMS & CONDITIONS — GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Grants and Federal Requirements (dated 8.20.2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl. o�y-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank r, MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2GOperiscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non - responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically),. 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to; any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. Cover Letter & Table of Contents Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs, sections with tabs and page numbers to facilitate the evaluation committee's review. MIAMI BEACH Experience & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the Firm and/or its principals in providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. Submit no less than five (5) projects completed within the last ten (10) years, exemplifying experience in planning, technical, managerial, and administrative efforts related to general transportation planning and traffic engineering activities. For each project submitted, the following is required. o project name, o project, description, including the scope of services, and the role of the Firm and members of the project team, o agency/client name, o agency/client contact, o contact telephone & email, and o year(s) and term of engagement. For each project, identify whether the experience is for the Firm or a principal (include the name of the principal). 2.2 Qualifications of Proposer Team. Provide an organizational chart of all the Proposing Firm's personnel and subconsultants, each team member's qualifications, and each team member's role in providing the services detailed herein. Each individual's resume, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this Contract. Personnel and consultants' specializations may include but are not limited to: 1. Traffic engineering 2. Transportation/transit planning 3. Bicycle and pedestrian planning 4. Complete streets 5. Smart growth 6. Livable cities 7. Integration of transportation and land use B. Economic and financial analysis 9. Transportation Related Urban design 10. Station area planning 11. Computer visualization/graphics 2.2.1 The Proposing Firm shall identify a Project Manager who shall submit no less than three (3) projects completed within the last ten (10) years, exemplifying experience and capacity. in performing general transportation planning and traffic engineering. For each project submitted, the following is required. o project name, o project description, including the scope of services; o agency/client name, o agency/client contact, o contact telephone & email, and o year(s) and term of engagement. 2.2.2 Evidence of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit the project description, agency name, agency contact, contact telephone & email, year(s), and term of engagement. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. MIAMI BEACH and Submit detailed information on the approach and methodology that the Proposer and its team have utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: 1. Traffic engineering 2. Transportation/transit planning 3. Bicycle and pedestrian planning 4. Complete streets 5. Smart growth 6. Livable cities 7. Integration of transportation and land use 8. Economic and financial analysis 9. Transportation Related Urban design 10. Station area planning 11. Computer visualization/graphics Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE INITIAL REVIEW OF PROPOSALS. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate and rank each responsive Statement of Qualifications received in accordance with the criteria set forth in Sub -section 4 below. The Evaluation Committee may complete the initial review of proposals with or without presentations. The Evaluation' Committee's scores and rankings are only advisory to the City Manager, who will utilize the results to take one of the following actions; a. Recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub -section 12; or b. Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee; or c. Recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience and Qualifications Veterans Preference Prime Proposer Volume of Work (0-5 Points). Points awarded to the Proposer for volume of work awarded by the City in the last three (3). years in accordance with the following table: Less than $250,000 5 $250,000.01 — $2,000,000 3 Greater than $2,000,000 0 70 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation MIAMI BEACH Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or , any other third -party in developing an award recommendation in accordance with Section 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Quative Points lita Proposer A 82 Proposer • 74 Proposer C 80 Committee Quantitative Points 5 5 0 Member 1 Total 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Committee Qualitative Points 90 74 66 Quantitative Points 5 5 0 Member 2 Total 95 79 66 AggregateLow Rank .• 1 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank APPENDIX A MIAMI BEAC Special Conditions 2023-030- N D GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH 1. Term of Contract. It is expected that any resulting agreement shall be valid for a term of three (3) years from the effective date. The Contract could be extended for an additional two (2), one (1) year terms, at the sole discretion of the City Manager. 2. Additional Terms or Conditions. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of Contract. By virtue of submitting a proposal, Consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 3. Change of Project Manager. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). Sub -Consultants. The Consultant shall not retain, add, or replace any sub -consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub - consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub -consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub -consultants shall be the sole responsibility of Consultant. 5. Negotiations. Upon approval of selection by the City Commission, negotiations between the City and selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. 6. Licensure. Consultant (defined as the Firm) shall be a Planning, Architectural, or Engineering firm authorized to conduct business in the State of Florida at the time of bid. 6.1 Throughout the term of any resulting agreement, the Consultant shall assure that all work on any City project is performed by licensed individuals, in accordance with the requirements of the State of Florida. MIAMI BEACH Sample Contract 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH ti AND XXXX. — '( FOR- `XXXX•XX 3 e E: TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE1. DEFINITIONS...........................................................................................................4 ARTICLE 2. BASIC SERVICES................................................................................................ 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES .............................. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTON COST...........................................154 ARTICLE 5. ADDITIONAL SERVICES ...... ............... ............134 ...................................:.....177 ARTICLE 6. REIMBURSABLE EXPENSES .. . ` ....................... .:............................. 19 y ARTICLE 7. COMPENSATION FOR SERVICES."" `�.�\ .. ......................... 20 `f�:. \........//1. ARTICLE 8. CONSULTANT'S ACCOUNTING AND,OTHER RECORDS::................................21 �' , , ARTICLE 9. OWNERSHIP OF PROJECTDOCUMENTS.................................. 21 ARTICLE 10. TERMINATION OF AGREEMENT,":..........` ..%.........................................22 `-...... `.•_ ARTICLE 11. INSURANCE.% ......A .....`+ ;?�'f............................................ .23 ARTICLE 12. INDEMNIFICATION"AND HOLD HARMLESS....................................................244 ARTICLE 13. ERRQRS`AND OMISSIONS..:...........................................................................245 ARTICLE 14. LIMITATION OF,-LIABILITY...............................................................................255 ARTICLE- 1-5:�--NOTIC E. '`.........I............................................................................. .255 ARTICLE_ 6-.-FLORIDA PUBLIC RECORDS LAW..................................................................296 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS...................................................28 i1 ARTCILE 18. MIS-CELLANEUS PROVISIONS...............................................................29 SCHEDULES: SCHEDULEA.............................................................................................................................36 SCHEDULEB.............................................................................................................................38 SCHEDULEC.............................................................................................................................39 i7 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXX FOR f , PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN`SPECIALIZED CATEGORIES "AS -NEEDED" BASIS .. 1" This Agreement made and entered into this day of \. ,,2b (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 X/XXXXX., a Florida corporation having its principal office at XXXXXX (hereinafter referred'to as Consultant) , WHEREAS, on XXXXX, the City Qualifications No. XXXXXXX (the RFQ);,e WHEREAS, the RFQ was intE consulting firms in accordance with the work as the need may arise; and WHEREAS, on XXXXX; respectively, authorizing the City tc an agreement with the Consultant on approved the ;is"suance of Request for 1e"(access�to architectural and engineering Itant's,Gompetitive Negotiation Act for future y, `,Commis`sion approved Resolution No. XXXX, megotiations with XXXXX and, if successful, execute to `the RFQ; and WHEREAS, Cityand the Consultant"have negotiated the following agreement pursuant to the RFQ; and X- f ,NOW THEREFORE, City aril Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions.,.The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article'2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach,_ a: Florida municipal corporation having its principal offices at 1700 Convention ,Center Drive, Miami Beach'; Florida, 33139. In all respects hereunder, City's obligations and performance is pursua'nt.to. City`s position as the owner of the Project acting in its proprietary capacity. In the event 'ity,-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, Pub is (,Works Department permits, or other applicable permits within its jurispictik,,the exercise -of such regulatory authority and the enforcement of any Applicable Laws�shall'be deemed to haveoeeurred pursuant to City's regulatory authority as a governmental body and',slia .,not,be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission"'shall mean the,,goveming and legislative body of the city. CITY MANAGER: The City Manager, _shall. mean the chief administrative officer of the City. The City Manager shall also be construed to include. any�'duly authorized representatives designated by the City Manager in writing, including the'Project Administrator, with respect to any specific matter(s) concerning 'the -,.Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this.Agreement, or to regulatory or administrative bodies having jurisdiction over, the Project):.,_ ,� CONSTRUCTION COST, BUDGET ,,The "Construction Cost Budget" shall mean the amount budgeted and established. by the City to provide for the cost of construction of the Work for the Project`("Construction,Cost�);-as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the'architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise 5 required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant' is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any, subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required. -by any entities, agencies, boards, governmental authorities and/or any other professional organizations; with jurisdiction governing the professional practice area for which the subconsultant has ,been engaged by Consultant to perform professional services in connection with the Project'"The subconsultants in Schedule "D", attached hereto, are hereby approved by the City Managdfo�,the Project. CONSULTANT SERVICE ORDER: Consultant Service'Or-der, 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 stud "' activity, and/or professional services as defined in Section 287.055 of the Florida Statutes.%-'',' CONTRACT AMENDMENT: "Contract`AmOndment"shall mean a written modification to the Agreement approved by the City (as specified.below) and'execiated between City and Consultant, covering changes, additions, or red uctions',in `the, -terms ;of this Agreement including, without limitation, authorizing a change" -in -.the Services;\or'the method and manner of performance thereof, or an adjustment in fh6,f�ee-and/or-completion,dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval,of -any ,such Contact Amendment. CONTRACT,DOCUMENTS:"Contract-Documents" shall mean this Agreement (together with all exhibits -.addenda, Consultant Service Orders and written amendments issued thereto), and all Design. Documents and Construction Documents. The Contract Documents shall also include, without'limitation-(together�with all exhibits, addenda, and written amendments issued thereto), the Request _for _Qualifications (RFQ), instructions to bidders, bid form, bid.bond, Design Criteria Package (if any), the ;Contract for Construction, surety payment and performance bonds, Conditions of, the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 `specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Consultant for performance of the Work covered in the Contract Documents, including, without limitation, a general Consultant, construction manager, design - builder or any other duly licensed construction Consultant selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, C-1 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" schematics and all other documents which set fort describe in detail the size, configuration and chars Project necessary for the final preparation of th e PROJECT: The "Project" shall mean"tth�at certain City capital project described in the Consultant Service Order. Project CosA:��-The "Projecf,-,Cost" shall mean the estimated total cost of the Project, as�qescribed in -the Consultant Service Order (CSO) Project Scoue: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order (CSO). PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of h�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; prbvided, 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 VA key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Consultant Service Order Schedule A-1 - Consultant Compensation Schedule B - Hourly Rate Schedule Schedule C - Approved Subconsultants SCOPE OF SERVICES: "Scope of Services" shall include the Project'Scope, Basic*Services, and any Additional Services (as approved by the City), all as describedin Schedule "' "hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated` as/part of the Scope of Services. SOFT COSTS: "Soft Costs" shall mean costs related to the Pro'ed other than Construction Cost including, without limitation, Consultant's Basic`Services, Additional•,Services, surveys, testing, general consultant, financing, permitting fees=and other similar costs, asrde'termined by the City, that are not considered as direct costs forthe 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 estimateditbtal`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 Constructibri\Cost shall be in 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 sha'll,be adjusted to the projected bid date to take into account anticipated price escalation; WORK: "Work" shall mean :all labor,; materials, equipment, supplies, tools, machinery, utilities, fabrication --transportation;' insurance, bonds, permits and conditions thereof, building code changes and government' approvals, licenses, tests, quality assurance and/or quality control inspections and -related certifications, surveys, studies, and other items, work and services that are necessary or. appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a :,completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of caro•normally exercised in comparable projects in South Florida. Consultant warrants and represents to,the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws")' -to perform the Services. Consultant warrants and represents to the City that it is responsible 6o ,the technical accuracy of the Services. r 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 Ser'vice'Order; and shall also include any and all of Consultant's responsibilities a -rid `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,fo`r`all work performed by Consultant including, without limitation, any design errors or omissions (if,applieable to'the services performed by Consultant). Written decisions and/or approvals issued by',the-City\shall riot constitute nor be deemed a release of the responsibility and liability of -the Consultanr(or any subconsultants), for the accuracy and competency of the Services, no shall any. City approval and/or decisions be deemed to be an assumption of such responsibility,,by the -City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review; -approval or acceptance of, nor payment for, any Services required under -the Agreemerit,.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 performande of the Agreement. `The ' Consultant shall be and remain liable to the City in accordance with Applicable Laws fo'r 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 Consultants misconduct, unlawful. acts,_ negligent acts -errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 9 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform<to the Consultant Service Order. The Consultant may submit requests for an adjustment to'the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction"over the Project) to approve the Consultant's submissions, or any other portion of the., Services/requiring approval by the City (or other governmental authorities having jurisdiction' over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested•adjustment ( ,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 reas'ona"Ne 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 workingrelationship with the,Pro ect,.Admi i 'trato�• Consultant and an and all other p _ � ,,,; y ter individuals and/or firms that have been contracted;'or otherwise refained, to perform work on the Project. 2.9 The Consultant shall perform' is dutfes-'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 impo'ssible:, . 2.10 The ---Consultant \'i`s` responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under,,the Consultant,Service Order (including the services performed by subconsultants), within the specified time -period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultarit.is responsible for and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re - performance of any non -conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final 10 acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, Consultants, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from,; others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent;inrith 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 aria consistent with customary professional standards, in responding to items identified"by other reviewers in accordance with this subsection. Consultant shall receive comments from`reviewers„in,writing, Consultant shall address comments forwarded to it in a ti�m6ly 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.,perforrriance 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.tf;' 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\§ervice(s), it shall employ and/or retain only qualified duly licensed certified personnel to -provide same.� 2.13 Consultant agrees to designate, n venting, 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�tfie, "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; o_ the Services. Consultants Project Manager (as well as any replacement) shall be subject to lhe.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 pnor,written approval of the City Manager or his designee (i.e. the Project Administrator.). --- 2.13.1lConsultant 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)-, ;tofpromptly remove and replace a Project Manager, or any other personnel employed'or otherwise retained by Consultant for the Project ( including, without limitation, any subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require subconsultants to comply with this subsection. 11 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project,,Administrator's, written consent before proceeding with such work and/or services. If Consultantproceeds with any such additional work and/or services without obtaining the prior wr ttenKconsent�'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'vdelineate°d\,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 authorizatiori'or.=a`pproval 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 undertakers 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 provid'e,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.,, �ti` 2.17 THE CITY HAS NO OBLI ANY WAY THE CONSULTANT" CONTRACT DOCUMENTS.' 1 ASSISTANCE TO THE CONSUL NOT, IN ANY WAY, BE CO ASSUMPTION Bii-THE CITY CONSULTANT'S OBLIGATIONS OBLIGATIONS UNDER THE C( PERFORMANCE OF ANY OFrCO CITY IFROM�DECLARING,'CONS PERFORM SUCH OBLIGATION, AND lREMEDIES--IN CO.NNEC' 3ATION, TO",ASSIST, FACILITATE AND/OR PERFORM IN \A�TS� ;,OBLIGIONS THE AGREEMENT OR OTHER HE' CITY\S PARTICIPATION, FACILITATION AND/OR "ANT -SHALL BE' AT ITS SOLE DISCRETION AND SHALL 4\STRUED,'1'NTERPRETED AND/OR CONSTITUTE AN OF\�'CONSULTANT'S OBLIGATIONS, A WAIVER OF %ND/OR,EXCUSE ANY BREACH BY CONSULTANT OF ITS iNTRACT DOCUMENTS. THE PARTICIPATION IN THE JSUL'TANT'S OBLIGATIONS SHALL NOT PRECLUDE THE 1L'TANT IN DEFAULT FOR CONSULTANT'S FAILURE TO NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS 'ION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES -AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANTS (OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 12 2.19 SUBCONSULTANTS: All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from,thd 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-4--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 Consultaht (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 forthe 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'1for`any ncreaselh 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'ss approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, 13 information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures"(i.e. excavation or demolition). Survey information shall be spot checked to the extent that,Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her' sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation; .auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant.. has properly remitted payment due to its subconsultants or vendors): 3.4 If the City observes or otherwise becomes46 a ,of any\fault or defect in the Project, or non-conformance with the Contract Documents the City, through`the,Projeet Administrator, shall give prompt written notice thereof to the Consultant.� 3.5 The City, actin in its proprietary ca acit as Owner and not in its regulatory capacity, shall Y 9 PP Y,PY 9 Y render any administrative approvals and�deci'sions 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 au[hority;to do or to approve the following actions or conduct, by passage of an enabling,resolution or amendment to this Agreement: 3.6.1 The City Commission shall be the4bdy to consider, comment upon, or approve any assign ment,'sdIe,_transfer or sd6letting of this Agreement. Assignment and transfer shall be defined to `also.i elude sale of the`majority of the stock of a corporate consultant. 3.62, Contract Amendments shall be approved in accordance with Contract Approval ,Authority Proced6�e_03.02 or"as amended. 3.7 ((Exqopt-where-othe\rw�ise 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 Agreemeneor the Contract Documents, the City Manager shall issue decisions and authorizations ,whicYi`�may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the 14 City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project 15 Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30%and 60%completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design, the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however,that Consultant cannot(and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice 16 thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re- bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement(and the remaining Services) without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule"C"hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed"shall mean the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses,the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed 17 by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. 5.3 Additional services may be requested by the City using a Consultant Service Order(CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not-to-exceed basis, based on the fee schedule set forth in Schedule "C" hereto. Consultant Service Order shall be executed in accordance with Contract Approval Authority Procedure 03.02 or as amended. Any CSO not executed in accordance herewith shall be null and void. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall 18 include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director, Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 6. REIMBURSABLE EXPENSES 6,1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: • Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its subconsultants, and courier, postage and handling costs between the Consultant and its subconsultants). • Costs for reproduction and preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order attached hereto as Schedule"A", issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 19 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount set forth in Schedule A-1 or Consultant Service Order (as applicable). Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule B shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, provided, however, that in no event shall any annual increase exceed three percent (3%). In the event that the City Manager determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Consultant. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis, per project. Invoices shall identify/include the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address: Accounts Payable: payables@miamibeachfl.gov 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence,technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's 20 office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However,the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project(or both), the City may terminate 21 this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 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. 22 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE Insurance requirements will be determined on a project by project basis at the time of Consultant Service Order (CSO). 11.1 The maintenance of proper insurance coverage is a material element of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement, which could result in withholding of payments or termination of the Agreement. 11.2 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation - Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage - Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 23 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com 11.7 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. 24 Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing,to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Raul Aguila, Interim City Manager Email: raulaguila@miamibeachfl.gov With a copy to: City Manager's Office 25 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX XXXXXX XXXXX Attn: XXXXX Ph: XXXXX Email: XXXXXXX All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian 26 of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16,5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 27 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS 17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 17.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 17.3 Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 17.4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subconsultants and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back- change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 17.5 The Consultant shall make available at its office at all reasonable times the records, 28 materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: (a) If this Agreement is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and (b) The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, employees, subconsultants and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. 17.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor 29 list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Project Documents. In accordance with Section 119.071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 18.5.2.2 The Consultant and its subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 18.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 18.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 18.5.3 E-Verify 30 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 31 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure 32 delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 33 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 34 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR Date Attest XXXXXX Signature/Secretary Signature/President Print Name Print Name Date 35 SCHEDULE A CONSULTANT SERVICE ORDER Service Order No. for services described herein TO: [Consultant] PROJECT NAME: DATE: Pursuant to the agreement between the City of Miami Beach and [Consultant], for [Name of Project] RFQ-XXXXX, you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , 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: $ Dept. Director Date Assistant City Manager Date Consultant Date City Manager Date 36 SCHEDULE A -1 CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 37 SCHEDULE B CONSULTANT HOURLY RATE SCHEDULES 38 SCHEDULE C APPROVED SUBCONSULTANTS 39 MIAMI BEACH APPENDIX C MAMI BEA Insurance Requirements 2023-030-N D GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability(Errors&Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured-City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation- Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation—Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. MIAMI BEACH Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this Contract. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668— ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DIVISION OF CORPORATIONS r .�IYl3IJ3 f uj ,tflJ!;.org styT'(D i tin rrf rtnl :rrrty of Florian rs-dnite Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation THE CORRADINO GROUP, INC. Filing Information Document Number F97000000207 FEI/EIN Number 61-0713040 Date Filed 01/13/1997 State KY Status ACTIVE Principal Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Mailing Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Registered Agent Name&Address CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Name Changed: 09/03/2014 Address Changed: 02/17/2000 Officer/Director Detail Name&Address Title TD P'POOL, FRED 4055 NW 97TH AVENUE MIAMI, FL 33178 Title CD CORRADINO, JOSEPH C 4055 NW 97TH AVENUE MIAMI, FL 33178 Title PD CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Title D DEUTSCH, BURT J FIRST TRUST CENTRE, SUITE 300 NORTH LOUISVILLE, KY 40202 Title VD PEREZ DE MORALES, EDUARDO 4055 NW 97TH AVENUE MIAMI, FL 33178 Title VD CISCAR, MIGUEL 4055 NW 97TH AVENUE MIAMI, FL 33178 Annual Reports Report Year Filed Date 2020 01/08/2020 2021 01/15/2021 2022 01/07/2022 Document Images 01/07/2022--ANNUAL REPORT View image in PDF format 01/15/2021--ANNUAL REPORT View image in PDF format 01/08/2020--ANNUAL REPORT View image in PDF format 01/02/2019--ANNUAL REPORT View image In PDF format J 01/10/2018--ANNUAL REPORT View image in PDF format I 01/09/2017--ANNUAL REPORT View image in PDF format 01/05/2016--ANNUAL REPORT View image in PDF format 01/13/2015—ANNUAL REPORT View image in PDF format 09/03/2014—AMENDED ANNUAL REPORT View image in PDF format 01/14/2014--ANNUAL REPORT View image in PDF format 06/13/2013--AMENDED ANNUAL REPORT View image in PDF format 02/27/2013--ANNUAL REPORT View image in PDF format 02/02/2012--ANNUAL REPORT View image in PDF format 02/21/2011—ANNUAL REPORT View image in PDF format 04/23/2010--ANNUAL REPORT View image in PDF format 04/21/2009--ANNUAL REPORT View image in PDF format 04/24/2008--ANNUAL REPORT View image in PDF format 04/19/2007--ANNUAL REPORT View image in PDF format 03/31/2006--ANNUAL REPORT View image in PDF format 09/01/2005--ANNUAL REPORT View image in PDF format 05/03/2004--ANNUAL REPORT View image in PDF format 05/05/2003--ANNUAL REPORT View image In PDF format 05/14/2002--ANNUAL REPORT View image in PDF format 09/17/2001--ANNUAL REPORT View image in PDF format 09/12/2000--ANNUAL REPORT View image in PDF format 02/17/2000--ANNUAL REPORT View image in PDF format 06/07/1999--ANNUAL REPORT View image in PDF format 02/06/1998—ANNUAL REPORT View image in PDF format 10/03/1997--AMENDMENT View image in PDF format 05/15/1997—MISC. View image in PDF format Florida Department of State,Division of Corporations BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME:The Corradino Group,Inc. NO.OF YEARS IN BUSINESS:52 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES:200+ 52 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:Carr,Smith Corradino BIDDER PRIMARY ADDRESS(HEADQUARTERS):4055 NW 97th Avenue,Suite 200 CITY:Miami STATE:Florida ZIP CODE:33178 TELEPHONE NO.:(305)594-0735 TOLL FREE NO:(800)887-5551 FAX NO.:(305)594-0755 BIDDER LOCAL ADDRESS:4055 NW 97th Avenue,Suite 200 CITY:Miami STATE:Florida ZIP CODE:33178 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Joseph M.Corradino,AICP ACCOUNT REP TELEPHONE NO.:(305)594-0735 ACCOUNT REP TOLL FREE NO.:(800)887-5551 ACCOUNT REP EMAIL:Planning@corradino.com FEDERAL TAX IDENTIFICATION NO.:61-0713040 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Joseph M. Corradino,AICP - President JMC s.F.CTION 2 —ACKNP ".EDGEMENT Or " ^^TNDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to Confirm Confirm Receipt Receipt Receipt JMC Addendum 1 JMC Addendum 6 Addendum 11 Addendum 2 JMC Addendum 7 Addendum 12 Addendum 3 JMC Addendum 8 Addendum 13 Addendum 4 JMC Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 — CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. FIRS1 _ _ ..AST NAM r„._ ,s IONSH 1 NIA 2 3 4 5 6 SECTION 4 — FINANCIAL CAPACITY At time of request by the City, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SECTION 5 - REFERENCES AND PAST PERFORMANCE Project No. BID NUMBER Project Title PROJECT TITLE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: Town of Surfside Contact Individual Name and Title: Hector Gomez - Public Works Director Address: 9293 Harding Avenue, Surfside, FL 33154 Telephone: (786) 778-1728 Contact's Email: hgomez@townofsurfsidefl.gov Narrative on Scope of Services Provided: Consultant on the Continuing Services Contract serving as Engineer of Record for traffic and transportation engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, school traffic operational analysis, city-wide traffic modeling, city-wide traffic count database maintenance, corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the Town with the Miami Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. The Consultant completed a variety of traffic and transportation engineering and transportation planning services including the following task work order assignments: A A¢A-A l-A I A¢ Townwide Traffic Study AAØAIAIAIIAØ Traffic Signal Warrant Analysis A A¢A_ A.- -A_AO One-Way Pilot Program A A¢A_ A_ A: A¢ SpeedNolume Traffic Study A A¢A_ A_ 'A_ A¢ Street Name Signage Reference No.2 Firm Name: City of Fort Lauderdale Contact Individual Name and Title: Ben Rogers - Director of Transportation and Mobility Address: 290 NE 3rd Avenue Fort Lauderdale, FL. 33301 Telephone: (954) 828-3781 Contact's Email: brogers@fortlauderdale.gov Narrative on Scope of Services Provided: Traffic Consultant on the Continuing Services Contract serving as Engineer of Record for traffic engineering task work orders. Provided a variety of in-house traffic and transportation engineering and transportation planning services including the following: A❑A¢A❑A❑A❑A¢ City's Development Review Committee: develop traffic study methodologies, develop parking reduction methodologies, review site plans, traffic studies, and parking studies to identify conflicts and opportunities, and facilitating the development of mitigation strategies to address traffic impacts. Served as in house Consultant as City Traffic Engineer and Program Manager for these peer review cost recovery services. A❑A¢A❑A❑A❑A¢ Review traffic operational and safety study analysis, traffic calming implementation, maintenance of traffic plan review, traffic investigations, signing & pavement marking,and signalization modifications to the existing road network. A7A¢A❑A❑A1A¢ Conduct studies, compile and analyze transportation planning and traffic engineering project data and prepare a comprehensive transportation planning program. A❑A¢A❑A❑A❑A¢ Assist in the implementation of multi modal transportation planning studies and coordinated initiatives with other transportation agencyA❑A¢A CIAO A❑A❑s such as Broward MPO, Broward County Traffic and Engineering, Florida Department of Transportation, and other municipalities. A❑A¢A❑A❑A❑A¢ Represent the City of Fort Lauderdale at City Commission meetings and Planning and Zoning Board meetings. Reference No.3 Firm Name: Town of Cutler Bay Contact Individual Name and Title: Rafael G. Casals - Town Manager Address: 10720 Caribbean Boulevard, Suite 105, Cutler Bay, FL 33189 Telephone: (305) 234-4262 Contact's Email: townmanager@cutlerbay-fl.gov Narrative on Scope of Services Provided: Project Description: The Corradino Group is providing a variety of transportation, planning, and general services for the Town of Cutler Bay that include: A :A¢AA-A A¢ Site Plan Reviews A-A¢A-A-A-A¢ Land Development Regulation Review and Amendments A A¢A-A-A' :A¢ Comprehensive Planning A-A¢A-AA:AO Public Involvement and Consensus Building A A¢A-A- A -A¢ Data Collection A A¢A-A_ A-A¢ Level of Service Determination A A¢A i A-A_ A¢ Travel Demand Forecasting A- A¢A-.A-A A¢Alternatives Analysis and Evaluation A-A¢A-A-A-A¢ Preparation of Maps, Reports, and Presentations Since its incorporation in 2005, The Corradino Group has acted as the TownA-A¢A, A-A-A-s initial Planning Director, Planning Staff, and Transportation Consultant. We continue to serve as the TownA'= A¢A-A-A -s General Planning Consultant assisting with a wide variety of tasks. Corradino developed the Town of Cutler Bay Comprehensive Plan, Land Development Regulations, Bicycle and Pedestrian Master Plan, Transportation Master Plan, and Complete Streets Corridor Analysis, among other studies. Through a series of detailed and highly graphic reports and presentations, Corradino has been able to build consensus on a list of projects for inclusion into the TownA-A¢A-A-Ai.A- s Capital Improvement Program. `'ECTION 6 — SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? Q YES p NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMAL-I-. AND DISADVANTAGED BUSINESS CFRTIFIrATIOIw Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES Q NO SECTION 8 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? Q YES p NO SECTION 9 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Joseph M. Corradino,AICP - President JMC SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Joseph M. Corradino,AICP - President JMC SECTION 11 - CONE OF SILEN( Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov . By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. SFCTION 12 - CODE OF BLISINFSS FTHIC! Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance- and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? p YES 0 NO Bidder adopts the City of Miami Beach Code of Business Ethics? Gi YES 0 NO SECTION 1: - LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami_beach/codes/code_of ordinances? nodeld=SPAGEORCH2ADARTVI ISTCODIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami beach/codes/code_of ordinances? By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SFr,TION 14 — NfW-nVSCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEORCH2ADARTVIPRDIV3COPRS2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 15 - FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code_of ordinances? nodeld=SPAGEOR_CH62HUREARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 - PUBLIC ENTITY CRIME:° Please refer to Section 287.133(2)(a), Florida Statutes, available at: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 17 - VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR CH2ADARTVIPR DIV3COPRS2- 374PRPRPRVEC00000SE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES p NO TAB 2 ,,, . ..,,,,.,...„..., n : _ 7' t- , ,.�„].� , , 't. :fix "M } - \.fie .F ,' ffix x`- _ - ,t ,tl;rl. tr �M.�►. -t .Rt - ` ASS 't ,4 i .ti 1 1 �4 + ,L� 1 r14 Lyl, A� L__ '41r► i`` • ::' ' - •- W , ., ,:. -" ! , ti - a , , ,. . , . (4i1** -.1 I - . . 64 :,. 'IT,I .k. . ... It . i .... , . • _ . 0. 141111/14. Illhllh" . . 1111 <r ,,-,. ,._ Experience & Qualifications THE CORRADINO GROUP AR 2 Experience & Qualifications RFD 2023.030-ND 2.1 QUALIFICATIONS OF PROPOSING FIRM • Cutler Bay Emergency Room • Caribbean Breeze The following are examples of relevant similar project • Raising Canes experience that provide the details of Corradino's proven • The Contemporary at Cutler Bay track record in providing similar scope of services as • Alorica Mixed Use outlined in this solicitation. These projects are in addition • Southland Mall Redevelopment to all the local Miami Beach experience from being a current incumbent Traffic and Transportation Engineering Agency/Owner-Town of Cutler Bay Consultant with the City. The following projects have occurred over the past ten (10) years and exemplify Agency/Owner Contact-Rafael Casals, experience with the planning, technical, managerial, and CFM, ICMA-CM,Town Manager administrative efforts related to general transportation Address:Town of Cutler Bay planning and traffic engineering activities. 10720 Caribbean Boulevard,Suite 105 Cutler Bay, Florida 33189 1. Town of Cutler Bay Traffic Engineering Services Agency/Owner Contact Phone Number: 305.234.4262 Traffic Consultant on Agency/Owner Contact Email: rcasals@cutlerbay-fl.gov The ContemporaryOoLarNayTM^"cImpac`St°°y the Continuing Services Year Project was Completed:03/15- Present Contract serving as Total Cost of Contract: Work Order Based Engineer of Record for Type of Experience: Firm traffic engineering task work orders. Provided a variety of traffic 2. City of Fort Lauderdale Traffic Engineering Services and transportation amengineering services Traffic Consultant on the Continuing �..... including in house Services Contract serving as Engineer support, DRC traffic of Record for traffic engineering task THE CONTEMPORARY CUTLER BAY engineering review, work orders. Provided a variety of �.-.65r FL intersection analysis, in-house traffic and transportation THr.GORRAO{NOGROUP signalization analysis CITY OF FORT LAUDERDALE engineering and transportation and design,roundabout planning services including the following: analysis and design, roadway level of service analysis, public school traffic City's Development Review Committee: develop traffic operational analysis, city-wide traffic modeling, city-wide study methodologies, develop parking reduction traffic count database maintenance, corridor signal timing methodologies, review site plans, traffic studies, and progression analysis, traffic calming and neighborhood parking studies to identify conflicts and opportunities, and traffic mitigation, responded to citizen inquiries and facilitating the development of mitigation strategies to coordinated the interests of the City with the Miami Dade address traffic impacts. Served as in house Consultant as County Department of Transportation and Public Works, City Traffic Engineer and Program Manager for these peer FDOT District VI and other key stakeholder government review cost recovery services. agencies.The Corradino Group also completed the updates to the Transportation Element of the Growth Management Review traffic operational and safety study analysis, traffic Plan, the Transportation Master Plan and the Complete calming implementation, maintenance of traffic plan Streets Corridor Analysis.The Corradino Group assisted the review, traffic investigations, signing & pavement marking, Town in modifying their Land Development Code to create and signalization modifications to the existing road new criteria for the completion of Development Traffic network. Studies by the Town's General Engineering Consultants. The Corradino has completed traffic impact studies for the Conduct studies, compile and analyze transportation Town for the following development projects: planning and traffic engineering project data and prepare a comprehensive transportation planning program. • Cutler Gate • Century at Cutler Bay Assist in the implementation of multi modal transportation • ARQ 211 planning studies and coordinated initiatives with other • Saga Bay transportation agency's such as Broward MPO, Broward THE CORRADINOGROUP 4 TAR 7 Experience & Qualifications " Ar'oIBEACN RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES County Traffic and Engineering, Florida Department of • Townwide Traffic Study Transportation, and other municipalities. • SR A1A Collins Avenue Traffic Signal Warrant Analysis • One-Way Pilot Program Represent the City of Fort Lauderdale at City Commission • Speed/Volume Traffic Study meetings and Planning and Zoning Board meetings. • 88th Street Corridor Study Agency/Owner-City of Fort Lauderdale Agency/Owner-Town of Surfside Agency/Owner Contact-Ben Rogers, Director Agency/Owner Contact-Hector of Transportation and Mobility Gomez, Public Works Director Address: City of Fort Lauderdale Address:Town of Surfside Transportation and Mobility 9293 Harding Avenue 290 NE 3rd Avenue Surfside, FL 33154 Fort Lauderdale, FL 33301 Agency/Owner Contact Phone Number: 786.778.1728 Agency/Owner Contact Phone Number: 954.828.3781 Agency/Owner Contact Email: Agency/Owner Contact Email: hgomez@townofsurfsidefl.gov BRogers@fortlauderdale.gov Year Project was Completed:07/15- Present Year Project was Completed: 07/15- Present Total Cost of Contract: Work Order Based Total Cost of Contract: Work Order Based Type of Experience: Firm Type of Experience: Firm 4. Miami Dade County SMART Plan General Planning 3. Town of Surfside General Traffic and Transportation Consultant Services Contract- North Dade Transitway Engineering Services Land Use Scenario, Visioning, Planning and Economic Mobility and Accessibility Plan Study Consultant on the 88T"STREET CORRIDOR STUDY Continuing Services Recognizing that transit-supportive land use plays a critical Contract serving role in the success of major rapid transit investments, as Engineer of the Miami-Dade Transportation Planning Organization Record for traffic (TPO) has been tasked to examine this interrelationship - - `' and transportation to complement the Strategic Miami Area Rapid Transit • engineering task (SMART) Plan rapid transit initiative. The SMART Plan is : work orders. Provided intended to help achieve county and community goals � ;,.;r�` 1 a variety of traffic though the integration of transportation, land use planning T/��'" and transportation and development of strategies. The purpose of this work to engineering services order is to develop a Land Use Plan for the North Corridor including DRC traffic of the SMART Plan in support of transit. engineering review, THE CORRADINOGROUP + �► �� r ... ,,,, intersection analysis, �.1+ signalization analysis 1 . and design, roundabout analysis and design, roadway t ► ` level of service analysis, school traffic operational analysis, + y !'P - �� � city-wide traffic modeling, city-wide traffic count database y maintenance, corridor signal timing progression analysis, elk �' traffic calming and neighborhood traffic mitigation, The Miami-Dade TPO Governing Board passed the SMART responded to citizen inquiries and coordinated the interests Plan on April 21, 2016 recognizing the need to address of the Town with the Miami Dade County Department mobilityneedsthroughoutMiami-DadeCounty.TheSMART of Transportation and Public Works, FDOT District VI Plan includes six(6) major rapid transit corridors and a Bus and other key stakeholder government agencies. The Express Rapid Transit Network. The North Corridor study Consultant completed a variety of traffic and transportation focuses on providing premium transit along SR-9/SR-817/ engineering and transportation planning services including NW 27th Avenue. The North Corridor stretches 13 miles the following task work order assignments: from the Miami-Dade/Broward County Line to the Airport THE CORRADINOGROUP 5 TAB 2 Experience & Qualifications MI.A,M BEH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Expressway along NW 27th Avenue.The Corridor will serve one of the most successful -7 historically under-represented, low-income communities, municipal circulator a _. providing the opportunity to better access jobs, as well as systems, and provides in _ jumon establishing a key regional mobility linkage for the area's house staff to assist in ow job centers, stadium district, and higher education. day to day planning and y •r r _ --- engineering functions The study includes public, on-street transit stations/stops including General traffic located along the corridor within the study limits. The engineering services to study also includes public and/or private facilities located include, but not limited ti . adjacent to or off-corridor where potential park-and-ride to, traffic counts, field and/or transit terminals(including the Miami Dade College observations, roadway c"� © Q North Campus)are being considered.The southern project capacity/level-of-service �TRbNSPQRTATION MASTER PLAN limits included consideration of two major terminals; the (LOS) analyses, traffic MIC, and the proposed Downtown Miami Intermodal surveys, road safety - Terminal at Government Center via the Martin Luther King analyses, parking and site plan studies/reviews, review of (MLK) Jr Metrorail Station at NW 27th Avenue and NW traffic impact analyses of proposed land developments, 64th Street. etc. Corradino also provided in house support especially during the implementation of the trolley circulator. The purpose of this project is to develop the Transit Oriented Development(TOD), First and Last Mile(including Transit Mobility Plan circulator services), and Transit Hubs components to support the economic mobility and accessibility plans for As a newly incorporated municipality, Doral wanted the SMART North Corridor. Several studies by DTPW, the to create a multimodal transportation infrastructure Miami-Dade TPO and other partner agencies have been to enhance its existing network of roadways, involving completed in recent years. pedestrian, bicycling, vehicular, freight, and mass transit elements. Through the development and adoption of a Agency/Owner- Miami Dade Transportation Planning Transportation Master Plan,Doral was able to attain funding Organization (TPO) from the People's Transportation Plan, which has been instrumental in the implementation of its Trolley Circulator Agency/Owner Contact-Wilson Fernandez, system, a project which Corradino also assisted the City in Program Administrator,Transportation developing.This Master Plan focused on an intensive public Address: Miami-Dade Transportation Planning Organization involvement process would build consensus on projects Stephen P. Clark Center developed in the areas of roadway capacity, alternative 111 NW 1st Street,Suite 920 modes, and transportation demand management. A set of Miami, FL 33128-1916 27 projects was developed in these areas and implemented in a 5-year Capital Improvements Plan. Agency/Owner Contact Phone Number: 305.375.1886 Agency/Owner Contact Email: Section Eight Traffic Calming Study Wilson.Fernandez@miamidade.gov Year Project was Completed: 09/17-09/19 Corradino provided 'v'' Total Cost of Contract: $800,000 traffic calming features SECTION EIGHT Type of Experience: Firm for the Section Eight a neighborhood in Doral, Florida. The objective 5. City of Doral Transportation, Planning and General of this study was to Engineering Services determine if improvements rOxnt are necessary to maintain Transportation Master Plan the quality of life for the residents by managing As the transportation, planning and general engineering traffic concerns in an �,- consultant, The Corradino Group, Inc. (Corradino) appropriate fashion developed the City's first transportation master plan, to minimize through- reviewed developments,traffic impact analysis, developed traffic intrusion into the residential neighborhood THE CORRADINO GROUP 6 TAB 2 Experience & Qualifications RAI/\M;BEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES and to maintain vehicle speeds at suitable levels. Two -, , public involvement meetings were held to engage , , residents in the local area. Following traffic count and1/4 speed measurements, traffic calming measures were 'w. ► . �, recommended. + � I "'" Agency/Owner Contact- Rita Carbonell, Assistant Public Works Director Address: City of Doral Corradino has provided, through this contract, 8401 NW 53rd Terrace Comprehensive Plan amendments, including water supply Doral, FL 33166 plan policies, and recommendations for further changes. We have also provided revisions for the land development Agency/Owner Contact Phone code, such as for fences, on other items. Number: 305.593.6740 x 6015 Agency/Owner Contact Email: Corradino has also done the Comprehensive Operational rita.carbonell@cityofdoral.com Analysis for the City of North Miami Beach's transit system. Year Project was Completed: 12/2015- Present We evaluated their transit system and introduced a plan Total Cost of Contract Work Order Based that incorporated new transit lines. Analysis included Type of Experience: Firm investigating connections with Sunny Isles Beach's circulator. The project reviewed the system's financial structure and projected demands for the circulator to determine funding 6. North Miami Beach General Engineering & Planning for the system. Three new routes were recommended to Services expand service to underserved neighborhoods within the City. After the adoption of the report, assisted with Phase Scope of Services: General land use, transportation 2 implementation of two of the new routes to take place planning, in house consulting services, water supply in 2017. Implementation resulted in an increase in local planning, transit planning, civil engineering, and traffic ridership from 17,000 to 85,000 in the first year,to 185,000 engineering services on an on-call basis as needed. un the second year, and to 223,000 in the third year. Project Description: Corradino provided general planning Agency/Owner-City of North Miami Beach and engineering services, as well as transportation planning as needed. Corradino staff served as in house- Agency/Owner Contact-Chidi Tobias, staff for the Community Services department and attended Public Works Department TRAD meetings for development review as needed. Address: City of North Miami Beach Additionally, Corradino serves as a peer reviewer for traffic 17050 NE 19th Avenue, 1st Floor impact analyses, and the City also calls upon Corradino North Miami Beach, FL 33162 staff to assist with other studies such as ADA reviews, to serve on study advisory committees such as for the City's Agency/Owner Contact Phone Number: 305.948.2967 transportation master plan and parking analyses. The Agency/Owner Contact Email: recent traffic engineering and transportation planning peer chidi.tobias@citynmb.com review services included the following recent mixed-use Year Project was Completed: 09/14- Present developments: Total Cost of Contract:Work Order Based Type of Experience: Firm • Riverwalk • Riverwalk South • Soleste on the Bay 7. Gainesville Urbanized Area MTPO 2045 Long Range • Skygarden Transportation Plan Update • NMB Venus • Uptown Harbor Corradino is currently working on the Gainesville Urbanized • Yeshiva Toras Chaim School Expansion Area MTPO Long Range Transportation Plan(LRTP) Update. The LRTP is being prepared according to the FAST Act THE CORRADINOGROUP 7 TAB 2 Experience & Qualifications I, AM1BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES requirements as well as the Florida Statutes governing <:mf,t 1 5 - � Metropolitan Planning Organization management. , e I` # s t; , 661 Corradino has a public involvement plan including three �,mN . 4,4 13, ! ` public workshops and two public hearings. The scope w n�{= for the plan includes updating the TransCad model '4 I for the Gainesville Urbanized Area. In addition to the highway network, a transit network will be developed �... _..� 4 1 to incorporate bus rapid transit, fixed rail, streetcar, . " and trolley. To incorporate all modes of travel there 1 art r d-' A will be a bicycle network, sidewalk network, and freight '•. ; {' , + network as part of the model. The LRTP will include _ "T Vision statement, goals, objectives, and plan policies. _ ___ o• .,- Once the existing conditions have been gathered, „„01 Matter an evaluation of the future conditions will result in • "" ® "°""°"°"""`°""""" a fiscally constrained project list that aligns with the goals, objectives, and plan policies. As the plan is pedestrian network and previously planned projects developed Corradino is preparing technical reports while connecting various plans into one comprehensive documenting the process for the Gainesville MTPO. document. An emphasis was placed on connectivity to the future development of the Tri-Rail Coastal Link Station •, = r ; _ within the Unified Master Plan for Pedestrian & Bicycle Connectivity.The goal was to ensure connections between the mall, planned station area, and local neighborhoods Agency/Owner Contact-Scott Koons, while encouraging bicycle and pedestrian safety AICP- Executive Director through education and community events. Strategies Address: Gainesville Metropolitan were formulated to better link the City to neighboring Transportation Planning Organization municipalities,as well as to the regional system of planned 2009 NW 67th Place and existing bikeways. Gainesville, FL 32653-1603 I Agency/Owner Contact Phone Number: 352.955.2200 Ext. 101 Agency/Owner Contact- Joseph Kroll, Public Agency/Owner Contact Email: koons@ncfrpc.org Works/Transportation Director Year Project was Completed: 2018-2020 Address: 19200 West Country Club Total Cost of Contract: $200,000 Drive,Aventura, FL 33180 Type of Experience Firm Agency/Owner Contact Phone Number: 305.466.8970 Project Manager: Edward Ng,AICP Agency/Owner Contact Email:jkroll@cityofaventura.com Project Start Date: 07/2016 8. City of Aventura Unified Master Plan for Pedestrian Year Project was Completed: 04/2017 and Bicycle Connectivity Total Cost of Contract: $60,000 Type of Experience Firm Scope of Services: Create a vision for pedestrian and Project Manager: Scarlet Hammons, AICP bicycle transportation within the City of Aventura. Identify a coordinated project bank of improvements with a focus on pedestrian and bicycle mobility and 9. Las Olas Boulevard Streetscape Corridor Analysis connectivity. The report was the non-motorized component of the Transportation Element to the Project Description: The City of Fort Lauderdale Comprehensive Plan. commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and Project Description: Corradino served as the Prime challenges to provide key components of a vision that will Consultant and prepared the Unified Master Plan ground the future development of the area.The City of Fort for Pedestrian and Bicycle Connectivity. This grant- Lauderdaleiscommittedtopromotingsafe,accessible,multi- funded report evaluated the City's existing bicycle and modal travel evidenced by its implementation of Complete THE CORRADINO GROUP 8 TAB 2 Experience & Qualifications 1,AIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Created a coordinated, iconic, context-sensitive design for laS . Oft the five distinct character areas. Strikes a balance between the needs of drivers from the LG cip...a,UtS,ONVIS,oN beach and the residential areas to the east, and the needs of retail, office, and public space and event uses along Las E coMcemuuo€sxn�slon Olas Boulevard. as » Hammock Developed a safe, comfortable network for pedestrians and bicyclists through the entire 2.4-mile segment that " connects with other existing and planned pedestrian and bicyclist networks,as well as provided for first and last mile ,cr" .- ' a.," connections to both land and water transit services. .f�" Coordinated a conceptual design with other planning :t , - 2- * 1 'f '• a" initiatives that strive to address climate change. 401 ``:- R. . .4.. A balance was struck between the unique needs of people - �tiY. A. ' �`` driving, people walking, people biking, and of special — ., events while elevating the safety for all modes.This balance preserved the character of adjacent neighborhoods while also defining the future of this iconic boulevard. The _kis f C�F K N :ION ...a "� conceptual design determined at the conclusion of this (fps...101.H• .,c•: visioning process identified the elements needed for the • . complete reconstruction of the Boulevard. • --- --- -s __-�"---" Speed nn6,si. The traffic analysis included a review of the existing —" h ��d ���-•y•n and future 2040 conditions. The evaluation included -• . . .,.y.,..,...:.r. .74,t�waXuta y t'°":- Tong - 0 1�:,. `-, n��.to�.�m:� "%n.... _ ,- L...w. �P ..,1O.a y'nue.kvelO nt..M intersection capacity analysis at all the key signalized ♦Myil leI it by r*AIM,ICMMyH SpublMtl wa M+1l� fp.0 Wi by obi tNm I.MPH i{-plmg w. fpend :: � • � � „�.,,,,,,..N,,n,Mh�.f„��,...,,,,..I,w intersections, road segment link analysis to determine �� - --- MAW Alt n i sin,a tIwarom t,tM.S 1i ,.n.. use of right-of-way width for all modes of transportation, y - .R ,,,1. .. „7� ii��,� - - speed study to determine the corridor target speed for y ." ? +• , „r• each character area and a safety review to determine high f.'` : " �'" ., crash locations including bicycle and pedestrian crashes..�' - 1 The traffic studycontemplated neighborhood intrusion �L. t. A, , -• and if certain vehicle movements should be restricted. I . • . - Agency/Owner-City of Fort Lauderdale Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Agency/Owner Contact-Ben Rogers, Director Las Olas Boulevard must balance moving people efficiently of Transportation and Mobility through a balance of transportation needs, inclusive of Address: City of Fort Lauderdale pedestrian, bicycling, vehicular, and transit modes, with Transportation and Mobility space programmed to safely accommodate other alternative 290 NE 3rd Avenue modes of transportation such as scooters. Fort Lauderdale, FL 33301 The successful conceptual design as achieved through the Agency/Owner Contact Phone Number: 954.828.3781 scope of services met the following broad goals: Agency/Owner Contact Email: BRogers@fortlauderdale.gov Ensured a consensus vision that enhances the branding Year Project was Completed: 08/19-06/21 for the Boulevard and the City's branding as both an Total Cost of Contract: $765,000 international destination and the place for live, work, and Type of Experience: Firm play in South Florida. THE CORRADINO GROUP 9 TAB 2 Experience & Qualifications M i A,MI BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 10. Lee CountyMPOGeneralPlanningConsultantServices and various other data sources. The Dashboard will also present future conditions (2045 data), based on Project Description: The Consultant provided various task the District 1 Regional Planning Model (D1RPM). The work orders as directed by the Lee County MPO as part of Dashboard will be developed using the opensource R the GPC contract. These included the following task work programming language and it will have no additional orders: software ownership costs to the agency.The opensource platform will enable future enhancements to the Vehicle, Bicycle and Pedestrian Crash Analysis- Provided dashboard as needed. The Dashboard will provide vehicle, bicycle and pedestrian crash data in support of useful data summaries derived from detailed and performance measures, safety outreach activities and complex databases such as RITIS/HERE. The Dashboard before and after analysis of countermeasure improvements. can help identifying the existing and future bottlenecks Analyzed crash data to provide recommendations for in the region and can help the MPO's goal of identifying implementation of safety improvements. Produced maps, appropriate congestion mitigation strategies. graphics and tables to illustrate the results of the crash data analysis. Agency/Owner- Lee County MPO Lee County MPO Corridor Congestion Dashboard- Agency/Owner Contact- Donald Scott Consultant will assist The Lee County MPO with the Address: Lee County MPO development of a Dashboard that can interactively 815 Nicholas Parkway E display corridor congestion data on its major corridors Cape Coral, FL 33990 for the existing and future conditions. The corridor congestion data will include, but not limited to Agency/Owner Contact Phone Number: 239.244.2220 average speeds, average traffic counts, congested Agency/Owner Contact Email: dscott@leempo.com miles traveled, vehicle miles travelled, number of Year Project was Completed: 01/20- Present lanes, functional class/facility type characteristics. The Total Cost of Contract: Work Order Based existing conditions data will be obtained from FDOT Type of Experience: Firm District I Travel Demand Visualization Alt:45A the corradino group—24 June.lulu CURRENT ALT MAPS. GROWTH MAPS• Zonal Data Table Defy Vol a.Vol/Cap 0&;o ._ �', T,s - s, .. ego, 1\ \ i- '+ IF- THE CORRADINOGROUP 10 TAR 2 Experience & Qualifications Ml V,IBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FIRM LICENSES THE CORRADINOGROUP Licensee Name: THE CORRADINO GROUP,INC. License Number: 7665 Rank: Registry License Expiration Date: Primary Status: Current Original License Date: 03/07/1997 Related License Information Relationship Relation License Expiration Number Status Related Party Type Effective Rank Date Date 36146 Current, PEREZ DE MORALES,EDUARDO Registry Professional 02/28/2023 Active Engineer State of Florida Department of State I certify from the records of this office that THE CORRADINO GROUP,INC. is a Kentucky corporation authorized to transact business in the State of Florida, qualified on January 13,1997. The document number of this corporation is F97000000207. I further certify that said corporation has paid all fees due this office through December 31,2022,that its most recent annual report/uniform business report was filed on January 7,2022,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-sixth day of January, j{ 2022 • A I�, Secretary of State Tracking Number:8927288640CU To authenticate this certifieate,visit the following aite,enter this number,and then follow the instructions displayed. hnpe://rerviees.sun bir.org/Filings/CertlacatonfStatns/CerlifeateAuthenticatlon THE CORRADINO GROUP 11 TAB 2 Experience & Qualifications i \!Aim! A H RFQ 2023-030-ND 11AFF!^FNniNFFRING CONSULTANT SERVICES Local Business Tax Receipt LBT Miami-Dade County,State of Florida -111$IS NOT A BILL-DO NOT PAY l 7207971 11111111111aA°Ual0N Wall NO EXPIRES THE CORRADINO CROUP INC RENEWAL SEPTEMBER 30,20Z3 4055 NW 97TH AVE 200 7491292 Must tnn atspla yeti at peace of DORAL FL 33178 Punwtnt to County Code Chapin.8A-Art 9&10 a.tN{N ode Inn a Omani THECOMMO GROUP PK 212 PA tCORP/PARTNERSHIPIPIRM IMAMItMMO C/O JOSEPH C CORRSDINO PRES 186841 ITCU MA rde 5639.009.00 07/12/2022 Empinyee(s) 142 INT-22-357103 T,.Le.Batta.sT.Romp eel coed/to...Twat Olio Lain BlNMt1 t. TN 1910191.$.1a WPM% wort.or a c.rb0ubes M 9a bider.paallbestuaac le do bttM.Mulder not°amply Will my(p.lnwAN w ttlop.en 88.1•1 nptalery latra.mad of WIeaMN wlldl apply N Ow lamps TN RECEIPT NO MNw owl I.d&.11.yed on all co.samNal.did.-WwI--0nb CNN fee IN soto reontallon.rlWt f THE CORRADINO GROUP 12 TAB 2 Experience & Qualifications M A ,MIBEACH RFQ 2023-030-ND !?' TATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES FDDT Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 19, 2022 Frederick P'Pool, Chief Operating Officer THE CORRADINO GROUP, INC. 4055 NW 97t''Avenue, Suite 200 Miami, Florida 33178 Dear Mr. P'Pool: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications Group 7 -Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI 10.5.1 - Major Bridge CEI - Concrete 10.5.2 - Major Bridge CEI - Steel 10,5.3 - Major Bridge CEI - Segmental 1 THE CORRADINO GROUP 13 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING ND TRAFFIC ENGINEERING CONSULTANT SERVICES Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2023, for contracting purposes. Approved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense Expense 147.17% 114.81% 0.039% Reimbursed No 1.07% 6.31%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, ‘0447,,, 7 Carliayn Kell Professional Services Qualification Administrator 2 THE CORRADINO GROUP 14 TAB 2 Experience & Qualifications tv5i!AMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Committed to Excellence 2?1&e Minority Business Certification CTS Engineering, Inc Is certified under the provision,of 397 end 295_1147.Florida Stalo s.fnr a p•red frm. June 10,2022 June 10.2024 1 Iwhl I:mun Iki t.Ik(wnwm,-1Maruytnwen\mk4 State of Florida Department of State I certify from the records of this office that CTS ENGINEERING,INC.is a corporation organized under the laws of the State of Florida,filed on October 8, 2009. The document number of this corporation is P09000083589. I further certify that said corporation has paid all fees due this office through December 31,2022,that its most recent annual report/uniform business report was filed on May 26,2022,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-.sixth day of May,2022 1t Secretary of tate Tracking Number.5h676860l7CC To authenticate this eertianate,Wll the following sitc,enter this number,and then follow the inslruetions displayed. https://senires.,nnhir.of0M1ilinga/CertilknieOlStatu✓Certif aleAutheotieatiun THE CORRADINO GROUP 15 TAB 2 Experience & Qualifications /I\IAMIBEACH RFQ 2023-030-ND TRAFFIC ENGINEERING CONSULTANT SERVICES FDOir Florida Department of Transportation RON DESANTIS JARED W.PERDUE,P.E. GOVERNOR SECRETARY November 16, 2022 Sheng Yang, President CTS ENGINEERING, INC. 3230 West Commercial Boulevard, Suite 220 Fort Lauderdale, Florida 33309 Dear Mr. Yang: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 -Controlled Access Highway Design Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing Group 7 -Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 8 - Survey and Mapping 8.1 -Control Surveying 8.2 - Design, Right of Way& Construction Surveying 8.3 - Photogrammetric Mapping 8.4 - Right of Way Mapping Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 -Transportation Statistics 1 THE CORRADINO GROUP 16 TAB 2 Experience & Qualifications to, AMFBEACH RFQ 2023-030-ND OFNERAt TRANSPORTATION PI ANNINC AND TRAFFIC ENC!NFFRING CONSULTANT SERVICES Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2023, for contracting purposes. Approved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense Expense 184.43%^ 125.09%* 0.215% Reimbursed No 49.94% 10.05%* *Interim Rates ^For multi-year contracts, DOT has adjusted the overhead rates to mitigate the adverse impacts of Payroll Protection Program loan forgiveness. For information on the adjusted overhead rates, contact the district Procurement Office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, 7tai Carliayn Kell Professional Services Qualification Administrator 2 THE CORRADINO GROUP 17 TAB 2 Experience & Qualifications RAIAMIBEACH RFQ 2023-030-ND )'AL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor:CTS ENGINEERING INC Vendor Name: CTS ENGINEERING INC DBE Certification: CERTIFIED MBE Certification: Certified DBA: Former Name: Business Description: TRANSPORTATION PLANNINGfTRAFFIC ENGINEERING/AND TRAFFIC DATA COLLECTION Mailing AddressJ: 8095 NW 12TH ST STE 315 DORAL,FL 33126- Contact Name: SHENG YANG Phone: (305)599-8698 Fax: (305)599-8692 Email: SYANG@CTSEINC.COM ACDBE Status: N Statewide Availability: N Certified NAICS 541330 Engineering Services 541690 Other Scientific and Technical Consulting Services THE CORRADINO GROUP 18 TAB 2 Experience & Qualifications frAIAMIBEACH RFQ 2023-030-NO GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM ® jJi�� AYUIpa AUTNORnV ;tr .„—„, �' Opeam DLSADvABTAtIED BUSINESS ENTERPRISE(DBE) CERTIFICATE OF ELIGIBILITY TJKM MEETS THE REQUIREMENTS OF 49 CFR,PART 26 APPROVED NAICS CODES: 541330,541340,541990 Samuel Febres(Sammy) DBE&Small Business Development Manager Florida Department of Transportation eTampa irt tional l v ,tt Nor.International 1. -ribro �,•— rut official Seus of ArrLLs wE&311 DIpartment of State /Division of Corporatism /Search Records / Search by Entity Name/ Detail by Entity Name Foreign Profit Corporation TJKM,INC. Filing Information Document Number F19000001063 FEI/EIN Number 94-2239515 Date Filed 03/05/2019 State CA Status ACTIVE Principal Address 4111 S.W.135th Avenue Davie,FL 33330 Changed:02/08/2021 Mailing Ad ress 4305 HACIENDA DR,STE 550 PLEASANTON,CA 94588 Registered Agent Name&Address AMIN,NAYAN 4111 S.W.135th Avenue Davie,FL 33330 THE CORRADINO GROUP 19 TAB 2 Experience & Qualifications 1\AIAMIBEACH RFO 2023-030-ND G NERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ADVISORY SJ!`R.11tj1I QJ pp rut'f v tw official Surtx v'fFlorida we/aide pgpartment of State / nioision of Corporations / Search Records / Search t y Entity Name/ Detail by Entity Name Florida Limited Liability Company LAMBERT ADVISORY LLC Filing Information Document Number L99000006187 FEI/EIN Number 65-0952060 Date Filed 09/29/1999 State FL Status ACTIVE Last Event LC NAME CHANGE Event Date Filed 01/31/2022 Event Effective Date NONE Principal Address 100 Biscayne Blvd Suite 2510 MIAMI,FL 33132 Changed:03/24/2018 l!Alg Address 100 Biscayne Blvd Suite 2510 MIAMI,FL 33132 Changed:03/24/2018 Eggistered Agent Name&Address LAMBERT,PAUL 100 Biscayne Blvd Suite 2510 MIAMI,FL 33132 Name Changed:04/19/2007 Address Changed:03/24/2018 Authorized Person(s)Detail Name&Address Title MGR THE CORRADINOGROUP 20 TAB 2 Experience & Qualifications mIArv\IBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CA 2.2 QUALIFICATIONS OF PROPOSER TEAM 1 M I AM I BEACH 1 PRINCIPAL-IN-CHARGE Joseph M.Corradino,AICP DEPUTY PROJECT MANAGER PROJECT MANAGER OA/OC Edward Ng,AICP Eric Czerniejewski,PE,ENV SP Mike Ciscar,PE TRAFFIC ENGINEERING/ COMPLETE STREETS/TRANSPORTATION TRANSPORTATION/TRANSIT PLANNING ACTIVE TRANSPORTATION-BICYCLE TRAFFIC DATA COLLECTION IfLATED URBAN DESIGN/ROADWAY /TRANSIT ORIENTED DEVELOPMENT &PEDESTRIAN PLANNING Eric Czerniejewski,PE,ENV SP DESIGN/SIGNALIZATION/ITS ANALYSIS /STATION AREA PLANNING Joseph M.Corradino,AICP Vanessa Spatafora,PE Mike Ciscar,PE Joseph M.Corradino,AICP Mark Alvarez Gerald Bolden,PE,PTOE Gorky Charpentier,PE,CGC Mark Alvarez Edward Ng,AICP Ryan Solis-Rios,PE,PTOE Eric Czerniejewski,PE,ENV SP Edward Ng,AICP Mario Duron,AICP ShengYang,PE,PTOE(CTS) Juan Sotero,PE Mario Duron,AICP Scarlet Hammons,AICP CTP Phani Allu,PE,PTOE,RSP I (CTS) Ryan Solis-Rios,PE,PTOE Scarlet Hammons,AICP CTP Kathryn Lyon,AICP,CFM Satya Suresh Kumar Allu,PE(CTS) Gerald Bolden,PE,PTOE Madison Yurubi Aldo Fritz,AICP(TJ) Kumar Allu(CTS) Francisco Leon,PE ShengYang,PE,PTOE(CTS) Gary Schatz,PE,PTOE,PTP(TJ) Yonnggiang Wu,PE(CTS) Jeffrey Coffin,PE Phani Allu,PE,PTOE,RSPI (CTS) Nayan Amin,TE(TJ) Jessica Reyes,PE,IMSA II(CTS) Marvin Guillen Satya Suresh Kumar Allu,PE(CTS) Ruta Jariwala,PE,TE(TJ) Nelson Fernandez(CTS) Sean Rouleau,El Kristina Morrow,AICP(CTS) Rutvij Patel,EIT(TJ) Kamlesh Saxena,CCP(TJ) Danny Iglesias,PE(CTS) Jessica Reyes,PE,IMSA II(CTS) Nayan Amin,TE(TJ) Phani Allu,PE,PTOE,RSPI (CTS) Jeremy Mullings,AICP(CTS) Ruta Jariwala,PE,TE(TJ) Steve Hughes,PE(CTS) Aldo Fritz,AICP(TJ) Rutvij Patel,EIT(TJ) Brent Lee Shue Ling,PE(CTS) Gary Schatz,PE,PTOE,PTP(TJ) Aldo Fritz,AICP(TJ) Nayan Amin,TE(TJ) Gary Schatz,PE,PTOE,PTP(TJ) Rutvij Patel,EIT(TJ) Kamlesh Saxena,CCP(TJ) Nayan Amin,TE(TJ) Robert Williams(TJ) Ruta Jariwala,PE,TE(TJ) Rutvij Patel,EIT(TJ) COMPUTER VISUALIZATION/ TRAVEL DEMAND MODELING IMIEMVEDEMEIN ENVIRONMENTAL SUSTAINABILITY GRAPHICS/GIS Ken Kaltenbach,PE Joseph M.Corradino,AICP ANALYSIS/RESILIENCE PLANNING Edward Ng,AICP Srinvas"Srin"Varanasi Eric Czerniejewski,PE,ENV SP &DESIGN Kathryn Lyon,AICP,CFM Aditya Katragadda,PTP Edward Ng,AICP Edward Ng,AICP Madison Yurubi Yang"Johnny"Han,PhD,PE Scarlet Hammons,AICP CTP Scarlet Hammons,AICP CTP Satya Suresh Kumar Allu,PE(CTS) Shuqi Hao ShengYang,PE,PTOE(CTS) Kathryn Lyon,AICP,CFM Nelson Fernandez(CTS) ShengYang,PE,PTOE(CTS) Jeremy Mullings,AICP(CTS) Gary Schatz,PE,PTOE,PTP(TJ) Kristina Morrow,AICP(CTS) Phani Allu,PE,PTOE,RSPI (CTS) Kristina Morrow,AICP(CTS) Rutvij Patel,EIT(TJ) Yonnggiang Wu,PE(CTS) Jessica Reyes,PE,IMSA II(CTS) Aldo Fritz,AICP(TJ) FINANCIAL PLANNING&ANALYSIS PUBLIC INVOLVEMENT/ Paul Lambert(LA) PUBLIC OUTREACH Eric Liff(LA) Caridad Mesa Rebecca Guerrero SUBCONSULTANTS Andrea Pacini Baynham Christian Gonzalez (CTS)CTS ENGINEERING,INC. Jeremy Mullings,AICP(CTS) (TJ)TJKM,INC. (LA)LAMBERT ADVISORY LLC THE CORRADINOGROUP - 21 TAB 2 Experience & Qualifications rAlAM lBEACH RFQ 2023-030-ND ,ND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE JOSEPH M. CORRADINO, AICP 27 Principal-in-Charge EDUCATION Mr. Corradino is President of The Corradino Group, Inc. and heads the 1992,MA(Community company's land use and transportation planning operations. Over his 27- Planning), University of year career,he has been an advocate of planning transportation and land Cincinnati use in concert with one another. In doing so, he has focused on working 1990, BA(Geography), ` with local governments to create and improve their comprehensive plans, Villanova University zoning codes and transportation master plans. His work in the field has PROFESSIONAL REGISTRATIONS >' been successful as he has performed these services for nearly every city American Institute of Certified in Miami-Dade County, and has developed a unique credibility within the Planners No.012032 individual communities from the very local perspective. Joe Corradino Mayor,Village of Pinecrest,FL knows well what it takes to be successful in this arena,where local municipalities oversee land use (2016-Present) decisions, and larger governments are in charge of transportation, because he has been in Vice Mayor,Council Member government, as an appointed and elected official for over 15 years, most currently as Mayor of Village of Pinecrest,FL(2006- Pinecrest. Few consultants possess this perspective. 2014) Miami-Dade MPO,Transportation Mr.Corradino has won six awards from the American Planning Association.He previously Planning Council-(2009-2016) served as Chairman of the Village of Pinecrest Planning Board and currently serves as Miami-Dade MPO,Citizens Mayor. He also served on the Miami-Dade County MPO, Citizens Transportation Advisory Transportation Advisory Committee, (CTAC), the Development Permitting Advisory Committee, (DPAC). He was the Committee,(2004-2006) Chairman of the Gold Coast Chapter of the American Planning Association and has served as Miami-Dade County,Development planning consultant for municipalities such as Homestead,Cutler Bay,Palmetto Bay,South Miami, Permitting Advisory Committee, Miami, Miami Beach, Aventura, Sunny Isles Beach, Doral, Miami Gardens, Hialeah, and many (2005-2007) others. Chairman of the Board,American Planning Association;Gold EXPERIENCE Coast Section Executive Board (2005-2007) Fort Lauderdale Las Olas Streetscape Corridor Study,City of Fort Lauderdale,FL.Principal- Chairman of the Board,Board of in-Charge.The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Dir.Chamber South(2006- Olas Boulevard to further identify opportunities and challenges to provide key components of a 2016) vision that will ground the future development of the area.The City of Fort Lauderdale is committed Chairman of the Board,Doral to promoting safe, accessible, multi-modal travel evidenced by its implementation of Complete Business Council(2005-2007) Streets and Vision Zero policy.As the major thoroughfare connecting Downtown Fort Lauderdale Chairman,Planning Board, and Central Beach, Las Olas Boulevard must balance moving people efficiently through a balance Pinecrest(2004-2006) of transportation needs,inclusive of pedestrian,bicycling,vehicular,and transit modes,with space AWARDS programmed to safely accommodate other alternative modes of transportation such as scooters. American Planning Association The Conceptual Design included a consensus vision that enhances the branding for the Boulevard Award for Outstanding and the City's branding as both an international destination and the place for live,work,and play Achievement:Transportation in South Florida. The Conceptual Design created a coordinated, iconic, context-sensitive design Concurrency Management for the five distinct character areas.The traffic analysis included a review of the existing and future Areas 2040 conditions. APA Award for Outstanding Mobility Project: Palmetto Miami-Dade County TPO SMART Plan/North Corridor.Project Manager.On April 21,2016,the Bay Transportation Master Miami-Dade TPO Governing Board passed the Strategic Miami Area Rapid Transit(SMART)Plan Plan recognizing the community's long-standing desire to advance a program of rapid transit and Florida Redevelopment supporting projects to address the mobility needs throughout Miami-Dade County.The six SMART Association Award:Hialeah Corridors are: North Corridor (NW 27th Avenue); South Dade TransitWay; Tri-Rail Coastal Link Transportation (Northeast/FEC Corridor); East-West Corridor(SR-836); Kendall Corridor;and, Beach Corridor. Development Services Department, City of Homestead, FL. Project Manager. Corradino provides professional planning services on an ongoing basis to the City of Homestead.Mr.Corradino oversees the Building Department ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 22 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING ANI1 TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JOSEPH M.CORRADINO,AICP-PAGE 2 and Planning/Zoning Department on a consulting basis. He was in charge of administering the City's Comprehensive Plan and Land Development Code.Homestead has been one of the fastest growing cities in America,and Mr.Corradino leads the processing of all their applications for development each year. Homestead is the southern terminus of the US-1 Bus lanes, and critical terminal node in the SMART Plan system. Homestead General Planning Services,Homestead,FL.The Corradino Group, Inc.was tasked with completing Comprehensive Plan Future Land Use Plan Map amendments,the rezoning of city-owned properties in downtown Homestead and amending the zoning code to allow for public and retail/entertainment facilities. Rockford Comprehensive Transit Study & Analysis, Rockford, IL. Project Manager. The Rockford, IL Comprehensive Transit Analysis was a data-intensive study.Within a few weeks of the notice to proceed,Corradino mobilized a survey effort to collect boarding and alighting data for weekday,evening, Saturday and Sunday routes. In addition, passenger intercept surveys were conducted on all routes. In the fall of 2011, initial routing recommendations were implemented for an expansion service to Belvidere, an adjacent community. The public involvement process included two rounds of public meetings and interviews of key stakeholders and decision makers.The product of the analysis was a set of three operating scenarios based on various projected funding levels and system goals. Recommendations included integration of Rockford's new East Side Transfer Center into this radially oriented system. North Miami Express,North Miami,FL.Principal-in-Charge.Corradino is evaluating the current 4-route NOMI express system in North Miami, FL.Analysis includes the potential rerouting and retiming of the circulator system, new technology and its applicability for transit management, investigating connections with Miami-Dade Transit, and the circulators in North Miami Beach, Bal Harbour/Surfside/Bay Harbor Islands and Miami Shores. This project will evaluate the financial structure and projected demands for the circulator and its continuous funding. Sarasota Transportation Concurrency Management Area, City of Sarasota, FL. Project Manager. The Newtown Comprehensive Redevelopment Plan adopted by the City on October 2002,seeks to revitalize a well-defined urban area through focused regulatory and policy strategies that promote economic redevelopment. The transportation strategy the City of Sarasota desired to promote their redevelopment with is the designation of the area as a TCMA.Corradino was hired to develop such development. Clearwater"One City, One Future" Strategic Master Plan, City of Clearwater, FL. Project Manager. The City of Clearwater has constructed an ambitious strategic vision,"One City,One Future",which capitalizes on the strengths of each segment of the Clearwater Community.One such community,the North Greenwood Neighborhoods,was satisfied with many of the previous plans and were eager to see them become reality.Therefore,each project suggested in this report is a highly realistic and should be undertaken within a three- year timeframe. Implementation was arranged in five primary areas: infrastructure/community facilities, community development/business,community relations,housing and social services. Comprehensive Plan,Zoning Code.Town of Cutler Bay,FL.Principal-in-Charge.Cutler Bay is the central node on the South Corridor, located at the junction of the Transitway,US-1 and Florida's Turnpike.This critical location provides access for people from South Dade who wish to get to Downtown or Doral. Corradino serves as the Town's General Consultant assisting with transportation, planning and civil engineering projects.As part of this GES contract,Corradino produced the Transportation Master Plan and completed traffic calming analyses. Corradino led the effort to write the Towns'Comprehensive Plan,which led to a significant intensification and diversification of the land uses in the Southland Mall area. This activity is critical in providing the land use intensity required to support mass transit. Corradino also produced the Town's Land Development Regulations,provided cost estimates and scopes of services for major roadway reconstruction and paving, written grants, assisted with the development of Green policies and code regulations, evaluated economic development initiatives, structured aspects of the Capital Improvements Element, evaluated environmental characteristics of the community, acted as a liaison between the Town and Miami-Dade County Public Works, FDOT and the MPO, conducted public engagement and developed civil engineering and drainage plans. Florida Department of Transportation(FDOT),District 4,Districtwide General Planning Consultant,Systems Planning Support, City of Fort Lauderdale, FL. Project Manager: Corradino was selected as part of a team to assist FDOT District 4 in providing professional transportation planning services to supplement the FDOT District 4 Systems Planning staff, as well as, to serve as an extension to the FDOT District 4 Planning and Environmental Management Office. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP t- 23 TAB 2 Experience & Qualifications fvA„/yfvAI BEACH RFQ 2023-030-ND 'RAFFI17,FNGINFFRING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE EDWARD NG, MPP, MPL, AICP 10 Deputy Contract Manager EDUCATION Mr. Edward Ng, AICP is the Technical Vice President for Corradino's Master of Public Policy, Planning Department, with experience in transportation, economic University of Southern development, transit-oriented development, and land use planning. His California, Los Angeles,CA, work involves demographic analyses, preparation of and updates to ti,,, 2012 comprehensive plans, grant writing, land use code revisions, geospatial Master of Planning- planning analyses, GIS mapping, public outreach, and analyses of traffic (Concentration in Economic facilities and operational data. He specializes in interdisciplinary aspects Development),University of of planning, including transit-oriented development and complete streets. s. Southern California, Los His recent projects involve land use, transportation, and comprehensive Angeles,CA,2012 planning services with the Miami-Dade Transportation Planning Organization and the BA(Planning and Public Policy, municipalities of Doral, Cutler Bay, Key Biscayne, North Miami, North Miami Beach, Hallandale Minor in Economics), Rutgers Beach, and many others. Eddie is currently the Immediate Chair of the American Planning University,New Brunswick, Association,Gold Coast Section Executive Board,and teaches the AICP exam preparation course NJ,2008(High Honors) for planners in Miami-Dade, Broward,Monroe,and Collier Counties. GRADUATE CERTIFICATES: EXPERIENCE Housing and Community Development(Rutgers,2008) Fort Myers Beach Comprehensive Plan and LDR Update, Town of Fort Myers Beach, FL. Real Estate Development Project Manager. This project will update the comprehensive plan and land development (Rutgers,2011) regulations with new requirements post Hurricane Ian.Conducted analysis of economic conditions Homeland Security and Public and development,transportation, land use,and urban design. Policy(USC,2012), Public Management(USC, City of Fort Lauderdale Comprehensive Plan. Project Manager.This project completely revised 2012) and replaced the existing comprehensive plan, and introduce new elements such as Climate Professional Registrations Change, Urban Design, and Economic Development, and build upon public school facilities by American Institute of Certified expanding the scope of policies in an Education Element geared for all ages.Conducting analysis Planners No.28927 of economic conditions and development,transportation,land use,and urban design. American Planning Association (APA)No.248674 City of Miami Beach NoBe Ocean Terrace Neighborhood Urban Design Plan. Prime APA Florida Executive Consultant/Project Manager.This study builds upon the City's prior visioning for the North Beach Committee Member— area of Miami Beach.Specifically,this plan focuses on an urban design plan for the Ocean Terrace November 2017-Present neighborhood, which is located adjacent to the North Beach Town Center neighborhood as APA Gold Coast Section— envisioned in the City's NoBe Master Plan. Chair(Current);Vice-Chair, Professional Development Comprehensive Plan Amendments—Climate Change Element,Cutler Bay,FL. Planner.This Officer,Young Planners comprehensive Plan includes a climate change element to deal with future sea level rise projects. Group Ambassador Analysis was used to create policies related to high-and low-priority sea level rises. (Previous) City of North Miami Beach General Services. Project Manager. Served as the City's Interim AWARDS Planning Director, oversight included successful efforts to improve City's CRS program/rating. Robert Biller Award for Best Conducts general planning ranging from affordable housing analysis to upcoming Vulnerability Performance in the MPP Assessment and Sustainability Analysis and LDR updates. Practicum(05/11) Outstanding Graduate Student Land Development Regulations Update,Town of Palm Beach. Senior Planner. Currently Leader Award(04/12) working with the Town to update its land development regulations in its first complete overhaul SPPD Academic Capstone since the 1970s.Revised standards will include updates to address climate change considerations Achievement Award(05/11) and urban design, including lot coverage, building heights and freeboard regulations, seawall LGBT Service Award, USC regulations,and landscaping and drainage,among others. (04/11) ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 24 KAM BEACH RFQ 2023-030-ND IPAFFIC FNG!NFFRfNII CONSULTANT SERVICES THE CORRADINO GROUP EDWAkD NG, IMP,fviPL,AICP-PAGE 2 Gainesville 2045 Long Range Transportation Plan.Project Manager. Update to the Gainesville AWARDS Metropolitan Transportation Planning Organization's 2045 Long-Range Transportation Plan. This President, Rutgers College plan will take a Complete Network/Complete Streets approach, with modeling and financial Alumni Class of 2008(05/08- analysis to provide a prioritized list of transportation infrastructure projects for Gainesville 05/13) Departmental High Honors, City of Hallandale Beach Transit Mobility Plan. Project Manager. This project evaluated the Edward J. Bloustein School of City's prior Transportation Master Plan, with updates to local LOS determinations, intersection Planning and Public Policy, analyses, and planning for transit, pedestrian, and bicycle facilities. The analysis particularly Rutgers; Dean's List(Spr 06- focused on creating a new primary and secondary bicycle infrastructure grid,incorporated basis of Spr 08) design reports and local district planning,and included recommendations for new roadways transit system development. Transportation Master Plan Update,City of Doral,FL. Project Manager.This project evaluated the City's 2010 Transportation Master Plan, with updates to local LOS determinations, intersection analyses, truck routing, and planning for transit, pedestrian, and bicycle facilities. The analysis also included reviewing the City's impact fees and a finalized project list that was incorporated into the City's Capital Improvements Program. Virginia Gardens EAR,Virginia Gardens,FL. Project Manager.This report evaluated the Village's comprehensive plans and goals to provide a determination of sufficiency in meeting state statutory requirements.The Evaluation and Appraisal Report determined the need to amend the local Comprehensive Plan to fulfill state law mandates and update the planning horizon to 10 years. Oakland Park Culinary Arts District Mobility Plan,Oakland Park,FL.Project Manager.District mobility and multimodal transportation planning for the Culinary Arts district in Oakland Park's CRA.Plan included the redevelopment of Main Street(12th Avenue)to include a new trolley and potential pedestrian corridor,as well as revisions to current District Design guidelines and recommendations for DUMD regulations.As part of this study,a district parking analysis was also conducted. Miami-Dade TPO First-Mile/Last-Mile Mobility Study. QA/QC Officer. This study evaluated the state of First Mile/Last Mile (FLM) mobility strategies and infrastructure nationwide. Beyond reviewing best practices for transference to the Miami-Dade area, the study explored basic urban travel demand assumptions, infrastructure characteristics and mobility delivery models to develop a basis for a ground-up understanding of how and when to implement different FLM strategies based on development contexts and primary corridor transit characteristics. Town of Miami Lakes NW 59th Avenue Bridge Extension.Project Manager.This study is an evaluation of a new bridge's traffic impact on regional and local traffic via travel demand modeling.The proposed bridge,on NW 59th Avenue,is a missing link on a local collector roadway.The study determined that,based on modeling results,the system would have a net benefit from the building of the bridge. City of North Miami Beach City Building ADA Master Plan. QA/QC Officer.This project consisted of a review of existing city owned building and adopted policies and regulations in regard to the Americans with Disability Act.5 of 15 facilities were deemed to be insufficient in meeting local needs. The resulting report indicated deficiencies within the Town and provided an action plan to eliminate ADA deficiencies in the next several years. Miami-Dade County TPO SMART Plan/North Corridor.Assistant Project Manager/Senior Planner.On April 21,2016,the Miami-Dade TPO Governing Board passed the Strategic Miami Area Rapid Transit(SMART)Plan recognizing the community's long-standing desire to advance a program of rapid transit and supporting projects to address the mobility needs throughout Miami-Dade County. The six SMART Corridors are:North Corridor(NW 27th Avenue);South Dade TransitWay;Tri-Rail Coastal Link(Northeast/FEC Corridor); East- West Corridor(SR-836); Kendall Corridor;and Beach Corridor. Town of Cutler Bay Complete Streets Corridor Analysis,Cutler Bay,FL. Project Manager.This study developed guidance through the development of street specific cross sections to implement Complete Streets for four corridors in Cutler Bay(NW 87th Avenue,Marlin Road, Gulfstream Road, and Franjo Road), based on the Town's roadways characteristics, current conditions and pedestrian, bicycle and transit facilities.Additionally,policies related to implementation are being reviewed to provide recommendations for changes to the local code of ordinances. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 25 TA Pr Pace & Qualification t'A1AMIBEACH RFQ 2023-030-ND 'a^TRAFFI3"FNGINFFRING ?ANT SFPVICFS THE CORRADINO GROUP YEARS OF EXPERIENCE ERIC CZERNIEJEWSKI, PE, ENV SP 25 Project Manager EDUCATION Southern Illinois University Mr. Czerniejewski has 25 years of experience in transportation Edwardsville engineering design, traffic engineering and transportation planning. Mr. • B.S.,Civil Engineering Czerniejewski has experience in transportation projects that include 1991 —1997 preparation of traffic studies including corridor studies, traffic impact Activities and Societies: studies,mobility studies and parking utilization and reduction studies.He is also specialized in signalization design, roadway design, managing, American Society of Civil designing and permitting select transportation infrastructure engineering Engineers I,## projects; planning and developing civil engineering design documents; PROFESSIONAL REGISTRATIONS and coordinating construction engineering and inspection. Some of his Licensed Professional Civil relevant municipal traffic engineering experience includes currently Engineer serving as Project Manager for the City of Miami Beach Traffic and Transportation Engineering Florida Board of Professional General Engineering Consultant Services contract.Eric also served as City Traffic Engineer for the Engineers,License 58002 City of Weston, City of Pembroke Pines and Town Traffic Engineer for the Town of Surfside. He January 2002—Present served as Project Manager for the Miami Dade TPO SMART Plan General Planning Consultant ENVISION SUSTAINABILITY Contract including the South Dade Transitway Study from Pinecrest to Florida City. He served as the Transportation Manager for the City of Fort Lauderdale. Extensive experience in traffic Professional Institute of engineering services for Complete Streets corridors including most recently for Las Olas Blvd. Sustainable Infrastructure (ISI)December 2013— EXPERIENCE Present PROFESSIONAL AFFILIATIONS City of Miami Beach Traffic and Transportation Engineering General Engineering ASCE Region 5 Governor Consultant Services Contract,Miami Beach, FL. Project Manager. Mr. Czerniejewski provided ASCE Broward Past President General on-call traffic engineering services to the City of Miami Beach Transportation and Mobility ASCE Transportation Public Department including peer review of development and redevelopment projects for the City's land Policy Committee Chair use boards.This included several projects including the Terminal Island One Island Park project. ASCE Public Policy Committee ASCE Committee on Town of Surfside General Traffic and Transportation Engineering Services Project Manager. Sustainability Consultant on the Continuing Services Contract serving as Engineer of Record for traffic and AWARDS transportation engineering task work orders. Provided a variety of traffic and transportation ASCE Government Engineer of engineering services including DRC traffic engineering review, intersection analysis, signalization the Year(2013) analysis and design, roundabout analysis and design, roadway level of service analysis, school ASCE Engineer of the Year traffic operational analysis,city-wide traffic modeling,city-wide traffic count database maintenance, (2011) corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, ASCE Young Engineer of the responded to citizen inquiries and coordinated the interests of the Town with the Miami Dade Year(2006) County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies.The Consultant completed a variety of traffic and transportation engineering and transportation planning services including the following task work order assignments:Townwide Traffic Study, SR Al A Collins Avenue Traffic Signal Warrant Analysis,One-Way Pilot Program,SpeedNolume Traffic Study and 88th Street Corridor Study. Fort Lauderdale Las Olas Streetscape Corridor Study, City of Fort Lauderdale, FL. Project Manager. The City of Fort Lauderdale commissioned this Streetscape Corridor Analysis along Las Olas Boulevard to further identify opportunities and challenges to provide key components of a vision that will ground the future development of the area.The City of Fort Lauderdale is committed to promoting safe, accessible, multi-modal travel evidenced by its implementation of Complete Streets and Vision Zero policy. As the major thoroughfare connecting Downtown Fort Lauderdale and Central Beach, Las Olas Boulevard must balance moving people efficiently through a balance of transportation needs, inclusive of pedestrian, bicycling, vehicular, and transit modes, with space programmed to safely accommodate other alternative modes of transportation such as scooters. The Conceptual Design included a consensus vision that enhances the branding for the Boulevard and the City's branding as both an international destination and the place for live, work, and play in South Florida. The Conceptual Design created a coordinated, iconic, context-sensitive design for the five distinct character areas.The traffic analysis included a review of the existing and future 2040 conditions. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 26 TAB 2 Experience & Qualifications RFQ 2023 030 ND V'�! N11 BEACH rIC FNGINFFRING CONSUITANT SERVICES THE CORRADINO GROUP ERIC CLERNIEJEWSKI, PE, ENV SP-PAGE 2 Miami Dade Smart Plan General Planning Consultant City of Miami, FL. Project Manager. Consultant provided traffic engineering and transportation planning services for the South Dade Transitway corridor. Town of Cutler Bay Miscellaneous Traffic Engineering Services, City of Miami, FL. Project Manager. General on-call services, complete traffic studies for the development and redevelopment projects. (Including most recently the Southplace City Center&Alorica Mixed Use redevelopment projects).Provided extensive traffic engineering analysis for the updated Transportation Master Plan project. - City of Doral Transportation, Planning and General Engineering Services, Doral FL Lead Traffic Engineer. Consultant provided traffic engineering services for several task work orders including the Section Eight Traffic Calming Study. Corradino provided traffic calming features for the Section Eight neighborhood in Doral, Florida. The objective of this study was to determine if improvements are necessary to maintain the quality of life for the residents by managing traffic concerns in an appropriate fashion to minimize through traffic intrusion into the residential neighborhood and to maintain vehicle speeds at suitable levels.Two public involvement meetings were held to engage residents in the local area. Following traffic count and speed measurements,traffic calming measures were recommended. Hallandale Beach Boulevard (SR 858) Corridor Study, Hallandale Beach, FL. Project Manager. Mr. Czerniejewski performed the design and permit approvals for FDOT and Broward County Traffic Engineering Department for the conversion of two Hallandale Beach one way collector roadways,to two-way facilities. The two key issues addressed were meeting the alignment criteria and not causing additional delays in traffic flow on Hallandale Beach Boulevard (HBB). The alignment was not an issue since a southbound through movement was not being provided at either intersection. The analysis of the traffic flow on HBB requires a progression analysis of the traffic signals from 14th Avenue to SR A1A,which illustrated how the signal cycles affected the traffic flow. In addition, left turn flashing arrows(permitted left turn),elimination of pedestrian crosswalks and modifications to signals to eliminate crossing maneuvers,reduction cycles and improvement to traffic flow were also a part of the traffic analysis.Consultant evaluated all the traffic signals along HBB(SR 858) between US-1 and SR A1A. Consultant services provided included traffic engineering and transportation planning, surveying, roadway and drainage design, public participation and utility coordination. This project included peak hour manual turning movement count data collection,intersection capacity analysis in Synchro and timing implementation,evaluation and fine tuning with Broward County Traffic Engineering Division in order to certify the proposed signal operation plan for this intersection modification. Fort Lauderdale Transportation and Mobility,Fort Lauderdale,FL.Transportation Manager.He was the Transportation Manager for the City of Fort Lauderdale Transportation and Mobility Department managing the traffic engineering,transportation planning and traffic design program. Developed the Uptown Link and Route Extensions for the Downtown Fort Lauderdale Transportation Management Associations'Citywide Sun Trolley community bus service, developed and submitted relevant grant applications for transportation and transit projects including TIGER,Transportation Enhancement, EPA Green Streets and FTA New Freedom,developed the key citywide long-range transportation plan including the 2015-2035 comprehensive strategic multimodal program. The Consultant conducted an analysis of the City's community bus system which included a review of the current service and development of a comprehensive strategy to create a sustainable,efficient,and customer-centric transit service. Mast Arm Conversion Group Phases I&II, Horsepower Electric(Client) Program Manager.Mr. Czerniejewski for the Design Build professional services associated with the conversion of span-wire supported traffic signal at 35 intersections across Broward County. Consultant provided engineering and design services,plans preparation,utility coordination,permitting,public involvement,coordination with adjoining projects, minor roadway reconstruction and paving, signing and pavement marking, ADA compliant sidewalk reconstruction, traffic signal retiming and optimization, traffic signal design and construction, installation of underground conduit and interconnect cable, installation of monitoring devices(video detection),installation of vehicle pre-emption systems necessary to provide the traffic signalization improvements in accordance with Broward County and FDOT specifications. This project included peak hour manual turning movement count data collection,intersection capacity analysis in Synchro and timing implementation,evaluation and fine tuning with Broward County Traffic Engineering Division in order to certify the proposed signal operation plan for each intersection. Downtown Boca Raton Traffic Study, Boca Raton, FL. Project Manager. Mr. Czerniejewski was the Project Manager and Traffic Engineer for the preparation of a traffic study at the intersection of Palmetto Park Road and NE/SE 5th Avenue which examined the safety and the operation of the intersection of Palmetto Park Road and NE/SE 5th Avenue and seven other surrounding intersections and enumerated at least three viable improvement concept plans.The alternative analysis included quantitative and qualitative elements such as Safety, Context Sensitivity, Capacity, Benefit Cost and Fatal Flaw analysis as well as the evaluation of bridge preemption and signal coordination with the subject intersection. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 21 TAB 2 Experience & Qualifications „LAM BEACH RFQ 2023-030-ND rFNFRA! "PORTAT!ON PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE MIKE CISCAR, PE 35 QA/QC EDUCATION Corradino's Vice President of Engineering and Planning has 35 years of 1985, BS(Civil Engineering), experience in the field of civil and transportation engineering. Mr. Ciscar University of Florida, oversees all of Corradino's engineering operations in South Florida. Gainesville, FL Corradino's projects range from planning and design to major expressway corridor studies, highway design, and construction assistance. Prior to PROFESSIONAL REGISTRATION joining Corradino, Mr. Ciscar had a distinguished 16-year career with the Professional Engineer: Florida Department of Transportation's District Six office and served as the Florida, No.0043244, 1990 District Environmental Management Engineer for 5 and 1/2 years. In his capacity as the Environmental Management Engineer, he directed the AWARDS activities of the District Environmental Management Office to ensure compliance with all FDOT FDOT Sustained Superior objectives, Departmental policies,and FHWA requirements,as well as all federal,state,and local Accomplishment Award laws and regulations.The primary function of the office was to perform Project Development and FDOT Jay W. Brown Award, Environment (PD&E) Studies. This entails performing engineering and environmental studies, Manager of the Year documenting the studies in the form of engineering reports and environmental documents, and FDOT Ben G.Watts Award, conducting extensive public and inter-governmental coordination. Mr. Ciscar was responsible for Leader of the Year obtaining all environmental permits and approvals for all of the District's projects. EXPERIENCE FDOT, D6, NW 74th Street from NW 74th Avenue to NW 69th Avenue and NW 69th Avenue from NW 74th Street to FEC Hialeah Railyard Entrance— Miami Dade County Project Length: 0.749 miles. Principal-in-Charge. The scope of this project consists on reconstruct Local NW 74th Street from NW 74th Avenue to SR 969 NW 72nd Avenue Milam Dairy Road and will also perform RRR improvements including milling and resurfacing on Local NW 74th Street from SR 969 to NW 69th Avenue. The project will also reconstruct NW 69th Avenue from Local NW 74th Street to the Hialeah FEC Rail Yard Entrance and upgrading pedestrian ramps to comply with ADA standards.Juan is responsible for designing roadway improvements that include reconstruction,milling and resurfacing, pavement markings,and sidewalks/curb ramps to comply with ADA standards,preparing the Flexible Pavement Design Package,Design Exceptions,and Design Variations. FDOT D6, East/West Corridor Multimodal (Transit) Study Review. Project Manager. The purpose of the assignment is to further explore the findings of the summary briefing that had been presented to Senior management of the department, and to assist the department in planning the potential development of an East-West Multimodal (Transit) Corridor within Miami-Dade County, and to prepare a full Draft report for submittal to the Department. FDOT D6, SR 826 East/West PD&E/SIMR Study, Add Express Lanes/Bus Rapid Transit. Deputy Project Manager and Public Involvement Functional Manager for the CE-II study to add managed lanes and modify interchanges along the SR 826/Palmetto Expressway corridor from 1-75 to Golden Glades Interchange,with the objective of improving mobility,relieving congestion and providing additional travel options in the area. FDOT D6,SR 826 North/South PD&E Study,Add Express Lanes/Bus Rapid Transit.Deputy Project Manager and Public Involvement Functional Manager for the CE-II study to add managed lanes along the SR 826/Palmetto Expressway corridor from SR 836/Dolphin Expressway to 1-75, with the objective of improving mobility, relieving congestion and providing additional travel options in the area. Location Design Concept Acceptance(LDCA)was obtained in a record time of 12 months. FDOT D4,1-95 PD&E Study,Add Express Lanes/Bus Rapid Transit(Phase 3). Project Manager and Public Involvement Functional Manager for a widening/reconstruction interstate corridor study,including transit components,managed lanes,interchange modifications, and ITS implementation strategies. Public meetings, workshops and public hearing were required to obtain project Location Design Concept Approval(LDCA). ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 28 TAB 2 Experience & Qualifications L✓`LAAAIBEACH RFQ 2023-030440 r Ott• 'T r!1!TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MIKE CISCAR, PE-PAGE 2 FDOT D4,PD&E Services for Tri-Rail Coastal Link from Miami to Jupiter,Palm Beach,Broward and Miami-Dade Counties, FL. Deputy Project Manager for the NEPA evaluation meeting Florida PD&E and FTA guidelines.The project is analyzing the environmental impacts of providing new commuter rail service on the existing 85-mile section of FEC Rail line along the southeast Florida coast. The project includes environmental documentation of impacts for track operational improvements of additional third track,alternative analysis of 25 potential stations,crossing improvements,traffic impacts and drainage impacts. SR 924 is an 8.5-mile east/west highway connecting 1-75 and SR-826 in Hialeah and SR-909(West Dixie Highway)in North Miami, FL. Project Manager.The westernmost five(5) miles(west of NW 32nd Avenue), named the Gratigny Parkway, is a limited access all- electronic toll road maintained by the MDX.The easternmost three(3)miles is a surface street called NW 119th Street, also known as Gratigny Road. Despite its relatively short length,SR-924 is a major east/west arterial in northern Miami-Dade County. SR 924(Gratigny Parkway)West Extension Project Development and Environment Study,Miami-Dade,FL.Project Manager.The Miami-Dade Expressway Authority(MDX)is conducting a Project Development and Environment(PD&E)Study for(SR924),also known as the Gratigny Parkway, from SR-826 (Palmetto Expressway)to the Homestead Extension of the Florida Turnpike (HEFT) in Miami- Dade County, Florida. The objective of the study is to extend the SR-924 corridor from its current western terminus at SR-826 to the HEFT. The purpose of this extension is to improve access and meet east-west mobility needs for commuters and freight traffic. This improvement will alleviate existing and future local traffic congestion by providing improved access to the integrated expressway network of HEFT, SR924, 1-75 and SR826.The current lack of access to the expressways in the area and the lack of direct connections within the expressway network have created congested traffic conditions throughout the study area. FDOT D4,1-95 Corridor Planning Study, Express Lanes/Bus Rapid Transit Feasibility Study. Deputy Project Manager and Public Involvement Functional Manager on a planning study for the development of managed lanes, ramp improvements, interchange modifications, evaluation of ITS technologies, and other types of transportation improvements covering the 1-95 corridor throughout Broward and Palm Beach counties, FL. Environmental Assessment Study for Park& Ride Facility,Miami-Dade Transit(MDT). Principal-in-Charge for this Environmental Assessment Study for the Park&Ride Facility at SW 344th Street and Busway in Florida City. FDOT D4 and D6, 1-95 Express PD&E Study. Project Manager for the preparation of a CE-II for the implementation of two express lanes in each direction on 1-95 from 1-395 in Miami to Broward Boulevard in Fort Lauderdale.The Florida Department of Transportation (FDOT),in cooperation with local transit partners,developed a project to manage congestion and provide travel options in South Florida. The project,called 95 Express,was a combined Bus Rapid Transit/Managed Lane project.Existing lane and shoulder widths were slightly reduced so that an additional lane could be provided on 1-95 in each direction without expanding the corridor. The two existing High Occupancy Vehicle(HOV)lanes and two new lanes on Interstate 1-95 were converted to limited access Managed Lanes.The Managed Lanes can be used by 95 Express Buses,vanpools and registered carpools for free while other vehicles can use the facility by paying a variable toll.The toll rate will vary depending on the time of day so that the Managed Lanes can be free flowing-at approximately 50 MPH-at all times.The Managed Lanes provide a reliable option that is there for you when you need it. FDOT D4 and D6,1-95 Express LaneslBus Rapid Transit PD&EIIOAR Study,Add Express Lanes(Phases 1 &2).Project Manager and Public Involvement Functional Manager in cooperation with local transit partners,developed a pilot project to manage congestion. FN(;INFFRS • PI ANNFRC • PRf(;RAM MANA(;FRS • FNVIRr1NMFNTAI cCIFNTISTS THE CORRADINO GROUP 29 TAB 2 Experience & Qualifications AM!BEACH RFQ 2023-030-ND GENE, TATI 'ANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE VANESSA SPATAFORA, PE 12 Traffic Engineering/Traffic Data Collection EDUCATION Mrs. Spatafora has 12 years of engineering experience. She has BS(Civil Engineering), performed all facets of roadway design and has extensive experience with University of Florida,2009 Florida Department of Transportation(FDOT)procedures, including plans production,preparation of specifications, maintenance of traffic, and cost REGISTRATION Professional estimates. In addition, Mrs. Spatafora has considerable highway, Engineer: Florida, No. intelligent transportation system,crash data analysis and safety evaluation 77741,2014 experience. EXPERIENCE • Perform Project Development and Environment Studies(PD&E) • Analyze and develop alignment alternatives for complex highway improvements projects including typical sections,conceptual plan layouts,maps,drawings,right of way maps and other graphical material. • Analyze various typical section alternates for proposed facilities. • Generate project cost estimates including engineering cost,construction cost,right of way cost and maintenance cost. • Make field inspection trips to collect and accumulate information and/or assist in field studies necessary for the preparation of project development studies,preliminary design,cost estimating and other efforts. • Assist with the preparation of material to be incorporated in project development reports, traffic analysis reports,justification reports,special reports and handout materials.Duties also include assisting in the assemblage of reports,documents and other materials. • Assist with the development of design presentations for public meetings,elected officials and citizens providing the necessary information to assure the public is sufficiently informed on the proposed projects and improvements. • Assist with the preparation of material to be submitted to area planning boards,cities,counties,governmental or other agencies for comments and approval. • Attend and assist with the preparation of public workshops,meetings and hearings. Miami Dade Transportation Planning Organization SMART Plan General Consultant Services— Project Manager. Served as in- house support staff to assist in the development and administration of the Strategic Miami Area Rapid Transit(SMART) Plan studies. Completed quality control reviews,research and analysis as required to support the Miami Dade TPO staff. Fort Lauderdale General Traffic and Transportation Engineering and Transportation Planning Services - Project Engineer. Serving as in-house support staff as Transportation and Mobility liaison to the Department of Sustainable Development for traffic reviews for development projects Biscayne Everglades Greenway Traffic Study, City of Homestead, FL - Project Engineer. Corradino conducted a Traffic and pedestrian Study for the Homestead Biscayne Everglades Greenway.The study focus was on the three proposed pedestrian crossings just to the south of Canal C-103 bridges/structures located at SW 162nd Avenue,SW 152nd Avenue and SW 147th Avenue.The three pedestrian crossings were analyzed for speed data,projected vehicle,pedestrian and bicycle volumes,operational analysis of roadway segments,sight distance and crash data. City of Aventura Traffic Engineering Services- Project Engineer. Providing traffic consulting services, acting as Engineer of Record for traffic engineering task work orders. Provided a variety of traffic and transportation engineering services including DRC traffic engineering review, intersection analysis, signalization analysis and design, roundabout analysis and design, roadway level of service ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 30 TAB 2 BEACH , /`l�il,A i RFQ 2023-030-ND RAFFIC ENGINEEP.ING CONSULTANT SERVICES THE CORRADINO GROUP VANESSA SPATAFORA,PE-PAGE 2 analysis,public school traffic operational analysis,city-wide traffic modeling,city-wide traffic count database maintenance,corridor signal timing progression analysis, traffic calming and neighborhood traffic mitigation, responded to citizen inquiries and coordinated the interests of the City with the Miami-Dade County Department of Transportation and Public Works, FDOT District VI and other key stakeholder government agencies. FDOT D2, 1-10/US 301 Interchange PD&E/IMR Study, Duval County, FL. Project Development Engineer. Responsible for report development, crash data analysis and safety analysis. Interchange improvements; 3 Miles in Duval County, responsible for report development,crash data analysis and safety analysis.Interchange improvements included the construction of a new US 201 northbound to 1-10 eastbound on-ramp in the southwest quadrant of the interchange,the reconstruction of the loop ramp in the southwest quadrant of the interchange and the construction of a new two-lane 1-10 westbound to US 301 off-ramp in the northeast quadrant of the interchange. FDOT D6,1-75 PD&EISIMR Study,Miami-Dade County,FL.Project Development Engineer.Responsible for report development,crash data analysis and safety analysis. Add express lanes;8.6 miles in Miami-Dade County; responsible for report development,crash data analysis and safety analysis. This project was located in northwestern Miami-Dade County and was approximately 8.6 miles in length, from SR 826 to just north of the Miami-DadelBroward County Line.The project consisted of the potential addition of reversible/special use lanes,auxiliary lanes,interchange improvements and other transportation enhancements. FDOT D4,1-95 Corridor Express Lanes Feasibility Study,Broward and Palm Beach Counties,FL.Project Development Engineer. Responsible for report development,crash data analysis and safety analysis.65 Miles in Broward and Palm Beach Counties;a planning study for the development of managed lanes,ramp improvements, interchange modifications,evaluation of ITS technologies,and other types of transportation improvements covering the 1-95 corridor throughout Broward and Palm Beach Counties,Florida.[Subconsultant.]. PBS&J,Orlando,FL-Engineer 1, Transportation Graduate Program. • Trained in the areas of ITS,Tolls,and Roadway Design.Major emphasis of training was in ITS and Roadway Design. • Assisted in the preparation of roadway plans for US 27 from North of Lake Road to North of Cluster Oak Drive design/build proposal. • Assisted the Project Manager in coordinating stakeholder workshops. Attended workshops and prepared minutes and action items. • Prepared 30/60/90 plans for all phases of the Sarasota ATMS project. Developed quantity and pay items list during different stages of this design.Assisted in field reviews held to obtain information necessary to develop the ATMS design. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 31 TAB 2 Experience & Qualifications tiklAmIBEACH RFQ 2023-030-ND GENERA! " 0ORTATION Pl ANC'' 'NO TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE GERALD G. BOLDEN, PE, PTOE 26 Traffic Engineering/Traffic Data Collection EDUCATION - Mr.Bolden has 20+years of experience in transportation planning,traffic BS Civil Engineering, 1996, engineering, and geometric design. His specific experience includes Auburn University — corridor studies,roadway safety audits,interchange studies,traffic impact mow . • studies, traffic signal design, operations and timing, Intelligent PROFESSIONAL REGISTRATIONS Transportation System (ITS) planning and design,capacity analysis and Professional Engineer: modeling utilizing HCS, CorSIM and Synchro, intersection geometric TN,#106514 designs,workzone traffic control plans,and cost estimates. AL,#24234 GA,#37695 FL,#86930 EXPERIENCE KY,#34511 Tennessee Department of Transportation(TDOT),Continuing Traffic Engineering Services Professional Traffic Operations (Statewide).Client/Project Manager.Mr.Bolden manages the complete oversight of the continuing Engineer services contract with TDOT. The project scopes include traffic signal warrant analysis, traffic signal design,traffic signal phasing and timing,roadway safety analysis,operational analysis,fiber- MEMBERSHIPS/AFFILIATIONS optic communications design, intersection geometric design, DSRC design and deployment Institute of Transportation guidance for signal and ITS,and roadway lighting. Engineers(ITE) Intelligent Transportation US 31 Pedestrian Improvements,City of Spring Hill,TN. Project Manager/Engineer-of-Record Society of Tennessee(ITS for the development of ADA improvements and traffic signal modification plans are three heavily TN) congested intersections along the northern segment of the US 31 corridor in Spring Hill. The improvements included ADA curb ramps, pedestal poles for push buttons, pedestrian signal displays,traffic signal heads,and traffic signal timing plans to accommodate the pedestrian crossings. South Young Street Roadway&Utility Design,City of Sparta,TN.Project Manager and Lead Engineer responsible for the completion of the design package for roadway improvements, sidewalks, retaining walls and storm drainage for a collector roadway. The project included approximately 0.8 miles of roadway improvements,approximately 0.6 miles of sidewalks and pedestrian facilities,approximately 500 linear feet of retaining walls and storm drainage structures. Mallory Lane-Liberty Pike Intersection Design, City of Franklin, TN. Design Manager for the design of the intersection of Mallory Lane and Liberty Pike in the Cool Springs area of Franklin. Based on future traffic projections for the continued growth in the area,the current intersection layout cannot adequately accommodate the traffic demand. The scope of the project consists of traffic volume projections,operational analysis,development of recommended intersection configuration,survey,development of intersection right-of- way and construction design plans and bidding assistance.The full buildout of the intersection will include dual left turn lanes,as exclusive right-turn lane and two or three through lanes on all approaches. SR-50,from SR-106 to SR-11 (US 31A),TDOT,Marshall County,TN. Project Manager and Engineer-of-Record for five traffic signals located at various intersections on a 2.2 mile section of SR 50 (US 431) in Marshall County, Tennessee. This is a roadway widening project that includes traffic signal modifications including pedestrian signals,pushbuttons,and crosswalks.Tasks included:design of the traffic signal equipment;traffic signal wiring diagram; phasing and timing of each traffic signal;and pedestrian facility integration. SR-35,from near Sims Road to near Grapevine Hollow Road,TDOT,Sevier and Jefferson Counties,TN. Design Manager for the widening and relocation of a 6.0+ mile two-lane roadway section to a five-lane typical section through mountainous terrain in east Tennessee. Portions of the corridor were designed on a new alignment due to environmental and right-of-way constraints. City of Franklin ITS Extension,Franklin,TN.Design Lead and Engineer-of-Record as a subconsultant for design of the City of Franklin ITS extension project.The scope includes completion of Systems Engineering Analysis(SEA),coordination with TDOT Local Programs Development Office(LPDO), layout of fiber optic communications along Cool Springs Boulevard, layout of traffic signal interconnection ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 32 TAB 2 Experience & Qualifications RFQ 2023-030-NDr:!:NERAI TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP GLNMLU Li. LyuLuLN, l- , f i uL-PAGL throughout the City,design and installation of 6 CCTV cameras and coordination with the City Information Technology group on the fiber optic communications upgrade throughout downtown Franklin. Volkert,Inc.Transportation Design Group Manager.Responsible for day-to-day operations and management of 12-15 staff positions, business development and marketing of ITS (planning, design and CEI), traffic engineering, transportation planning, and geometric design projects.Also,function as project manager and lead engineer for ITS/traffic engineering and transportation planning and geometric design projects.Clients include Tennessee Department of Transportation and local municipalities and counties throughout Tennessee. Chattanooga Regional ITS System Phase I CEI, Chattanooga, TN. Project Manager and Resident Engineer for coordination, administration and oversight of the CEI activities. This project included an extension of wireless mesh communications to include an additional 115 signalized intersections in the central traffic signal control system, implementation of Wavetronix and Sensys Network detection devices throughout the system,and implementation of Insync adaptive traffic signal control along the Highway 153 corridor. Interstate 24 Corridor Feasibility Study,(TDOT),TN. Project Engineer. Responsible for the compilation of data related to existing and proposed ITS deployments,identification of future ITS projects based on traffic and accident data and assisted in coordination with local agencies and public meetings. The project was a 194-mile corridor study under contract to TDOT to examine potential multimodal transportation improvements that would address existing and emerging transportation system issues associated with this strategic corridor through central Tennessee connecting the Clarksville, Nashville,and Chattanooga urban areas. Shelby County Traffic Signal Inventory and Safety Analysis,Alabama Department of Transportation(ALDOT),Shelby County, AL. Project Engineer. Responsible for the full inventory of 167 traffic signals in 8th Division and Shelby County.The inventory included collecting intersection data such as overall geometry, signing and striping, signal operations, equipment information and overall conditions/ratings of each location.All data was compiled into a final report deliverable and presented to ALDOT for further analysis of each location for potential improvements. Metro Top Intersections,Nashville and Davidson County,TN. Mr. Bolden was responsible for leading the evaluation and design for 34 intersections identified as high-crash locations. This project included updating crash data, calculating crash rates, evaluating each intersection for operation and safety issues based on the Highway Safety Manual (HSM), proposing safety mitigation strategies and operational modifications, and designing the recommended improvements for each intersection. Recommended improvements varied from adding signage or modifying signal phasing to constructing additional lanes or widening the roadway. Concord Road CCTV and Signal Interconnect, Brentwood, TN. Project Manager and Lead Engineer for the Systems Engineering Analysis, design of three CCTV locations, traffic signal interconnections and utility make-ready, along the heavily traveled commuter corridor.The interconnection was accomplished with both aerial and underground fiber optic cable for communications to the City's TOC. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 33 AR 7 Fxnerience & Qualifications lAI Rik IBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE RYAN Sous-Rios, PE, PTOE 22 Complete Streets/Transportation Related Urban Design EDUCATION Mr.Solis-Rios'areas of expertise are planning,traffic operations,safety,and BS,Civil Engineering,Bradley project development.As a former FDOT District Two Project Manager and University, Peoria, IL 1998 now with the Corradino Group he has worked and finalized over 28 Planning and Project Development and Environment(PD&E)studies which included PROFESSIONAL REGISTRATIONS express lanes, system-to-system interchanges, service interchanges, Professional Engineer: interchange reports (IJR, IMR, IOAR), freeway systems, tolled roadways, 2005, Florida, No.63345 principal arterial widening projects, and FIHS/SIS facilities. He brings a 2005, New Hampshire, No significant perspective by being involved with the initial project development 11546 phases,traffic analyses,and construction management. Professional Traffic Operations Engineer,2008,No.2382 The following includes some of his project experience with The Corradino Group: • Perform Planning and Project Development and Environment Studies(PD&E) • Perform traffic studies and traffic analysis. Responsible for setting number of lanes, typical sections, intersections and interchange layouts for rural and urban roadways • Proficient in the application and interpretation of traffic flow and signal timing models • Analyze and develop alignment alternatives for complex highway improvement projects • Selection and analysis of various typical section alternates for proposed facilities • Responsible for planning conceptual Intelligent Transportation Systems(ITS)for interstate express lanes projects • Responsible for reviewing, producing and evaluating work effort to assure the preliminary engineering and environmental documentation is prepared in accordance to meet HCM,AASHTO,and NEPA standards • Generate project costs estimates(LRE)including engineering cost,construction cost,right of way cost,and maintenance cost. • Development of design presentations for public meetings,elected officials and citizens by providing the necessary information to assure the public is sufficiently informed on the proposed improvements EXPERIENCE SR 934/NW 74th Street from SR 826/Palmetto Expressway to US 27/SR 25/Okeechobee Road Strategic Intermodal System(SIS) Connector National Highway System (NHS)Connector Planning Study. Traffic Engineer.The FDOT is conducting a conceptual design analysis for potential roadway improvements in the vicinity of the SR 934/NW 74th Street SIS and NHS Connectors to the FEC Railway Hialeah Rail Yard that will benefit the movement of freight and goods in Miami-Dade County, Florida. Direct coordination with the FEC regarding the railway and area freight operations formed an integral part of this study.Anticipated growth in truck traffic/freight movement in the area was incorporated into the future build analyses;the primary focus of the improvements was to facilitate truck traffic into and out of the FEC Rail Yard;maintaining or improving overall operational conditions in the study area was a secondary consideration. Recommendations included short-term and long-term improvements to roadways in the vicinity of the Connectors.The analysis includes planning level right-of-way impact analyses and cost estimates 1-95 PD&E Study,13.5 Mile Add Express Lanes-Broward and Palm Beach Counties-Project Engineer/Traffic Engineer.Participated in the existing traffic data collection efforts by designing the methodology and actual traffic counts process and QA/QC. Developed Turning Movement Counts,AADT,and DDHV volumes.Analyzed the interstate corridor using HCS,Synchro, and VISSIM to evaluate the existing conditions and identify future improvements. The analysis included 7 interchanges including two system-to-system interchanges.Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques. The ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 34 TAB 2 Experience & Qualifications M!AMIBEACH RFQ 2023-030410 FFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP RYAN SOLIS-RIOS, PE, PTOE-PAGE 2 project involved developing a conceptual ITS system to service the new proposed express lanes system and a Traffic Technical Memorandum. SR 924 West Extension PD&E/SIMR Study, 12.5 Mile New Corridor Extension - Miami-Dade County - Deputy Project Manager/Traffic Engineer.Participated in the existing traffic data collection efforts by designing the methodology and actual traffic counts process and QA/QC. Developed Turning Movement Counts, AADT and DDHV volumes. Analyzed the interstate corridor using HCS, Synchro, and CORSIM to evaluate the existing conditions,future conditions,and identify future improvements.The analysis included 5 interchanges including two system-to-system interchanges and five arterial intersections. Conducted Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes.As part of the project,conceptual layouts were developed to improve the traffic operations using traffic engineering techniques.The project involved developing a conceptual ITS system to service the new proposed express lanes system.During this project,the following traffic reports were developed:Traffic Technical Memorandum, IMR,and SIMR Interchange Proposals. 1-75 Project Development& Environment (PD&E) Study, Florida Department of Transportation (FDOT), District 6, Miami, FL. Project Engineer for Project Development and Environment Study for roadway and transit improvements to SR-93/1-75. Proposed improvements include the following elements: • The implementation of reversible lanes within the median. Access to and from the reversible lanes may be by either slip-ramps or special-use lane access ramps,with access control mechanisms; • Development of transitway (BRT) along the roadside of 1-75. The southern terminal station is proposed to be the Palmetto Metrorail Station(PalTran); • An Interchange Justification Report(IJR)for a new interchange in north Miami-Dade County to be provided at either NW 154 Street or NW 170th Street; • Restrict movement from 1-75 directly to NW 122nd Street via SR-826. The proposed modifications include the addition of a new ramp movement from 1-75 running parallel to SR-826 but west of the existing southbound roadway overpassing NW 122nd Street and merging onto southbound SR-826 prior to NW 103rd Street.They also include a slip ramp from 1-75 to the existing frontage road south of 1-75 to provide access to NW 122nd Street. Project Cost: $2,500,000; Construction Cost: Est.$5,700,000. 1-10/US 301 Interchange PD&EI IMR Study,3 Mile Interchange Improvements-Duval County-Project Manager/Traffic Engineer. Developed Turning Movement Counts, AADT and DDHV volumes. Analyzed the interchange using HCS, Synchro and SIMTraffic to evaluate the existing conditions and identify future interchange improvements. The analysis included two arterial intersections and two interstate ramp terminals. Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes. As part of the project, conceptual layouts were developed to improve the traffic operations using traffic engineering techniques. During this project, the following traffic reports were developed: Design Traffic Memorandum, Traffic Analysis Technical Memorandum,and an IMR Interchange Proposal. 1-75 PD&E/SIMR Study,8.6 Mile Add Express Lanes-Miami-Dade County- Deputy Project Manager/Traffic Engineer. Developed AADT and DDHV volumes.Analyzed the interstate corridor using HCS, Synchro and CORSIM to evaluate the existing conditions and identify future improvements. The analysis included 7 interchanges including two system-to-system interchanges. Conducted a Safety Study to determine high crash segments and spots and identify possible solutions to reduce crashes.As part of the project,conceptual layouts were developed to improve the traffic operations using traffic engineering techniques and an IJR Interchange Proposal. 1-95 Express PD&E Study, Florida Department of Transportation (FDOT), Districts 4 and 6, Miami, FL. Project Engineer for the preparation of a CE-II for the implementation of two express lanes in each direction on 1-95 from 1-395 in Miami to Broward Blvd. in Ft. Lauderdale.The FDOT,in cooperation with local transit partners,developed a project to manage congestion and provide travel options in South Florida.The project,called 95 Express,was a combined Bus Rapid Transit/Managed Lane project. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 35 TAB 2 Experience & Qualifications RA 1 i`;,t\A I BEACH RFO 2023 030 ND r";;, ANP .ND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE GORKY CHARPENTIER, PE, CGC 30 Complete Streets/Transportation Related Urban Design EDUCATION Gorky Charpentier has more than 30 years of experience in design and B.S.,Civil Engineering-Catholic management of transportation and municipal projects during design University of Ecuador,1987 and construction stages. His Florida Department of Transportation (FDOT)and Municipal experience includes the management of groups PROFESSIONAL REGISTRATIONS/ and teams for technical execution of complex roadway projects. QUALIFICATIONS Professional Engineer,Florida {t :; (47523)1994 k‘ Certified General Contractor, Florida(CGC061113)2000 Standard Inspector,Florida(1996) EXPERIENCE Brightline At-Grade Railroad Crossings, Project Role: Roadway Lead. Responsible for modifications to all the intersecting roads with the FEC railroad tracks on Palm Beach County,Martin County and St. Lucie County.The scope included roadway,signing and pavement marking and construction layout plans for 74 railroad crossings. Golden Glades Interchange—Master TCP Development,Miami-Dade County.Manage the development of a Master TCP design for the Golden Glades Interchange; a $600M interchange project consisting of a total of nine segments being designed by six different engineering firms for the Florida Department of Transportation District 6. Analyze TCP design alternatives for constructability and feasibility while maximizing safety and minimizing impacts to the traveling public.Managed a robust team of engineers to identify project constraints including complex bridge construction,night-time interstate roadway pavement reconstruction,and continual maintenance of access to Express Lanes during all phases of construction. NE 203 St,Roadway Intersection Improvements between SR 5/US-1 and West Dixie Highway.The project consists of the removal of an at-grade vehicle and pedestrian railroad crossing,the construction of two new ramp bridges,widening of an existing bridge and the construction of a pedestrian bridge. In addition,there are multiple signal,lighting and drainage improvements.Project Amount:$48M, SR 826/Palmetto Expressway Project from SR 924/1-75 Interchange to west of NW 17 Avenue in Miami-Dade County. Owner's Representative in charge of coordinating the design among the 6 different consultants. The services included to provide General Engineering Consultant services as needed to support the Department in the management of and submittal of this project. The scope included but not limited to submittal reviews,analysis of design issues,coordination with District Design Engineer,Public Presentations, etc. 1-4 Ultimate Public Private Partnership, FDOT District 5,Design-Build,Orange County, FL.The project consists of reconstruction of a 21-mile section of 1-4. Responsible for the QA/QC of Roadway and TCP documents in Area 4(Maitland Blvd to SR 434). 1-595 Reconstruction, FDOT District 4, Length of Corridor: 10 Miles Project Role, Broward County, FL. Project Manager—Post Design Services. In charge of leading the post design services related to the $1.3 Billion, Public-Private Partnership project. Duties included the post-design services, managing requests for information, shop drawing reviews,field change requests,traffic control plan adjustments,field visits and resolution of conflicts in the field. It also involved the administrative duties including management of a large design team,with several consultants, invoicing,progress reporting,and project management office administration. 1-595 Reconstruction, FDOT District 4,Length of Corridor: 10 Miles Project Role,Broward County,FL: Roadway Lead Engineer. In charge of leading the design team for all structural components in a$1.3 Billion, Public-Private Partnership project. 1-564 Intermodal Connector Design-Build, US Department of Transportation, Norfolk, VA: Project Role: Production Manager. Proposed improvements include the construction of 1-564 interchange,bridges and local connectors,associated with the 1-564 Intermodal Connector. In addition,the project includes improvements on Naval Station Norfolk,Naval Support Activity Hampton Roads and Norfolk International Terminals. Project Construction Cost:$90 M ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 36 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND t AFFIC FNIIINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE JUAN A. SOTERO, PE 18 Transportation Related Urban Design/Roadway Design EDUCATION Mr. Sotero has 18 years of experience in the fields of civil and roadway BS(Civil Engineering), Florida engineering and is a project engineer responsible for assisting in designing International University, and producing roadway plans for Florida Department of Transportation Miami, FL,2001 (FDOT), Miami-Dade County and other municipalities. His experience consists of roadway design,signing and pavement markings,signalization, PROFESSIONAL REGISTRATIONS and drainage design. He prepares pavement design reports, typical Professional Engineer: section packages, and design exception and variations reports. Florida, No.67386,2006 . Furthermore, he assists in post design services and performs field inspections. EXPERIENCE FDOT, D6, NW 741" Street from NW 74th Avenue to NW 690"Avenue and NW 691h Avenue from NW 74t" Street to FEC Hialeah Railyard Entrance — Miami Dade County Project Length: 0.749 miles. Florida Department of Transportation District 6 — FM No. 436479-1-52-01: The scope of this project consists on reconstruct Local NW 74th Street from NW 74th Avenue to SR 969 NW 72nd Avenue Milam Dairy Road and will also perform RRR improvements including milling and resurfacing on Local NW 74th Street from SR 969 to NW 69th Avenue. The project will also reconstruct NW 69th Avenue from Local NW 74th Street to the Hialeah FEC Rail Yard Entrance and upgrading pedestrian ramps to comply with ADA standards.Juan is responsible for designing roadway improvements that include reconstruction,milling and resurfacing,pavement markings,and sidewalks/curb ramps to comply with ADA standards,preparing the Flexible Pavement Design Package,Design Exceptions,and Design Variations. Sawgrass Expressway Proposal from Coral Ridge to Florida's Turnpike, Florida's Turnpike Enterprise, Broward County, FL. Responsible for preparing the signing and pavement markings plans of a six-mile widening of the Sawgrass Expressway from Coral Ridge Drive to the Florida's Turnpike. FDOT,D6,RRR Project,SR 826/Palmetto Expressway from SR 878/Snapper Creek Expressway to North of SR 986/Sunset Drive, Project Length: 0.928 miles, FM No. 430821-2-52-01, Miami-Dade County, FL. The scope of this project consists of milling and resurfacing of pavement markings improvements and upgrading pedestrian ramps to comply with ADA standards. Mr. Sotero is responsible for the design of signing and pavement marking improvements, preparing the Flexible Pavement Design Package, Design Exceptions,and Design Variations. SR 826/Palmetto Expressway RRR,Project Length:1.343 Miles,FPID:432743-1-52-01,Miami-Dade County,FL.Project Engineer responsible for the design and preparation of contract documents detailing the RRR of SR 826/Palmetto Expressway from its southern terminus at SR 5/US 1/S. Dixie Highway(MP 0.000)to just north of SR 878/Snapper Creek Expressway(MP 1.343). The project also includes upgrading of substandard guardrail terminals,replacement of guardrail to bridge railing transitions(Bridge 870129),upgrading bridge railing with vertical face retrofit(Bridge 870129),replacing bridge expansion joints and replacing all pavement markings. FDOT,D6,Reconstruction Project,1-75 Express Lanes from County Line to SR 826, FPID 432687-1-52-01, Project Length: 3.07 Miles, FM No.430821-2-52-01,Miami-Dade County,FL.Project Engineer.The scope consisted of adding two express lanes in the I- 75 median with egress and ingress points. Responsible for preparing the Flexible Pavement Design Package for design-build RFP documents. Coral Reef Elementary Safe Routes to School, Palmetto Bay, FL. Project Roadway Engineer. Responsible for the design and plans preparation for design-build RFP documents.The scope consisted of providing sidewalk to meet ADA standards,and pavement marking improvements for pedestrian accessing Coral Reef Elementary School in the Village of Palmetto Bay.The project was part of FDOT local agency programs. FDOT,D6, RRR Project,SR 959(SW 571,Avenue/Red Road)from South of US-1 to South of SR-976/SW 40th Street/Bird Road, Project Length:1.826 miles.FM No.428484-1-52-01,Miami-Dade County,FL.Project Engineer.This project consisted of milling and ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 37 TAB 2 Experience & Qualifications 1vv AMI BEACH RFQ 2023-030-ND 2ANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JUAN A.SOTERO,PE-PAGE 2 resurfacing with cross-slope correction, improvements of pavement markings,and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA), Safety improvements at the intersection of US-1 and SW 570'Avenue,and signalization enhancements were also involved. FDOT, D6— RRR Project. SR A1A(Collins Avenue) from North of Lincoln Road to Indian Creek Drive, Project Length: 0.835 miles.FM No.425504-1-52-01,Miami-Dade County, FL.The scope of this project consisted of milling and resurfacing,improvements of pavement markings,and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990 (ADA). Project Responsibilities:Project Engineer, responsible in the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count-down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. Town of Cutler Bay, Paving and Miscellaneous Drainage Improvements at Bel Aire Sub-Basin 8 Section 5.2., Project Length: 0.47 miles,Miami-Dade County,FL, Project Engineer. Design of drainage improvements,plans preparation,drainage calculations and permits. This project consisted of replacing two outfall structures to provide baffles and the installation of 360 linear feet of exfiltration trenches for additional flood protection. FDOT,D6,RRR Project,SR A1A(Harding/Abbott Avenue)from Indian Creek Drive to South of 75th Street,Project Length:0.55 miles.FM No.419860-1-52-01,Miami-Dade County,FL.Project Engineer.The scope of this project consisted of milling and resurfacing, improvements of pavement markings, and upgrading sidewalks and curb ramps to comply with the accessibility standards and requirements set forth in the Americans with Disability Act of 1990(ADA). Project Responsibilities:Project Engineer,responsible in the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count-down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. FDOT,D6,Miscellaneous Pushbutton Design Consultant Services. Project Engineer. Responsible for the design and development of signalization plans for miscellaneous push-button design contracts throughout Miami-Dade County. FDOT,D6,SR5(US-1)Exclusive Bus Lanes at SW 252nd Street,SW 260th Street and SW 264th Street Intersections,FM No.250134- 1-32-01, Miami-Dade County, FL. Project Engineer responsible for the design and plans preparation of the signalization and signing and pavement marking plans. Also responsible for providing construction assistance and on-site inspections.The scope of this project consisted of the signing and pavement marking and signalization design at the above-mentioned intersections. FDOT,D6,RRR Project,SR 909(West Dixie Highway)from North of N.E.151 st Street to SR 826/NE 163rd Street,Project Length: 0.875 miles, FM No. 430819-1-52-01, Miami-Dade County, FL. Project Manager responsible for the design of the roadway improvements for this corridor that includes milling and resurfacing, improvement of pavement markings, installations of count-down pedestrian signals and upgrading sidewalks and curb rumps to comply with ADA standards. FDOT, D6, Coral Way and SW 72nd Ave., Miami-Dade County, FL. Responsible for preparing a feasibility study concerning the widening of the median at the intersection of Coral Way and SW 72nd Ave. to provide space for median railroad crossing gates for vehicular traffic.The scope of services includes utility coordination,investigating and performing field reviews of existing conditions and preparing an alternatives analysis and a feasibility memorandum for submission to FDOT. FDOT,D4,Pines Boulevard/Flamingo Road PD&E Study,Broward County,FL.Responsible for preparing a corridor analysis report, assisting with the development of alternative corridor concepts,and performing crash and traffic analyses. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 38 RFD 2023-030-ND THE CORRADINO GROUP YEARS OF EXPERIENCE FRANCISCO J. LEON, PE 24 Transportation Related Urban Design/Roadway Design Education EXPERIENCE BS(Civil Engineering), Florida City of Hollywood-Design Construction Management International University,Miami, Management of miscellaneous capital improvement projects Florida, 1997 throughout the city. Duties include initial design concept and PROFESSIONAL design alternatives; plans production and team management, REGISTRATIONS/QUALIFICATIONS � scheduling,quantities calculations,cost analysis and feasibility, Professional Engineer: Florida, No. permitting, work coordination and construction support. Other a(65502) duties included managing the citywide 50/50 sidewalk reconstruction project, and ROW permit plans review and coordination as well as residents' concerns related to ROW permits. Hollywood Marina Boat Ramp improvements: reconstruction of boat ramps parking lot, $815,000 value. Colbert Elementary SRTS LAP project: Five miles of concrete sidewalk construction,$1.125M value.Tyler Street and N 13th Avenue traffic circle: $140,000 value. Miami-Dade County—Public Works Dept.,Project Manager Managed miscellaneous ROW engineering projects including in-house projects from initial design concept and design alternatives; plans production and team management,scheduling,quantities calculations,cost analysis and feasibility,permitting,work coordination and construction support. Plans review;shop drawings review,worksite inspections,etc. • Old Cutler Drive Shared Use Path part of the US Bike Route 1,total length of approximately 15 miles,in-house design,construction value: 1.3M. • Consultant management— SW 147 Avenue from SW 26 Street to SW 10 Street. Approximately 1 mile of roadway combining including new construction,widening and milling and resurfacing and lighting. The Corradino Group,Inc.Project Engineer Engineering duties include initial design concept and design alternatives; plans production and team management, scheduling, quantities calculations, cost analysis and feasibility, coordination of work with clients, subcontractors, utility agencies and other principals;preparation of specifications and reports;and construction assistance duties. • FDOT VI:RRR projects,NW 87th Ave.from Flagler St.to NW 12 St.;Indian Creek/SR A1A;Harding Avenue/SR A1A;Big Coppitt Key;Spoil Island/SL-15 Mitigation Site, Environmental Impact mitigation project. • FDOT IV:SR 700 RRR project-18 miles that included slope protection design for an adjacent canal. • City of Hialeah, Florida.Project Manager for 18+roadway reconstruction projects in less than 13 months. • Miami-Dade County: Participated in the following roadway reconstruction projects:SW 27th Avenue,from US 1 to Bay Shore Drive; SW 104th Street,from SW 137 Ave.to SW 157 Ave. Calvin Giordano&Associates.Inc.,Project Engineer Responsible for design,plans production,quantities calculations,coordination of work with clients,and general support in the completion of existing projects. • FDOT IV: 1-95 Milling and Resurfacing Design Build,from Broward-Palm Beach County Line to Linton Blvd. • Palm Beach County:Okeechobee Boulevard,Milling and Resurfacing from Jog Road to Haverhill Road. R.J.Behar&Company,Project Engineer Duties included design alternatives, plans production, as well as preparation of specifications and reports;and construction assistance duties. • FDOT IV:Powerline Road,US 1 (SR 5)from County Line to Hallandale Beach Boulevard. RRR. • ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 39 TAB 2 Experience & Qualifications RFQ 2023-030-ND ;ING AND TRAFFIC ENGINEERING CONSULTANT SERVICFS THE CORRADINO GROUP FRANCISCO J. LEON,PE-PAGE 2 • FDOT VI: SR 907 Alton Road; Olive Avenue (Sr-5) from Lakeview to Palm Beach Lakes Blvd. Roadway reconstruction improvements. • City of Fort Lauderdale: NE 15th Avenue,roadway reconstruction. • City of Hallandale Beach:Ansin Boulevard,roadway reconstruction. • City of Tamarac: 19 miles of milling and resurfacing,pavement markings and signage along several roads throughout the city. The Corradino Group,Inc.,d.b.a.Carr Smith Corradino,Design Engineer Duties included the preparation of drawings as well as design of water,sewer,and drainage implementation.Also paving and grading of the site including roadway and parking areas. • Miami-Dade County:Amelia Earhart Park, Soccer and Softball Complexes. • Miami-Dade County: Performance Arts Center of Greater Miami. • Universal Studios: Royal Pacific Resort Site Development. • Miami Dade College,Wolfson Center Parking Garage. • Jackson Memorial Hospital;North Parking Garage. • City of Opa-Locka:Curtis Drive Fire Protection Improvement,2,500 LF of 8"Water Main for Fire Protection. City of North Miami Beach,Design Engineer Duties included all phases of design and construction of in-house projects including water,wastewater,and storm water. Duties ranged from general support of survey and construction inspection teams to the design of upgraded water and waste water lines. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 40 RFQ 2023.030-NO THE CORRADINO GROUP YEARS OF EXPERIENCE Jeffrey D. Coffin, PE 25 Roadway Design/Signalization/ITS Analysis EDUCATION Mr. Coffins areas of expertise include nearly all the facets of Roadway BS(Civil Engineering), Design and Project Development and Environment(PD&E)Studies.Jeff has University of Massachusetts, over 25 years of experience in the Roadway Design/PD&E Industry, with a Amherst,MA, 1993 concentration of Express Lanes-related projects in the past 10 years.He has cutting-edge experience with Managed Lane/Express Lane conceptual PROFESSIONAL REGISTRATION design along with complex interchange design. Some of this experience Professional Engineer: Florida, includes: Preparing highway plans for PD&E studies,corridor studies,minor No.53147(1998) t highway roadways design projects, major highway design projects; Generating roadway construction cost estimates using the Florida Department of Transportation(FDOT)Long Range Estimate(LRE)software;Designing conceptual minor/major/controlled access, highway facilities and interchanges in order to select the most feasible and cost-effective design; and Roadway design and preparation of roadway plans for numerous projects in accordance with the Florida Design Manual, including complex interchange geometry,roadway cross sections,profiles,MOT design and plans,right of way acquisition,utility adjustment plans, drainage design,stormwater pollution prevention and typical section packages. EXPERIENCE Project Engineer/Lead Designer • Analyze and develop alignment alternatives for complex highway and interchange improvement projects for PD&E studies • Selection and analysis of various typical section alternatives for proposed facilities • Generate project costs estimates including engineering cost,construction cost,right of way cost and maintenance cost • Some of the most recent Project Experience is listed below: SR 869(Sawgrass Expressway)PD&E Study,Corridor Widening and Interchange Improvements—Prime Consultant-7.0 Miles in Broward County - Project Engineer— Preparation of a SEIR, design concept alternatives along the Sawgrass Expressway and Florida's Turnpike,structural considerations and SIMR. CR 609 Planning and Conceptual Engineering Study, New Corridor—Prime Consultant-50 Miles in in Martin, St. Lucie,and Indian River Counties - Project Engineer- The study evaluated multimodal opportunities for a regional north-south corridor in the Treasure Coast area. The key components of the analysis were environmental impacts, travel demand, typical section alternatives, corridor alignment alternatives,utilities,right of way and project cost. 1-75 PD&E/SIMR Study,Add Express Lanes—Prime Consultant-8.6 Miles in Miami-Dade County-Lead Designer—Responsible for the express lanes design, interchange design, coordination with Client and other consultants and cost estimating (LRE). Concept development included 2 system-to-system and 5 service interchanges. I-10/US 301 Interchange PD&E/IMR Study, Interchange Improvements — Prime Consultant- 3 Miles in Duval County- Lead Designer—Responsible for the design and analysis of multiple interchange concepts to select a recommended alternative. SR 826 North/South PD&E Study, Add Express Lanes— Sub-Consultant- 5.9 Miles in Miami-Dade County- Lead Designer— Responsible for the addition of express lanes and/or additional general-purpose lanes, which included highway design, complex conceptual design,interchange design,plans preparation,cost estimating(LRE),alternative selection,developing safety improvements and report generation.Concept development included 1 system-to-system and 6 service interchanges. 1-95 PD&E Study,Add Express Lanes(Phase 3)—Prime Consultant-13.5 Miles in Broward and Palm Beach Counties- Lead Designer— Responsible for the addition of express lanes, which included highway design, complex conceptual design, interchange design,plans preparation,cost estimating(LRE),alternative selection,developing safety improvements,typical section package,design exception/variation packages and report generation. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 41 TAB 2 Experience & Qualifications A 1A \A BEACH RFQ 2023-030-ND RAL; p^ '"AFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP JEFFREY D.COFFIN,PE-PAGE SR 924 West Extension PD&E/SIMR Study, New Corridor Extension, Connection with I-75/SR 826 Express Lanes - Prime Consultant-12.5 Miles in Miami-Dade County-Lead Designer-Responsible for the freeway extension design connecting to the SR 826 and 1-75 express lanes systems,which included highway design,complex conceptual design,interchange design of three system- to-system interchanges, plans preparation, cost estimating (LRE), alternative selection, typical section package, design exception/variation packages and report generation.Concept development included 2 system-to-system and 2 service interchanges. SR 826 East/West PD&E/SIMR Study,Add Express Lanes-Sub-Consultant-9.2 Miles in Miami-Dade County-Lead Designer- Responsible for the addition of express lanes and/or additional general-purpose lanes, which included highway design, complex conceptual design,interchange design,plans preparation,cost estimating(LRE),alternative selection,developing safety improvements and report generation.Concept development included 2 system-to-system and 6 service interchanges. 1-295(SR 9A)Western Beltway Corridor Planning Study,Express Lanes Feasibility Study-Prime Consultant-35 Miles in Duval County- Lead Designer- Responsible for the conceptual design of express lanes, cost estimating (LRE) and the evaluation of the feasibility of several concepts in order to move forward to the PD&E phase(s). Concept development included 3 system-to-system and 15 service interchanges. I-75 (SR 93) Corridor Planning Study, Feasibility Study-Prime Consultant- 112 Miles in Sumter, Marion,Alachua, Columbia and Suwannee Counties - Project Engineer- Feasibility Study to add corridor and interchange capacity. Evaluated express lanes, general use lanes and auxiliary lanes.The study focused on three areas:1)D2&D5 corridor typical section evaluation;2)D2&D5 Truck operations and 3)13 Interchange improvements in D2,which involved 1 system to-system and 12 service interchanges. SR 826 PD&E/SIMR Study,Add Express Lanes-Prime Consultant-7.2 Miles in Miami-Dade County-Project Engineer-Freeway express lanes project, which involved corridor-wide improvements, interim roadway and bridge improvements evaluation and implementation, interchange modifications, inter-phase coordination with adjacent MDX on-going projects and the evaluation of ITS technologies. Public meetings, workshops and a public hearing were required to obtain project Location Design Concept Acceptance (LDCA). ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 42 TAB 2 Experience & Qualifications I IA.0 A, BEACH RFQ 2023-030•ND 'NG AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE MARVIN GUILLEN 30 Transportation Related Urban Design/Roadway Design EDUCATION Mr. Guillen is a Senior Roadway Design Engineer responsible for the BS(Civil Engineering), design and production of transportation engineering projects for the University of Miami, 1987 Florida Department of Transportation, Miami-Dade County, and other municipalities throughout South Florida. Mr. Guillen has specialized expertise in horizontal and vertical roadway geometry; traffic signing and pavement marking; signalization, lighting, storm drainage design and storm water management; FDOT design, specifications and construction procedures. His highway designs range from $23,000 local road improvements to$40 million Interstate Highway mainline and interchange design and rehabilitation projects.Mr.Guillen has 30 years of experience in highway engineering design and construction, he has been with The Corradino Group for 25 years, where he has designed the horizontal and vertical roadway geometry of more than 100 projects during his tenure in the company. EXPERIENCE SR-907/Alton Road Reconstruction, Miami-Dade County, FL. Project Engineer. Responsible for assisting in the design and preparation of the Traffic Control Plans detailing the maintenance of vehicular and pedestrian traffic during the reconstruction of SR 907/Alton Road.The Traffic Control Plan from 43rd Street to Pine Tree Drive consists of a 3 Phase approach which proposes a large/safe work zone while decreasing overall construction time. This segment also includes traffic crossovers and temporary signalization. The Traffic Control Plan from Pine Tree Dr.to east of Allison Rd.consists of a 4 Phase approach which also includes temporary signalization and details for the proper/safe maintenance of traffic upstream and downstream of a bascule bridge adjacent to the project terminus. West 31st and 32nd Streets and West 11th and 9th Avenues,Miami-Dade County,FL. Project Engineer responsible for the design and preparation of contract documents detailing the full roadway and drainage reconstruction as part of the City of Hialeah's Roadway Improvement Program.The newly designed drainage system consists of several self-contained French Drain systems that run the length of each street as is the policy in Hialeah. The proposed drainage and roadway improvement will be permitted though Miami-Dade County's RER Department. The project also includes lighting and signing & pavement marking improvements throughout the project limits. Extensive care was made during design to minimize impacts to existing landscaping,utilities and all other existing above ground objects. Task Work Order Based Contract,the City of Hialeah, FL. Design Engineer.The scope of these projects consists of aiding the City of Hialeah with the design and preparation of documents detailing the full roadway and drainage reconstruction of multiple streets.The projects also include lighting and signing and pavement marking improvements throughout the project limits.The reconstruction of these roads converted the existing flush shoulder condition to a curb and gutter section which required the raising and lowering of the roads to provide an adequate profile for drainage.The projects also added parallel parking where space permitted,and sidewalks and ramps were provided following the latest ADA standards.Throughout this contract Corradino has completed more than 20 projects over 15+years. Some of the most significant projects are as follows: • East 7th Avenue from East 5th Street to East 9th Street and East 6th Street,East 6th Place, East 7th Street and East 8th Street from East 6th Avenue to East 8th Avenue • East 5th Avenue from East 12th Street to East 17th Street, East 13th Street, East 14th Street and East 16th Street from East 4th Avenue to East 6th Avenue Oceana Bal Harbour Signalization Improvements, Miami-Dade County, FL. Project Engineer. Responsible for all required engineering and permitting services with a complete set of construction documents and all required permits required to construct the required signalization modification at the intersection of SR A1A / Collins Avenue and Harbor Way to accommodate the proposed condominium development named the Oceana Bal Harbour.Work included the relocation of the pedestrian signalization from the existing mast arms to proposed pedestrian signal pedestals located adjacent to the new crosswalk locations; new mast arm and signalization controlled to replace the mast that is in conflict with the proposed north driveway to the property;replacement of all signalization loops ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 43 TAB 2 Experience & Qualifications !'.AiAMiBEACH RFQ 2023-030-ND GENERAL "Pf' ,`PI 81' ,ND TRAFFIf'ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARVIN GUILLEN-PAGE 2 that are damaged by any of the roadway construction; Signal Operating Plan modifications as required through Miami-Dade County Public Works and Waste Management Department's Traffic Signals and Signs Division. East 5th Avenue&East 10th,12th,13th,14th and 16th Streets,Miami-Dade County,FL.Project Engineer responsible for the design and preparation of contract documents detailing the full roadway and drainage reconstruction. The newly designed drainage system consists of several self-contained French Drain systems that run the length of each street.This project is located in a densely residential neighborhood with multiple driveway connections per property. The reconstruction of the road converted the existing flush shoulder condition to a curb&gutter section which required the raising and lowering of the road in order to provide an adequate profile for drainage. The typical section conversion, profile modification and parking addition required extensive analysis of the connections to the existing properties at the right-of-way line to ensure positive drainage from the properties as well as driveways, sidewalk connections, etc. The project also included lighting,and signing and pavement marking improvements throughout the project limits. SR 997/Krome Avenue Interim Resurfacing, FPIDs 434390-1-52-01,434930-2-52-01, 434930-3-52-01, 434930-4-52-01, 434930-5- 52-01 and 434930-6-52-01, Project Length: 1.472,0.539,0.563,0.647,0.572 and 2.110 miles Respectively, Miami-Dade County, FL. Project Engineer responsible for the design and preparation of contract documents detailing the maintenance resurfacing on 6 segments of SR 997/Krome Avenue from SW 297th Street(MP 3.701)to SW 136th Street(MP 13.654).Two of the projects are classified as RRR(434930-2 and 434930-6)and the other four projects are classified as Pavement Only Projects(POP).These projects are being performed in order to maintain and adequate Pavement Condition Survey Rating prior to the widening of the SR 997/Krome Avenue corridor that will take place in FY 2021-2022. SR 826/Palmetto Expressway RRR,FPID 432743-1-52-01 -Project Length: 1.343 Miles,Miami-Dade County,FL. Project Engineer responsible for the design and preparation of contract documents detailing the RRR of SR 826/Palmetto Expressway from its southern terminus at SR 5/US 1/S. Dixie Highway(MP 0.000)to just north of SR 878/Snapper Creek Expressway(MP 1.343). The project also includes the upgrading of substandard guardrail terminals, replacement of guardrail to bridge railing transitions (Bridge 870129), upgrading of bridge railing with vertical face retrofit (Bridge 870129), replacement of bridge expansion joints and replacement of all pavement markings. Florida Department of Transportation,District 6,1-75 Express Lanes from County Line to SR-826,Miami-Dade County,FL.Project Engineer. Responsible for the design and plans preparation for design build RFP documents. The scope consisted in the adding two express lanes in the 1-75 median with an egress and an ingress access point. FDOT,D6,Reconstruction Project-1-75 Express Lanes from County Line to SR 826,FPID 432687-1-52-01-Project Length:3.07 Miles, Miami-Dade County, FL. Project Engineer responsible for the design and plans preparation for design build RFP documents. The scope consisted in the adding two express lanes in the 1-75 median with an egress and an ingress access point. Reconstruction of East 7th Avenue from East 5th to East 9th Street,and East 6th Street, East 6th Place, East 7th Street,and East 8th Street from East 6th to East 8th Avenue, Hialeah - Project Length: 1.188 Miles, Miami-Dade County, FL. Project Engineer responsible for the overall design and development of the contract plans.The scope consisted of complete reconstruction,including new drainage,signing and pavement markings,and lighting. Coral Reef Elementary Safe Routes to School,Palmetto Bay,FL. Project Roadway Engineer. Responsible for the design and plans preparation for design build RFP documents. The scope consisted in providing sidewalk, ADA standards, and pavement marking improvements for the pedestrian accessing Coral Reef Elementary School in the Village of Palmetto Bay.The project was part of FDOT local agency programs. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 44 TAB 2 Experience & Qualifications ,niAMIBEACH RFQ 2023-030-ND TPAFEIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE SEAN ROULEAU, El 10 Complete Streets/Transportation Related Urban Design EDUCATION Mr. Rouleau has 10 years' experience with construction management, BS Civil Engineering,2010, construction inspection, project coordination, contract administration, and University of South Florida p design for the construction of bridges,roadways,traffic signal and intelligent A.B.Management,2005, transportation systems. He has a solid understanding of what it takes to University of New Hampshire design a functional intelligent transportation and traffic signal system. CERTIFICATIONS/TRAINING e r EXPERIENCE TDOT Local Government Guidelines 1-65 ITS Design,Robertson Co.,TN.Project Engineer for the 1-65 Corridor TDOT Local Government CEI (Segment 4) ITS design for a fully deployed system, including dynamic message signs, CCTV TDOT Concrete Field cameras,radar detection units,fiber optic trunk line,AT&T Communications HUB site,fiber optic Technician communications and power (hardwire or solar) for each device location. The design package TDOT HMA Roadway Inspector includes device layout, conduit and fiber optic routing, fiber optic splice details, device mounting TDOT Soils and Aggregate details,quantities and preparation of technical special provisions. Technician TDOT Nuclear Gauge Field Chattanooga Transit Signal Prioritization and Accessibility, Chattanooga, TN. Project Technician Engineer for the planning, operational assessment and design package including transit signal TDEC EPSC Level 1 &2 prioritization design components, ADA upgrades, traffic signal design, intersection turn lanes, IMSA—Traffic Signal Inspector queue jump lanes,traffic signal communications and traffic signal timing plan development for the Level 1 37 signalized intersections along CARTA Route 4. IMSA—Traffic Signal Technician Level 2 City of Franklin ITS Extension Design,Franklin,TN. Project Engineer for design of the City of IMSA—Work Zone TTC Franklin ITS extension project. The scope includes completion of Systems Engineering Analysis Technician (SEA),coordination with TDOT Local Programs Development Office(LPDO), layout of fiber optic ATSSA—Traffic Control Design communications along Cool Springs Boulevard, layout of traffic signal interconnection throughout Specialist the City, design and installation of 6 CCTV cameras and coordination with the City Information OSHA—10-hour Construction Technology group on the fiber optic communications upgrade throughout downtown Franklin. Safety 1-75 @ Hamilton Place Boulevard,Chattanooga,Hamilton Co.,TN.Project Engineer to provide intelligent transportation systems design and traffic engineering services consisting of data collection;operational analysis;recommended intersection/ramp configuration and intersection design alternatives; traffic signal design; ITS relocation plans and communications infrastructure design; and roadway/interchange lighting design for the segment of 1-75 from near SR 153 to near Shallowford Road interchange per TDOT and industry standards. ITS Statewide On-Call,Texas Dept.of Transportation,Austin District,TX. Project Engineer for the evaluation and migration from a SONET based infrastructure to an IP based network,with the placement of new roadside ITS devices and wireless communications,to facilitate traffic incident management. Also,created details for construction, retro-fit, installation and integration of all devices including foundations for poles, DMS signs,CCTV cameras,transformers,electrical services,fiber optic layouts and connections details. High Point Signal System,North Carolina DOT,High Point,NC.Design Engineer for the site analysis,design plans special provisions and opinions of probable cost. The project included 260 signals, approximately 70 miles of fiber-optic cable,38 traffic signal upgrades, 52 CCTV cameras, 13 railroad encroachment permits and enhancement of the Traffic Operations Center and video monitoring system. 1-95 South Smart Roadway Technology,Virginia DOT, VA. Design Support for various ITS components, including CCTV, dynamic message signs,fiber-optic,wireless,broadband and T-1 communications. Cool Springs Adaptive Signal Control Technology CEI, Franklin, TN. Lead Inspector and Local Programs Coordinator for this federally funded TDOT Local Programs Development Office (LPDO) project. The overall project objective is to deploy ASCT along Mallory Lane, Galleria Boulevard and Cool Springs Boulevard for a total of 19 intersections. The primary responsibilities include ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP -, 45 TAB 2 Experience & Qualifications f A AM BEACH RFQ 2023-030-ND ING I 2t rFIC FNGINFFRING CONSULTANT SERVICES THE CORRADINO GROUP SEAN ROULEAU, El-PAGE 2 inspection of the vehicle detection installations for configuration and placement,oversight of acceptance testing and system verification, and documentation of construction activities in accordance with TDOT's LPDO Local Government Guidelines. Traffic Flow Improvements and Traffic Signal Upgrades CEI,Goodlettsville,TN. Lead Inspector and Local Programs Coordinator for this federally funded TDOT Local Programs Development Office(LPDO)project. The overall project objective is to deploy over 7,000 linear feet of fiber optic cable,fully reconstruct two signalized intersections and partially rebuild twelve signalized intersections,including cabinets,controllers,signal heads,and communications. Metro Public Works Signal Timing Services,Nashville and Davidson County,TN.Field Engineer for signal timing plan development for the high-profile countywide signal timing services contract. Under this contract,the project team coordinated directly with the Metro Public Works Traffic and assisted with the technical aspects of the development of traffic signal timing plans for approximately 560 signalized intersections. His specific responsibilities included: field inventory and inspection of traffic signal cabinets and controllers; detection devices and communications;data collection;signal timing development;and field implementation. City of Chattanooga CCTV CEI, Chattanooga, TN. Inspector responsible for oversight of the CEI activities and assisting the CEI Manager with project coordination to comply with TDOT LPDO, TDOT Region 2 Construction and the City requirements. The project included the installation of 37 GRIDSMART camera systems with various mounting locations and attachments, cable routing through existing conduit and communications back to the City Traffic Engineering office for monitoring. The cameras are used for vehicle detection,vehicle counting and observations of traffic operations.Worked with the contractor to minimize delays,which resulted in all 37 cameras being installed and communicating within 6 weeks from Notice to Proceed. Chattanooga Regional ITS Phase I CEI, Chattanooga, TN. Senior Inspector overseeing day-to-day construction operations. Mr. Rouleau performed inspection and testing for final acceptance,managed contracts,processed and reviewed submittals and requisitions, invoices,and schedule of work.Also performed document control and close-out management tasks. Throughout the project,he worked with multiple crews,oversaw the installation of various detection systems,controllers,and the first Adaptive Traffic Control signal control system in Tennessee.The project spanned 14 arterials and crossed through multiple jurisdictions and he served as liaison for the different regional agencies. Advanced Traffic Management System, Sarasota County, FL. Inspector for this multi-phase project that provided cabinet and controller upgrades at 152 intersections along seven corridors and crossing multiple jurisdictional maintaining agencies. He inspected cabinet installations, grounding upgrades, preemption systems,fiber-optic cable splicing, conducted conditional acceptance testing for turnover to the maintaining agencies,prepared daily construction logs,and reviewed monthly contractor pay requests. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 46 TAB 2 Experience & Qualifications r" AIBEACH RFQ 2023-030-ND GENERAL TRW RAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE MARK ALVAREZ 30 Transportation/Transit Planning Transit EDUCATION Mark specializes in integrating transportation planning, land development MS,Civil Engineering analysis and infrastructure programming to provide holistic approaches for 199 Ohio State University sustainable solutions. He brings experience in: first-last mile planning, transit policy and operational analysis; electric vehicle infrastructure Master of City&Regional planning; policy planning; land use planning; regulatory and zoning Planning,Ohio State analysis; neighborhood and environmental impact and capital University 1992 improvement programming. He has given hundreds of presentations for community input,charettes,advisory boards, and elected bodies. He has BS,Operations Management worked as a private consultant, with government agencies, and with The Ohio State University 1988 university research centers. CERTIFICATIONS Commercial Real Estate EXPERIENCE Analysis Massachusetts Institute of Technology School of MULTIMODAL TRANSPORTATION Architecture&Planning,2020 Commercial Real Estate, Miami-Dade TPO First-Mile/Last-Mile Mobility Study. This study evaluated the state of First Miami Association of Mile/Last Mile (FLM) mobility strategies and infrastructure nationwide. Beyond reviewing best Realtors 2015, practices for transference to the Miami-Dade area,the study explored basic urban travel demand Licensed Realtor, State of assumptions, infrastructure characteristics and mobility delivery models to develop a basis for a Florida ground-up understanding of how and when to implement different FLM strategies based on Lic.#3297667,2014-2020 development contexts and primary corridor transit characteristics. Professionalism&Ethics for Miami-Dade SMART Plan, North Corridor Land Use Analysis. Performed land development Lobbyists scenario-based planning for transit-oriented development for station areas in the North Corridor for Florida International the Miami-Dade County SMART Plan to develop a high capacity regional transit network, and University 2010-2018 redevelop compact,sustainable mixed-use corridors that support transit and reduced VMT&GHG American Institute of objectives. Certified Planners#086841, 1996 Bicycle&Pedestrian Data Collection.Managed and analyzed data collection of seventy-five 4 Dispute Resolution Program and 24-hour bicycle and pedestrian count surveys consistent with the National Bicycle&Pedestrian Florida Conflict Resolution Documentation Project to establish baseline conditions for bike and pedestrian facility investment Consortium Florida State in Miami-Dade County. University, 1993 Pedestrian&ADA Safety Drive Electric Florida, Volume II. Developed a feasible demonstration project plan to provide Program electric,shared vehicles to complete the"last mile"for MetroRail stations,increase electric vehicle Florida Dept.of Transportation market penetration and increase transit usage.In a related task,performed a preliminary feasibility 1992 analysis to utilize battery-electric buses along the Busway. Work included extensive quantitative market analysis, EV transit infrastructure planning, and benchmarking of national car sharing programs. Miami Downtown Development of Regional Impact(DRI),Increment III.Performed technical and policy review for the South Florida Regional Planning Council. Review including traffic capacity and operational analysis methodologies, transit data review; and policy implications for the person trip methodology,transit mode share assumptions;and implications for area-wide development. Miami Beach Municipal Mobility Plan.Multi-modal transportation analysis that included vehicular travel,regional transit,battery-electric bus circulator,pedestrian,bike and non-motorized modes,with forecast of level-of-service on a network level,identification of pedestrian ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 41 TAB 2 Experience & Qualifications r J,;A R,,!BEACH RFQ 2023-030-ND TtTIfN F' AFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP MARK ALVAREZ- PAGE 2 and bike network deficiencies, analysis of transit levels-of-service, neighborhood cut-through intrusion and speeding locations and the development of recommendations. CORRIDOR STUDIES Pinecrest Parkway Vision Plan developed plan for future redevelopment of a 3-mile linear commercial district to increase commercial viability, improve multimodalism and reposition gateway areas for lifestyles retail,while improving buffering and compatibility to abutting single-family neighborhoods,focusing on zoning,design,transportation, access, delivery, bicycle/pedestrian networks, and parking toward redevelopment policies. Tacoma Market Study Two alternative alignments for the proposed Tacoma Link Light Rail were analyzed to determine downtown impacts to the downtown district businesses,transportation network and the Foss Waterway Redevelopment Area. Sunny Isles Beach Boulevard Redevelopment Plan team liaison between urban design architects,economic development consultant, traffic engineers and developers to develop new streetscape configuration and operation to stimulate redevelopment, improve the pedestrian network,and solve commercial access issues. North Miami Beach Boulevard (SR-826) Corridor Study Led analysis and recommendations to improve traffic operations, land use and parking regulations to support commercial repositioning of the 5-mile commercial corridor to stimulate economic development and support the establishment of a parallel community commercial"main street". Transit Dania Beach Comprehensive Operations Analysis to restructure two municipal transit services to increase utilization,responding to new development,and realigning services to changing needs. Pinecrest People Mover As part of the People's Transportation Plan developed a micro-transit circulator plan focused to link students to schools, and residents to community parks, library, and commercial areas in a community that is primarily estate-density residential. Circulator was implemented in 2008 and is still in operation. South Dade Busway Feeder Study As Principal Investigator(PI)with the Lehman Center for Transportation Research,led FIU students and sub-consultant in the analysis of commuter utilization and latent transit markets to plan new transit feeder services to alleviate park- and-ride capacity and meet future planned transit-oriented development(TOD)for the 20-mile bus rapid transit(BRT)South Dade Busway corridor.Work included extensive data collection Coastal Communities Transit Study As Principal Investigator(PI)with the Center for Urban Transportation Research(CUTR), he led a large sub-regional transit service plan to optimize transit utilization efficiency along the Collins Avenue (A1A) Corridor by segment, develop recommendations to reduce route duplication, mitigate transit operation impacts to traffic congestion, and use cost savings to develop linked community circulator routes with using transit operations and land use criteria. Comprehensive Bus Operations Analysis (COA)As Principal Investigator (PI) with the Center for Urban Transportation Research (CUTR), he managed an 18-month, county-wide, 97-route transit optimization analysis including extensive data collection, on-board surveys,origin-destination analysis,rider preference,and segment level cost-benefit criteria. North Miami Community Transit Circulator Plan. Developed the demand analysis, route plan and service plan for North Miami Community Transit(NOMI)which has been in continuous and expanded operation for 20 years. Routes and operations were developed with extensive community input,census data mapping,street,and street inventories for stop locations. South Beach Electric Shuttle Plan. Developed one of the earliest plans for a battery-electric bus transit service in an American downtown district,the Electrowave,which operated in Miami Beach from 1998.The battery-electric transit service,originally operated by the Miami Beach Transportation Management Association(TMA)with support from the FDOT and Florida Power and Light(FPL).1 ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 48 TAB 2 Experience & Qualifications Nil AM(BEACH RFQ 2023-030-ND "Tr, atFnr Fpe!►FFP,Itd!'((!NS!!lTt.wT SFRVIrES THE CORRADINO GROUP YEARS OF EXPERIENCE MARIO F. DURON, AICP 5 Transit Oriented Development Station Area Planning EDUCATION Mario Duron is an urban planner at The Corradino Group,with over 5 years M.A in Urban and Regional of experience in community planning. His career path stemmed from work Planning August 2016 with volunteer and environmental nonprofits,which led Mario to pursue his University of Florida,Gainesville, MA degree in urban and regional planning. While at UF, he assisted FL ' ; Florida municipalities prepare redevelopment plans addressing �► environmental and socio-economic development. His work was B.A in Anthropology May 2009 recognized by the Florida Chapter of the American Planning Association. University of Florida,Gainesville After graduating,Mario entered the public sector where he delved into all FL aspects of local planning. In addition to permitting and special licensing, Mario has experience with processing major redevelopment plans, amendments to the comprehensive plan,and changes to land use regulations.Mario's planning knowledge is supported by his experience in environmental consulting and his proficiency with GIS. Mario possesses a holistic understanding of community planning and approaches each project with this mindset. EXPERIENCE General Planning Services, City of Key West, FL.Associate Planner. Corradino provides professional planning services on an as- needed basis and to assist with special projects such as rezoning,development review,preparation of RFPs for specialized studies,EAR Based updates to the comprehensive plan. City of North Miami,North Miami Beach,FL. Associate Planner.Provided professional planning assistance to the public,stakeholders, and policy makers;and served as point of contact between the City Planning and Zoning Division,the County,and other State agencies. Reviewed and processed complex development applications, including rezonings, conditional uses, and development agreements. Served as project manager for the development of local policy,including medical marijuana ordinances,emergency orders in response toCOVID-19,and updates to critical documents like the City's Water Supply Plan.Prepared and presented staff reports and other findings to staff,Planning and Zoning Board and City Commission,and served as liaison to theCity's development review committee. Environmental Resources Management, Miami, FL. Consultant. Part of a multinational GIS team collaborating in the completion of the Nicaragua Canal Baseline Environmental and Social Impact Assessment, producing social and spatial data analyses, map figures, and providing translation support. Provided environmental and social consulting services to clients in the US and Latin America through technical assistance, ensuring regulatory compliance of projects.Assisted clients in pursuing LEED certification of office buildings,on- site support for projects,gap analyses and in completing Phase I technical reports. Green Cove Springs CRA Development Studio, Gainesville, FL. Project Member. Collaborated in the completion of the FL APA award-winning Green Cove Springs Redevelopment Plan; a dual-discipline studio of landscape architect and urban planning graduate students. Conducted community inventory using qualitative and quantitative metrics and developed a neighborhood impact analysis to provide policy recommendations addressing economic and social concerns. Researched and crafted design standards and recommendations to enhance green infrastructure and sustainable standards in the city. Citizens for a Better South Florida,Miami,FL.Assisted with grant writing and data management,creating records of community tree plantings to include GPS coordinates and growth data for individual trees. Led volunteers in over 800 hours of community service urban greening projects, planting over 500 Florida native trees in underserved areas of Miami-Dade County. Developed and presented environmental education material to students,civic groups,and private businesses in English and Spanish. Disaster Preparedness & Response and New Initiatives Coordinator, Hands on Miami, FL. Engaged residents of underserved communities in initiating greening projects promoting energy and water conservation efforts, and by creating green spaces,community gardens, and planting native trees.Augmented the number of green volunteer projects offered by the organization and engaged over 2,500 volunteers in over 128,000 hours of environmental service projects.Trained and mobilized volunteers in response to BP Oil Spill, the 2010 earthquake in Haiti,and for the Florida hurricane season. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 49 RFQ 2023-030-ND THE CORRADINO GROUP YEARS OF EXPERIENCE SCARLET R. HAMMONS, AICP CTP 26 Active Transportation-Bicycle/Pedestrian EDUCATION Ms. Scarlet Hammons, AICP CTP specializes in the analyses of land use University of California, San issues related to comprehensive plans, zoning, and all aspects of the site Diego, planning process.She has recently completed AICP Advanced Certification in BA Urban Studies and Planning Transportation Planning. Her experience also includes preparing zoning (June 1995) regulations,writing comprehensive plans, drafting ordinances, and assisting y'r t applicants with the planning process She has managed numerous planning PROFESSIONAL AFFILIATIONS projects for Corradino's municipal and agency clients.She is currently on the Member, Planning and Zoning ^' Planning and Zoning Board for the Village of Biscayne Park. Board, Biscayne Park, Florida (current) • Chair,Technical Coordinating Committee, Broward MPO EXPERIENCE (2014 to 2016) EAR and Comprehensive Plan Update,City of Treasure Island,FL.Project Manager.The City Chair, Planning and Zoning of Treasure Island is revising the existing Comprehensive Plan for the first time after 20 years. This Board,Surfside, Florida update includes drafting a new Property Rights Element to meet State Statues that just recently (2010 to 2011) went into effect. Member,American Planning Association(1995 to Present) General Planning Services, City of Key West, FL. Project Manager. Corradino provides Chair,Gold Coast Section,APA professional planning services on an as-needed basis and to assist with special projects such as Florida(2008 to 2011rezoning, development review, preparation of RFPs for specialized studies, EAR Based updates Gold Coast Representative, APA Florida Legislative to the comprehensive plan. Policy Committee(2010 to General Planning Services, Village of Islamorada, FL. Project Manager. Corradino provides 20 professional planning services on an as-needed basis and to assist with special projects such as Member, Urban Land Institute, rezoning,development review,preparation of first time homeowner grant applications,and updates Miami Young Leaders to the comprehensive plan. Steering Committee(2011 to 2013) Interim Planning Director,City of Sunny Isles Beach,FL.Project Manager. Corradino provides Member,APA Florida Annual professional planning services on an as-needed basis including building permit reviews, site Conference Committee, inspections and to assist the City to fill a gap between Planning Directors. Miami(2008&2021) PROFESSIONAL CERTIFICATIONS General Planning Services, City of West Park, FL. Project Manager. Corradino provides American Institute of Certified professional planning services on an as-needed basis and to assist with special projects such as Planners,Advanced rezoning,development review,special exception,coordination of the Planning Board meetings and Certificate in Community Real various other tasks. Estate Development, Land Development Regulations Rewrite, Village of Virginia Gardens, FL. Project Manager. University of South Florida Corradino serves as the Village's General Consultant assisting with transportation,planning and Supervisor Apprenticeship civil engineering projects. Corradino produced the Village's first major update to the Land course, Broward County Development Regulations since incorporation. Unified Bicycle and Pedestrian Master Plan,City of Aventura,FL.Project Manager.The Northeastern part of the county is one of its most-congested areas. The regional roads carry heavy traffic, which is often not highly directional. Aventura realized years ago that it needed to impact the way people moved within the community by providing bicycle, pedestrian and transit infrastructure within these rights of way.This effort focuses on this multimodal approach and polishing an already well-functioning system. Transportation Master Plan Update,City of Dora!,FL.Assistant Project Manager.A set of over 50 projects were developed to address the City's continued multi-modal transportation system and advocate for funding of them. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 50 TAB 2 Experience & Qualifications RFQ 2023-030-ND ING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SCARLET HAMMONS,AICP CTP-PAGE 2 Comprehensive Plan Update,City of Ft.Lauderdale,FL.Assistant Project Manager.The City of Ft.Lauderdale is revising the existing Comprehensive Plan under 6 platforms: Infrastructure, Public Places, Neighborhood Enhancement, Business Development, Public Safety and Internal Support Platform.The Comprehensive Plan was written with conciseness in mind, and is a visual document where applicable,with the end of creating a highly accessible document that can be easily read by citizens,businesses,policymakers and staff. General Planning Services, City of Homestead, FL. Senior Planner. In 2014, Corradino was tasked with completing the Comprehensive Plan Future Land Use Plan Map amendments, rezoning of City-owned properties in Downtown Homestead, and amending the zoning code to allow for certain public and retail/entertainment facilities. In addition, Corradino handles special projects including annexation analyses,zoning code chapter revisions, a public art master plan, comprehensive plan amendments, and zoning and land use map changes. Building,Zoning and Planning Department,Key Biscayne,FL.Assistant Project Manager.Corradino provided professional planning services on an ongoing basis to the Village of Key Biscayne.Ms. Hammons was in charge of administering the Village's Comprehensive Plan and Land Development Code and providing assistance to the public on planning related matters. EAR Based Amendments to the Comprehensive Plan, City of Key West, FL. Project Manager. Corradino created comprehensive plan amendments incorporated in the comprehensive plan. Comprehensive Plan, Town of Cutler Bay, FL. Project Manager. Corradino led the effort to write the Towns Comprehensive Plan, which led to a significant intensification and diversification of the land uses in the Southland Mall area. Land Development Regulations, Town of Cutler Bay, FL. Project Manager. Corradino served as the Town's General Consultant assisting with transportation, planning and civil engineering projects. Corradino produced the Town's first Land Development Regulations. Eminent Domain Analysis, City of Homestead, FL. Planner. Corradino serves as the City's General Consultant assisting with transportation, planning and civil engineering projects. One product of the work is a needs analysis based on alternatives,comparing land use and zoning,cost,safety and environmental considerations. Concurrency Review Consultant, Cost Recovery, North Miami Beach, FL. Project Planner. Corradino reviews the development application data and usage for each concurrency category and compares that against the remaining capacity. Capacity surpluses or deficits are identified and a concurrency report is issued. Safe Routes to Schools Plan,Village of Palmetto Bay,FL.Project Manager.Corradino performed the Safe Routes to School project for three elementary schools.The analysis included pedestrian,bicycling,and safety of the routes to these schools,with outreach to the community.Corradino recommended route and facility improvements within a 0.5-mile radius of school. Funding applications were also prepared for these projects on behalf of Miami-Dade County Public Schools. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 51 TAB 2 Experience & Qualifications A,no,BEACH RFQ 2023-030-ND 3PORTATI, ^AFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE MADISON GRACE YURUBI 2 Site Plan Reviews EDUCATION Madison Yurubi is a local Urban Planner from Palmetto Bay, Florida 2022,M.Sc.(Urban and and has over 2 years of experience in public engagement,coordination, Regional Planning)University and analysis. Her skills extend from municipal development consulting of Wisconsin to transit-oriented development planning and implementation. She has 2019,BA(Creative Writing and ` led several public workshops for community development projects,of Geography)Florida State / the most notable,a project with Lambert Advisory LLC,funded by the University U.S. EDA,to develop a regional economic development strategy for a U diverse region with urban,suburban,and rural areas known as South Dade. Madison holds a Master's in Urban and Regional Planning from the University of Wisconsin- Madison and Bachelor of Arts in English from the Florida State University. At UW-Madison she served as the Project Assistant to the Department of Planning and Landscape Architecture and was honored by the graduate school with the 2021-2022 Jessica Bullen Community Service Award. EXPERIENCE UW-Department of Planning and Landscape Architecture.Project Assistant. Ms.Yurubi managed DPLA Alumni Mentorship Program (year one: 19 graduate students and 58 alumni mentor applicants; year two: 19 graduate students and 64 alumni mentor applicants); creating participant and evaluation surveys, maintaining constant communication with URPL students and mentors, and assembling instructional transition document.Ms.Yurubi assisted in department chair,department administrator,and graduate program coordinator on department initiatives related to recruitment, and alumni and campus engagement programs. Organizing activities for alumni panel event hosted by the Wisconsin Student Planning Association. Ms.Yurubi compiled information for Planning Accreditation Board (PAB) department re-certification. Designing department recruitment and graduate PowerPoints and managing database of program alumni. UW-Madison Climate Action Plan for Sustainable Transportation. Ms. Yurubi collaborated with the UW-Madison Office of Sustainability,Transportation Services, and other stakeholders to report and analyze further reduction of campus and community CO2 emissions through practice-oriented green fleet management,behavior-based tools to support participation in active travel,modifications to the built environment,and other modifications. Restorative Environment Features Catalogue and Capstone.Project Manager/Website Designer.Ms.Yurubi promoted equitable and restorative design features within urban environments. Capstone project for the Department of Planning and Landscape Architecture researches the fundamental benefits of incorporating these into public spaces as common practice. South-Side Madison Redevelopment Plan. Ms. Yurubi set preliminary site diagnosis, site inventory and prospective design, and reporting on comprehensive planning and urban design strategies for the South-Side Madison community,with the objective of revitalizing the existing landscape by implementing creative community-based strategies to enhance economic opportunities for growth and development. Lakeview Elementary Co-Design. Ms.Yurubi partnered with the UW-Madison Morgridge Center for Public Service and the Madison Metropolitan School District(MMSD)to activate community garden area at Lakeview Elementary utilizing participatory and sustainable design. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 52 TAB 2 Experience & Qualifications tv, At,,RiBEACH RFQ 2023.030-NC GENERAL TRANSPP` 'AFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE KATHRYN R. LYON, MBA, AICP, CFM 22 Computer Visualization/Graphics/GIS With 22 years of zoning, land-use and development planning experience EDUCATION in Miami-Dade and Broward Counties, in both the private and public BA(Geography), sectors, Kathryn provides invaluable expertise to navigate the land University of Florida, development process, from site evaluation and due diligence through June 2000 project completion. As a Planner (AICP), GIS Analyst, Zoning MBA(Environmental Coordinator, Certified Floodplain Manager(CFM), Project Manager, and Management), Florida Realtor, Kathryn offers government,commercial and residential property Atlantic University,August s. ` 2004 owners, and developers a full range of services, at all phases of construction, from planning to completion. She also currently serves as PROFESSIONAL REGISTRATIONS an adjunct faculty member at Florida International University. American Institute of EXPERIENCE Certified Planners No. 026921 North Miami Beach Affordable Housing Study, North Miami Beach, FL. Senior Project Certified Floodplain Manager Manager. This project addresses the affordable housing issue and needs within the City of North Florida Licensed Real Estate Miami Beach along with recommendations and edits to the Comprehensive Plan and Land Agent License No.SL3265451 Development Regulations. AWARDS Village of Palmetto Bay,FL.Senior Planner.Serve as in-house planner for Building Department NACO Achievement Award performing land use and zoning services including site plan reviews, staff reports and memos. Winner:GIS in Transportation Review applications and prepare variance reports for various land use requests and development Planning scenarios. GIS Expo display: 3rd Place Town of Cutler Bay, Evaluation and Appraisal Report (EAR) & EAR Based Amendments, FHWA Environmental Cutler Bay, FL. Project Manager. Evaluation and Appraisal Report, periodic analysis of goals, Excellence objectives and policies of municipality comprehensive plan required by state law. Award Village of Key Biscayne, Evaluation and Appraisal Report(EAR), Key Biscayne, FL. Senior American Planning Planner. Evaluation and Appraisal Report, periodic analysis of goals, objectives and policies of Association-Member municipality comprehensive plan required by state law. Florida Planning and Islamorada,Village of Islands,Evaluation and Appraisal Report EAR),Islamorada,FL.Senior Zoning Association- Planner. Evaluation and Appraisal Report, periodic analysis of goals, objectives and policies of Member municipality comprehensive plan required by state law. 2018 FPZA Sustainability Award-Green Master Plan Transportation Master Plan Update, Town of Cutler Bay, FL. Project Manager. This project evaluated the City's 2012 Transportation Master Plan,with updates to local LOS determinations, intersection analyses,truck routing,and planning for transit,pedestrian,and bicycle facilities.The analysis also included reviewing the City's impact fees and a finalized project list that was incorporated into the City's Capital Improvements Program. Community Development Department,Planning and Zoning Division,Town of Cutler Bay,FL.Planning&Zoning Director.Oversaw complex technical work and created the Comprehensive Growth Management Plan, Land Use Regulations, and other codes related to land use.Supervised department staff and managed professional planning consultants. Town of Miami Lakes Mobility Fee,Miami Lakes,FL.Senior Planner.Assisted in the development of the Miami Lakes Mobility Fee to support level of service standards. Perform demographic analysis,changes in growth rates,trip generation rates,and land use changes. Miami-Dade County, Kendall Parkway Analysis, Miami, FL. Senior Project Manager. Planning Analysis for Phase 3 and 4 of the proposed Kendall Parkway project in western Miami-Dade County to include review of demographics and environmental restrictions. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 53 TAB 2 Experience & Qualifications 1\AIAMiBEACH RFQ 2023 030 ND trFIC ENCINFERINI;CONSUTMT SERVICES THE CORRADINO GROUP KATHRYN R.LYON,MBA,AICP,CFM-PAGE.2 City of St.Cloud Transportation Element of the Comprehensive Plan,St.Cloud, FL. Senior Planner. Study the multimodal needs for the City while identifying transportation enhancements to improve connectivity and overall function of the transportation network. City of St.Cloud Transportation Master Plan,St.Cloud,FL.Senior Planner.Development of the transportation master plan to provide appropriate recommendations for adequate provisions to transportation facilities. Identify and multi-modal transportation enhancements. Lauderdale-by-the-Sea Pedestrian and Bicycle Enhancement Study, Lauderdale-by-the-Sea, FL. Senior Project Manager. Ms. Lyon is preparing the study that will review existing bicycle and pedestrian needs in the Town of Lauderdale-by-the-Sea, as well as provide recommendations. Water Supply Facilities Plan Update(South Miami,Virginia Gardens,Islamorada,North Miami Beach,Homestead,Key Biscayne, Miami Gardens, Palmetto Bay). Senior Project Manager. This project addresses the water supply needs of the municipalities and preparing recommendations for level of service standards and edits to Comprehensive Plan Goals,Objectives,and Policies. North Miami Beach Parking Study,North Miami Beach,FL.Senior Project Manager.This project is an analysis of the existing parking conditions in the City and provides recommendations to implement a paid parking system. Village of Virginia Gardens ADA Study,Virginia Gardens,FL.Senior Project Manager.The project consisted of a review of existing Village infrastructure and adopted policies and regulations in regard to the Americans with Disability Act. Intersections within the Town were analyzed resulting in a deficiencies and action plan report. City of Hallandale Beach, FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports; Preparing Variance reports for various land use requests and development scenarios. City of West Park,FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports;Preparing Variance reports for various land use requests and development scenarios. City of Homestead, FL. Senior Planner. Prepare GIS maps depicting zoning and scope of land use and zoning in question for Public Hearings. Develop mapping for Special Projects. City of Sunny Isles Beach, FL. Senior Planner. Prepare GIS maps depicting zoning and scope of land use and zoning in question for Public Hearings.Develop mapping for Special Projects. Perform land use and zoning services including site plan reviews and memos. City of Key West, FL. Senior Planner. Perform land use and zoning services including site plan reviews and memos; Drafting Special Exception reports;Preparing Variance reports for various land use requests and development scenarios. Office of Planning, City of Hollywood, FL. Associate Planner. Comprehensive planning, development review, zoning, historic preservation, site plan review, transportation planning and geographic information system functions; Reported preparation and presentation to LPA and associated boards. Broward County MPO/Transportation Planning Division,Fort Lauderdale,FL.Information Systems Analyst I.(GIS,Map Publication, Long Range Transportation Planning.)Assisted in the development of the Long-Range Transportation Plan(LRTP)using computerized travel forecast models as well as Geographic Information Systems.Maintained Broward County streets layers,turning movement counts, and traffic counts using GIS. ENGINEERS PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 54 TAB 2 Experience & Qualifications BEACF RFQ 2023-030-ND GENERAL TRANSPORTAT;ON PLANNING AND TRAFFIC ntir'VFPN?P rn'lcln TM T UPVI'P THE CORRADINO GROUP YEARS OF EXPERIENCE KENNETH D. KALTENBACH, PE 47 Travel Demand Modeling EDUCATION Ken Kaltenbach has more than 47 years of transportation,transit,and MS Civil Engineering, University modeling experience. In his early work with Corradino, Ken of Kentucky, Kentucky, IL, coauthored the "Florida Transit Planning Manual," which provided 1972 tit guides for implementing and improving transit services in Florida.He BS Civil Engineering, University has been a key staff member in small area transit studies in of Kentucky, Kentucky, IL, Pensacola, Panama City, and Daytona Beach, Florida. He has also 1971 participated in major new starts studies for Indianapolis,Indianapolis, Tampa,Los Angeles,San Diego,Detroit,Dallas,San Antonio,Austin, PROFESSIONAL REGISTRATIONS Columbus, and Louisville. In addition to his experience developing Professional Engineer: transit studies, Ken attended training sessions for the TBEST software proposed for the TCRPC Florida, 1976, No.23921 Transit Demand and Economic Prosperity study in Lansing, MI. Ken's work also includes Kentucky, 1975, No.9379 transportation planning models for the Indianapolis MPO; an update of the Kentucky Statewide Ohio, 1998, No. E-62616 Model;and,travel demand models for Ashland,Lexington,and Owensboro, KY. California, 1983, No.37494 Indiana, 1990, No.PE60900287 Ken is currently managing Corradino's work as the General Planning Consultant for Travel Demand Virginia, 1990, No.0402- Modeling for the Florida Department of Transportation(FDOT),District 4(Ft. Lauderdale).He was 021073 the project manager for the development of the activity-based travel demand model for the Michigan, 1996, No.40881 Treasure Coast Region and performed much of the modeling work for the development of Tennessee,2012,No. Southeast Regional Planning Model, version 7 (SERPM 7),which is the activity-based model for 00115566 the Southeast Florida region. This work included updating several of the CT-RAMP sub-models, Illinois,2017, No.062.069388 development of all trip-based models, development all network procedures, and development of all Cube flowchart procedures. Ken managed the development of all earlier versions of the Southeast Regional Planning Model and the Treasure Coast Model since 1995. In other recent work for['DOT District 4 he developed models for managed lanes(high occupancy toll)for the 95 Express HOT lanes,which are now in operation,and planned extensions. Ken has extensive experience in developing, administering,and analyzing transportation surveys. Most notable is the 1999 household survey conducted for southeast Florida,which he managed.Corradino was the prime consultant for this survey,which has been used to support the development and updates of models in Southeast Florida for the past 15 years. Corradino's work included the household survey, a visitor's survey(used to develop the disaggregate visitors model in SERPM7),the transit on-board survey,and the employer survey.This work represents the last comprehensive survey effort for southeast Florida.Corradino managed a similar household survey for the Treasure Coast Region in 2002. Ken's survey work extends beyond Florida,and includes specification, processing,analysis and model use of Air Sage cell phone data for three models in Kentucky. He also managed consultant activities for a university student travel add-on of the 2009 NHTS survey for the Virginia Department of transportation. In earlier work he designed and managed a household survey for Louisville, KY., and participated in the development and application on transit surveys for several Florida cities. More recently, he provided advice and analysis for the recent Indianapolis MPO household survey. At Corradino, Ken is responsible for the nationwide management of transportation planning and travel demand forecasting projects. Recent projects include the Tri-County Transit Needs and Economic Prosperity Study in Michigan;development of a TransCAD model for the Indianapolis MPO;an update of the Kentucky Statewide Model;and development of travel demand models for Ashland,Lexington, and Owensboro,KY EXPERIENCE FDOT D4, Treasure Coast Regional Planning Model, Florida - Project Principal. Corradino has been the developer and primary modeler for the Treasure Coast Models covering Martin, St. Lucie, and Indian River Counties since 1994. Corradino developed two ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 55 TAB 2 Experience & Qualifications P,111AMIbEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PI PA." °tFFIC FNCINFFPING CONSULTANT SERVICES THE CORRADINO GROUP KENNETH D.KALTENBACH,PE-PAGE 2 versions of the Treasure Coast Model, a Greater Treasure Coast Model which added Palm Beach and Brevard Counties, and is now developing an activity-based model.Mr. Kaltenbach directed all model development and training activities. FDOT D4, Southeast Florida Regional Planning Model, Florida- Project Manager. Corradino has been the developer and primary modeler for the southeast Florida model covering Miami-Dade,Broward and Palm Beach Counties since 1995 including the development of the new SERPM7 activity-based model (2015). Ken directed all modeling activities for SERPM 4, 5, and 6; and the lead Corradino modeler for SERPM 7. 1-95 HOT Congestion Mitigation,Miami-Dade and Broward Counties,FL.Lead Modeler.95 Express is a combined Bus Rapid Transit (BRT)/Managed Lanes project which converted the existing HOV lanes on Interstate 95 to limited-access,managed lanes from 1-395 in Miami-Dade County to 1-595 in Broward County creating a system approximately 24 miles in length. 95 Express is providing additional capacity by converting a single HOV lane into two High Occupancy Toll (HOT) lanes via the modification of existing travel lanes and shoulders. North Florida TPO, 2035 Long-Range Plan Update for the North Florida TPO (Jacksonville Region), Jacksonville, FL. Lead Modeler.Corradino revalidated and enhanced the Northeast Florida Regional Planning Model(NERPM)and applied the model to support the LRTP update(2010).The new model added Baker and Putnam Counties,and improved accuracy,added more complete reports for highway validation measures, implemented all new Florida Standard procedures for transit modeling and mode choice using Public Transport (PT) and added modeling features to all for testing of managed lanes, and provided training in the use of the model. Ken developed,implemented,calibrated and applied the model,and directed other Corradino staff. SR 911nterstate 95 Project Development and Environment Study, Florida Department of Transportation, District 5, Brevard County,FL Lead Modeler.Corradino conducted a PD&E study for implementing managed lanes for 1-95.Corradino's work in this project was to conduct Travel Demand Modeling for General Purpose and Special Use lanes, Revenue Estimation, Engineering and Planning Studies. Ken Kaltenbach's role is to develop travel demand forecasting models and traffic forecasts. Regional Transportation Study Connecting Clay-St. Johns Counties, FL - Project Manager. While this study examined regional transportation issues, it focused on the crossing of the St.Johns River,which divides Clay and St.Johns counties in Florida. The goal of the study was to establish whether there is a need to provide additional roadway capacity across the St.Johns River,and to quantify the level of demand in the 2025 target year. The Northeast Florida Regional Planning Model (NERPM)was used to assess the travel demand. The analysis showed that by 2025 there would be a large capacity deficiency for travel between the two counties. While nearly all the bridge alternatives that were tested showed freeway-level traffic volumes,travel demand decreased as the crossing was moved south. Concurrency Management System Modeling,Miami Beach and Hialeah,FL -Mr.Kaltenbach has used his experience and expertise with travel demand modeling,transportation planning,geographic information systems,and computer programming to develop innovative modeling techniques and applications such as the Concurrency Management system in use in Miami Beach and Hialeah, FL. The Kentucky Transportation Cabinet, Kentucky Statewide Corridor Planning Study, Statewide- Project Manager. Corradino is conducting a statewide study of major and significant highway corridors in Kentucky. The study is evaluating all major roadways of statewide significance,which include filling in gaps on new alignment as well as improvements to existing roads.Through a screening process and outreach to stakeholders,Corradino is developing a set of corridors for further evaluation.For the top 20 corridors,Corradino will develop corridor visions,which will include a summary of impacts,cost,and benefits ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 56 TAB 2 Experience & Qualifications f\A AMIBEACH RFQ 2023-030-ND ANN- . PAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE SRINIVAS (SRIN) VARANASI 17 Travel Demand Modeling EDUCATION Mr. Varanasi serves as a Vice President in Corradino's nationwide MSCE, Louisiana State transportation systems planning practice. He has 17 years of experience in University—Baton Rouge, La. corridor/subarea modeling, area wide transportation planning, travel (2003) demand forecasts, model applications, and GIS database development projects. Mr. Varanasi has served as project manager and task leader in BSCE Andhra University— II" several transportation planning and forecasting contracts. Most recent Visakhapatnam,Andhra efforts include project management of the districtwide systems planning Pradesh, India(2001) contract for FDOT D4, Richmond TPO on call planning contract for Richmond, VA, and the PART Freight Study Phase 2 Development in PROFESSIONAL REGISTRATIONS Greensboro, NC. Mr. Varanasi specializes in traffic forecasting, multi-resolution modeling, long Member ITE since 2002 range plans,subarea,corridor planning studies and corridor master plans. He currently serves as Member Florida Model User the chair of Southeast Florida Model User Group. He is also a frequent speaker at the Florida Group Model Task Force.His recent works on managed lanes forecasting,subarea models development Member North Carolina Model were presented at the TRB Model Applications Conference. Mr.Varanasi is a key member in the User Group Activity Based Modeling teams of Southeast Regional Planning Model(SERPM7)and the Treasure NTI's Multimodal Travel Coast Regional Planning Model(TCRPM4).Mr.Varanasi led the Corradino team in the districtwide Forecasting,2005 SIS needs plan development for FDOT D4.He also developed forecasts for the existing and 2040 FHWA's ITS Deployment and region wide Level of Service (LOS) Assessment for FDOT D4. Mr. Varanasi led the Tri-County Analysis Software(IDAS), Regional Long-Range Transportation Plan forecasting processes for the 2040 and 2035 regional 2006 LRTPs. He managed traffic forecasting efforts for several multimodal planning studies, including Advanced CUBE Voyager the County Road 609 Planning and Conceptual Engineering(PACE)Study in the Treasure Coast Scripting Workshop,2008 region of Florida, Health District Modeling for the Miami-Dade MPO,and HOT lanes modeling for FDOT STOPS modeling 1-95 in Miami-Dade and Broward counties. Mr. Varanasi is also highly experienced in using Big workshop,2016 Data Sources such as streetlight, Airsage, INRIX, HERE and NPMRDS data. Mr. Varanasi successfully completed several large-scale forecasting projects as listed below. INNOVATIVE METHODS(PRIME AUTHOR) • WIFI Data Collection and the Effectiveness of Various Survey Expansion Techniques-A Case Study on 1-95 Corridor in Palm Beach County, FL-16th TRB Transportation Planning Applications Conference,Raleigh,NC(2017) • 1-295 Truck Corridor Forecasts Development using Streetlight OD data, applications of Big Data in Richmond, VA- 7th TRB Innovations in Travel Modeling Conference,Atlanta(2018) • Dynamic Traffic Assignment (DTA) Models Using Streetlight OD Data Application of Big Data in Richmond, VA - 17th TRB Transportation Planning Applications Conference(2019) EXPERIENCE Districtwide Models Support Contract,FDOT D4.Project Manager/Lead Modeler.Mr.Varanasi supports the project management and day-to-day operations of this contract.Under the contract,Mr.Varanasi successfully managed several work orders including the Treasure Coast Regional Planning Model Version 4 ABM development, TCRPM regional plan forecasts development support and providing on call/onsite support services. Mesoscopic Dynamic Traffic Assignment Model using Streetlight OD Data, Richmond Regional Transportation Planning Organization.Project Manager/Lead Modeler.Mr.Varanasi developed a Mesoscopic DTA model using CUBE Avenue modeling platform for the subarea of Richmond Downtown area to study the congestion on 1-64 and 1-95 in Richmond area. The model was validated to AM/PM travel average congested speeds developed from processing the INRIX and HERE data sources.Time of day traffic counts were used to validate the volume loadings. In addition,the ques and bottle necks were evaluated using local knowledge. Lane closures and lane reduction impacts are being studied as part of the study,including the impact of a large regional development. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 51 lifications C/\r,M\i BEACH RFQ 2023-030-ND "10 TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SRINIVAS(SRIN)VARANASI-PAGE 2 Multimodal Corridor Studies Support, FDOT D6. Project Manager. Mr. Varanasi is managing the multimodal corridor studies forecasting efforts for FDOT D6 for the three high-profile corridor studies in FDOT D6-NW 27th Ave; Flagler Street,and Kendall Drive. As part of the job, Mr., Varanasi has developed existing subarea validation and No-Build multimodal forecasts for the three corridor studies. Both highway and transit forecasts were developed, and post-processing efforts were conducted. FTA STOPS models have been tested for comparative analysis of the ridership estimated by SERPM7 model. Richmond TPO On-Call Modeling/Planning Assistance. Project Manager.As part of this contract, Mr. Varanasi developed several planning applications, such as multimodal corridor study forecasts development, TPO long range transportation plan forecasts development. Districtwide SIS Needs Plan Development. Project Manager. Mr. Varanasi led the Corradino team to provide the forecasting and analysis support for the District wide SIS needs plan development project for FDOT D4. As part of the job, Corradino developed multimodal analysis of SIS facilities to identify deficiencies.Auto,truck and transit projections were considered in the plan,working with various land use scenarios. PART Freight Study Phase 2. Project Manager. Mr. Varanasi led the Corradino team in developing advanced freight model in partnership with other firms for the Piedmont Triad Freight Study Phase 2. This project is an extension of a SHRP2 grant project underwent as Phase 1 of the Triad Freight Study.Mr.Varanasi is responsible for analyzing NPMRDS,freight node,classification counts data and the freight model validation and forecasting efforts. FDOT D4,Design Traffic Forecasting Guidelines Development.Project Manager.Mr.Varanasi was approached by FDOT D4 to write Design Traffic guidelines,emphasizing in Managed Lanes forecasting,as this section was not completely addressed in the FDOT Project Traffic Handbook.Mr.Varanasi successfully completed partl of this project and provided draft submittal.As part of the part2,training to the users will be provided. 1-95 Corridor Design Concept,Unified Corridor Traffic Analysis Study,Implement Express Lanes. Forecasting Lead. 30 miles in Broward and Palm Beach Counties-Developed multi-resolution modeling approach to integrate the travel demand forecasts with VISSIM micro simulation software. FDOT D2, 1-295 Western Beltway Bluetooth Survey.Analysis Lead. Mr. Varanasi has completed Bluetooth Survey Design for the I- 295 Western Beltway Corridor in Jacksonville, with 59 OD locations. The OD survey was expanded using Iterative Proportion Fitting technique to represent daily and peak period travel patterns.This data was used to calibrate corridor macro and micro simulation models. FDOT D4 Regionwide 2035 and 2040 LOS Assessment. Forecasting Lead. Mr. Varanasi developed forecasts for FDOT D4 region wide LOS assessment project for 2035 and 2040 conditions for FDOT D4. As part of this process, cost-saving forecasting technique using CUBE Analyst was implemented. FDOT and the consultant team were selected for a Davis Productivity Award for this effort. FDOT D2, 1-295 Western Beltway Bluetooth Survey, Duval County, FL. Analysis Lead. Mr. Varanasi completed Bluetooth Survey Design for the 1-295 Western Beltway Corridor in Jacksonville,with 59 OD locations.The locations have been selected strategically at freeway and ramp terminals,to capture seven-day Bluetooth data using anonymous address matching techniques. The 0D survey is being expanded using Iterative Proportion Fitting technique to represent daily and peak period travel patterns.This data will be used to calibrate corridor macro and micro simulation models.BlueFAX software is being used to analyze the raw data. FDOT D4, Design Traffic Guidelines Development, Broward, Palm Beach, Treasure Coast Counties, FL. Project Manager. Mr. Varanasi was approached by FDOT D4 to write Design Traffic guidelines,emphasizing Managed Lanes forecasting user handbook.Mr. Varanasi successfully completed partl of this project and provided draft submittal.As part of the part 2,training will be provided. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 58 TAB 2 Experience & Qualifications %,^, Am!BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE ADITYA KATRAGADDA, PTP 14 Travel Demand Modeling EDUCATION Mr. Katragadda has 14 years of experience in Transportation Planning MS(Environmental and Urban with an extensive background in model application, model development, System), Florida International data processing and GIS related data projects. Mr. Katragadda's well- University—Miami, FL(2009) w, if. rounded background includes previous experience managing signature B.TECH. (Planning—Urban& projects nationwide in the field of travel behavior research. Mr. Regional)J.N.T. University— Katragadda's assisted in the projects related to Transportation Planning Hyderabad, India (2006) and Traffic Operations, Survey Design and Analytics (Household Travel Surveys and Transit On-board Surveys), Geographical Information CERTIFICATION System (GIS) Analysis and Mapping. He is proficient in big data Professional Transportation (NPMRDS(INRIX/HERE)Data,Streetlight Data,RITIS Data)related data wrangling,and analytics Planner using R programming, Data management and Analysis, creating ARCGIS map/exhibit, analysis, Geodatabase management, ARCGIS Model Builder, Spatial Analyst, Geo-referencing and COMPUTER SKILLS Geocoding, Geo-statistics, GPS data, Bluetooth data, Spatial Statistics, Geo-referencing & CUBE 6.4, R, SPSS 20,SQL, Geocoding,and Converting data to/from CAD, KML,Google Earth and other formats SAS ArcGIS 10(extensions), 2013—Present: AutoCAD 2010, Basic The Corradino Group,Fort Lauderdale,FL—Senior Transportation Planner Transcad,VISUM, Python, Mr. Katragadda is a travel demand modeler in model development and application projects in HTML, MS-Access(Macros Florida. His recent experience includes express lanes forecasting, model validation/calibration, and Reports) subarea models,interchange master plans,corridor planning modeling and Regional Long-Range plans(using SERPM7,TCRPM4 and NERPMAB1V3).He contributed to the presentation made at the TRB Model Applications Conferences, Florida Model Task Force and Southeast Florida User Group. Mr. Katragadda has been involved in the most recent Activity Based Modeling teams of Southeast Regional Planning Model (SERPM7),Treasure Coast Regional Planning Models(TCRPM4 and TCRPM5), and Gainesville MPO/Alachua County Model. Some of the most recent project experience is listed below: INNOVATIVE METHODS(Coauthor/Contributor) • WIFI Data Collection and the Effectiveness of Various Survey Expansion Techniques-A Case Study on 1-95 Corridor in Palm Beach County, FL-16th TRB Transportation Planning Applications Conference, Raleigh, NC(2017) • 1-295 Truck Corridor Forecasts Development, Richmond,VA-7th TRB Innovations in Travel Modeling Conference,Atlanta (2018) • Dynamic Traffic Assignment(DTA)Models Using Streetlight OD Data Application of Big Data—Richmond,VA-17th TRB Transportation Planning Applications Conference(2019) SELECTED PROJECTS: • Treasure Coast Activity Based Model (TCRPM 4 & 5) — Prime Consultant Indian River, St. Lucie and Martin Counties (Underway), Project Analyst.As part of this contract, Mr. Katragadda developed and updated model Networks,TAZ boundaries and socio-economic data. For the base year model validation,time of day traffic counts were developed.As part of this job,Mr. Katragadda developed model scenario for Sensitivity Testing. Mr. Katragadda provided Model Support to MPO and other consultants. Reference: FDOT D4, Raj Shanmugam, PE,954-777-4655. • SR 826 South PD&E/SIMR Study, Add Express Lanes — Prime Consultant. 9.2 Miles in Miami-Dade County (2019). 10 interchanges and 43 intersections, Lead Forecasting Analyst. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 59 TAB 2 Experience & Qualifications M!fa;,NBEACH RFQ 2023-030-ND PFNERAL TR^NSPORTATION PLANN'NH"ND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP ADITYA KATRAGGADA,PTP-PAGE 2 As part of the job, Mr. Katragadda has developed existing subarea validation, No-Build and Build forecasts for the study corridor. Highway forecasts were developed,and post-processing efforts were conducted.Mr. Katragadda was part of forecasting team for SR 826 South Corridor Planning Study, Express Lanes Feasibility Study(2015). Reference: FDOT D6,Maria Perdomo, PE,305-640-7186. • Richmond TPO On-Call Modeling/Planning Assistance, Richmond, VA (Underway) - Prime Consultant. Modeler/Lead Analyst-As part of this contract, Mr. Katragadda developed several planning applications, such as multimodal corridor study forecasts development, TPO long range transportation plan forecasts development. Reference: Richmond, VA TPO, Sulabh Aryal,AICP,804-323-2033. • 1-95 Corridor Planning Study,Express Lanes Feasibility Study-Sub-Consultant 21 interchanges in Palm Beach County, (2018), Lead Forecasting Analyst.As part of the job, Mr. Katragadda has developed existing subarea validation, No-Build and Build forecasts for the study corridor. Traffic forecasts were developed, and post- processing efforts were conducted. Reference:FDOT D4,Cesar Martinez, PE,954-777-4653. • 1-95 Corridor Planning Study, Feasibility Study - Sub-Consultant. 14 Interchanges between 1-10 and Florida/Georgia Stateline, Duval and Nassau Counties, (2017), Lead Forecasting Analyst. For this job, Mr. Katragadda updated the base and future year network. The model results were post processed to develop the corridor forecasts. Reference: FDOT D2, Karen Taulbee,904-360-5652. • Multimodal Corridor Studies Support,FDOT D6,Miami-Dade County(2017).As part of the job,Mr. Katragadda was part of multimodal corridor studies forecast efforts for FDOT D6 for the three high-profile corridor studies in FDOT D6-NW 27th Avenue; Flagler Street, and Kendall Drive. As part of the job, Mr. Katragadda has developed existing subarea validation and No-Build multimodal forecasts for the three corridor studies. Both highway and transit forecasts were developed, and post-processing efforts were conducted. FTA STOPS models have been tested for comparative analysis of the ridership estimated by SERPM7 model. Reference:FDOT D6, Neil Lyn,305-470-5373. • 1-295(SR 9A)Western Beltway Corridor Planning Study, Express Lanes Feasibility Study-Prime Consultant. 35 Miles in Duval County (2015), Forecasting/Project Analyst. Mr. Katragadda has developed existing validation, No-Build and Build forecasts for the study corridor.Traffic forecasts were developed,and post-processing efforts were conducted.Reference:FDOT D2,Stephen Browning, PE,386-961-7455 • 1-10(SR 10)Corridor Planning Study,Express Lanes Feasibility Study-Sub-Consultant 30 Miles in Duval County(2015), Forecasting/Project Analyst.As part of the job,Mr. Katragadda has developed existing validation,No-Build and Build forecasts for the study corridor.Traffic forecasts were developed,and post-processing efforts were conducted. Reference: FDOT D2,James Knight, PE, 386-961-7707 • 2040 Long Range Transportation Plan Update for the Southeast Florida Regional Transportation Plans - Sub- ConsultantMiami-Dade,Broward and Palm Beach Counties(2015),Project Analyst.Coded LRTP projects into SERPM 7 model to develop E+C and 2040 cost feasible networks. Reference:Miami-Dade MPO,Wilson Fernandez,305-375-1886 • 1-95 Interchange Master Plan-Palm Beach County and Broward County-Sub-Consultant.18 interchanges in Palm Beach County (2015), Forecasting Analyst. Mr. Katragadda has developed the subarea traffic forecasts, and post-processing efforts were conducted. Reference: FDOT D4,Cesar Martinez, PE,954-777-4653 ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP • 60 TAB 2 Experience & Qualifications iAMIBEACH RFQ 2023-030-ND "AFr!"ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE YANG (JOHNNY) HAN, PHD, PE 17 Travel Demand Modeling EDUCATION Dr. Han has 17 years of professional experience in travel demand PhD,Civil Engineering, North modeling, multi-modal transportation planning and engineering. He is Carolina State University, leading Corradino's transportation modeling and planning activities in Raleigh, NC, 2007,Statistics Indiana and plays a key role in managing transportation business lines in (minor) Kentucky,Tennessee,Michigan and Illinois. He is a nationally recognized MS Transportation Engineering, expert in developing the best travel demand modeling methods in terms NV\ Southeast University,China, of urban sizes&community needs and applying Big Data in travel demand 2003 modeling. Prior to join Corridor, Dr. Han was a Senior Transportation BS Transportation Engineering Planner in Thomas Jefferson Planning District Commission in Southeast University,China, Charlottesville,VA and a Transportation Modeler in HNTB's Atlanta Office. 2000 REGISTRATIONS EXPERIENCE Professional Engineer INDOT On-Call Long Range Transportation Planning, Project Manager— Dr. Han leads the No.040204 9680,VA.2012 development of various planning tools and providing technical support to INDOT Planning & CERTIFICATIONS/TRAINING Programming Division. Major tasks include 1) Development of a TransCAD-based Traffic American Planning Association, Forecasting Tool(TFT)based on the Indiana Statewide Model and latest traffic counts to facilitate Member INDOT's traffic forecasting activities;2)Development of an EMME-based air quality post-processor Transportation Research Board, for Northwestern Indiana Regional Planning Commission (NIRPC)to support regional air quality Friend conformity analysis;3)Prepared air quality conformity documents for a few Indiana counties to get Standing Committees ADA20, FHWA/EPA approval; 4) Statewide corridor bottleneck analysis and improvement strategy ADA30,ADB10,ADB40, development;5) Development of an enhanced online TFT version(using R);6) Development of a ADD30 TREDIS post-process for economic analysis. Indiana Statewide Corridor Planning Study,INDOT—Project Manager. Dr.Han leads a diverse team to develop intermediate and long-term visions for enhanced comprehensive transportation planning for 66 statewide mobility corridors throughout Indiana. Corridor analysis heavily relies on INDOT's Statewide Travel Demand Model and many other planning, engineering and environmental analysis tools.An on-line GIS tool is developed for data digestion,visualization and dissemination. Indiana Statewide Travel Demand Model Update,INDOT—Dr.Han is currently in a team to update INDOT's Statewide Travel Demand Model (ISTDM) and serves as Corradino's Project Manager. This project updates the ISTDM with a new base year of 2015 and new future year of 2045.A new tolling time-of-day algorithm is also incorporated into the model. 1-65/1-70 North Split Interstate Access Document(IAD),INDOT—Dr. Han is the Lead Modeler developing a TransModeler sub-area simulation model for the 1-65/1-70 North Split interchange in downtown Indianapolis,one of the busiest interchanges in Indiana.The sub- area model is developed based on the Indianapolis MPO(IMPO)Travel Demand Model and calibrated to actual OD patterns(StreetLight Data),traffic counts as well as INRIX speed data. He is also responsible for system-level traffic analysis for the Indianapolis metro area using the IMPO Travel Demand Model. 1-65&SR 267 Interstate Access Document(IAD),INDOT-Dr.Han was the lead modeler developing a TransModeler simulation model along a 10-mile 1-65 corridor segment.The corridor model was extracted from the Indianapolis MPO Model and calibrated to peak-period counts.Future growth from planned land development was estimated by ITE Trip Generation Manual and incorporated into 2040 Future Model for traffic forecasting.Interchange operations and system-wide performance were analyzed for various alternatives.A conventional DDI was selected for both modified I-65/SR 267 interchange and the new I-65/CR 550 interchange. 1-69&106th Street Interchange Study,INDOT-Dr.Han was the lead modeler developing a TransModeler corridor traffic model along the highly-congested 1-69 in suburban Indianapolis based on the Indianapolis MPO Travel Demand Model.The model was calibrated to observed traffic count and travel speed on freeways and arterials. He prepared traffic data for capacity analysis and conducted performance measure analysis to support the selection of alternatives. Final design is a roundabout interchange over 1-69. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP 61 TAB 2 Experience & Qualifications M i A.tv\I BEAC H RFQ 2023-030-ND ;' ANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YANG(JOHNNY)HAN, PHD,PE-PAGE 2 Terre Haute MPO Model Update,Terre Haute MPO,IN—Dr. Han was the lead modeler. He expanded the old model to include Clay County in east and updated network as well as TAZ data.The model was calibrated to new traffic counts.Dr.Han also converted the old TransCAD 5 model to TransCAD 6,and improved validation report and post-processor of performance measures in GISDK. Kentucky Statewide Corridor Plan,KYTC—Dr.Han is the Technical Principal responsible for all tasks.The study identifies 52 statewide and regional corridors that have the greatest potential to improve safety, reduce congestion, improve system reliability, and provide economic benefits to Kentucky.A data-driven tiered approach is used to prioritize corridors based on quantitative performance measures and qualitative performance indicators.Intermediate and long-term visions will be developed for top 20 corridor segments and visualized by a GIS online tool. Downtown Frankfort Traffic Study(Phase 1 &2), KYTC— Dr. Han is the Project Manager leading a diverse team to conduct traffic and safety impact study of a new large-scale state office building in downtown Frankfort.In Phase 1,a Frankfort traffic simulation model (TransModeler)was developed using StreetLight OD data and calibrated to collected traffic counts as well as observed speed trajectory data.The new state office building traffic is estimated by ITE Trip Generation Manual and then incorporated in the simulation model for traffic forecasting and analysis. In Phase 2,the traffic simulation model is enhanced by new traffic counts and OD patterns collected at the new state office building.The enhanced traffic simulation model is used to assess traffic impact of various alternatives in downtown Frankfort.Dynamic Traffic Assignment(DTA)is used in all traffic simulation and analysis. Kentucky Traffic Forecasting Tool, KYTC — Dr. Han was the Project Manager responsible for developing a customized Traffic Forecasting Tool(TFT)as a TransCAD add-on to the Kentucky Statewide Traffic Model(KYSTM).The TFT incorporates commonly used traffic forecasting methods(linear,regression, exponential), NCHRP 255 method,and a new Kentucky Traffic Growth Profile for AADT and truck traffic,to improve forecasting results.The TFT incorporated an application of R programming to enable an enhanced output visualization of traffic forecasting results. KYTC Statewide Model Update for Economic Modeling,KYTC—Dr. Han was the Deputy Project Manager.The project updated the Kentucky Statewide Traffic Model(KYSTM)to incorporate a TransCAD post-processor for TREDIS economic forecasting and improved traffic assignment algorithm. The updated KYSTM was used for transportation economic modeling analysis for over 80 projects throughout Kentucky. KYTC District Transportation Plan (DTP), Six-Year Plan (SYP) and CHAF Projects Modeling, KYTC — Dr. Han was the Project Manager responsible for conducting travel time analysis for the prioritization of KYTC's DTP,SYP and CHAF projects using the Kentucky Statewide Traffic Model(KYSTM).He updated the KYSTM to improve model outputs for travel time analysis. KYTC Regional Model Development, KYTC— Dr. Han was the Lead Modeler to develop completely new TransCAD travel demand models for Owensboro MPO and KYTC's District 9.He did analysis of AirSage O-D data to develop trip generation,distribution and time- of-day parameters for model development and calibration. He developed an innovative method to estimate area type factor to improve trip generation based on AirSage data and statistical models. He integrated an enhanced truck model in the model stream,using Quick Response Freight Manual II and origin-destination matrix estimation(ODME)techniques. Thomas Jefferson Planning District Commission (TJPDC), Charlottesville, VA- Dr. Han was a Senior Transportation Planner in TJPDC, where he took the lead on transportation planning activities for all modes for both the Charlottesville MPO as well as a five- county rural region.He managed and updated the MPO's travel demand model.He was the Project Manager of Berkmar Drive Extension Corridor Study and served as the Technical Lead on the MPO's 2040 LRTP Update as well as the MPO's Livable Communities Planning project with$1 million in funding granted by US.HUD. HNTB Corporation,Atlanta,GA- Dr. Han was a Transportation Modeler in HNTB's Atlanta office. He developed new models for five Georgia counties (Bulloch county, Butts-Jones-Monroe multi-county region, and Colquitt county) as part of their LRTP Updates, using GDOT's modeling stream. He updated and calibrated the Gwinnett-Barrow-Oconee multi-county regional model for the SR 316 Implementation Plan.He was a key modeler responsible for traffic and revenue modeling in the Atlanta Regional Managed Lanes System Plan and 1-75 South Corridor Potential Managed Lanes Study. He led the traffic modeling and forecasting for interchange justification reports for 1-85 at Amlajack Blvd and 1-20 at Veazey Rd.He also played a key role in GDOT Statewide Truck Lanes Needs Identification Study,GDOT Radial Freeway Strategic Implementation Plan,ARC Congestion Management Process Update 2006-2007 and Paulding County Comprehensive Transportation Study. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 62 TAB 2 Experience & Qualifications Iv"\i-,,vuBEACH RFQ 2023-030-ND GFNFRAI ` RAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE SHUQI HAO 1 Transportation Planner EDUCATION EXPERIENCE MSCE(Transportation Engineering), University of SERPM9 Model Development QAQC.Ms. Hao was responsible for highway and transit network Southern California—Los review and edit, including lane number,facility type,toll,centroid location and centroid connector Angeles,CA(2020) for TAZs and MAZs,transit line shape,and stop locations.Ms.Hao developed the turn penalty file BSCE Transportation for the SERPM9 model. Engineering), Civil Aviation St. Lucie Micro-mobility Study Project. Ms. Hao assessed existing conditions and analysis of University of China—Tianjin, the mobility network, land use and demographic characteristics and created corresponding GIS China(2018) maps. AWARDS Corridor Traffic Analysis Project.Ms. Hao developed the prototype for Pines Blvd and Atlantic President of the Xinrui Charity Ave study areas and used the VLOOKUP function to plug in traffic counts and model forecasting Club,China volumes. Ms. Hao conducted linear regression analysis on historic AADTs of available count Group Leader for the Thirteenth stations and calculated the grow rate for the study area. Ms. Hao processed the traffic data, National Game,China calculated AM and PM D-factors,and identified the peak-direction for the study corridor. Embraer Scholarship&National Broward Commuter Rail(BCR)Project.Ms.Hao developed the prototype for BCR corridors and Encouragement Scholarship, used the VLOOKUP function to plug in traffic counts and model forecasting volumes. Ms. Hao China processed the collected traffic data,identified peak-hour and peak-direction,and calculated traffic CAUC Excellent Student,China factors(K-factor and D-factor).Ms.Hao coded count station IDs and SAVTURNs in the network to tag traffic counts on network links for model validations and to report model turning movement volumes for volume balancing and QAQC.Ms.Hao also prepared the BCR data collection report. Fairfax Project. Ms. Hao edited the 1-495 interchange in the network. Coded SAVTURNs in the network to report model turning movement volumes(TMVs).Ms. Hao developed the spreadsheet to plug in TMVs and set up the TMVs comparison against base year counts. Treasure Coast Project.Ms. Hao coded cost feasible highway and transit projects in the network. Tongji Consulting Associates Inc., Fresh Meadows, NY. Civil Engineering Intern - Ms. Hao assisted in traffic study projects and conducted the analysis in ArcGIS. Ms. Hao processed traffic collision data and generated GIS maps to visualize the data patterns and prepared the traffic crash study report. Netherlands Airport Consultants (NACO), Shanghai, China. Airport Consultant Intern - Ms. Hao revised and developed AutoCAD drawings of Huangtian Airport layout and new runway. Ms. Hao cooperated with senior engineers on PowerPoint presentation, design proposal, and cost estimation. Ms. Hao aided in building the business market database to identify potential clients through traffic data collection and City Development Plan study of top 30 cities by GDP(Gross Domestic Product). Civil Aviation University of China (CAUC), Chengde, China. Research Assistant - Ms. Hao assisted in land survey to collect and process data such as elevation and angle.Ms. Hao utilized land survey data to establish the control network and draft road designs in AutoCAD,based on the JTG D20-2017 manual and was responsible for writing Project Diary and recording items of work. ACADEMIC PROJECTS A Cube-based Trip Analysis of Redondo Beach,USC,Spring 2020 • Applied highway program to estimate zone-to-zone paths and to predict traffic impacts of a new development on VMT and turning movements at intersections. • Developed AON and UE models to identify shortest paths by time,distance,and cost and to load the network. • Added a 220,000 ft?community college in the study area to estimate VMT increase and changes of the traffic. A GIS-based Analysis of Traffic Accidents in LA County,USC,Spring 2020 • Applied GIS tools to explore and analyze traffic collision data and dig into the time-space pattern. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINOGROUP n 63 TAB 2 Experience & Qualifications C f`! "v;i BEACH RFQ 2023-030-ND 'TRANSPORTATION PLANE i RAFFI"ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP SHUQIHAO-PAGE 2 • Utilized Kernel Density Method to diagnose high-crash areas in different time intervals and seasons and implemented the hot- spot analysis to uncover statistically significant spatial clustering. • Established the time-space cube of traffic accidents and performed the cluster and outlier analysis to explore spatial-temporal patterns of traffic accidents. Research on LA Public Transportation Ridership Decrease,USC,Fall 2019 • Probed factors affecting public transit ridership and provided suggestions on how to curb ridership decline. • Identified internal factors, namely system performance and accessibility;summarized external factors,such as car ownership, gas price,and emerging shared mobilities including TNCs,sharing bikes,and scooters. • Proposed feasible solutions: a). optimization of transit routes b). pricing policy c). cooperation strategies with providers of emerging transportation tools. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 64 IV\IAMIBEACH RFQ 2023-030-ND 'aAFFlr FNGINFFRING CONSULTANT SFRVICES THE CORRADINO GROUP YEARS OF EXPERIENCE CART DAD MESA 11 Public Involvement EDUCATION Ms. Mesa has served as a Public Information Specialist for The Corradino BS(Journalism& Group for eight years,with five of those years as a Project Manager as well. Communication),Florida Ms.Mesa is highly involved in all aspects of project management,including International University, but not limited to contract staffing,budgeting,QA/QC revisions,task reviews, Miami,FL,2010 and project status reporting. Ms. Mesa also has extensive experience in public outreach, event planning, crisis management and crisis CERTIFICATIONS communication,and in media relations.She also has in-depth knowledge of MOT Intermediate developing and managing various communication strategies. Ms. Mesa is FEMA Basic Public Information fluent in Spanish, both written and verbal. She has used this skill as an Course additional asset in working first-hand with clients,the media and the public.Other areas of expertise Project Management for Ms. Mesa include marketing, graphic support, public affairs, customer service, social media Professional Certification Prep management and sponsorship fulfillments. Course I&II,Broward College,2018 EXPERIENCE Town of Medley, Medley, FL. Public Information Specialist, Water Main/Force Main Upgrade Along N.W.74th Street,Serves as the lead point of contact for all project related information,including public outreach,as well as general inquiries and updates. Identifies potential community impacts and coordinates with the Town to address concerns. Creates and disseminates project documents to local Town of Medley constituents. Works with Town staff to respond to inquiries and help handle crisis communication incidents. Provides translation services on project collateral documents. Performs other duties as needed and as required by the Town. Florida Department of Transportation District Six, Miami, FL. Community Outreach Specialist, SR 836/1-395 Interchange Reconstruction Design-Build Project. Supports the activities of the Senior Community Outreach Specialist. Develops and coordinates social media content for meetings/events.Assists with lane closure information.Serves as the primary point of contact if/when the Senior Community Outreach Specialist is not available.Works with the Senior Community Outreach Specialist to create and maintain a project issues log and a project contact log. Helps prepares information for updating website. Distributes weekly project e-blast updates to stakeholders.Supports formal and informal public meetings. FDOT D6,Miami,FL. Community Outreach Specialist,District-wide Communication Programs and Special Projects. Performs outreach for multiple traffic safety campaigns.Assists with outreach and education for the Drive Safe,Put it Down and Alert Today,Alive Tomorrow Campaigns. Performs outreach efforts by attending/conducting presentations, assisting with safety and community events, and organizing public hearings and partnership meetings. FDOT D6 and D4, Miami-Dade and Broward, FL. Project Manager, District-wide Public Communications Services for Miscellaneous Construction Projects.Serves as the primary point of contact with the Department for all contract activities.Oversees the outreach efforts performed by Community Outreach Specialists in the Miami-Dade and Broward regions to ensure contract compliance. Manages staff for both the FDOT District Six Construction Office and the FDOT District Four Broward Operations Center. Meets with FDOT Project Managers to discuss community outreach initiatives and procedures,project statuses,as well as billing and invoicing inquiries.Performs QA/QC revisions on outreach collateral documents.Manages budget and helps develop cost-saving initiatives.Helps coordinate website development and maintenance.Performs crisis management on prominent contract issues.Assists the Community Outreach Specialists with the planning and execution for events and public meetings and guides them as-needed on various general tasks. FDOT D6,Miami,FL. Public Information Specialist, Public Communications Services for Miscellaneous Construction Projects Acted as the lead point of contact for all project related information, including public outreach,general inquiries and updates pertaining to various district-wide miscellaneous construction projects in Dade County. Identified potential community impacts due to construction. Was responsible for dissemination of public information about the projects by preparing and distributing project collateral materials such as press releases,fact sheets,and stakeholder letters.Performed door-to-door outreach,planned and executed public meetings and special events, performed website maintenance and provided content for social media updates. Reached out to and met with elected officials ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 65 TAB 2 Experience & Qualifications m Am\IBEACH RFQ 2023.030-ND 41ORTATION PLANNINfl PO TRAFFIC ENGINEEPINC CONSULTANT SERVICES THE CORRADINO GROUP CARIDAD MESA-PAGE 2 regarding initial outreach and updates throughout project life-spans. Helped develop strategic alliances and corporate partnerships. Worked with the Department to respond to media inquiries and helped handle crisis communication incidents. Provided translation services on project collateral documents. Fort Lauderdale Regional FDOT District Four,Fort Lauderdale,FL.Public Information Officer. Handled public inquiries and outreach pertaining to the prominent renovation project of the Fort Lauderdale Las Olas Boulevard Bridge and the replacement of the Las Olas Boulevard Bridges of the Isles.Was responsible for the dissemination of public information for the projects,by means of press releases, flyers,brochures,door-to-door contact,social media, planning and executing of public meetings,intake and logging of public concerns, and community research. Reference: Eduardo Caballero,561.370.1104 Communications&Special Events Coordinator,City of Hialeah,Hialeah, FL-Assisted with the planning, promoting, coordination and execution of city-wide, departmental, and community events. Wrote press releases for the promotion of events and for breaking news.Took photographs and video footage during events,which would later be aired on local Hialeah TV station Channel 77,YouTube, Facebook and Twitter.Helped write scripts for film footage.Wrote and sent'Thank You'letters to sponsors post-events.Helped maintain relationships with sponsors for future events and activities,as well as assisted with grant and sponsorship proposal plans.Created and distributed a Sponsorship Recap Package that included all media,marketing,documents and tools used to help promote events.Assisted with community events such as street dedications and honorary ceremonies.Assisted with the maintenance of the local TV station and helped keep track of all marketing materials used for promotions and outreach. Public Affairs Intern, Univision 23 Communications, Dora!, FL - Translated news updates, media advisories, and flyer/poster information about events and public engagements,from English to Spanish.Assisted with news-gathering and distribution process for information to be put on press releases. Maintained a contact database for all media and public relations outlets for the station,and for organizations that assisted with public affairs initiatives.Was heavily involved in the event-planning process of special events,by means of communication with media outlets and other officials to inform them of such events,as well as informing the public by means of media advisories/press releases and social media outlets.Assisted with the logistical planning of special events. Helped write and edit scripts for the show,Ahora en Nuestra Comunidad,as well as assisted with production of show on Thursday nights. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 66 TAB 2 Experience & Qualifications m l At\A I BEAC H RFQ 2023-030-ND G „ >PORTATI�" j'ttFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE REBECCA GUERRERO 6 Public Involvement EDUCATION # Ms.Guerrero is well-versed in various aspects of community outreach,public relations and customer service. Her recent experiences have honed her BA(Communication,Minor- ����� p Public Relations), Florida tif' knowledge in special event coordination, project collateral creation, inquiry International University, logging, public speaking and social media accounts. She is adept at Miami, FL,2017 r project t , wdd project areas. Ms. Guerreroesearching is an expeinformart ion at as databaseellas creationcorrior and limits peanrforming project CERTIFICATIONS outreach and collateral dissemination. She also helps facilitate clear and transparent communication through multiple outlets.She is skilled at working Media Communication ; P 9 P MOT Intermediate ' well both independently and with project teams. Her attention to detail helps ensure quality work and contributes strongly to clients as well as her teams. Fluent in both English and Spanish,Ms.Guerrero can communicate clearly in written and verbal format. EXPERIENCE Florida Department of Transportation,Broward,FL. Community Outreach Specialist.Working as the in-house Community Outreach Specialist,Ms.Guerrero is the main contact for construction-related projects throughout Broward County.She is tasked with developing and maintaining project collaterals that include a Community Awareness Plan(CAP),project factsheet,dear neighbor letter, elected official letter,project press release and translating website content for projects preparing to enter construction.She distributes information to the impacted community by performing door-to-door outreach,sending weekly project updates via email campaigns as well as other outreach methods.Ms.Guerrero develops and maintains project databases,addresses stakeholder concerns,handles media inquiries,performs general website updates and meets with elected officials on an as-needed basis. Florida Department of Transportation,Broward,FL.Assistant Community Outreach Specialist.Ms.Guerrero assists the Community Outreach Specialist for District 4 at the FDOT Broward Operations Center. She is involved first-hand in various aspects of community outreach. She assists with the creation of project outreach collateral materials,such as project flyers, detour graphics,website profiles and project boards.She also helps with project research and studies corridor areas to assist with the identification of potential construction project impacts. She uses this research to create project contact databases. Ms. Guerrero attends project progress meetings to be up- to-date on all relevant activities occurring on multiple construction projects. She also attends stakeholder meetings with the Community Outreach Specialist. She assists with website maintenance and with the dissemination of project information. She is involved in performing door-to-door outreach prior to project starts,as well as assisting with mailout distributions. Ms. Guerrero plays a key role in assisting with the planning and coordination of public meetings.She offers her assistance in manning sign-in tables,creating staff name tags,producing comment cards and logistical planning.She is also in charge of logging all stakeholder inquiries for multiple projects.Ms. Guerrero helps translate project documents from English to Spanish on an as-needed basis. Her recent experiences have enabled her to have first-hand knowledge of current issues,activities and inquiries for FDOT construction projects in District 4.They have also allowed her to form relationships with project teams and local stakeholders. The Corradino Group, Miami-Dade, Broward, Palm Beach and Treasure Coast, FL. Public Information Intern. Ms. Guerrero shadowed and received guidance from the entire Public Information Team,in both FDOT District 4 and District 6.She attended meetings with FDOT project teams in both districts,which helped build relationships and first-hand knowledge of project scopes and inquiries.She also assisted with inquiry logging,door-to-door outreach,project research and database creation.Ms.Guerrero helped coordinate efforts for public meetings and assisted with logistical planning of various events.She helped translate documents from English to Spanish as needed and assisted with project mailout distributions. The Diabetes Research Institute Foundation, Hollywood, FL. Account Manager Intern. Ms. Guerrero helped oversee all outreach efforts of the Account Team.She revised and developed various project proposals.She developed and implemented a concept marketing campaigns for the foundation's Diabetes Diplomats. Ms. Guerrero also communicated daily with clients via telephone and email and helped maintain those relationships.She also addressed,resolved and documented all client and founders'inquiries. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 61 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENIa, .,. JN PLANNL, TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP REBECCA GUERRERO-PAGE 2 The Corradino Group, Miami-Dade, Broward, Palm Beach and Treasure Coast, FL. Public Information Intern. Ms. Guerrero shadowed and received guidance from the entire Public Information Team,in both FDOT District 4 and District 6.She attended meetings with FDOT project teams in both districts,which helped build relationships and first-hand knowledge of project scopes and inquiries.She also assisted with inquiry logging,door-to-door outreach,project research and database creation.Ms.Guerrero helped coordinate efforts for public meetings and assisted with logistical planning of various events. She helped translate documents from English to Spanish as needed and assisted with project mailout distributions. Signature Flight Support (Formerly known as Landmark Aviation), Miami, FL. Customer Service Representative. Ms. Guerrero arranged reservations and was the main point of contact for customer travel, hotel stays, auto rentals and entertainment coordination. She was responsible for tracking aircraft arrivals, departures and ensuring quality customer service. She handled and documented all customer inquiries. She also arranged all prompt customer debriefings by appropriate technical personnel. Ms. Guerrero observed all safety, environmental and general housekeeping policies and procedures. She developed and maintained professional customer relations and performed follow-ups to all inquiries. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 68 TAB 2 Experience & Qualifications b; m I BEACH RFQ 2023-030-ND ppr' °"AFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE ANDREA PACINI BAYNHAM 20 Public Involvement EDUCATION Ms. Pacini is a highly experienced public information officer and media BA(English)& (Creative relations manager.As spokesperson and communications manager for high- Writing)University of Central profile heavy civil interstate construction projects, she has a proven track Florida Orlando, FL,2001 � record of successfully communicating consistent and clear messaging while building and maintaining strong professional relationships. She is equally POST-GRADUATE CERTIFICATES j autonomous and team-oriented,currently independently managing all aspects Positive Psychology, University of communication and coordination for eight major construction projects along of Pennsylvania the 1-95 corridor while working collectively with client leadership, individual Success,The Wharton School project teams and each project's respective stakeholders to achieve specific Digital Marketing,Columbia outreach goals. Business School Google Analytics 2018 EXPERIENCE Google Ads 2018 Florida Department of Transportation District 4,95 Express Phase 3, Interstate. Community PUBLISHED WORKS 2002-2005 Outreach Manager. Oversees daily communications and manages all stakeholder, media and Simply the Best,Ocean Drive, agency inquiries and correspondence for the 95 Express Phase 3 construction projects totaling Palm Beach Illustrated,VIVE over$1 billion along the 1-95 corridor in Broward and Palm Beach County. FDOT D4, 1-95 construction, Palm Beach Operations, Interstate. Community Outreach Manager. Serves as single point of contact for all stakeholders, including FDOT D4 senior leadership, government agencies, elected officials and media outlets. Leads corridor-wide coordination to ensure minimal construction impact. Corresponds regularly with the Governor's Office regarding a wide array of constituent inquiries and complaints. Develops and executes unique, project-specific communication plans and provides social media content and support.Writes and distributes press releases and collateral,performs on- camera interviews and creates talking points for client leadership speeches and interviews. Hosts public meetings, facilitates public speaking trainings and identifies community partnership opportunities. FDOT D4, Spanish River/I-95 Interchange. Community Outreach Specialist. Oversaw daily communications and managed all stakeholder inquiries and correspondence for high-profile$67 million interchange project in Boca Raton. Liaised with government staff, media, motorists, residents and stakeholders including Florida Atlantic University (FAU), Boca Raton Airport Authority, South Florida Regional Transportation Authority and the Palm Beach County Transportation Planning Agency to resolve issues, manage claims and minimize construction impact. FDOT D4, 1-95 Mobility 2000 Projects,The Corradino Group. Public Information Officer.Addressed daily media and public inquiries regarding the status of seven high-profile interstate construction projects, wrote and distributed weekly press releases and project updates, processed damage claims, attended public meetings to present construction updates, created the Corridor Advisory Team (CAT)and liaised with 13 affected cities and municipalities. McCarten&Associates,West Palm Beach, FL. Public Relations Manager.Wrote and distributed press releases,procured press and media coverage for clients. Worked closely with clients to conceptualize and produce fundraising events such as golf tournaments, fashion shows,galas,and large-scale speaking engagements featuring Jay Leno and Goldie Hawn.Organized vendors to ensure smooth and seamless execution of events,created content for all marketing material and secured numerous sponsor partnerships. • ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 69 TAB 2 Experience & Qualifications C,^,;r,RA EACH RFQ 2023-030-ND •RAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP YEARS OF EXPERIENCE CHRISTIAN S. GONZALEZ 6 Community Outreach Specialist EDUCATION Mr.Gonzalez is well-versed in various aspects of community outreach, BA(Media Communications),Thiel public relations and publications. He is responsible for maintaining College,Greenville, PA,2015 project records, arranging and staffing public meetings, and actively participating in community outreach efforts. His recent experiences CERTIFICATIONS t have honed him knowledge in special event coordination, inquiry Temporary Traffic Control(TTC) logging, project collateral creation, public speaking, and with crisis Intermediate Course communication. He has experience working in in the areas of project FEMA Basic Public Information Design and Construction. Mr. Gonzalez is an expert at database Course creation and performing project outreach and collateral dissemination. He has experience with door-to-door outreach and planning events. He has also handled LANGUAGES many stakeholder inquiries in a lead role. Fluent in both English and Spanish, Mr. Gonzalez English&Spanish—Speaking, can communicate clearly in written and verbal format. Writing and Reading EXPERIENCE Community Outreach Specialist,The Corradino Group,FDOT District Six,District-wide Public Communications Consulting Services for Miscellaneous Construction Projects, Miami,FL-Working as the in-house Community Outreach Specialist,Mr.Gonzalez is the main contact for construction related projects throughout Miami-Dade County. Mr. Gonzalez is tasked with developing and maintaining project collaterals that include a Community Awareness Plan(CAP),project factsheet,dear neighbor letter,elected official letter,project press release and translating website content for projects preparing to enter construction in English and Spanish. He distributes information to the impacted community by performing door-to-door outreach, sending weekly project updates via email campaigns as well as other outreach methods. He develops and maintains project database's, addresses stakeholder concerns, handles media inquiries, performs general website updates and meets with elected officials on an as-needed basis. Scheduling Assistant,The Corradino Group, I-395/SR 836/1-95 Design-Build Project,Miami, FL-Working as a consultant for the Florida Department of Transportation(FDOT)on the I-395/SR 836/1-95 Reconstruction Project,Mr.Gonzalez is tasked with maintaining a project database that includes all major stakeholders,elected officials and special event venues in both the project area and regionally. He also has a detailed master calendar of all the special events in the area,where he provides the project team with an extensive three- week look ahead with specific events that are identified in the 'Request For Proposal' (RFP). Mr. Gonzalez has an open line of communication with various community representatives and special event venues to ensure that all events are taken into consideration during the construction process. Assistant Community Outreach Specialist,The Corradino Group,FDOT District Four(D4),Broward Operations Center,Broward, FL. Mr. Gonzalez assisted the Community Outreach Specialists for FDOT D4 at the Broward Operations Center. He was involved in various aspects of community outreach and performed several public involvement tasks.He assisted with the creation of project outreach collateral materials such as project flyers,detour graphics,website profiles and project boards.He also helped with project research and studied corridor areas to assist with the identification of potential construction project impacts. He helped create and maintain project contact databases, as well as acquiring mailing lists and updating elected official contact lists. He also attended stakeholder meetings with the Community Outreach Specialists. He assisted with website maintenance and with the dissemination of project information. He was involved with performing door-to-door outreach prior to project start dates, as well as assisting with mailout distributions. Mr. Gonzalez assisted with the planning and coordination of public meetings. He also logged stakeholder inquiries for multiple projects.Mr. Gonzalez helped translate project documents from English to Spanish,as-needed. Assistant Community Outreach Specialist, Infinite Source Communications Group, Miami, FL. Mr. Gonzalez assisted several Community Outreach Specialists with outreach efforts,such as stakeholder database creation, project research,door-to-door outreach and planning public meetings. He aided with the development of collateral material documents and with project mailout distribution. Mr. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 70 TAB 2 Experience & Qualifications MIAM►BEACH RFQ 2023-030-ND "!NI"?G' 'AtFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP CHRISTIAN S.GONZALEZ-PAGE 2 Gonzalez attended stakeholder meetings along with Community Outreach Specialists to be up-to-date on all relevant inquiries on multiple projects. He was the main point of contact for various capital improvements projects within the City of Miami Beach. He also assisted with stakeholder inquiries on the FDOT 1-75 Express Lanes Project. Projects/Contracts Mr.Gonzalez worked on include: ➢ FDOT District Six Public Communications Contract for Miscellaneous Design Projects-As an assistant to the FDOT District Six In-house Design Community Outreach Specialist, Mr. Gonzalez was tasked with developing and maintaining project databases and updating them on a consistent basis. He assisted with the creation and distribution of project information to elected officials and members of the public by conducting door-to-door outreach,mail-out distributions and email campaigns.Mr.Gonzalez also documented notes and information for public meetings/hearings.He also assisted with the Facebook Live broadcasts for the 2016&2017 FDOT Five Year Work Program. ➢ City of Miami Beach Office of Capital Improvement Projects/Public Works Contract-Mr. Gonzalez served as the Community Outreach Specialist for various project throughout the City of Miami Beach. Those projects included Sunset Harbour, Palm & Hibiscus and Lower North Bay Road Neighborhood Improvements Project. For these projects, Mr. Gonzalez was tasked with performing construction outreach to the public daily by performing email campaigns, door-to- door outreach and coordinated with residents regarding construction inquiries. Mr. Gonzalez also maintained the project database and logged inquiries from residents. ➢ FDOT 1-75 Express Lanes Project-Mr. Gonzalez assisted the Community Outreach Specialist by sending out weekly traffic reports, developed detour graphics and performed door-to-door outreach to affected areas. He also provided construction updates and addressed stakeholder inquiries while the Community Outreach Specialist was out of the office. He also attended progress meetings and updated the project team on any ongoing issues that were presented by residents and motorists along 1-75. References:Monica Diaz:305-573-0089, Tish Burgher:305-470-5277 and Jose Rivas:305-673-7080 Assistant Publications/Communications Manager, Florida Engineering Society: Miami Chapter, Miami, FL. Mr. Gonzalez developed content for the Chapter's online presence which included maintaining and updating the website's general layout as well as managing and providing Chapter information on social media pages such as Facebook, Twitter, Instagram and Linkedln. He also maintained and updated the membership database and distributed monthly newsletters to Chapter members. ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS THE CORRADINO GROUP 71 TAB 2 Experience & Qualifications 1,1\1AMIBEACH RFQ 2023-030-ND PLANNI"ir AND TP"FFIC ENGINEERING CONSULTANT SERVICES TS Engineering Sheng Yang, P.E., PTOE Principal _ Mr. Yang has over 19 years of engineering experience with emphasis in traffic engineering, transportation planning, Geographic Information System (GIS) application, and data analysis. Prior to joining the industry, Mr. Yang was a Research Assistant in the Lehman Center of Transportation Research (LCTR) at Florida International University (FIU). He has been involved in several research i projects for Florida Department of Transportation (FDOT), which focus on travel demand model improvements and GIS application in transportation planning. After he started his professional career,Mr.Yang has served FDOT and many other local governments, such as Miami-Dade County and TPO, Broward County and MPO, City of Fort Lauderdale,City of Boca Raton,and Palm Beach TPA. He has provided Years of Experience professional services in multimodal planning and engineering, traffic analyses, 19 managed lane feasibility studies, transit corridor studies, traffic simulation, travel demand modeling,transit and multimodal minor design,PD&E studies,park&ride, corridor action plan/master plan development, ITS planning and technology Areas of Expertise implementation,traffic impact study and reviews,traffic data collection,long range Transportation and Transit travel demand forecasts,school zone studies,and local government transportation Planning,Traffic Simulation, system master plan development. He is familiar with various simulation platforms, Traffic Operation,Traffic Data programming languages,and demand modeling programs. Collection,Travel Demand Modeling, GIS Application, Urban Planning, Land Use Modeling, Project Experience Computer Aided in Traffic Transit and Multimodal Development Continuing Services; FDOT District 4. Engineering Project Manager. Performed transit, rail,freight, and multimodal system program administration and engineering support. Perform Districtwide grants (FTA, FRA, Education FHWA, and state) administration and application process for multimodal system. M. Sc. in Civil Engineering, Florida Performed safety and security review and vehicle inventory review for transit and rail International University, Miami, system. Led the planning and engineering support for FEC/CSX Rail Crossing Delay FL, 2002 Study, Hialeah Rail Yard Master Plan Scoping, Park & Ride Facility Planning, Engineering, and Design, High Crash Rail Crossing Safety Study and Design, Crossing Trespassing Design, Conceptual Design for Multimodal Development, B. Sc. in Civil Engineering Sample Road Multimodal Improvement Study,University Drive Alternative Analysis, Southeast University, Nanjing, and SR-7 South Transit Improvement Study. (Client: FDOT District 4; Location: China,2000 Broward County, Florida; Contact: Gregor Senger; Telephone: 954-677-4141; Start/End Date:09/2016-Present.) Professional Registrations Districtwide Transit Program Support, FDOT District 4. Project Manager. Florida P.E.#64802,2006; Performed transit program administration and planning support. Managed P.T.O.E. Districtwide Transit Grants and application process. Performed safety and security review and vehicle inventory review for local transit agencies. Led the corridor planning support for Broward Boulevard Alternative Analysis,and Hollywood/Pines Boulevard Corridor Transportation Improvement Study. Support the Department in corridor study NEPA process. (Client: FDOT District 4;Location: Broward County, Florida; Contact: Jayne Pietrowski; Telephone: 954-677-7898; Start/End Date: 09/2014-Present.) Sheng Yang, P.E., PTOE Page I 1 THE CORRADINO GROUP 72 TAB 2 Experience & Qualifications fv.,AMIBEACH RFQ 2023-030-ND . NERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS CmrtirdnE.oio Districtwide Traffic Operation/Safety Studies, FDOT District 6. Project Manager. Perform traffic engineering operational and safety studies and reviews for Traffic Operations Office. Tasks include traffic simulation, intersection assessment, traffic data collection,signal warrant analysis,sight distance evaluation,LOS analysis,safety and crash analysis,signal timing optimization,and fatal crash reviews. Perform comprehensive reviews representing FDOT for Miami-Dade SMART Corridor. (Client: FDOT District 6;Location:Miami-Dade County,Florida;Contact:Ramon Sierra;Telephone:305-470-5336;Start/End Date:2013-Present.) PortMiami Tunnel Freight Mobility Evaluation Study,FDOT District 6. Principal in Charge. Oversee the tasks evaluating existing and future multimodal transportation system conditions with PortMiami Tunnel in operation. Tasks include future multimodal improvements identification; coordination with PortMiami, CSX, FEC, cruise companies, and other partners; demand model development; Port Evacuation VISSIM Model development and validation;project management and documentation. (Client:FDOT District 6;Location:Miami-Dade County,Florida;Contact:Carlos Castro;Telephone:305-470-5238;Start/End Date:2017-Present.) Districtwide SIS Program Support, FDOT District 4. Project Manager. Provided comprehensive planning and engineering services for FDOT District 4 Strategic Intermodal System(SIS). Lead the tasks of performing SIS facility LOS evaluation,developing SIS corridor action plan/master plan, Interchange access documents development and reviews(IJR/IMR/IOAR),SIS Cost Feasible Plan Development, LRTP development, DRI and Sub-DRI reviews, Comp Plan Review and growth management documentation reviews, ITS and other technology review for SIS operation improvements, SIS management database and program development, and concurrency and development plan reviews. Assist the Department in preparing and participating at public meetings, coordination with local governments. As part of the contract,Mr.Yang recently assisted the Department with Interchange Operations Analysis Reports(IOAR)for 1-95 at Woolbright Road, 1-95 at Gateway Blvd, 1-95 at 6 Avenue S., 1-95 at 10 Avenue N.and 1-95 at Lantana Road. (Client: FDOT District 4; Location:Broward County,Florida;Contact:Tammy Campbell;Telephone:954-777-4668; Start/End Date:09/2010-Present.) Oakland Park Boulevard Alternative Analysis,FDOT District 4. Project Manager for traffic analysis. Provide planning and traffic analysis services for an Alternatives Analysis(AA)to investigate and evaluate premium transit improvements in the Oakland Park Boulevard corridor. Mr.Yang led the Team traffic data collection and analysis effort to identify a Locally Preferred Alternative(LPA) for the study corridor. He performed data collection for both traffic and transit along the corridor,studied traffic patterns and market using advanced Dynamic Traffic Assignment(DTA)tool,and conducted micro-simulation analysis for all 45 signalized intersections along the corridor using VISSIM tool. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Khalilah Ffrench; Telephone: 954-677-7898;Start/End Date:02/2012-Present.) Multi-Modal Modeling Support, FDOT District 4. Project Manager for Sub-Consultant. Provided full transit data collection (OD and BA surveys)support for BCT and Palm Tran using smart phones and tablet equipment. Lead the tasks in planning and analysis of the BCT and Palm Tran on-board surveys,developing the draft survey plan,which focused on minimizing sample and expansion bias. Performed QA/QC of the survey results and identified new technologies to improve data accuracy and save the data collection cost. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Scott Seeburger;Telephone: 954-777-4632; Start/End Date:09/2011-Present.) Districtwide General Planning Consultant,FDOT District 4. Project Manager. Provided planning and engineering services to supplement the Department's System Planning, Statistics and PD&E Staff. Assisted the Department in producing Design Traffic Report for PD&E studies,18-Kip Reports,comprehensive GIS support, FSUTMS Model(SERPM and GTCRPM)Development and Application Support, Interchange access proposals and reviews (IJR/IMR/IOAR), Q/LOS Support, Traffic Analyses Review, Socioeconomic Data Development,Interchange Operation/Modification/Justification study and reviews,LRTP development,DRI and Sub-DRI reviews, growth management documentation reviews, and on-site Support. (Client: FDOT District 4; Location: Broward County,Florida;Contact:Chon Wong;Telephone:954-777-4659;Start/End Date:09/2010-Present.) Sheng Yang,P.E.,PTOE Page 12 THE CORRADINO GROUP 73 MIAMIBEACH RFQ 2023.030•ND 1RAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering E g Ornenered to Excellence Danny Iglesias, P.E. ` ' Chief Engineer II 4 Mr. Iglesias has 39 years of engineering experience in the Florida Department of Transportation with emphasis in Consultant Project Management, in District 6. During his career, Mr. Iglesias worked in Project Management and Traffic Operations upon graduating the FDOT Professional Training Program. In 1985 ft through 1987 he was the District Legal Engineer and represented the state in court until his return to Consultant Management as a Senior Project Manager in 1987 until his retirement from FDOT in 2016. During the late eighties to mid. nineties, Mr. Iglesias was in charge of one of the two project management teams for District 6. Between 1996 through 1999 he took the additional roll of District Landscape Manager and was successful in obtaining funds for local Landscape Projects in Dade Years of Experience and Monroe County through the Highway Beautification Grant. During 2000 through 39 2013 he was assigned the roll of District Local Agency Program Administrator(LAP) for District 6 in addition to his duties as Senior Project Manager and was a member of the Statewide LAP Administrators Task Team providing key input for establishing Areas of Expertise the guidelines for Certifying Local Agencies in LAP Administration. Mr. Iglesias Project Management,Traffic Certified over 30 Municipalities during his tenure as LAP Administrator. In addition Operations, Maintenance of to his engineering work,Mr.Iglesias was also one the Founders of the City of Sunny Traffic, Local agency Planning Isles Beach which he served on the Commission as an elected official from 1997 (LAP), Landscape Management, until 2007 where he termed out of office. With key input on the comprehensive plan Public Records Management, and zoning changes he was influential bringing world class developers such as Planning and Designing for the Donald Trump to the City thus turning Sunny Isle Beach into one of the richest cities Aging Population, P.D.&E per square foot in the world. During 2002 through 2007 he continued to serve his Process, Public Involvement, community by serving on the Board of Trustees of Aventura Hospital,a period where Right of Way, Legal the hospital doubled its size adding over$135 million of expansion. Considerations in Access Project Experience Management, Real Estate Management and Sales, Land Port of Miami Bridge, FDOT District 6. Project Manager. Responsible for Development Regulations managing all the design and permit process and agency coordination for the new Port of Miami Bridge from Biscayne Boulevard to Watson Island as well as the roadway expansion of Port Boulevard in Watson Island. This project was nominated Education and won the FHWA Excellence in Design Award. (Client:FDOT District 6;Location: B. Sc. in Civil Engineering Dade County,Florida;Contact:Teresita Alvarez;Telephone:305-470-5289). University of Florida, Gainesville, Florida, 1980 Biscayne Boulevard/SR 5/U.S.1 Expansion Project, FDOT District 6. Project Manager. This project consisted of widening SR5/U.S.1 From N.W.87th avenue to N.W 215th avenue from a four-lane typical section to an eight-lane typical section. Professional Registrations Responsible for managing all the design, permit process, utilities, right of way Florida P.E.#37287, 1986 requirements. Coordinate all state, federal municipal and local agency activities. Florida Real Estate#51287 Coordinate all planning and traffic analysis services for all maintenance of traffic and coordinate all phase reviews within the district staff. This project won the FHWA Excellence in Design Award. (Client: FDOT District 6; Location: Dade County, Florida;Contact:Teresita Alvarez;Telephone: 305-470-5279). SR-823/Red Road/NW 57th Ave,FDOT District 6. Project Manager for managing all the design,permit process, utilities right of way requirements,coordinate all the Danny Iglesias,P.E. Page I 1 THE CORRADINOGROUP 14 TAB 2 Experience & Qualifications mIAMBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Cannetted to Excellence county, state and City of Hialeah, local official's meetings as well as all FDOT phase review meetings. (Client: FDOT District 6; Location:Dade County,Florida.Contact:Teresita Alvarez;Telephone:305-470-5287). Districtwide Intersection Resurfacing and Improvement Project, FDOT District 6. Project Manager. Managed several Districtwide contracts involving resurfacing various roadways in Dade and Monroe County throughout Dade and Monroe Counties that involved both state and federal funding. (Client: FDOT District 6; Location: Dade County, Florida;Contact:Teresita Alvarez; Telephone:305-470-5289). Local Agency Program(LAP)Administrator, FDOT District 6. Administrator. Was responsible for managing the districts LAP program overseeing that FHWA funds allocated to the local Municipalities to incorporate in the agency's local enhancement project. Served as the responsible person in the District for Certifying the municipalities under the LAP guidelines. Certified over 30 municipalities making them eligible to spend the federal monies in their local enhancement project while providing oversite and monitoring their performance. (Client:FDOT District 6;Location:Dade County,Florida;Contact:Harold Desdunes;Telephone:305- 479-5200). Districtwide Safety Improvement Projects, FDOT District 6. Project Manager. Managed the consultant design contracts on various Districtwide Safety Improvement projects in the district in both Dade and Monroe county that included but not limited to: Flagler Street, Lejeune Road, N.W. 107th avenue, Bird Road, NW. 12th avenue, Biscayne Boulevard, Miami Gardens Drive, Red Road/57th avenue,Roosevelt Blvd,NW 79th street,Alton Road and Collins Avenue. (Client:FDOT District 6;Location:Dade County, Florida;Contact:Teresita Alvarez;Telephone 305-470-5287). SR856/William Lehman Causeway Bike Path Pilot Program,FDOT District 6. Project Manager. Responsible for managing the Design Consultant in the first ever statewide pilot program to put a bike path in a limited access roadway. (Client:FDOT District 6; Location:Miami-Dade County,Florida;Contact:Teresita Alvarez;Telephone:305-470-5287). Districtwide Signalization Improvement Project,FDOT District 6. Project Manager. This project consisted of upgrading multiple intersections in Dade county from span wire to mast arms. (Client:FDOT District 6;Location:Miami-Dade County,Florida;Contact: Teresita Alvarez;Telephone:305-470-5287). SR-5 At Lehman Causeway Signalization Improvement,FDOT District 6. Project Manager. This project consisted of safety and signalization improvement of the intersection. The work included 5 signal mounted traffic signals,an additional left turn movement converting the intersection from dual left eastbound movement to a triple left turn movement as well as mast arm relocations on the existing signals. (Client: FDOT District 6; Location: Miami-Dade County, Florida; Contact:Teresita Alvarez;Telephone:305-470- 5287). SR-826/NW 167th Street from Golden Glades to NE 18th Street, FDOT District 6. Project Manager. Project consisted of pedestrian crossing signalization improvements, additional left turn access and ADA ramp upgrade. (Client: FDOT District 6; Location:Miami-Dade County,Florida;Contact:Teresita Alvarez;Telephone:305-470-5287). Port of Miami Tunnel Freight Study, FDOT District 6. Q/C officer and District 6 liaison. Supports Project Manager in Data Collection,meeting coordination and liaison to state and local agencies. Overseas the QA/QC peer review. (Client: FDOT District 6;Contact:Carlos Castro;Telephone:305-470-5238). Danny Iglesias,P.E. Page 12 THE CORRADINOGROUP 75 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND GENT LANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CETS r:w , Conrrbd mFalMrtn Yonggia.ng Wu, P.E. Senior Engineer I Mr.Wu has 24 years of experience in Transportation Engineering and Planning. His areas of expertise include data collection and analysis, travel demand model specification and calibration,project traffic development,traffic operational analyses, transit corridor studies,freight movement analysis, long range transportation plan, and air quality modeling. Experience includes the use of the transportation-related software packages: Cube Voyager/FSUTMS, TransCAD, EMME/2, TBEST, Highway Land Use Forecasting Model (HLFM 11+), MOBILE, VISSIM, CORSIM, HCS,SIGNAL97,and TRANSYT-7F. Project Experience Years of Experience 24 Rail Highway Crossing Inventory and Support, Freight and Multimodal Operations Office. QA/QC Officer responsible for data accuracy,consistency,and completeness checks. Develop web-based data collection and analysis tools on Areas of Expertise Amazon Clouds and incorporating advanced database management tools and real- Travel behavior analysis,travel time geocoding capabilities using Google API and ArcGIS online functionalities. demand modeling,transit studies, Develop training material and guidance documentation. (Client: FDOT Central demographic analysis. Office; Location: Leon County; Contact: Rob Stapleton;Telephone:850-414-4553; Start/End Date: 11/13/2020-Present). Education GIS Support Contract, FDOT District 4. Technical Lead responsible for a range M.Sc.in Transportation Engineering, of general GIS services including developing District Atlas, geocoding Districtwide University of Regina,Canada,1994 Transit Development Plans (TDP), SIS database development and maintenance, and sub-DRI development tracking tool development. Provided support and B.Eng.Structural Engineering, programming services for SIS GIS Tool,GIS Portal,Interchange Reporting System, Taiyuan University of Technology, and Growth Management GIS Tracking Tool. (Client: FDOT District 4; Location: China,1986 Broward County; Contact: Abdalla Abdalla; Telephone: 954-777-4664; Start/End Date:06/30/2020-Present). Professional Registrations PortMiami Tunnel Freight Mobility Evaluation Study,FDOT District 6. Project Florida P.E.#64707,2006 Manager responsible for the development of modeling tool to monitor the operation of freight and passenger movement in and around PortMiami via the PortMiami Tunnel. Tasks involve stakeholders coordination,data collection and analysis,GIS mapping and visualization, macro- and micro-simulation model development, and economic and environmental analysis. (Client: FDOT District 6; Location: Miami- Dade County; Contact: Carlos Castro; Telephone: 305-470-5238; Start/End Date: 06/15/2017-Present). Treasure Coast Regional Household Travel Survey(TC-HTS),FDOT District 4. Project Manager responsible for design, implementation, and administration of the household travel surveys for the Martin,St.Lucie,and Indian River counties. Tasks involve public involvement,design and development of survey websites and mobile device APP to collect travel data. (Client: FDOT District 4; Location: Martin, St. Lucie,and Indian River Counties;Contact: Phan Trang;Telephone:954-777-4294; Start/End Date:09/2016-05/2018). Yongqiang Wu,P.E. Page I 1 THE CORRADINOGROUP 76 TAB 2 Experience & Qualifications Iv\IAMIBEACH RFQ 2023-030-ND L , _ 'PORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Cnm+rrdaEdwio Districtwide Census Data Support for Long Range Transportation Update, FDOT District 4. Project Manager responsible for tasks involving collecting traffic and operational data and providing relevant data analysis services;developing project traffic for pre- PD&E studies;conducting operational analysis for intersections,roundabouts,and interchange improvements;developing database tools to support the traffic counts processing and analysis. (Client:FDOT District 4;Location:Broward County;Contact:Shi-Chiang Li;Telephone:954-777-4655;Start/End Date:05/2017-Present). General Planning Consultant(GPC)Services,Miami-Dade Transportation Planning Organization. Task Manager and Senior Engineer responsible for collecting available demographic and socioeconomic data,preparing inventory of the current land use along the SMART Corridors(Beach Corridor and Kendall Corridor). Mobility Performance and Data Support Consultant, FDOT, Forecasting and Trends Office. Task Manager responsible for conducting population and employment projections at city, county, and state level; analyzing worker commuting pattern between counties and urbanized areas; supporting statewide multimodal corridor planning studies;developing visualization tools to support travel demand analysis; and performing gap analysis for statewide trail network. (Client: FDOT Central Office; Location: Leon County;Contact:Monica Zhong;Telephone:850-414-4808;Start/End Date:07/2016-Present). Districtwide Demand Forecast Model Data Development, FDOT District 4. Project Manager responsible for a wide range of tasks involving data analysis, travel characteristics survey, model development and application support. Responsibilities include analysis of Census and demographic data such as American Community Survey and Longitudinal Employee-Household Dynamics data (LEND), local and national travel characteristics survey data, technical assistance to SERPM and GTCRPM model users. (Client: FDOT District 4; Location: Broward County; Contact: Shi-Chiang Li; Telephone: 954-777-4655; Start/End Date: 09/2010- 05/2015). Martin County Transit Development Plan (TDP), Martin County MPO. Task Manager responsible for conducting sociodemographic analysis, travel demand forecasting, transit service alternatives development and evaluation, and ridership forecast using the TBEST model. Also developed revenue projections and financial plans for different scenarios based on projected revenues and costs associated with implementation plans. (Client: Martin County MPO; Location: Martin County; Contact: Beth Beltran;Telephone:772-221-1498;Start/End Date:04/2013-06/2014). Modeling Support for Near-Term Public Transportation Improvements on Major Urban Travel Corridors,Miami-Dade MPO. Project Manager responsible for corridor model development using SERPM 6.5, transit ridership forecast, system cost-benefits analysis, and user benefits analysis using FTA's SUMMIT program. (Client: Miami-Dade MPO; Location: Miami-Dade County; Contact:Wilson Fernandez;Telephone:305-375-1886;Start/End Date:06/2010-06/2011). Premium Transit/Rail Corridor Feasibility Assessment, St. Lucie and Martin MPOs. Project Manager responsible for travel demand modeling using the Greater Treasure Coast Regional Planning Model(GTCRPM)and evaluating the feasibility of rail and premium transit on the three north-south corridors including US-1,I-95,and FEC in the two counties. (Client:Martin/St.Lucie MPOs; Location:Martin County and St.Lucie County;Contact:Beth Beltran;Telephone:772-221-1498;Start/End Date:06/2011-06/2012). PD&E Study for the US-1 Express Lanes along the South Miami-Dade Busway,Miami-Dade Expressway Authority(MDX). Lead Modeler responsible for developing and implementing project travel demand forecast modeling methodology,interpolating and assessing quality of socioeconomic data, reviewing alternatives, implementing and analyzing transit and highway survey origin- destination data,preparing documentation,and developing presentation materials for the PD&E study for U.S.Route 1 express lanes along the Miami-Dade Busway from SW 344th Street to S.R. 826/Dadeland South. (Client: Miami-Dade Expressway Authority; Location:Miami-Dade County;Contact:Javier Rodriguez;Telephone:305-637-3277;Start/End Date:06/2008-07/2011). Yongqiang Wu,P.E. Page 12 THE CORRADINO GROUP 17 TAB 2 Experience & Qualifications i,dAtolBEACH RFQ 2023.030-ND GENT. :.ANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering E g .mE,n Phani Allu, P.E., PTOE, RSP1 Senior Engineer Mr. Allu has 21 years of experience in traffic operations analysis, traffic safety analysis, access management studies, pedestrian/bicycle safety studies, signal timing,traffic calming,and all aspects of traffic data collection. He is proficient in the use of a variety of traffic engineering software applications including HCS, SYNCHRO/SIMTRAFFIC, SIDRA, and CORSIM. He is intimately familiar with National and Local Agency publications such as MUTCD, Highway Safety Manual (HSM),FHWA Signal Timing Manual,FDOT Traffic Engineering Manual and MUTS, HSIP Guidelines,FDOT LOS Handbook,Project Traffic Forecasting Handbook,and Interchange Handbook. He has conducted numerous traffic operations and safety studies as the lead engineer for the Department and has a thorough understanding Years of Experience of the various stages of the traffic/safety studies from conception of studies to 21 development of recommended improvements and their implementation whether they are relatively simple signing/pavement marking improvements or relatively large projects that have been programmed into the FDOT work program. In addition,as Areas of Expertise Project Manager on a FDOT engineering studies and reviews contract, Mr.Allu led Traffic Operations Safety the review efforts for several traffic engineering studies,PD&E Studies,Preliminary Access Management Engineering Reports (PER), and various Strategic Miami Area Rapid Transit Signal Timing (SMART)Plan studies. Lighting Analysis Project Experience Signing and Pavement Marking Districtwide Traffic Operations and Safety Studies, FDOT District 6. Project Education Manager and Lead Traffic Engineer responsible for traffic operational/safety studies and safety reviews that included crash analyses, intersection/corridor operational M.S. in Civil Engineering, analyses,and field reviews to identify site-specific issues related to high crash study University of Connecticut,2001 locations. Developed reports with recommendations to reduce the crash potential at the study locations. Studies included Key West Crosswalks Evaluation,Alton Rd B.Tech,Civil Engineering, Indian between NW 44 St and NW 47 St. Also,worked with FDOT on network screening Institute of Technology, 1999 using the Highway Safety Manual (HSM) methodology for identification of top locations for each emphasis area in the Florida Strategic Highway Safety Plan (SHSP). Conducted preliminary safety studies for several intersections identified Professional Registrations under the Safe Strides 2 Zero program(Contact: Misleidys Leon, P.E.;Telephone: Florida P.E.#68069,2008; 954-470-5335;Start/End Date:08/2017-Present). PTOE Districtwide Traffic Operations and Safety Studies, FDOT District 4. Project RSP1 Manager and Lead Traffic Engineer responsible for traffic operational/safety studies and safety reviews that include crash analyses, intersection/corridor operational analyses,and field reviews to identify site-specific issues related to high crash study locations. Developed reports with recommendations to reduce the crash potential at the study locations. Some examples of completed assignments include safety study/lighting analysis for SR 25/US 27,1-95 in Palm Beach,Hallandale Beach Blvd, Forest Hill Blvd;3R Safety Reviews for 1-95, Broward Blvd,Sample Rd,and SR 5; safety studies on Sunrise Blvd,Griffin Rd,and Powerline Rd,Pedestrian mid-block evaluation and safety assessment on Indiantown Road;Road Safety Audit for Merrill Barber Bridge; Pedestrian Studies along Pembroke Rd, Oakland Park Blvd, and Lake Worth Rd;wrong-way signage and pavement marking assessment for all 1-95 Phani Allu, P.E.,PTOE Page 1 1 THE CORRADINO GROUP 18 t,5 l'\tV`\IBEACH RFQ 2023-030-ND .'r1FFIr FNCINFFRING CONSULTANT SERVICFS TS Engineering Co m a.d Excellence interchanges in Broward County;and over 500 fatal crash reviews. Developed a SharePoint site for efficiently managing the District's fatal crash review program. (Contact:David Moore;Telephone:954-777-4375;Start/End Date:02/2015-Present). Districtwide Traffic Operations and Safety Studies,FDOT District 6. Project Manager and Lead Traffic Engineer. Responsible for conducting several intersection and arterial safety improvement studies as part of the contract which involved traffic data collection, qualitative assessments, signal warrant analysis, intersection/arterial analysis, left-turn phase warrant analysis, sight distance evaluations, lighting analysis, safe curve speed studies, before/after evaluations, road safety audits, intersection control evaluation(ICE)studies,bottleneck mitigation studies,mid-block pedestrian crossing evaluations,access management evaluations, conceptual improvement sketches, and preliminary cost estimates. Some examples of completed assignments include access management evaluations for SR 823 and SR 909,signal warrant analysis for SR 90/SW 147 Ave and SR 5/NE 18 St intersections, mid-block pedestrian crosswalk evaluation in City of Key West, road safety audits for SR 112 and SR 907, bottleneck mitigation studies for SR 90/SW 74 Ave and SR 90/SW 137 Ave intersections, lighting evaluations for Shark Key and SR 112, speed limit evaluations for SR A1A,SR 990,and Village of Miami Shores,wrong-way signage/pavement marking assessments for 1-75 and SR 856. (Contact:Ramon Sierra,P.E.;Telephone:954-470-5335;Start/End Date:08/2014-Present). Districtwide Traffic Engineering Studies&Engineering Reviews, FDOT District 6. Project Manager for engineering reviews contract that included review of access permits,utility permits,landscape permits,MOT reviews,traffic studies,PD&E studies,traffic impact studies, SMART plan studies,safety studies, pedestrian studies, and intersection/arterial analyses through interfaces such as OSP and ERC. Represented the Department in several pre-application meetings, Access Management Review Committee (AMRC) meetings, District Interchange Review Committee (DIRC) meetings, and ERC comment resolution meeting. (Contact: Jinyan Lu;Telephone:954-470-5156;Start/End Date:08/2016-Present). Districtwide Signal Retiming,FDOT District 6. Project Manager for performing signal retiming on several corridors ranging from 0.5 miles to 8 miles involving 60 traffic signals in Miami-Dade County. The tasks involved evaluating existing signal timing and proposing signal timing adjustments aimed at improving travel times and reducing delays. The corridors included SR 934 from NE 7th Ave to Abbott Ave,SR 922 from Broadview Blvd to Collins Ave,SR 925 from NW 8th St to NW 1st St,SR 112 from Alton Rd to Collins Ave,and SR 25 from SR 997 to SR 932. (Contact:Jacques Defrant,PE;Telephone:305-470-5385;Start/End Date:01/2018- 06/2019). Pedestrian/Bicycle Safety Studies, FDOT District 4. Lead Traffic Engineer responsible for field reviews, and development of pedestrian and bicycle related recommendations for several roadway segments, intersections, and greenway crossings. Recommendations from the study included bike lanes, additional lighting, upgrading existing pedestrian features, and minor signing/pavement marking improvements. The studies also identified technology-oriented improvements such as blank-out signs(to alert turning motorists) and audio/visual feedback pushbuttons. (Contact: Jacques Defrant; Telephone: 954-777-4375; Start/End Date:07/2013-07/2014). Districtwide Traffic Operations Access Management, FDOT District 4. Project Engineer for this work-order based contract. Responsible for numerous data collection, field reviews, operational analysis, development of access management plans, and development of final reports. Corridor settings ranged from built-up urban to rural areas,with study lengths ranging from one to five miles. Study steps included field reviews,traffic data collection,operational analysis,crash analysis,and presentations to the District Access Management Review Committee(AMRC). (Contact:Beth Coe;Telephone:954-777-4373;Start/End Date:2005-2013). High Crash Locations Preliminary Safety Review,FDOT District 6. Traffic Engineer responsible for the preliminary safety review and development of the technical report for 20 high crash segment locations within Miami-Dade County. The project included crash analysis, development of crash summary tables, expected value analysis, identification of abnormal crash patterns, probable contributing causes and potential countermeasures, and review of FDOT's work program. (Contact: Misleidys Leon; Telephone: 305-470-5335;Start/End Date:06/2010-06/2011). Phani Allu, P.E.,PTOE Page 12 THE CORRADINO GROUP 19 TAB 2 Experience & Qualifications M1APu1iBEACH RFQ 2023.030-ND ;TATION PUNNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CTS Engineering Committed le Excellence Steve Hughes, P.E. *Art Senior Engineer i i Mr. Hughes has 21 years of engineering experience, specifically in the areas of roadway and transportation design. Prior to joining CTS Engineering, Inc., Mr. Hughes spent the first 12.5 years of his career with the Florida Department of Transportation District 4. After completing the 2-year Professional Engineer Trainee Program,Mr. Hughes spent 10 years as a Designer, Lead Engineer,and Assistant Section Leader for District 4 In-House Design. He worked on and assisted managing a variety of projects including Safety,RRR,Widening/Reconstruction,Major Bridge, and Design Build. Mr. Hughes also performed tasks for a variety of projects including Long Range Estimates, Value Engineering Studies, Project Scheduling, and Plans/Permit Reviews. He has also served as a Technical Review/Advisor Years of Experience Committee Member for Design Build Projects and Consultant Selection Contracts. 21 Mr. Hughes was also the District 4 CADD Graphical User Group and Roadway Technical Advisory Committee Leader. From 2013 to present, Mr. Hughes has Areas of Expertise served as the Project Manager,Senior Engineer,and Engineer of Record(EOR)for Roadway/Highway Design, a variety of the FDOT and County design and planning projects. Projects have Multi-modal Improvements, included RRR, Widening, Intersection/Interchange Improvements, Safety, Push Signing&Pavement Markings, Button,Signalization, Lighting,Multimodal Corridor Studies,Transit Improvements, Signalization,and Lighting Park&Ride/Travel Centers,RFP Development,and Joint Lease Agreements. Project Experience Education Golden Glades Truck Travel Center (GGTTC) (FPID 445984-1; Contract Bachelor of Science in Civil CAE44),FDOT District 6. Project Manager. Project encompasses the design and Engineering, University of Florida, construction of a commercial truck parking facility within the Golden Glades 2001 Interchange. This facility will accommodate a minimum of 135 truck parking spaces on a 15-acre site and will also include lighting, drainage system, restrooms, Professional Registrations water/sewer improvements, landscaping, and security features. Additional Florida P.E.#64740,2006 amenities may include vehicle and truck fueling stations, travel center with retail Georgia P.E.#048976,2022 space and quick service restaurants,truck repair facility,truck wash,certified static scale, and Truck Parking Availability System (TPAS). Primary responsibilities include Design-Build Request for Proposal Development, Conceptual Plans, Certifications &Training Scheduling, Estimates, and technical support for a Joint Use Lease Agreement. Advance MOT Certification (FDOT Contact: Carlos Castro; Telephone: 954-777-4499; Start/End Date: 2020- FDOT Supervisor Academy Present). FDOT Management Academy FDOT Specifications Training US-27 Safety Projects(FPID 439939-1,439940-1,440143-1,440143-2;Contract CA180), FDOT District 4. Project Manager and Engineer of Record. Project includes safety improvements along US-27 in Broward County from just north of I- 75 to the Broward/Palm Beach County line. Improvements include shoulder widening, auxiliary lanes, internally illuminated RPM's, ITS enhancements, and other signing and pavement marking enhancements. The project also included SFWMD and USACE permitting, wetland mitigation, and drainage modifications. (FDOT Contact: Adham Naiem, PE; Telephone: 954-777-4440; Start/End Date: 2018-Present). Steve Hughes,P.E. Page I 1 THE CORRADINO GROUP 80 TAB 2 Experience & Qualifications /v\iAMIBEACH RFQ 2023-030-ND SPORTATInN PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering mnrNtted b Excellence Districtwide Safety Pushbutton Projects(FPID 431635-2;Contract C9H46),FDOT District 6. Project Manager and Engineer of Record. Contract includes push button design projects originating from Traffic Operation Studies,Requests,and Fatal Crash Report Analysis. Includes research,analysis,and vetting safety/fatal crash reports and recommendation,then completing design projects within a 6-month timeframe. Typical projects include pedestrian and multimodal improvements(including ADA upgrades),signing and pavement markings, signalization, lighting, intersection improvements, drop-off and above ground fixed object shielding, drainage improvements, and general roadway and operational improvements. Contract requires close coordination with FDOT Design,Traffic Operations,and Construction. External coordination includes Miami-Dade County Traffic&Signals and Miami-Dade Transit. (FDOT Contact:Ramon Sierra,PE;Telephone:305-470-5336;Start/End Date:2014-Present). SR-932/NW 103rd Street RRR and Safety(FPIDs 434768-3/4;Contract CA323),FDOT District 6. Project Manager and Engineer of Record. Project includes milling and resurfacing, minor widening, and signalization/signing improvements to enhance traffic maneuvers. Project also includes ADA upgrades (including curb ramps, sidewalk, and bus stop locations), enhanced signing & pavement markings,and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact:Elsa Riverol,PE;Telephone:305-470-5105;Start/End Date:2019-Present). NW 7th Avenue Complete Streets and RRR(FPID 430817-2;Contract C9G75),FDOT District 6. Project Manager and Engineer of Record. Project includes repurposing of the outside through lanes to bike lanes with on-street parking. Project also includes milling&resurfacing,raised medians,ADA upgrades(including sidewalk,curb ramps,and bus stop locations),enhanced signing& pavement markings,signalization,lighting retrofits,and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact:Raul Quintela,PE;Telephone:305-470-5271;Start/End Date:2014-2018). 1-95 Safety(FPIDs 434273-3/4;Contract C9W21), FDOT District 4. Project Manager and Engineer of Record. Project includes new lighting from SR-706 interchange to the CR-708 interchange. Project also includes extension of the northbound inside general- purpose lane,extension of the SR-706 exit ramps,advanced guide signs,and curve warning signs. Primary responsibilities include management of all aspects of the project. (FDOT Contact:Bing Wang,PE;Telephone:954-777-4406;Start/End Date:2017-2022). Districtwide Lighting Retrofits (FPID 440186-1; FPID 440175-1), FDOT District 6. Project Manager and Engineer of Record. Contract includes lighting retrofits at signalized intersections to improve pedestrian safety and meet FDOT horizontal and vertical illumination criteria. FPID 440186-1 included 21 signalized intersections along SR-7 from SW 6th Street to NW 62nd Street. Other project elements including upgrades to impacted areas to meet ADA criteria including curb ramps,sidewalk,and bus stop locations. FPID 440175-1 includes 11 signalized intersections along SR-817 from SR-9 to NW 199th Street. (FDOT Contact:Patrick Marchant, PE;Telephone:305-470-5214;Start/End Date:2017-2021). SR-5(SW 2nd Ave/Street)Safety and RRR(FPID 412473-7;Contract C9F48),FDOT District 6. Project Manager and Engineer of Record. Project includes lane reconfiguration,minor widening and signing improvements to enhance traffic maneuvers. Project also includes minor widening, milling & resurfacing, ADA upgrades (including curb ramps, sidewalk, and bus stop locations), enhanced signing&pavement markings,signalization,and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact:Fabiana Gonzalez,PE;Telephone:305-470-5183;Start/End Date:2014-2018). NW 19th Street Bike Lanes (FPID 431665-1; Contract C9H19), FDOT District 4. Project Manager and Engineer of Record. Project includes widening,restriping,and/or repurposing of the outside through lanes to create 4'bike lanes. Initial tasks required close coordination with the Broward MPO,FDOT,County,and City staff to finalize the project scope. Project also includes milling& resurfacing,ADA upgrades(including curb ramps,sidewalk,bus stop locations,and a bus shelter relocation and pad replacement), enhanced signing&pavement markings,signalization,lighting retrofits,and drainage improvements. Primary responsibilities include management of all aspects of the project. (FDOT Contact:Bing Wang,PE;Telephone:954-777-4406;Start/End Date:2014-2018). Steve Hughes,P.E. Page 12 THE CORRADINOGROUP 81 TAB 2 Experience & Qualifications r„A\AIBEACH RFQ 2023-030-ND PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS er, ig Engine g llr Brent Lee Shue Ling, P.E. Senior Engineer I Mr. Lee Shue Ling has over 16 years of engineering experience,specifically in the areas of roadway and transportation design. Prior to joining CTS Engineering,Inc., Mr.Lee Shue Ling spent the first 12.5 years of his career with the Florida Department of Transportation(FDOT). He spent 5 years as a Roadway Designer working on a variety of projects including RRR, Widening, and Reconstruction. From 2010 to ,, 2012, Mr. Lee Shue Ling worked as the Assistant Section Leader for District 4 In- ,.-ems House Design Section Two. He was the Lead Engineer and Assistant Project Manager for a variety of projects including Safety, RRR,Widening/Reconstruction, Years of Experience Minor Bridge and Design Build. In addition to his duties as a Lead Design Engineer 16 and Assistant Section Leader,Mr.Lee Shue Ling also performed tasks for a variety of projects including Long Range Estimates, Value Engineering Studies, Project Scheduling,and Plans/Permit Reviews. He also concurrently served as the District Areas of Expertise Pavement Design Engineer from 2008 to 2012 and was responsible for evaluating Project Management and approving all pavement design packages for District 4 during that time. In 2012, Roadway/Highway Design Mr.Lee Shue Ling joined the District 4 Consultant Project Management Section Six Pavement Design and served as a Project Manager until 2015. During this time,he managed a variety Signing&Pavement Markings of projects including Safety, RRR, Widening/Reconstruction, Transit, Mobility, and Bridge Rehabilitation. In 2015, Mr. Lee Shue Ling became the Design Section Temporary Traffic Control Leader for District 4 In-House Design Section Two, where he led a group of 8 designers and engineers in the production of contract plans. From 2015 to 2018,he Education was the Project Manager and Engineer of Record (Roadway Design) for several B.E.in Civil Engineering, Magna projects including Safety, RRR, Mobility, Complete Streets, Cum Laude Widening/Reconstruction,Transit,Landscaping and Design Build. The City College of New York, Project Experience 2005 Continuing Services Minor Project Design Consultant (FPID 441946-1; Contract CA982), FDOT District 4. Project Manager and Engineer of Record. Professional Registrations Contract includes supporting the District 4 Design Office with comprehensive design Florida P.E.#71453,2010 services to produce construction contract plans for a variety of projects. Typical projects include RRRs, Safety Improvements, Bridge Rehabilitations, Off-System Certifications&Training Mobility Projects and In-House Staff Augmentation. Primary responsibilities include Advance MOT Certification overall contract management for assignment of tasks to internal staff and FDOT Supervisor Academy subconsultants, serving as Engineer of Record on various individual task work FDOT Management Academy orders, quality control reviews of all construction plans, calculations and technical FDOT Leadership Academy aspects of the project. (FDOT Contact: Robert Bostian, PE; Telephone: 954-777- 4427;Start/End Date:2018-Present). SR-932/NW 103rd Street RRR and Safety(FPIDs 434768-3/4;Contract CA323), FDOT District 6. Senior Engineer. Project includes milling and resurfacing,minor widening, lighting and signalization/signing improvements to enhance traffic maneuvers. Project also includes ADA upgrades(including curb ramps, sidewalk, and bus stop locations), enhanced signing & pavement markings, and drainage improvements. Primary responsibilities include quality control reviews of all construction plans,calculations and technical aspects of the project.(FDOT Contact: Elsa Riverol,PE;Telephone:305-470-5105;Start/End Date:2019-Present). Brent Lee Shue Ling,P.E. Page I 1 THE CORRADINO GROUP 82 NA BEACH RFD 2023-030-ND 'P?AFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Oennahodearazalmot Transit Access Plan, Palm Beach Transportation Planning Agency. Project Manager. This project identified pedestrian and bicycle infrastructure improvements within the corridors surrounding six Palm Tran transit stops, with the goal of improving the conditions along the adjacent corridors for safer movement of pedestrians and bicyclists, and to create an environment that encourages healthy behavior and multimodalism. Primary responsibilities included the general project management,organization of field visits and meetings with all stakeholders, preparation of concept plans, cost estimates of improvements and development of summary report. (PBTPA Contact:Valeria Neilson,AICP;Telephone:561-478-5743;Start/End Date:2018-2019). SR-7 Mobility&Transit Improvements(FPIDs 427937-1,427937-2&427938-1),FDOT District 4. Project Manager and Engineer of Record FDOT In-House Section 2. These adjacent projects installed enhancements along a 12.5 mile stretch of SR-7 from Commercial Blvd. in Broward County to Glades Road in Palm Beach County. Enhancements included widening for buffered bike lanes,shared use paths and sidewalks,bus stop amenities,signalization upgrades to detection/communication,and lighting retrofits. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing & Marking Plans. (FDOT Contact:Scott Peterson,PE;Telephone:954-777-4416;Start/End Date:2015-2018). Miramar Blvd.Park and Ride Lot(FPID 435855-1),FDOT District 4. Project Manager. This project proposed the redevelopment of an 18 acre site to construct of a new park and ride lot within the City of Miramar in Palm Beach County. The park and ride lot included over 480 parking spaces, bus shelter area, lighting, landscaping,fire hydrant system and automatic gated entry/exit for buses. The project involved right of way transfers,and extensive coordination with Broward County,the City of Miramar, FPL,and adjacent business owners. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing& Marking Plans. (FDOT Contact:Scott Peterson,PE;Telephone:954-777-4416;Start/End Date:2015-2018). Old Dixie Highway Complete Streets (FPID 432949-1), FDOT District 4. Project Manager and Engineer of Record FDOT In- House Section 2. This project introduced several traffic calming and complete street features to a local neighborhood road along Old Dixie Hwy. between NE 13,h Street and the Bridge over Middle River within the City of Fort Lauderdale, FL (0.8 miles). The features designed and installed in this project included mid-block raised crosswalks.raised intersections,a roundabout,horizontal curve realignment,green bike lanes,sidewalks,pedestrian lighting,bio-swales,landscaping and neighborhood monuments. Primary responsibilities included Project Manager and Engineer of Record for Roadway and Signing&Marking Plans. (FDOT Contact:Scott Peterson,PE;Telephone:954-777-4416;Start/End Date:2015-2018). SR-A1A Washout Reconstruction(FPIDs 433688-4&433688-6),FDOT District 4. Project Manager FDOT In-house Section 2. This project permanently repaired a storm damaged section of SR A1A from Sunrise Blvd. to NE 18th Street in the City of Fort Lauderdale, FL. Features designed and installed included a promenade to the east side of the road adjacent to Fort Lauderdale Beach, comprising of brick pavered walkways, shower areas, a decorative wave wall with beach entrances, decorative sea turtle friendly lighting,on-street parking,bike lanes,bike racks,sand dune restorations and landscaping. Primary responsibilities included Project Manager and Engineer of Record for Post Letting Revisions to Roadway and Signing&Pavement Marking Plans. (FDOT Contact:Scott Peterson,PE;Telephone:954-777-4416;Start/End Date:2015-2016). SR-838 Sunrise Blvd.Bridge Reconstruction(FPID 422866-1),FDOT District 4. Lead Designer,Project Manager and Engineer of Record FDOT In-house Section 2. This project reconstructed the Sunrise Blvd. Bridge over the Middle River between NE 20th Avenue and Middle River Drive in the City of Fort Lauderdale, FL. From 2009 to 2012 primary duties included Lead Designer and Assistant PM for the preparation of all roadway and signing&pavement marking plans. From 2015 to 2016 primary duties were advanced to Project Manager and Engineer of Record for all Post Letting Revisions. This project utilized FDOT's temporary detour acrow panel bridge for maintenance of traffic, and involved extensive coordination with environmental permitting agencies, utility owners,business owners,local agencies,and the public. (FDOT Contact:Scott Peterson,PE;Telephone:954-777-4416;Start/End Date:2009-2016). Brent Lee Shue Ling,P.E. Page 12 THE CORRADINO GROUP 83 TAB 2 Experience & Qualifications RFQ 2023-030-ND :TATION PLANNING AND TRAFFIC ENGINEERING CONSULTf'IT c,r•pv"r s CTS C dMmE�I,H.. Jessica Reyes, P.E., IMSA II Engineer II Ms. Reyes has over 20 years of Transportation Planning and Traffic Engineering experience. Ms. Reyes has experience in roadway and traffic data collection,the FDOT in-house support, writing and preparing technical reports for Traffic Operations and Planning Studies for the FDOT District 4 and District 6. Furthermore, Ms. Reyes has experience using the latest software and manuals to develop planning and operational analysis,such as the Highway Capacity Manual,FSUTMS, CORSIM, VISSIM, LOSPLAN and Synchro. She has vast experience with multimodal Level of Service(LOS)analysis along the Strategic Intermodal System, Years of Experience SIS corridors within District 4, which provides the latest state-of-the-art and most 20 adequate procedures for performing MMLOS along an SIS connector through implementing various methodologies,using HCS,LOSPLAN,and Synchro. Among Areas of Expertise her work experience,she prepares traffic engineering and operational studies which HCS, LOSPLAN,and Synchro include LOS Analyses,Safety Analyses and Qualitative Assessment. Her traffic and Traffic Data Collection,Traffic planning study experiences also include field observations, traffic data collection, Data Analysis, Roadway Data traffic data analysis, roadway data collection, PTMS design and inspection,safety Collection, PTMS design and analysis,and crash data analysis. inspection, safety analysis,and Project Experience crash data analysis. Planning RCI Data Collection and Analysis — Continuing, FDOT District 7. Education Project Manager. Ms. Reyes is leading this contract and provides the Department Bachelor of Science in Civil with professional services support for providing required statistical highway data. Engineering, Florida State This support includes plans review, data collection, data entry, geographic University, 1999 information system (GIS)mapping,graphics preparation, SLD preparation utilizing MicroStation and AutoCADD and the FDOT's Auto Diagrammer software, conducting public hearings, and other tasks to support Roadway Characteristics Associates of Science in Civil Inventory(RCI),Straight Line Diagrams(SLD's),Linear Referencing System(LRS) Engineering, Miami-Dade mapping, and Highway Performance Monitoring System (HPMS) functions within Community College, 1995 District 7. (Client:FDOT District 7;Location:Hillsborough County, Florida;Contact: Sherry Meralagno;Telephone:813-975-6128;Start/End Date:04/2021-Present). Professional Registrations Florida P.E.#77542,2014 BCT Fixed Route Ride-Check-Data Collection,Broward County Transit. Task IMSA II,2019 Lead. Ms. Reyes is responsible for managing crews of surveyors which includes the supervision of the on-board ride check team and for ensuring full and accurate reporting on all sampled trips including specific details of the buses number,route number, block number, and other information. (Client: Broward County Transit; Location: Broward County, Florida; Contact: Nicholas Sofoul; Start/End Date: 10/2021-Present). 2021 Park and Ride Facilities Inventory,FDOT District 4. Project Manager. Ms. Reyes has provided service to District 4 by inventorying all 40 Tri-Rail stations/Park and Rides. Data collected included pictures, counts of all amenities, report discrepancies within the lots,updates on past years reporting's of broken/disabled Jessica Reyes,P.E., IMSA II Page I 1 THE CORRADINOGROUP 84 TAB 2 Experience & Qualifications mIAt\AiBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CETS ngineering Cmfflabdielholimos items. (Client: FDOT District 4; Location: Broward County, Florida;Contact: Newton Wilson;Telephone: 954-777-4638; Start/End Date:10/2021-12/2021). Districtwide Statistics Contract, FDOT District 6. Project Engineer. Provided planning services to support the Department's Districtwide routine RCI and HPMS data collection efforts, roadway functional classification updates, traffic data collection and support, innovative data collection methodology development, project specific data collection, in-house support,and GIS support. (Client: FDOT District 6; Location: Miami-Dade County, Florida; Contact: Ana Calleja; Telephone: 305-470-5373; Start/End Date: 07/2010-Present). Districtwide RCI Data Collection, FDOT District 4. Project Engineer. Provide planning services to support the Department's Districtwide routine RCI and HPMS data collection efforts, in-house support, roadway functional classification updates,traffic data collection and support,innovative data collection methodology development,project specific data collection,basemap package,and GIS support. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Kara Schwartz; Telephone: 954-777-4364; Start/End Date:01/2010-Present). Districtwide Traffic Data Collection Project,FDOT District 4. Task Manager for the Traffic Characteristics Inventory(ICI)tasks. Implemented GIS applications to provide field maps and inventory tracking. Used SPS (MS2) and Counts Check applications to process the field information and to verify count sites. Performed PTMS design and inspections. (Client:FDOT District 4;Location: Broward County, Florida;Contact:Kara Schwartz;Telephone:954-777-4364;Start/End Date:07/2009-Present). Transit System Safety and Security Review and "Check-Up", FDOT District 4. Project Engineer. Performed on-site and document reviews as a part of the triennial,comprehensive transit system safety and security reviews of 6 transit agencies within the FDOT District 4. Reviews were carried out and reported on as per the requirements of Rule Chapter 14-90, F.A.C. Assisted with technical and training efforts that entailed performing comprehensive mock,on-site and document reviews of all the circulator transit systems and Section 5310 agencies within the FDOT District 4. (Start/End Date:2015-2018). Broward County Transit Garage Inspections. Project Manager. Ms.Reyes has worked doing bus inspections for BCT at Copans Road and Ravenswood Garages. The inspections consisted of documenting buses maintenance,buses condition, branded buses and bus route schedules. (Client: FDOT District 4; Location: Broward County, Florida; Contact: Khalilah French;Telephone: 954- 777-4490;Start/End Date:11/2018-12/2018). Districtwide SIS Program Support, FDOT District 4. Project Engineer. Performed 23 Strategic Intermodal System (SIS) Multi Modal Level of Service studies for the connectors in District 4. Planning and Operational analysis was performed. Duties included field data collection,field observations,crash data analysis review to evaluate the MMLOS and general operation conditions along the connectors. (Client: FDOT District 4; Location: Broward County, Florida; Contact:Amie Goddeau;Telephone: 954-777-4343; Start/End Date:09/2010-01/2011). Districtwide General Planning Consultant, FDOT District 4. Project Engineer. Provided planning services to supplement the Department's System Planning,Statistics and PD&E Staff. Assisted the Department in producing Design Traffic Report for PD&E study,18-Kip Reports,comprehensive GIS support,FSUTMS Model(SERPM and GTCRPM)Development and Application Support, Q/LOS Support,Traffic Analyses Review,Socioeconomic Data Development,Interchange Operation/Modification/Justification study and reviews, LRTP development, DRI and Sub-DRI reviews,Comp Plan Review and growth management documentation reviews and on-site Support. (Client:FDOT District 4;Location:Broward County, Florida;Contact:Tammy Campbell;Telephone:954-777- 4668;Start/End Date:09/2010-01/2011). Jessica Reyes,P.E., IMSA II Page 12 THE CORRADINO GROUP 85 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND ,T.1TI0N PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering E g [Lrn.mmd to E�,Iwr Satya Suresh Kumar Allu, P.E. Engineer I 7 Mr. Allu has over 15 years of experience in Transportation Planning and Traffic ' Engineering with a Master of Science in Civil Engineering. Prior to joining the consultant world, Mr. Allu was a Research Assistant in the Lehman Center of Transportation Research (LCTR) at Florida International University (FIU). He is specialized in GIS applications,Transportation Statistics and Traffic Analysis. Mr. Allu has implemented GIS applications, performed spatial analysis, database management and application packaging. He also maintains a solid knowledge in different GIS platforms and operating systems such as ArcGIS, ArcView, HCS, CORSIM,SYNCHRO,SIDRA,Microstation and Windows. He has managed Traffic Years of Experience Data Collection and successfully led numerous traffic studies including intersection 15 and arterial qualitative assessments, access management studies, RRR scoping reports, safety reviews, signal warrant analysis, left turn phase warrant analysis, general planning LOS analyses, and traffic projections. He has been an active Areas of Expertise Project Engineer in several projects related to traffic operations, crash analysis, ArcGIS,ArcView, HCS,CORSIM, safety and PD&E studies. SYNCHRO, Microstation and Project Experience Windows. Districtwide Traffic Operations and Safety Studies, FDOT District 6. Project Education Engineer for traffic operational/safety studies and safety reviews that included crash M. Sc.in Civil Engineering, Florida analyses, intersection/corridor operational analyses, and field reviews to identify site-specific issues related to high crash study locations.Assisted FDOT on network International University, Miami, International 2003 screening using the Highway Safety Manual(HSM)methodology for identification of FL, top locations for each emphasis area in the Florida Strategic Highway Safety Plan (SHSP). Conducted preliminary safety studies for several intersections identified B.Tech in Civil Engineering, under the Safe Strides 2 Zero program(Contact: Misleidys Leon, P.E.;Telephone: Jawaharlal Nehru Technological 954-470-5335;Start/End Date:08/2017-Present). University,2001 Districtwide Traffic Operations/Safety Studies, FDOT District 6. Project Engineer. Conducted several traffic operations and safety studies. Responsibilities Professional Registrations included supervision and review of data collection efforts,performing field reviews, Florida P.E.#85951,Registrations 201 crash analysis, access management reviews, and capacity analysis. Prepared condition diagrams,collision diagrams and produced initial draft reports as needed, based on the project. Some of the intersections studied include SR 976 at SW 69 Avenue, SR 5 at Sadowski Causeway, SR 986 at SW 116 Court, and SR 9 from Flagler Street to NW 7 Street. (Client: FDOT District 6; Location: Miami-Dade County, FL; Contact: Khalil Maarouf; Telephone: 305-470-5335; Start/End Date: 2014-2019). Districtwide Traffic Operations Safety Review, FDOT District 4. Project Engineer. Conducted several traffic operations, safety studies, and 3R safety reviews. Responsible for crash analysis,intersection/corridor operational analysis, field reviews, developing reports with recommendations to reduce the crash potential at study locations. Some of the studies include qualitative assessment at SR 80 and Hatton Highway,safety study along SR 858 from SR 7 to SW 44 Avenue, 3R safety review along SR 704 from Tamarind Avenue to Lakeview Avenue. Other Satya Suresh Kumar Allu,P.E. Page I 1 THE CORRADINOGROUP - 86 TAB 2 Experience & Qualifications RFQ 2023-030-ND GEE' RANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering mnmROed toExcellence tasks included completion of over 200 fatal crash reviews. (Client: FDOT District 4;Location:Broward County, FL;Contact:David Moore;Telephone:954-777-4375). RRR Safety Reviews,FDOT District 6. Engineer Intern. The study involved performing crash analysis and field reviews to identify any traffic safety concerns along the study corridor and recommending appropriate improvements. Responsibilities included conducting field reviews, preparation of collision diagrams,crash summary tables,aerial exhibits,and drafting the report. Some of the corridors studied were SR 969/NW 72 Avenue from Flagler Street to NW 23 Street,SR 934/West 21 Street from West 4 Avenue to East 4 Avenue,SR 989/SW 112 Avenue from SW 224 Street to US 1,SR 7/NW 7 Avenue from NW 32 Street to NW 78 Street, and SR A1A from Bayview Drive to 189 Street. (Client:FDOT District 6;Location:Miami-Dade County,FL;Contact:Jennifer Barrow; Telephone:305-470-5382;Start/End Date:2006-2007). Districtwide General Planning Consultant, FDOT District 6. Project Engineer. Responsible for conducting transportation engineering studies which included 18-Kips report, project traffic forecasting, GIS applications implementation, spatial analyses, database management and application packaging. Assisted in preparation of context classification report for State Highway System in Miami-Dade and Monroe counties. (Client:FDOT District 6;Location:Miami-Dade County,FL;Contact:Neil Lyn;Telephone:305- 470-5373;Start/End Date:2015-2020). Districtwide SIS Program Support, FDOT District 4. Project Engineer. Districtwide contract for Strategic Intermodal System (SIS)connector studies that included multi-modal level of service analysis,safety analysis,and preparation of engineering reports. Responsible for conducting field reviews, crash data reviews, and LOS analyses using LOSPLAN and Synchro along SIS connectors and drafting reports for 23 SIS connectors located within Broward and Palm Beach Counties. Other tasks included preparing LOS maps, truck volume maps,FEC park-n-ride facilities and Amtrak station(potential locations)maps for all counties in District 4. Also,developed the SIS brochure for District 4 using ArcGIS. (Client: FDOT District 4; Location: Broward County, FL;Contact:Amie Goddeau;Telephone:954-777-4635;Start/End Date:2006-2009). Districtwide GIS General Consultant, FDOT District 4. Project Engineer. Assisted in development of the Roadway Atlas using ArcGIS for all counties in District 4 for years 2007 through 2010. The compilation of Atlas included preparation of individual maps for each of the assigned series (LOS, SERPM/GTCRPM, SIS, and SHS)for all counties in District 4. The maps were published in Adobe Acrobat(PDF)format and ArcPublisher(PMF)format. The GIS data was also converted to Keyhole Markup Language(KML)files for graphically displaying the spatial data in the Google Earth application. (Client:FDOT District 4; Location: Broward County,FL;Contact:Jason Learned;Telephone:954-777-4664;Start/End Date: 2007-2010). Districtwide General Planning&Environmental Support,FDOT District 4. Project Engineer. Responsible for creating maps for the US 27 Rail Corridor Feasibility Study using ArcGIS which included the existing rail alignment, 1920's planned FEC rail alignment and the proposed initial rail alternatives. Other tasks included review of traffic forecasts and LOS analyses for Kings Highway PD&E Study, traffic forecasts for Interchange Operational Analysis Report for 1-95 at Lantana Road,and development of KML files to display the LOS and 2035 Cost Feasible Plans for District 4 Counties in the Google Earth application. (Client: FDOT District 4;Location:Broward County,FL;Contact:Chon Wong;Telephone:954-777-4659;Start/End Date:2008-2012). Districtwide PD&E Traffic Consultant,FDOT District 6. Project Engineer. Districtwide contract for PD&E studies that included traffic analysis and preparation of various engineering reports. Responsible for obtaining signal timing data,crash data, historical traffic data,data from SERPM,developing crash summary tables,performing trends analysis,traffic forecasting to establish future year volumes(interim and design),and conducting general planning LOS analysis. Districtwide Miscellaneous Traffic Studies&RCI Data Collection,FDOT District 6. Project Engineer. Assisted with obtaining site specific information prior to Roadway Characteristic Inventory(RCI)data collection. Created several maps with RCI features for field review purposes using ArcGIS. Provided office support for electronic submittals to include all data files. (Client:FDOT District 6;Location:Miami-Dade County,FL;Contact:Lee Fang Chow;Telephone:305-470-5212;Start/End Date:2007-2012). Satya Suresh Kumar Allu,P.E. Page 12 THE CORRADINOGROUP 81 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023.030-ND `.ND TRAFFIC ENGINEERING CONSULTANT SERVICES CTS ronv.wrte,l N f,reltence Jeremy Mullings, AICP Senior Planner Mr. Mullings has over 18 years of urban, and long and short-term transportation planning experience including, mass transit,transportation demand management, seaports and freight movement. He has also planned and successfully implemented large-scale public outreach efforts for major transportation projects as Florida Department of Transportation's (FDOT) District Transportation Demand Management (TDM) Manager. He was entrusted to be FDOT District 4's official point of contact and technical advisory committee member to the district's two largest, most populated and highest funded Metropolitan Planning Organizations (Broward and Palm Beach). Prior to working for FDOT,Mr.Mullings oversaw state led community redevelopment efforts under the Governor's Front Porch Initiative Years of Experience (GFPI). In carrying out GFPI responsibilities, Mr. Mullings was recognized, by the 18 Governor of the State of Florida,as a state leader in getting community and business leaders to work cooperatively with city,county and state government to implement the community's master plan. In 2013,Mr.Mullings was also recognized by FDOT Areas of Expertise District Four for achieving excellence through partnerships. Transportation(Transit) Planning, Community Redevelopment, Land- Project Experience Use Planning,Affordable Housing, Public Outreach and Involvement, South Florida Commuter Services (SFCS) FDOT, Districts 4 and 6. Project Social Media Marketing, Grant Director. Leads all aspects of FDOT's regional transportation demand management Administration,Transit Oriented program. Region spans Indian River County to the Florida Keys. Through Developments, Logistics and Supply coordination with local transit agencies,MPOs,municipalities and the private sector, Chain Metropolitan SFCS reduces daily vehicle miles traveled on regional corridors by encouraging Planning Process,Management, M rote Streets single occupant vehicle commuters to change behavior and utilize mass transit, gp carpooling,vanpooling,biking and walking. SFCS has a staff of 17 and successfully utilizes grassroots, mass media and online/social media strategies to engage the Education traveling public. (Start/End Date:2018-Present.) B. Sc. in Marketing, Florida Atlantic University, Boca Raton, FL,2001 Transit System Safety and Security Review and"Check-Up,"FDOT,District 4. Project Manager. Performed on-site and document reviews as a part of the triennial, comprehensive transit system safety and security reviews of 6 transit agencies B. Sc. in International Business and within FDOT's District Four. Reviews were carried out and reported on as per the Trade, Florida Atlantic University, requirements of Rule Chapter 14-90,F.A.C. Additionally,led a technical assistance Boca Raton, FL,2001 and training effort that entailed performing comprehensive mock, on-site and document reviews of all of the circulator transit systems and Section 5310 agencies Certifications&Training within FDOT's District Four. (Start/End Date:2015-2018.) American Institute of Certified 595 Express Bus Service,FDOT District 4. Project Manager. Oversaw and lead Planners,American Planning all activities to implement regional express bus service that operates within 1-595 Association,2014 Corridor and 1-95 Managed Lanes. Efforts required ongoing dialogue with Broward County Transit, Miami-Dade Transit, City of Sunrise, Broward MPO, South Florida Education Center,Town of Davie,community organizations and the private sector. Correlated existing commuting patterns and volume with market research to design routes and select bus model and features. Implemented a comprehensive regional marketing and outreach campaign that included focus groups,TV,radio,billboards, Jeremy Mullings,AICP Page I 1 THE CORRADINO GROUP 88 TAB 2 Experience & Qualifications m f,^v1I BEAN RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering f Mfw/m Fac�Anc� print,grassroots,online and social media marketing. (Contact Jeff Weidner,Telephone:954-777-4670;Start/End Date:2010-2013.) 595 Express Bus Park and Ride Network, FDOT Districts 4. Project Manager. Implemented three new park and ride lots to support the 595 Express Bus service utilizing three distinct strategies. BB&T Center Park and Ride Lot (Sunrise, FL) was implemented via three-party shared-use agreement preserving original event parking use while availing part-time excess capacity to commuters. Oversaw planning, design and construction of improvements to facility. Davie Mobility Hub (Davie, FL) was implemented via traditional FDOT planning and demand forecasting, right of way acquisition, design and construction. Westgate Square Shopping Center(Sunrise, FL)was implemented via shared-use agreement with property owner. Mr. Mullings quantified added value the increased vehicular and kiss and ride traffic as well as spillover benefits from 595 Express Bus marketing that the shopping center would receive in lieu of payment or more formal lease agreement for use of parking. (Contact: Jeff Weidner, Telephone:954-777-4670;Start/End Date:2010-2013.) Park and Ride Lot Capital Improvements,FDOT District 4. Consultant Project Manager. Led the effort to analyze certain park and ride lots'efficiency and effectiveness as it relates to present day and projected conditions and volumes. The study included collecting and analyze data and making planning level recommendations for potential capital improvements at each park and ride in District Four. This was done on a lot-by-lot basis.Data collection included field and GIS efforts in addition to reviewing traffic volumes and multimodal characteristics of adjacent roadways. (Start/End Date:2017.) 95 Express Bus, FDOT District 4. Project Manager. Led final planning and introduction of regional express bus service that operates in the managed lanes on 1-95. Also worked with Broward County Transit, Florida's Turnpike and the City of Miramar to assess demand for additional route that would operate between Miramar and Downtown Miami via Florida's Turnpike. Said route, the first ever public transit service operating on Florida's Turnpike, was introduced under Mr. Mullings' leadership and is now a national benchmark. (Contact:Jeff Weidner,Telephone:954-777-4670;Start/End Date:2010-2012.) Commuter Assistance&Park and Ride,FDOT District 4. Program Manager. Provided direction and leadership of South Florida Commuter Services'18 staff member consultant team (PB Americas). Streamlined semi-annual park and ride lot inspection and inventory process. Introduced"measurable outcome"approach to implementing transit marketing and outreach efforts. Solidified partnerships for expansion of FDOT's rideshare program with Broward County Transit, Palm Tran, Miami-Dade Transit, Broward MPO,Palm Beach MPO,and St Lucie MPO. (Contact:Jeff Weidner,Telephone:954-777-4670;Start/End Date:2009-2010.) 1-75 Managed Lanes Planning Consistency(TIPISTIP/LRTP), FDOT District 4. Project Manager. Coordinated with Broward MPO, FDOT design project managers and district leadership as well as Federal Highway Administration to ensure required documented planning consistency and local support, which was needed to attain federal approval to advance construction of the $400M managed lanes project on 1-75 into FY2013. (Contact:Jeff Weidner,Telephone:954-777-4670;Start/End Date:2013). Interactive Transportation Improvement Program (TIP), FDOT District 4. Joint Project Manager. Researched and ranked available technology to automate how MPO's create,manage and amend their TIPs and how the public and transportation partners access their TIPs. Worked with the MPO's to transition to new TIP platform,making all MPOs'TIPs uniform and more user friendly. Crafted agreement and financial match requirement. (Contact:Jeff Weidner,Telephone:954-777-4670;Start/End Date:2011-2012.) WAVE Streetcar (Downtown Ft. Lauderdale Circulator) Planning Consistency, FDOT District 4. Researched and ranked available technology to automate how MPO's create,manage and amend their TIPs and how the public and transportation partners access their TIPs. Worked with the MPO's to transition to new TIP platform,making all MPOs'TIPs uniform and more user friendly. Crafted agreement and financial match requirement. (Start/End Date:2016-2017.) Jeremy Mullings,AICP Page 12 THE CORRADINO GROUP 89 1AB 2 Experience & Qualifications / IAMIBEACH RF4 2023-030-ND n(! PrPTtTION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering m...,MtedmExce,a c Kristina Morrow, AICP,,,..41.111). Project Planner t . Ms. Morrow has a Master's Degree in Urban and Reginal Planning and is an American Institute of Certified Planners (AICP) professional who is committed to excellence on behalf of government agencies. Ms.Morrow has over eight(8)years of well-rounded transportation planning experience supporting and leading efforts for corridor and feasibility studies,multimodal assessments,equity analyses,public outreach,Transit Development Plans(TDPs),PNR lot inventories,transit safety and security compliance,transit service planning,transit grants,and MPO core products (LTRPs, TIPs, UPWPs, PPPs). Ms. Morrow has provided planning and outreach Years of Experience support for South Florida Commuter Services as well as supporting high-profile 8 projects under the FDOT District 4's largest GPC-type planning contract and other GPC-type planning contracts in South Florida. She has provided both outside and Areas of Expertise in-house consulting services for the Florida Department of Transportation (FDOT) Transportation(Mass Transit) District Four's Office of Modal Development (OMD), and the Planning and Panning, Multi-modal Planning, Environmental Management Office(PLEMO)since 2016. Experienced in regulatory Transit Safety and Security, and statutory compliance,she has conducted technical assistance assessments of Metropolitan Planning bus transit system safety and security operations and standards for 50+ transit Organization(MPO)processes, providers in Florida. Ms. Morrow is committed to developing transportation options Complete Streets,Transit- to increase local and regional mobility as well mitigate traffic congestion. Oriented Development,Transit Project Experience Asset Management(TAM), Geographic Information Systems Community Bus Shuttle Safety/Security Reviews, Broward County Transit. (GIS) Task Lead. Performing document reviews of safety and security documents for compliance with federal,state(Rule Chapter 14-90,F.A.C),and local requirements Education associated with the Interlocal Agreement for the Community Bus Shuttle program M.A. in Urban and Regional participants in Broward County. (Contact:Collin Mulloy;Telephone:850-414-4553; Planning, Florida Atlantic Start/End Date:01/2021-Present). University, Boca Raton, FL 2017 RHCI Support Central Office,FDOT Central Office. Planner. Providing support B.A.in Environmental and Public for the Rail Highway Crossing Inventory update for all at-grade railroad crossings Health,University of North statewide. Assisted the development of a data collection tool to capture all required Carolina at Chapel Hill,Chapel and voluntary data fields associated with the Federal Railroad Administration U.S. Hill, NC 2014 DOT Crossing Inventory Form F 6180.71. Participate in quarterly meetings with each FDOT District, including Florida's Turnpike Enterprise (FTE). Coordinating Certifications&Training with local municipalities and metropolitan planning organizations statewide to LEED Green Associate,Transit compile traffic data for local roads in vicinity of at-grade railroad crossings. (Contact: Safety and Security Program Rob Stapleton;Telephone:850-414-4553;Start/End Date:01/2021-Present). (TSSP)Certification,USDOT, Miami-Dade County Department of Transportation and Public Works(DTPW) 2018 Merit Award,APA Traffic Engineering Division(TED). In-house Support. Providing on-site support Transportation Division,Paper to the Traffic Engineering Division to review technical transportation studies Title:Level Three Autonomous submitted for proposed projects in unincorporated Miami-Dade County and Vehicles:Challenges to Safety municipalities. Prompt input to the Division is often required on accuracy of Under Conditional Automation, information provided in traffic studies as they relate to the impact of the existing and U.S.Green Building Council,2016 future transportation systems. These studies included,but not limited to traffic Kristina Morrow,AICP Page I 1 THE CORRADINOGROUP 90 TAB 2 Experience & Qualifications f,,, n,MieEACH RFO 2023.030-ND GENERA! TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering artmExce impact analysis, plat reviews,traffic flow modifications and street closure request,CDMP concurrency and DRIs,site plan reviews, road impact fees studies, zoning applications, signal warrant studies, intersection level of service and gate/queuing analysis, intersection and collision diagrams, travel time and delay studies, and signing, marking and signal inventories. Conducted transportation, planning, and other feasibility work requested by the County Commission. (Contact: Yamilet Senespleda, P.E.; Telephone:305-375-2746;Start/End Date:04/2019-Present). Miami-Dade Transit's Transit Development Plan Updates,FDOT District 6. Transportation Planner. Assist in the development of the Miami-Dade Transit(MDT)Transit Development Plan(TDP)Major Updates and Annul Progress Reports including coordination with DTPW,Miami-Dade TPO,and the FDOT District 6 staff. Development of the TDP Implementation Plan and Vision Plan through evaluation of projects in partner agency documents such as the Miami-Dade TPO LRTP and adopted TIP,as well as county Capital budget rollup. Provide updates to existing service characteristics. Perform performance assessments to evaluate DTPW's progress in achieving TDP Major Update goals by assessing progress against quantifiable targets. Performed public outreach at high ridership transit stops and transfer terminals and collected +3,000 total survey questionnaires annually. (Contact: Thomas Rodriguez; Telephone:305-514-3142;Start/End Date:08/2017-Present). FDOT CRISI Grant Management. Lead Planner. Led the development and coordination of the construction agreement/change orders as a stipulation by Federal Railroad Administration(FRA)for the Consolidated Rail Infrastructure and Safety Improvements (CRISI)grant, which was awarded to provide Rail Dynamic Envelope (RDE) pavement markings at select locations across Palm Beach and Martin counties. (Contact:Gregor Senger,FCCM;Telephone:954-777-4142;Start/End Date:06/2021-Present). Mobility Fee, Miami-Dade County Department of Transportation and Public Works (DTPW) Regulatory and Economic Resources(RER). Planner. Provided support to Miami-Dade County in shifting from collecting a Road Impact Fee(RIF)to collecting a Mobility Fee which could be used to fund projects improving all modes such as walking, biking, and transit. Coordinated with transportation agencies to identify project details for 2045 LRTP Bicycle and Pedestrian projects. Assisted in developing GIS layer of LRTP Transit,Bicycle and Pedestrian,Municipal projects stratified into proposed Mobility Fee Zones to support use of a mobility fee across all modes. (Contact:Dan Hardy,P.E.,PTP;Telephone:703-776-9922;Start/End Date: 10/2020-Present). Miami-Dade TPO FY 2021 and 2022 Unified Planning Work Program Development,Miami-Dade TPO. Planner. Provided direct assistance for the development of the Miami-Dade Transportation Planning Organization's(TPO)Unified Planning Work Program (UPWP)based on the TPO's mission,vision,and tasks to sustain the continuing state and federally mandared transportation planning process. Facilitated regular progress coordination meetings with internal TPO staff to coordinate the development of the UPWP and ensure adherence with all federal, state, and scheduled TPO deadlines. Developed UPWP content into a streamlined format, provided a technical review of tasks to ensure consistency with requirements,and performed financial reviews and assessments in the balancing and development of the FY 2021 and FY 2022 UPWP budgets. Coordinated with transportation partners including the Broward MPO, the Palm Beach TPA, and the Miami-Dade County Department of Transportation and Public Works(DTPW)and Regulatory and Economic Resources(RER)and other regional partners such as South Florida Regional Transportation Authority (SFRTA) and the Southeast Florida Transportation Council (SEFTC). (Contact: Lisa Colmenares; Telephone: 305-375-1738; Start/End Date:12/2019-05/2020). TMA Grant Support,FDOT District 4. Transportation Planner. Provide additional support to the TMA Implementation in the Glades Area through identifying and responding to grant opportunities. Compiled grant opportunities into database. Initial research to create a regional profile of the Glades Area, identifying geographical and socioeconomic data, unemployment rates, employment by industry,average travel time,community preferences,etc. (Contact:Jayne Pietrowski;Telephone:954-777-4661;Start/End Date: 08/2018-Present). Kristina Morrow,AICP Page 12 THE CORRADINO GROUP 91 TAB 2 Experience & Qualifications I nIAMiBEACH RFQ 2023-030-ND +>iN PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TS Engineering Nelson Fernandez Senior Engineering Technician ;.-..0 Mr. Fernandez has 15 years of experience as a Traffic and Planning Technician specializing in Transportation and Planning. He has worked in Rail-Highway Crossing Inventory(RHCI)throughout the State of Florida,Traffic Data Collection, Roadway Characteristics Inventory(RCI),Highway Performance Monitoring System (HPMS), Straight Line Diagrams (SLD) production, PTMS Inspections and Travel Time Studies. During his career at CTS Engineering, Inc., he has proven to be a reliable and valuable asset by applying new innovative ideas to conduct business by using his previous experience. He has great experience in the engineering field Years of Experience which helps him understand the need and value of quality data. 15 Project Experience Areas of Expertise Planning RCI Data Collection and Analysis —Continuing, FDOT District 7. RCI Advance Senior Lead Technician. Mr. Fernandez supports District 7 by offering the latest HPMS Advance data collection methods and innovative ideas for RCI, HPMS and Construction CADD Technician Notices. He keeps records of schedules and mapping routes. Mr. Fernandez performs all the data collection from pre-office inventory to post-office leading to Education effective submittals. He collects all new roadways alignments using GPS High School Graduate coordinates, extremely familiar using the DMI, MicroStation and all the FDOT applications needed to complete his assignments. (Client: FDOT District 7; Location: Hillsborough County, Florida; Contact: Sherry Meralagno; Telephone: Certifications 813-975-6128;Start/End Date:04/2021-Present). CSX Roadway Worker Protection Districtwide Statistics Contract,FDOT District 6. Senior Technician. Provided Contractor Safety planning services to support the Department's Districtwide routine RCI and HPMS RTA Contractor Safety Training data collection efforts, roadway functional classification updates, traffic data collection and support, innovative data collection methodology development, project specific data collection,in-house support,and GIS support. (Client:FDOT District 6;Location:Miami-Dade County,Florida;Contact:Ana Calleja;Telephone: 305-470-5373;Start/End Date:07/2010-Present). Districtwide Traffic Data Collection Consultant, FDOT District 4. Senior Technician for the Traffic Characteristics Inventory(TCI)tasks. Implemented GIS applications to provide field maps and inventory tracking. Used MS2 application to process the field information and to verify count sites. Performed PTMS design and inspections. (Client: FDOT District 4;Location:Broward County,Florida;Contact: Kara Schwartz;Telephone:954-777-4364;Start/End Date:07/2009-Present). Districtwide Roadway Data Collection, FDOT District 4. Senior Technician. This project involved Mr. Fernandez in several tasks from pre-field inventory until the submittal process. He performed RCI field data collection, data input into the RCI database,running edits for the data input,preparation of SLD's,and submittal based on timeliness. (Client:FDOT District 4;Location:Broward County, Florida; Nelson Fernandez Page I 1 THE CORRADINO GROUP 92 TAB 2 Experience & Qualifications MIAMIBEACH RFD 2023-030-ND SPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CETS ngineering Commeted to Excellence Contact:Kara Schwartz;Telephone:954-777-4364;Start/End Date:2011-Present). 1-95 Corridor Origin Destination License Plate Study,FDOT District 4. Field Technician. Mr.Fernandez has installed Bluetooth devices for Origin Destination Study along 1-95 from Martin County to Indian River County to find pairing of license plates along the corridor. Once the data was collected video revision needed to be performed and transferred the data into Excel database for analysis. 1-95 PD&E Study(from Martin/St. Lucie County Line to SR-70), FDOT District 4. Senior Technician. Under this project, Mr. Fernandez performed various tasks such as field traffic data collection,office data processing,and assisted with preparation of the project submittal. (Client:FDOT District 4;Location:St.Lucie County, Florida;Length of Corridor: 13.75 miles;Contact:Pat Glass; Telephone:954-777-4681;Start/End Date:09/2013-11/2013). SR 808/Glades Road PD&E Study (from SR-7 to US-1), FDOT District 4. Senior Technician. Mr. Fernandez conducted intersection delay study along the corridor. He also performed travel time and delay study using the floating vehicle method with GPS equipment, while supervising the field crews. (Client: FDOT District 4; Location: Palm Beach County, Florida; Length of Corridor: 14.07 miles;Contact:Gregor Senger;Telephone:954-777-4141;Start/End Date:2012-2013). SR-7 PD&E Study(from Sample Road to Glades Road),FDOT District 4. Senior Technician. Mr.Fernandez performed travel time data collection using the floating vehicle method with GPS equipment. He also performed transit boarding and travel time data collection for this contract. (Client: FDOT District 4; Location: Broward and Palm Beach Counties, Florida;Length of Corridor:6.5 miles;Contact:Gregor Senger;Telephone:954-777-4141;Start/End Date:2011-2012). Districtwide Miscellaneous Traffic Studies & RCI Data Collection, FDOT District 6. Technician. Mr. Fernandez performed Roadway Characteristics Inventory (RCI) data collection and data entry for Traffic Features collected for this contract. He also assisted office work for field data collection prior to inventory using Google, Iview, RCI mainframe information. Mr. Fernandez developed a target schedule to complete the work assignments on time. He also updated file systems as segments were inventoried. He provided office support for electronic submittals for all data files in the format requested by FDOT. (Client: FDOT District 6; Location:Miami-Dade County,Florida;Contact:Lee Fang Chow;Telephone:305-470-5212;Start/End Date:04/2009-01/2011). Districtwide Miscellaneous Traffic Studies & RCI Data Collection, FDOT District 4. Senior Technician. Mr. Fernandez performed traffic data collection for 24-hr and 48-hr ADT and classification counts. He downloaded the field data to process the information for FDOT. (Client: FDOT District 4;Location: Broward County, Florida;Contact: Newton Wilson;Telephone:954-777- 4638;Start/End Date:2004-2010). Permanent Traffic Monitoring Site (PTMS) Inspection, FDOT District 4. Senior Technician. Mr. Fernandez performed field inspection on the cabinet wiring, loop assembling, piezo axle sensors, and the pull and junction boxes for PTMS sites within the District. He also conducted PTMS inspections for new and reconstructed sites. (Client:FDOT District 4;Location:Broward County, Florida;Contact:Kara Schwartz;Telephone:954-777-4364;Start/End Date:2004-2010). Nelson Fernandez Page 12 THE CORRADINO GROUP 93 TAB 2 Experience & Qualifications t'A AIVMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY Mr. Fritz has 17 years of professional experience in the redevelopment of local and regional centers along with the revitalization of economically distressed neighborhoods. His roles on projects consist of providing guidance in the creation and implementation of concise measurable objectives that can allow for the implementation of wide scale redevelopment. He focuses on creating a roadmap with an emphasis on fostering economic and cultural vitality whether on a regional,city,neighborhood,or downtown scale. He has extensive experience on the redevelopment of catalytic projects through '� .. master planning and strategic land acquisition. His experience with neighborhood and downtown development involved the use of infill housing/land banking, implementing significant public infrastructure improvements, full-scale code enforcement approach, managing a business improvement district, and creating opportunities for economic development in federally designated CDBG neighborhoods. Mr.Fritz has worked with various jurisdictions in the Texas and Florida regions and is very familiar with their different standards and requirements.This knowledge often leads to AREAS OF EXPERTISE successful interactions between firms and other interworking agencies.For many projects, Mr. Fritz has provided in-depth land use/economic analysis, management of public O Planning&Design outreach initiatives,GIS support, land sale coordination, project management,and led O Public Policy master planning efforts. O Land Use Planning&Zoning O Transit Oriented Development O Downtown Development Aldo Fritz A I C P O Neighborhood Revitalization O Urban Development O Community Outreach SENIOR TRANSPORTATION PLANNER YEARS OF EXPERIENCE Project Role: Bachelors of Arts,Communications,Florida Atlantic University,FL Project Experience Abram Street Redevelopment, Arlington, TX, Downtown Arlington Business REGISTRATIONS&CERTIFICATIONS Improvement District, 2019, $26M: President and CEO for Downtown Arlington Business Improvement District. Project American Institute of Certified Planners entailed extensive overall of a major corridor 026930 and spine running through Downtown Arlington and expanding across city PROFESSIONAL HISTORY boundaries.Construction included roadway and utilities improvements to Abram between Cooper and Collins streets and TJKM 2019—Present added on-street parking, enhanced Downtown Arlington Business landscaping, public art and pedestrian Improvement District 2017-2018 amenities that aimed to create a more 1CPenney 2016-2017 vibrant, welcoming atmosphere for City of Dallas 2009-2016 Downtown shoppers, diners, and visitors. Florida DOT 2008-2009 Served as primary contact and liaison HDR Architecture 2006-2008 between the Downtown Arlington Broward County 2005-2006 Stakeholders, business, property owners, kDUCAIION City of Arlington,and Construction Project Managers. Sylvan Avenue Bike Lane Redesign,Dallas, Masters in Real Estate,University of Texas TX,Circuit Trail Conservancy/City of Dallas, at Arlington,TX 2022$50K:Project Manager responsible to Masters in Urban&Regional Planning, evaluate the project's impacts to the Florida Atlantic University,FL pedestrian network, transit accessibility, bicycle safety and overall accessibility on TJ K M Planning•Engineering•ITS•Parking•Operations•Complete Streets h� California I Florida I Texas THE CORRADINOGROUP 94 TAR 2 Experience & Qualifications LAI AI,A1 BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Aldo Fritz,AICP 2 Sylvan Avenue between Irving Boulevard and • Two acre Urban Farm public facility development and/or private Singleton Boulevard. Deliverables for the • Neighborhood Cafd and Market re-use.This had the potential of creating,not project included a multimodal analysis, only a new city hall,central police station and Cigarette Hill/AlamWilton Manors Main traffic impact analysis, and assistance with supporting facilities, but could identify the design of intersections along the corridor. Street Redevelopment,Wilton Manors, FL, most appropriate approaches for creating City of Wilton Manors, 2006, $7.5M successful and fiscally optimal mixes of uses Economic Development Strategic Plan, (proposed):Assistant Project Manager.The Cedar Hill,TX,City of Cedar Hill,2020,$80K: City desired a high-quality downtown and facilities at the various sites while enhancing community and civic values and Project Manager for the Transportation redevelopment project including retail, service. Element of the City's Strategic Economic office and/or residential space that also Development Plan. Responsible for a accomplished construction of a key public Inventory of Basic Housing Needs, comprehensive assessment of multimodal facility and infrastructure. There was a Overtown, PowerU Miami, FL, Florida circulation conditions, opportunities, possibility that five acres of city-owned land Atlantic University, 2006, $25K: Served as constraints, and developing mobility could be redeveloped through a public- research assistant on a collaboration opportunities to support community land private partnership into a mixed-use city between PowerU and Florida Atlantic use and economic development goals, center encompassing a new city hall and sup- University. The project entailed examining including complete street feasibility porting the functions of daily life: shelter, the community of Overtown located along assessment. employment, recreation, retail, civic and the periphery of Downtown Miami,Florida. Downtown Arlington Master Plan, possibly education. The Project Team The intent of the project was to analyze the Arlington, TX, Downtown Arlington analyzed two contrasting redevelopment impediments for community engagement, Business Improvement District, 2018, scenarios. Scenario 1 included the economic development and social equity $200K Served as Downtown Arlington redevelopment of the entire 5 acre parcel along with highlighting the main economic Master Plan Advisory Committee member including a new city hall, hotel, residential drivers leading towards the gentrification of helping to establish a strategic framework and retail.Scenario 2 included a new city hall, the neighborhood. Accessibility to and specific action items to guide the next surface parking and open space.The results transportation, limitations caused by land generation of development of Downtown were concluded through evaluating end-use use, availability of social programs, and Arlington.The Plan builds on the substantial compatibility, market demand, financial capital were all elements analyzed for the public and private investment in Downtown viability and implement ability. project. in the last several years. Broward County Governmental Center Comprehensive Plan Evaluation & Bexar Street Redevelopment, Dallas, TX, Downtown Campus Development Appraisal, Broward County, FL, Broward City of Dallas,2009-2016,$24M:Served as Feasibility Study,Fort Lauderdale,FL,City of County Planning & Redevelopment, 2005: Chief Planner on City of Dallas' Ft. Lauderdale, 2007, $750M (proposed): Served as Urban Planning Staff.The Broward redevelopment efforts of the Bexar Street Assistant Project Manager and Urban County Comprehensive Plan is composed of Corridor. The redevelopment was Planner.A County Commissioners'"Sense of 15 Elements that contain Goals,Objectives, implemented in three phases by the City of Place" initiative aimed at making Broward and Policies(GOPs)and divided into specific Dallas Housing/Community Services visually more attractive, instituting a Elements. The Plan also contains a map Department, under its Neighborhood comprehensive urban redevelopment plan series that generally describes existing or Investment Program. The Bexar Street in partnership with municipalities, future conditions related to the Plan's Corridor is located within the City's South preserving the environment and improving Elements.The Plan itself is evaluated every Dallas Ideal/Bonton neighborhood. public transportation.The Project Team was seven years to determine the plan's validity Extending from Brigham to CF Hawn, selected as a development advisor to take with state requirements, socio-economic redevelopment plans included: the County through a comprehensive conditions,and/or boundary changes. approach to this opportunity, establishing Design Guidebook Codification, Broward • Pedestrian infrastructure realistic redevelopment scenarios, testing County, FL, Broward County, 2007, N/A: implementation,community art and the economics for public benefit, and Assistant Project Manager and Urban public green space procuring the most appropriate developer as Planner.The team worked with the County • Four mixed use buildings comprising a partner. to identify and implement specific technical 32 residential units and approximately Multi-Facility Master Plan Study, Fort and legal changes in the County's regulatory 30,000 sq.ft.of neighborhood-serving Lauderdale,FL,City of Ft.Lauderdale,2007, and administrative system (administrative office/retail space;31 for-sale fee simple Townhouse units(Townhomes $150M (proposed): Assistant Project codes,roadway standards,Traffic Ways Plan, Manager and Urban Planner: The Project Zoning Code and Land Development Code) at Bexar Street Village) Team advised the City of Ft. Lauderdale to both allow and incentivize development • Bexar Police Satellite State could develop the City's owned lands following the various principles set out in the • Targeted infill development on land through public-private partnerships. The Community Design Guidebook. This work bank lots,infrastructure improvements team reviewed the re-use potential and includes identification of new streetscape and code enforcement within the Ideal values of 10 City owned sites in excess of 2 cross sections from building wall to building neighborhood 1/2 acres each (230 acres total) for both wall for different levels of road. THE CORRADINO GROUP 95 TAB 2 Experience & Qualifications RFO 2023-030-ND AD TRAFFIC ENGINEERING CONSULTANT SERVICE TAM VISION THAT MOVES YOUR COMMUNITY With over 30 years of transportation planning and engineering experience in both public and private sector,Mr.Schatz continues to advance the tenants of community resiliency and sustainability, complete streets, and context-sensitive, people-centric solutions. A . nationally recognized expert in alternative geometric design, he holds registration as a ` ... professional engineer in five states and certification as a professional traffic operations ) r. engineer and as a professional transportation planner. He is a member of American k Planning Association, Congress for the New Urbanism, WTS, and Institute of Transportation Engineers(ITE).He was a member of the project steering committee for National Association of City Transportation Officials(NACTO)Urban Street Design Guide. He is a former chair of ITE's Roundabout Committee and a current member of TexITE's Roundabout Committee. Gary Schatz, PE, PTOE, PTP AREAS OF EXPERTISE o Complete Streets SENIOR TRANSPORTATION ENGINEER O Community Engagement Project Role: o Safe Routes to Schools O Traffic Calming Techniques Project Experience implementation of Bryan's first YEARS OF EXPERIENCE Pedestrian Hybrid Beacons,and City Transportation Engineering Consultant, development of schematic designs xiiiiiMilillitik Bryan, Texas, Mobility Planning & for Bryan's first two multilane Engineering, LLC, 2015-2018, $450K: roundabouts deployed along a major Provided guidance to City Engineer regarding thoroughfare transportation issues.Mentored junior staff • Developed designs and documents REGISTRATIONS&CERTIFICATIONS and engineering technicians on traffic for establishing a railroad quiet zone engineering operations and customer for 25 at-grade crossings service. Performed technical review of • Facilitated the first installation of FL PE 94378(Civil) development submittals and capital wireless Rectangular Rapid Flashing KS PE 19340(Civil) projects. Developed review comments, Beacons in Bryan MO PE 2007022332(Civil) design concepts,and recommendations for • Devised,implemented and managed NM PE 18835(Civil) regionally significant projects: Bryan's first traffic calming program OK PE 16849(Civil) ▪ Texas A&M University Revised • Provided technical guidance and field TX PE 80895(Civil) Master Plan reviews for Bryan's first bicycle PTOE 1758/PTP 519 • Farm to Market Road 60/University master plan,first sidewalk master PROFESSIONAL HISTORY Drive Connectivity Study plan,and updated Americans with • Farm to Market Road 2818 Corridor Disabilities Act transition plan Study Actively engaged with staff, TJKM 2022—Present • State Highway 6 Corridor Study consultants,and other governmental Mobility Planning& • Interstate Highway 14 Gulf Coast jurisdictions in revising Bryan's Engineering,LLC 2015-2022 Strategic Highway Initiative thoroughfare plan as part of the first City of Austin,TX 2010—2014 • Associate member of Bryan/College comprehensive countywide Station Metropolitan Planning thoroughfare plan Walter P Moore 2006-2009 . Planned,designed and deployed a City of Houston,TX 1996—2006 Organization's Technical Advisoryg Traffic Engineers,Inc. 1995—1996 Committee and Active temporary roundabout and led Oklahoma DOT 1988-1995 Transportation Advisory Panel stakeholder engagement efforts; • Planned,designed and facilitated guided design of the permanent EDUCATION implementation of transportation roundabout and provided system improvements construction inspection support • Provided technical direction to the • Developed concepts,guided Master of Urban Planning, Texas planning and design of the Farm to technical analysis,and performed A&M University,College Station,TX Market Road 158/William J.Bryan stakeholder engagement to advance B.S., Civil Engineering, University of corridor project including integration Bryan's first two-way cycle track as Oklahoma,Norman,OK of complete streets concepts, part of a four-lanes to-three lanes conversion of an arterial street TJKM Planning•Engineering•ITS•Parking•Operations•Complete Streets Te California ) Florida I Texas THE CORRADINO GROUP 96 !AB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030-ND .ND TRAFFIC ENG;NEERING CONSULTANT SERVICES TJKM VISION THAT MOVES YOUR COMMUNITY I Gary Schatz,PE,PTOE,PTP 2 • Designed and facilitated choices;and,improving cycling connectivity functioning collaboratively with proposed implementation of Bryan's first on the existing State Route 156 between adjacent residential-over-retail buffered bicycle lanes Hollister and San Juan Bautista.The project development, parking management for • Developed over$2 million in required significant community and revenue generation options, green roof Highway Safety Improvement stakeholder engagement,much of it virtually technology for leasable events space,public Program candidate projects due to the pandemic. Role included art,an interpretive nature area coupled with • Led the planning of a new developing alternatives of design concepts rain gardens, and bike and pedestrian subdivision incorporating complete and articulating their benefits and trade-offs, connectivity to the rest of the park and to the streets concept providing technical information and adjacent community, guidance to the project team and client, Franklin-Beachwood Interconnectivity Plan, Interstate Highway 35 Corridor presenting findings and recommendations to Merced County, CA, County of Merced, Development Program,Austin,TX,City of the client and the community,and writing 2022-Ongoing, $135K: Task Lead. Project and publishing. Austin, 2010-2014, $1M: City Traffic aims to increase multimodal Engineer and Program Sponsor for interconnectivity between the Franklin- William J.Bryan/Farm to Market Road 158 multiagency analysis of Interstate Highway Beachwood study area and the nearby Corridor Project, Bryan, TX, City of 35 through Travis County that developed 135 amenities and employment centers linked to Bryan/Mobility Planning & Engineering, independent projects to improve safety and the City of Merced,the City of Atwater,and LLC,2017-2018,$350K:City Trarr portalion mobility valued at$2.4 billion. the Mid-California International Trade tiring Consultant. Provided technical District (formerly Castle Air Force Base) direction to the planning and design of the Pressler Road Extension,Austin,TX,City of Austin, 2013-2014, $1.2M: City Traffic Farm to Market Road through a prioritized list of improvements 158/William J. Bryan which support the development of a safe, corridor project including integration of Engineer. Developed a people-centric connected, and convenient multimodal complete streets concepts and development context-sensitive conceptual design for a transportation network. The plan entails of schematic designs for Bryan's first two roadway extension through a city park. three aspects: multi-faceted community multi-lane roundabouts deployed along a Concept included a modern roundabout, a engagement, innovative pedestrian and major thoroughfare and state highway. railroad quiet zone, structured parking functioning collaboratively with proposed bicycle design and cost estimating, and an South Congress Avenue Corridor Plan, adjacent residential-over-retail implementable and grant-funding-eligible Austin, TX, City of Austin, 2010-2011, development, parking management for Plan. As Task Lead, his role includes $2.4M: City Traffic Engineer. Implemented revenue generation options, green roof developing alternatives of design concepts innovative complete streets improvements technology for leasable events space,public and articulating their benefits and trade offs, that transformed South Congress Avenue to art,an interpretive nature area coupled with providing technical information and a people-centric corridor including back-in rain gardens, and bike and pedestrian guidance to the project team and Client, angled parking,bike lanes,intersection bulb- connectivity to the rest of the park and to the building consensus supporting alternative outs,consolidated transit stops,and revised adjacent community. intersection and street designs with public traffic signal timing plans. Designed and service agencies and entities, presenting implemented improvements increasing on- findings and recommendations to the Client street parking and Americans with and the community, and writing and Disabilities Act accessible parking. publishing the final report. State Route 156 Multimodal Enhancement Study,San Benito County,CA,County of San Benito,2022,$199K:Project Transportation Interstate Highway 35 Corridor Planner. rie scope of the State Route 156 Development Program,Austin,TX,City of Multimodal Enhancement Study included Austin, 2010-2014, $1M: City Traffic addressing traffic circulation issues at ther and Program Sponsor for only two access points into the City of San multiagency analysis of Interstate Highway Juan Bautista from SR-156: The Alameda, 35 through Travis County that developed 135 and Monterey Street; optimizing and independent projects to improve safety and connecting the non-motorized system by mobility valued at$2.4 billion. providing safe connections for bicyclists and pedestrians traveling across State Route 156 Pressler Road Extension,Austin,TX,City of via The Alameda, including Safe Routes to Austin, 2013-2014, $1.2M: clty Traffic San Juan School; providing non-motorized Engineer. Developed a people-centric access to Juan Bautista de Anza National context-sensitive conceptual design for a Historic Trail from The Alameda to roadway extension through a city park. encourage active, healthy, and Concept included a modern roundabout,a environmentally sound transportation railroad quiet zone, structured parking THE CORRADINOGROUP 91 TAB 2 Experience & Qualifications fv'\IAMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY '---'" - Mr.Saxena brings an unparalleled record serving national and international clients in their 4 ,.ip. infrastructure design and transportation technology needs.Mr.Saxena directs software it and system engineering activities for TJKM's traffic, freeway, and Intelligent Transportation Systems (ITS) projects. His experience includes program management involving all phases of ITS,freeway,and traffic control systems,including planning,design, specifications, implementation, and construction. He is a specialist in the design and s integration of system hardware and software. Mr. Saxena has 47 years of experience managing numerous computerized control system projects throughout the US and abroad, through the phases of feasibility,planning,design,construction,and implementation.He t�tyy'Ir ( j ' has held numerous lead roles in professional organizations and led the team that �) it'll1` � i,+ developed the US Congress mandated first National ITS Program Plan.Mr.Saxena has a 4: 1 t ii, master's degrees in Physics and in Management Science/Information Systems. ... ... .G.,.-l. _ AREAS OF EXPERTISE Ka m l e s h Saxena, CC P O Intelligent Transportation Design O ITS Planning DIRECTOR OF CORPORATE AFFAIRS O Traffic Control Systems O System Hardware&Software Design Project Role: &Integration preparation of base plans and development YEARS OF EXPERIENCE Project Experience� P of functional specifications for detector Broward County Transit Signal Priority stations,changeable message signs,closed- (TSP)Implementation,FDOT District Four, circuit television surveillance, fiberoptic FL: As a task order under a Districtwide communication lines and hubs, and Modal Development contract, served as hardware and software for a Control Center technical advisor for the 50-intersection located in the District Two Urban Office. REGISTRATIONS&CERTIFICATIONS TSP pilot project along two major corridors The specifications are also being written for in Broward County that were implemented use on future ITS projects on other as part of the 95 Express Managed Lanes interstate and expressway projects in the Certified Computer Professional 940075 project on 1-95 in Broward and Miami-Dade Jacksonville area. The estimated counties. As team advisor, provided vast construction cost of the project is $5 PROFESSIONAL HIS I DRY million. national communications and intelligent transportation system experience that Jacksonville ITS Early Deployment Study, TJKM 2020-Present guided the development of the concept of FDOT District Two,Jacksonville,FL:Project Kimley-Horn 1993-2019 operations plan and technical specifications manager on this long-range study for the AECOM 1987-1993 for the TSP equipment. deployment of intelligent transportation Unisys Corporation 1975-1987 Statewide Intelligent Transportation systems in the Northeast Florida region. Dun&Bradstreet 1973-1975 System (ITS) Architecture & Standards This study includes consideration of Development, FDOT Central Office, multimodal alternatives to enhance EDUCATION Statewide, FL: Project manager on this mobility in the region. project for the Florida Department of Electronics&Security Systems Consulting Transportation Central Office to develop a Services,Palm Beach County,FL:Serves as M.S.,(Management)University of Miami, Statewide ITS architecture compliant with Principal-In-Charge.The first task under this FL the national ITS architecture. This project M.S.,(Physics),University of Delhi,India J contract is a security system upgrade for will also formalize Florida's approach to the Palm Beach County Courthouse, B.S.,(Physics),University of Delhi,India NTCIP and other critical ITS standards. including upgrades to court audio/visual Jacksonville 1-95 ITS Design-Build Criteria, systems,security systems,and correctional FDOT District Two,Jacksonville,FL:Project facilities. Scope of work includes planning manager involved with providing a design- support,design support,construction plans build criteria package for an Intelligent development, procurement management, Transportation System(ITS)along 13 miles and construction administration services. of 1-95 between 1-10 and 1-295 South in Computer Aided Dispatch/ Automated Duval County. The project includes the Vehicle Locator Replacement Project and TJKM Planning•Engineering•ITS•Parking•Operations•Complete Streets California I Florida I Texas THE CORRADINO GROUP 98 TAB 2 Experience & Qualifications MIAMI BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Kamlesn Saxena,CCP 2 Kendall Drive Signalization, Miami-Dade Miami, FL: Due to his extensive hands-on be part of a larger project that includes County, FL: Served as Principal-In-Charge experience in the implementation of ITS design services related to the upgrade of for services to provide detailed design and technologies, was selected by the Florida the County's infrastructure integration for development of a transit Department of Transportation to conduct Miami-Dade Bus Rapid Transit signal priority interface with the County's comparative evaluation of alternative (BRT)/Transit Signal Priority(TSP)Concept existing advanced traffic management motorist information and traffic system (ATMS). Services include software surveillance technologies at Florida's most of Systems Operations Plan, Miami-Dade development to provide TSP functionality heavily traveled freeway interchange. As County, FL: Served as project director for along six major corridors in the County.Also project manager in charge of system development of a bus rapid transit (BRT) provide training for the new software, evaluation, directs the assessment of four concept plan.The proposed BRT system will support factory acceptance testing, mini- different types of variable message signs, operate their transit system priority(TSP) fleet testing, and system acceptance including fiber optic and LED signs, two using a global positioning system(GPS).As testing. types of traffic surveillance technologies part of this project,we developed a concept (inductive loops and video image of operations document that summarized Florida Statewide ITS Communication the technology requirements of the system detection), spread spectrum radio Protocol Study, FDOT Central Office, and the system architecture, as well as manager for the communications, and digital video Statewide, FL: Project l g transmission over leased T-1 lines. provided a summary of the literature development of a standardized review and vendor research. Conducted communications protocol that will I-95 SunGuide Final Design,FDOT District site visits to several transit properties incorporate the requirements of all of Six,Miami-Dade County,FL:Chief systems throughout North America to review similar Florida's urban and freeway systems' design engineer and deputy project sites using GPS-based TSP and facilitated communications exchange needs. manager for the early deployment study vendor presentations. Finally, we Fort Lauderdale Executive Airport (FXE) and ICS design project. This ICS will coordinated bench tests and field tests of General Engineering Consultant, Fort emphasize ATIS to support Southeast selected system components to review Florida tourism and significant intrastate their applicability and ability to connect Lauderdale,FL:Provided QC/QA review for he team retained by the City of Fort and interstate commerce. Advanced with the Miami-Dade County signal system. tsystem architecture will integrate regional Based on the concept of operations Lauderdale under a general services sea ports, airports, public and private document,as well as information received contract for their Executive Airport. Our transit systems, and CVO dispatching during the site visits and bench tests, aviation specialists used their nationwide expertise to assist the Airport with a variety systems with the ICS. The design also helped Miami-Dade Transit produce accommodates GIS, automatic vehicle procurement documents for the BRT TSP of improvement projects and studies. Under this contract, provided general location, and TRAVTEK/ADVANCE type system. airport consulting services, including technology. master planning, airspace studies, ITS Needs Definition for All FDOT Districts, design/build criteria documents, and Statewide, FL: Project manager on this airfield design. effort to define the ITS needs of all of HART Bus Rapid Transit(BRT)North-South FDOT's districts as part of an RFP MetroRapid Preliminary & Final Design development that will result in the installation of fiber optic cable throughout Services, Tampa, FL: Scrvud as project engineer. provided design services to the 1,900-mile limited access roadway implement the first BRT project for the network in Florida. Hillsborough Area Regional Transit Agency (HART). The North-South MetroRapid project was the first in the region and a first Miami-Dade County Advanced Traffic for Florida's west coast. MetroRapid is Management System (ATMS) Project, HART's signature BRT service that provides Miami-Dade County, FL: Principal for the additional passenger conveniences, design and implementation of a county- wide ATMS budgeted at $100+ million in including enhanced buses, 10-minute headways Burin capital program for 2800 intersections.The g peak hours and 15 KITS implementation will integrate existing minutes during non-peak hours, and traveler information systems. The Model 170 controllers and provide a MetroRapid project spans 17.5 miles of platform for the integration of a new advanced traffic controller in the future. roadway and has 65 signature stations to The KITS software capabilities will be serve passengers. expanded as part of this project to provide 1-95 Golden Glades Interchange ITS VAL-based emergency and transit priority Technology Evaluation, FDOT District Six, operations. The KITS implementation will THE CORRADINOGROUP 99 RFO2023030ND ��tIAMIBEACH RAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY ., Mr. Amin has 32 years of both public and private sector experience in the areas of 111,1transportation planning, traffic impact studies, transportation management plans, construction scheduling, construction area signs, signing and striping, traffic signal l' coordination,traffic operations,transit priority,traffic signal systems,freeway and arterial management studies, and intelligent transportation systems planning, design and construction oversight.He specializes in macro and microscopic model development and it,- .s application for analysis of impacts across all modes of transportation.His projects range from traffic studies for developments,specific plans,general plans,corridor studies,and 111 area-wide studies to long-term planning studies. Studies also include multimodal operations, light-rail, bus rapid transit, pedestrian, bicyclists and traffic safety and operations. Allk Na an Amin TE AREAS OF EXPERTISE Y t' O Transportation Planning PRESIDENT o Traffic Impact Studies O Transportation Management Plans Project Role: o Traffic Operations O Transit Priority Project Experience analysis was conducted using the existing O Freeway&Arterial Management MCTC Traffic Model and other planning tools g On-Call Transportation Engineering, with the proposed improvements. Studies Transportation Planning & Traffic O Multimodal Studies Operations Services, Oakley, CA, City of SNABM On-Call Land-Use, Transportation, Oakley,2016-Ongoing,$338K: & Socioeconomic Modeling & Forecasting YCARS OF CXPCRICNCC Services, Solano & Napa Counties, CA, Charge for on-call services for the City which P include:developing a Citywide Traffic Model Solano Transportation Authority, 2017- using VISTRO software;technical analysis for Ongoing, $350K: Principal-In-Charge & updating the TIF program;preparing traffic QA/QC• For the Solano Transportation signal modification plans,specifications and Authority,TJKM is providing travel demand estimates for improvements along multiple modeling on-call services. Our services REGISTRATIONS&CERTIFICATIONS intersections which include video detection include developing the new ABM Model, and internally illuminated sign installations, calibration/validation and maintenance of pole relocations, signal phasing upgrades, the model.The main goals of this project are CA TR 2290(Traffic) lane geometry changes and verification of to: truck turning radii;review of signal warrants, • Develop a new model based on MTC PROFESSIONAL HISTORY traffic safety studies, and traffic impact Travel Model 1.5 and adding additional .11 studies. detail in Napa and Solano networks TJKM 2012—Present Technical Transportation Planning, and zones; URS 2004-2012 Modeling & Air Quality Planning & • Calibrate the model to improve Bucher,Willis&Ratliff 2001-2003 Conformity Analysis On-Call Services, highway and transit validation; TJKM 1996-2000 Madera County, CA, Madera County • Public Transit assignment validation on VK Patel 1990-1994 Transportation Commission,2018-Ongoing, Capital Corridor Rail,Express Bus,local $100K Project Manager overseeing the bus and access to BART and ferry; FDUCATION team that is assisting MCTC as an extension • Serve as a custodian and authoritative of their staff to provide on-call services.The keeper of the model,maintain files, team provided assistance to analyze the hardware,and software,and respond M.S.,Civil Engineering,San Jose State impacts on transportation circulation and air to requests from STA and NVTA;and University,San Jose,CA quality due to roadway modifications for the Design and implement model updates in B.S.,Civil Engineering,Saurashtra proposed California High Speed Rail response to regulations/policies, such as University,Rajkot,Gujarat,India Preferred Alternative. The analysis was MTC CMP Modeling Consistency Guidelines, intended to better inform MCTC and their SB 743 VMT Analysis,Active Transportation Task Force partners in developing Plans,etc. meaningful comments on the Draft Supplemental EIR/EIS/Technical Report for Caltrans Statewide Modeling On-Call, the California High Speed Rail Project.Thy Stockton, CA, Caltrans District 10, 2017- Ongoing,$60K: Principal-In-Charge.As part TJKM Planning•Engineering•ITS•Parking•Operations•Complete Streets California I Florida I Texas THE CORRADINOGROUP 100 TAB 7 Experience & Qualifications mI AAA!BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Nayan Amin,TE 2 of an on-call contract,the team received a goals of the study are twofold. First, the calming and parking restriction citizen task for Caltrans Transportation Modeling near-term goal is to analyze the requests,reviewed proposed traffic calming and Forecasting Training Services. The transportation impacts of three proposed devices, pedestrian crossing signals, stop modeling training will include the Three residential subdivisions in the eastern sign installation, and other as needed County Model(TCM)covering San Joaquin, Esparto area and identify improvements to services. Stanislaus, and Merced counties, and the mitigate any impacts.Second,this study will Amador County Transportation Commission evaluate the previously planner On-Call Traffic Engineering Services, San (ACTC)Model.TCM is a CUBE model;while improvements from the 2006 study t Bruno,CA,City of San Bruno,2015-Ongoing, c the ACTC model is built on TransCAD. The determine whether it remains appropriate $50K: Project Manager, as a part latest version of TCM and ACTC models will to support cumulative buildout of the East contract he has completed several traffic be used in this training.The training will be Esparto General Plan area. engineering related assignments. Some of conducted in a workshop format at D10 the projects completed under this contract On-Call Traffic Engineering Services,Walnut are Engineering and Traffic Surveys, Susan office. Creek, CA, City of Walnut Creek, 2012- Drive Site Distance Evaluation, San Mateo On-Call Transportation Services, San Luis Ongoing, $100K: QA/QC under an on-call Avenue Pedestrian Safety Enhancements, Obispo, City of San Luis Obispo, 2017- agreement with the City of Walnut Creek. San Bruno Avenue and Second Avenue Ongoing, $110K: Principal-In-Charge and The team has provided Traffic Impact Intersection Safety Analy;is,etc. QA/QC on project to provide Transportation Analysis Technical Guidelines,multiple task On-Call Traffic Engineering Services,Tracy, Design, Engineering, and Review; orders related to the preparation of grant CA, City of Tracy, 2014-Ongoing, $60OK: Multimodal Planning and Analysis; applications, traffic calming studies, traffic Project Manager overseeing the completion Multimodal Operations and Analysis; and impact fee updates,Safe Routes to School, Travel Demand Modeling services on an on- and preparation of Capital Improvement of traffic impact analyses for various call basis. Under this on-call contract, the Projects. proposed projects, including a medical team has been assigned the preparation of a center, Montessori elementary school, and On-Call Traffic Engineering Services, Palo housing developments. Tasks include, but Multimodal Traffic Impact Study for the Alto, CA, City g g of Palo Alto, 2013-On oin , are not limited to, proposed Froom Ranch Specific Plan project management, Environmental Impact Report (EIR). Froom $1M: Project Manager responsible for stakeholder coordination, collecting traffic overseeing projects including Safe Routes to counts, trip generation and distribution, Ranch Specific Plan is the third and last major School design and construction inspection level of service calculations, traffic land annexation area identified in the City's General Plan,along with San Luis Ranch and project,Embarcadero Road redesign to Palo operations,and intersection configurations. Alto High School,and review of Alma Street He will coordinate project meetings at Avila Ranch.The proposed project land uses Train Preemption Signal Phasing Alternative. various stages of the project,as needed. include a mix of commercial, recreational, and residential uses,a large portion of which The team also conducted a citywide parking will be age-restricted and/or elder care living inventory for the residential permit-parking program and a signal warrant analysis for facilities. The purpose of this study is to Alma Street/Loma Verde. conduct analysis for CEQA compliance and to evaluate consistency of the project with the On-Call Traffic Engineering Services, City General Plan/Circulation Element. Belmont, CA, City of Belmont, 2010- On-Call CEQA Consultant Services, Yolo Ongoing, $200K: Principal-In-Charge. 1JKM serves as an on-call traffic and transportation County,County of Yolo,CA,2017-Ongoing, $30K Principal-In-Charge and QA/QC on engineering consultant to the City of Belmont, providing the following services: I, ,jcct to provide California Environmental Quality Act(CEQA)consulting services on an traffic impact studies,traffic control, signal on-call basis.The services needed will mostly evaluation and improvements, consist of focused analyses to support Initial transportation planning, pedestrian and Study, Negative Declaration,and Mitigated bicycle planning and design, grant Negative Declaration reports,but could also applications, traffic calming studies and potentially include more comprehensive designs, traffic safety studies, complete analyses to support Environmental Impact streets design,and peer review. Report (EIR) efforts when justified by the On-Call Traffic Engineering Services, context and/or scope of a proposed project. Redwood City, CA, City of Redwood City, As a result of this on-call contract,the team 2007-2018, $250K: Principal-In-Charge is in the process of performing an update to oversaw numerous reviews of traffic impact the Eastern Esparto Circulation Study in the studies,provided construction plan reviews, Town of Esparto in Yolo County.This project and regional transportation planning consists of a comprehensive update to the support. For two days per week,the team 2006 Eastern Esparto Circulation Study.The provided on-site assistance with the traffic THE CORRADINOGROUP - 101 TAB 2 Experience & Qualifications rtiAi Am I BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY Mr.Williams has 44 years of professional experience in the transportation business.He began as an assistant surveyor after high school and eventually retired after serving five years as Chief of the Traffic Signals and Signs Division of the Miami-Dade County Florida Public Works Department. During Mr. Williams's career, he designed, installed, operated, and maintained computerized traffic signal control systems in many cities in the eastern US. In Miami- Dade County, he supervised a staff of upto 135 engineers, y p g programmers, system operators,electricians,and field technicians who were responsible for the operation and maintenance of over 3000 traffic signals,over 100,000 streetlights,over 1 million traffic control signs,and thousands of miles of pavement markings. He implemented countless system upgrades and supervised the recovery of the infrastructure from many destructive hurricanes. AREAS Of EXPERTISE Robert Williams O Traffic Signal Operations& Robert 1 Maintenance SENIOR TECHNICAL ADVISOR O Traffic Signal System Design, Installation Project Role: O Traffic Sign Maintenance • West Side Highway,NY,NY O Street Light Operations& Project Experience p Downtown Parking,Miami,FL Maintenance Design and Installation of Computerized • Bus Priority Systems,Miami,FL YFARS OF EXPERIENCE Traffic Signal Control Systems • Emergency Vehicle Priority Systems, Miami-Dade,FL • ATMS,Miami-Dade Co.FL • Emergency Vehicle Preemption • UTCS-First Generation,Washingotn Systems,Miami-Dade,FL DC Red Light Violation Detection • UTCS,White Plains NY Systems,Miami-Dade,FL • UTCS,Albany NY Reversible Lane Control Systems, REGISTRATIONS&CERTIFICATIONS • UTCS,New Orleans LA Miami-Dade,FL • UTCS,Rochester NY • UTCS,Dade Co.FL Conversion from Incandescent to LED Traffic Signal Heads Professional Traffic Operations • UTCS,San Salvador,El Salvador • Engineer Retired Operation and Maintenance of Miami-Dade County,FL FL Professional Engineer Retired Computerized Traffic Signal Systems Intersection Design Reviews PROFESSIONAL HIS FURY • Washington DC • Miami-Dade County,FL • Miami-Dade County,FL Courtroom Testimony TJKM 2020-Present Developing&Implementing Traffic Signal • Miami Dade County,FL Miami-Dade Co.Public Works Timing Standards 1980-2012 • Miami-Dade County,FL Streetlight Operation&Maintenance Sperry Rand Corp 1974-1980 • Miami-Dade County FL Traffic Signal Coordination Misc.firms 1969-1973 Disaster Recovery Operations • Washington DC I l)UCAI ION • Miami-Dade County,FL • Hurricane Andrew Phases 1-3, Miami-Dade County,FL Installing,Operating,&Maintaining Safe • Hurricane Hugo,Miami-Dade,FL Routes to School M.E.,Transportation Engineering, • Hurricane Katrina,Miami-Dade,FL Rensselaer Polytechnic Institute, • Miami-Dade County,FL • Hurricane Rita,Miami-Dade,FL Troy,NY •Intelligent Transportation Systems Design Hurricane Wilma,Miami-Dade,FL B.E.,Civil Engineering,Rensselaer Hurricane Nicole,Miami-Dade,FL Polytechnic Institute,Troy,NY • ITS,Miami-Dade County,FL Streetlight Operation&Maintenance Traffic Control Center Design • Miami-Dade County,FL • Miami-Dade County,FL Traffic Impact Studies 1 J KM Planning•Engineering•ITS•Parking•Operations•Complete Streets California I Florida I Texas THE CORRADINOGROUP a 102 TAB 2 Experience & Qualifications �,�I, , ..!BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY Ms.Jariwala has 23 years of professional experience in the areas of traffic operations, transportation planning,freeway and arterial management studies,signal coordination, 0 traffic signal systems,traffic impact studies/EIRs and intelligent transportation systems planning,design and construction oversight.She has extensive experience in macro and microscopic model development and application for analysis of traffic operations for k express lane studies as well as multimodal operations, light-rail, bus rapid transit, pedestrian,bicyclists,and traffic safety studies. Ruta Jariwala, PE, TE PRINCIPAL AREAS OF EXPERTISE Project Role: O Signal Coordination On-Call Traffic Engineering Services, O Project Management Project Experience Belmont, CA, City of Belmont, 2010- O Traffic Impact Studies CSJ DOT Complete Streets Design On-Call, Ongoing, $200K: Task Lead providing the O Freeway Operations San Jose, CA, City of San Jose, 2021- following services: traffic impact studies, O Traffic Operations Ongoing, $290K Principal-In-Charge. signal evaluation and improvements, O Traffic Planning Overseeing the project which includes transportation planning, pedestrian and various complete streets task orders the bicycle planning and design, grant YEARS OF EXPERIENCE applications, traffic calming studies and work ranges from civil,electrical signage,and striping plans as it relates to complete streets designs, traffic safety studies, complete improvements.Projects include: streets design,and peer review. • Bascom Avenue Protected Bikeways On-Call Traffic Engineering Services, The project includes a road diet by Sunnyvale, CA, City of Sunnyvale, 2010- reducing the 3-lanes in either direction Ongoing,$143K: Iask Lead assisting with the REGISTRATIONS&CERTIFICATIONS into 2-lanes.As part of Phase 1 completion of transportation impact studies 11 improvements the parking protected and parking analyses. Assists in public bike lanes will be created via low cost meetings and provides other services. CA CE 73840(Civil) temporary delineators.Phase 2 at a On-Call Transportation Engineering, CA TR 2465(Traffic) later date will convert the temporary Transportation Planning & Traffic TX CE 135281(Civil) features into more permanent Operations Services, Oakley, CA, City of PROFESSIONAL HISTORY infrastructure. Oakley, 2016-Ongoing, $338K: Project • Downtown Bikeways Hardscape Manager for on-call services for the City Conversion:TJKM is currently working which include:developing a Citywide Traffic with the City to develop the design Model using VISTRO software; technical TJKM 2012-Present plans for construction next summer. analysis for updating the TIF program; URS 2004-2012 Bucher,Willis&Ratliff 2001-2003 • 2021 Signage and Striping Plans for preparing traffic signal modification plans, Autodesk 1999-2001 Pavement Projects Batch 2:This task specifications and estimates for order includes the re-striping of three improvements along multiple intersections EDUCATION corridors within San Jose. which include video detection and internally ii On-Call Traffic Engineering Services, illuminated sign installations, pole Mountain View,CA,City of Mountain View, relocations, signal phasing upgrades, lane M.S.,Civil Engineering,San Jose State 2012 Ongoing N/A: Project Manager geometry changes and verification of truck University,San Jose,CA responsible for providing the City with traffic turning radii; review of signal warrants, B.S.,Civil Engineering,Bombay University, engineering services. Projects included traffic safety studies, and traffic impact Mumbai,Maharashtra,India traffic operations, general planning, traffic studies.Other tasks include:circulation and engineering design,traffic signal design and Safety Analysis,update signal timings,traffic timing,traffic calming multimodal planning, signal timing optimization, providing complete streets analysis and design and technical assistance related to adaptive systems. transportation planning,traffic engineering and operations, parking restriction, reviewing proposed traffic calming devices, 4":IT �KM Planning•Engineering•ITS•Parking•Operations•Complete Streets California I Florida I Texas THE CORRADINOGROUP 103 tv/\IAAAIBEACH RFQRFQ 2sD RAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Ruta Jariwala,PE,TE 2 pedestrian crossing signals, stop sign uses,including residential,retail,office,and prepared three concept alternatives of the installations and signal timings per the City's mixed-use. She also completed traffic and project corridor. request. parking studies for schools,parks,a hospital, Mission Boulevard Complete Streets Design the library,and the civic center master plan On-Call Traffic Engineering Services, Palo Project, Alameda County, CA, Bellecci & and commercial developments. Also Alto, CA, City of Palo Alto, 2013-Ongoing, Associates, 2019-Ongoing, $250K. Project provided traffic calming services,developed $1M: Deputy Project Manager responsible Manager responsible for preparing PS&E for the city's first traffic calming policy, and for projects including Safe Routes to School traffic handling plans for 26 stages of conducted peer review of traffic impact design and construction,Embarcadero Road construction, four traffic signal studies. redesign to Palo Alto High School including modifications, signing and striping plans, suggestion alternatives for the congested On-Call Traffic Engineering Services,Fresno, design of two overhead RRFB systems,street corridor, and review of Alma Street Train CA, City of Fresno, 2017-2020, N/A: lighting within the project, and ITS fiber Preemption Signal Phasing Alternative.The Principal-In-Charge for providing on-call interconnection from 172nd Street to Rose team also conducted a citywide parking traffic engineering and transportation Lane. inventory for the residential permit-parking planning services to City of Fresno working as Bascom Corridor Complete Streets Study, program and a signal warrant analysis for extension of their staff. Specific services Santa Clara County, CA, MIG, Inc., 2016- Alma Street/Loma Verde. include providing on-call traffic services to Ongoing,$93K:Project Manager responsible prepare review traffic studies for new On-Call Traffic Engineering Services, San for assisting VTA and its member agencies, Carlos, CA, City of San Carlos, 2010-2015, developments, redevelopment projects, including Cities of San Jose and Campbell, signal modifications, traffic safety analysis, $52K:Task Lead,for projects which included and the County of Santa Clara,to transform traffic operations studies,and PS&E for new speed zone surveys, safe routes to school, a portion of Bascom Avenue into high- developments.multi-waystopwarrant analysis,pedestrian y quality, multimodal street that prioritize and circulation improvements,and funding On-Call Traffic Engineering/Transportation bicycle, pedestrian and transit travel while application assistance. Planning Consulting Services,Contra Costa maintaining capacity for motorists. On-Call Traffic Engineering Services,Walnut County,CA,County of Contra Costa,2019- Responsibilities include transportation 2022,$250K:Principal-In-Charge overseeing planning, outreach, and design, to traffic Creek, CA, City of Walnut Creek, 2012- the On-Call traffic and transportation analysis. Conducted a planning context Ongoing,$100K: ,oject Manager under an on-call agreement with the City of Walnut engineering consultant. Some of the task review, existing conditions and needs Creek. She has provided Traffic Impact assigned through this contract included the assessment and has also completed Analysis Technical Guidelines, multiple task Feasibility Study for Road Diet and signal preliminary intersection concept drawings to orders related to the preparation of grant coordination along San Pablo Dam Road to accommodate multimodal facilities and to optimize signal timing and evaluate the evaluate vehicular traffic impact attributed applications, traffic calming studies, traffic feasibility of a Road Diet on San Pablo Dam to road diet and complete streets strategies. impact fee updates,Safe Routes to School, Road between El Portal Drive and Castro The team is currently in the process of and preparation of Capital Improvement Ranch Road and HSIP Cycle 10 Applications. developing concept alternatives by Projects. The applications included traffic control incorporating public input and traffic analysis On-Call Traffic Engineering Services,Tracy, system upgrade throughout the San Pablo of various scenarios to ensure final concepts CA, City of Tracy, 2014-Ongoing, $600K: Dam Road Corridor and the Bailey Road are determined with thorough Task Leader responsible for assisting in the Corridor and submitted to the County for considerations. Through a collaboration completion of traffic impact analyses for review. effort with the general public, local and various proposed projects in the city, regional governments, the project is East Avenue Corridor Plan, Livermore,CA, including a medical center, Montessori expected to benefit significantly to all travel City of Livermore, 2020-2021, $233K: elementary school, and housing Project Manager. The team collected and mode users,and the growing local economic developments. The tasks include, but not of member jurisdictions. limited to,project management,stakeholder conducted a thorough review of prior planning and engineering technical studies coordination, collecting traffic counts, trip relevant to the study corridor.We compiled generation and distribution,level of service and reviewed the history of collisions calculations, traffic operations, and involving all modes of transportation along intersection configurations.She will assist in the study corridor. The team provided coordinating project meetings at various stages of the project,as needed. community outreach and created an interactive project website.A memorandum On-Call Traffic Engineering Services, Los was prepared proposing priority projects, Gatos, CA, Town of Los Gatos, 2003- policies, and strategies. We also assessed Ongoing, excess of $600K: Task Leader needs for enhancement,mobility,and safety assisting in the completion of numerous for all modes of transportation.TJKM also traffic impact studies for a variety of land THE CORRADINOGROUP 104 TAB 2 Experience & Qualifications RFQ 2023-030-ND rrt!r Dil 1f_TION PLANNING AND TRAFFIC ENGINEFPINS CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY Mr.Patel has 15 years of professional experience in transportation/traffic engineering and design. He has provided support on traffic impact studies, highway operation analysis, signal coordination projects, and highway design plans, specifications and estimates (PS&E)packages.Mr.Patel has worked on various electrical design projects which include street lighting,traffic signal,and intelligent transportation system design plans,as well as 4111 the preparation of traffic handling,signage,and striping plans. 3 Mr.Patel has worked with various jurisdictions in the San Francisco Bay Area,Tri-Valley, CAtj Central Valley,and Northern California and is very familiar with their different standards and requirements.This knowledge often leads to minimal need for plan check comments ♦,� , during the design phase. For all projects, Mr. Patel has developed project estimates, - •� .` specifications to accompany the full plan set.He has met with clients for comment review ♦ems ...is.% � , meetings, assisted cities on answering contractor Requests for Information (RFI's) on �st I !r• s� •>•'. R design work,and have met with them onsite to resolve any design questions. AREAS OF EXPERTISE O ratficOperations Rutvij Patel, EIT O Traffic Handling O Pavement Delineation SENIOR PROJECT MANAGER O Signage Plans O Bicycle&Pedestrian Implementation Project Role: O Complete Streets O Safe Routes to School O Traffic Signal Design responsible for preparation of signing and O Intelligent Transportation Design Project Experience striping plans. O ITS Planning CSJ DOT Complete Streets Design On-Call, San Jose, CA, City of San Jose, 2021- • 2019—Service Order No.1:This task YEARS OF EXPERIENCE Ongoing, $290K Project Manager order included four corridors within responsible for various complete streets task San Jose totaling approximately four ns to re-stripe orders the work ranges from civil,electrical miles.Provided designs signage and striping plans as it relates to these corridors with enhanced bicycle complete streets improvements. Projects and pedestrian improvements to include: improve safety on those corridors in REGISTRATIONS&CERI IF(CATIONS accordance to their city designs Bascom Avenue Protected Bikeways: The standards and guidelines. project includes a road diet by reducing the • 2020—Service Order No.1:This task 3-lanes in either direction into 2-lanes. As order included restriping of four CA EIT 154117 part of Phase 1 improvements the parking corridors within San Jose for a total of protected bike lanes will be created via low approximately 4.3 miles. PROFESSIONAL HISTORY cost temporary delineators. Phase 2 at a • 2020—Service Order No.2:This task later date will convert the temporary order included restriping within the features into more permanent downtown core of San Jose.TJKM TJKM 2013-Present infrastructure. URS 2007-2012 designed the geometric layout for the Downtown Bikeways Hardscape signage and striping as well as the f DlI(A l ION Conversion:TJKM is currently working with concrete work to be installed to the City to develop the design plans for separate the frontage lane.TJKM was construction next summer. instructed to prepare three sets of B.S.,Civil Engineering,San Jose State plans for the implementation of 2021 Signage and Striping Plans for University,San Jose,CA improvements including the interim Pavement Projects Batch 2:This task order plan,the ultimate plan,and the civil includes the re-striping of three corridors layout plan. within San Jose. • 2021—Service Order No.1:This task Geometric & Complete Streets Design order includes the re-striping of eight Services, San Jose, CA, City of San Jose, corridors within San Jose for a total of 2018-2021, $290K: Project Manager approximately 16.8 miles. Wrj KMPlanning•Engineering•ITS•Parking•Operations•Complete Streets KM California I Florida I Texas THE CORRADINOGROUP 105 TAB 2 Experience & Qualifications BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES TJKM I VISION THAT MOVES YOUR COMMUNITY I Rutvij Patel,EIT 2 Bicycle Facilities On-Call Engineering was responsible for preparing the utility coordination,and prepared Services,Fresno,CA,City of Fresno,2019- electrical plans for flashing beacon design plans for construction. Ongoing, $50K: Project Manager Project system installation.Along with Manager As part of the On-Call City issued electrical plans,He was responsible for AC Transit Line 97 South County Corridors separate task orders for bike lane preparing signage and striping Transit Performance Initiative Project Adaptive Traffic Control System, Alameda improvements. improvement plans to improve those County, CA, Iteris, 2017-2019, $231K: • Task Order No.1:Operational Analysis respective elements as approaching Project Engineer assisted in preparing signal the crosswalk.He prepared a full set of for Road Diet along Palm Avenue modification plans to install wireless devices plans,specifications,and estimates for between Belmont to Shields Avenue— to detect buses going through each this project and assisted the City with The team reviewed operational intersection. Prepared PS&E documents potholing new pole locations. impacts of a Road Diet on Palm which included technical specifications, • Walnut Boulevard and Civic Center Avenue.The analysis included crosscheck bid schedule line items, design Drive,Walnut Boulevard and Paseo converting an existing four-lane plans in AutoCAD, prepared Engineer's Padre Parkway Signal Modifications- roadway to two-lanes with a two-way opinion of probable construction cost Provided traffic signal modification turn lane and class II bike facility. estimate and technical specifications, design services for Walnut • Task Order No.2:Operational Analysis prepared final bid package. Assisted with Avenue/Civic Center Drive and Walnut for Road Diet along Elm Avenue and signal coordination/signal timing Avenue/Paseo Padre Parkway Belmont Avenue—The team will preparation and implementations. Tasks intersections.Tasks included review the operational impacts of a included,data collection,before travel time preparation of Traffic Signal Road Diet on three separate segments. runs, existing conditions baseline Synchro Modification PS&E,Traffic signal The analysis included converting an models, signal timing plan optimization, Interconnect PS&E,and meetings and existing four-lane roadway to two- implementation and fine tuning,after travel Construction Support Services. lanes with a two-way turn lane and time runs, and prepared a final report. • Mission Boulevard and Sullivan class II bike facility. Provided TSP system integration support Underpass/Nichols Avenue New Signal relating to the 27 signalized intersections On-Call Traffic Engineering Services, Palo —Provided design services for new within City of Union City Limits in which he Alto, CA,City of Palo Alto, 2013-Ongoing, signal installation at Mission Boulevard designed signal modifications. $1M: Project Engineer routinely assisting and Sullivan Underpass/Nichols City staff to address citizen requests Avenue intersection.We took the lead SR 156 Multimodal Enhancement Study, regarding transportation, resolving issues on preparing the signal design,signage San Benito County, CA, Council of San and complaints.As part of its on-call services, and striping plans.Project Tasks Benito County Governments, 2021- he has provided Safe Route to School(SRTS) included topographic survey, Ongoing, $199K: Task Lead assisting San design and construction inspection project, preparation of Traffic Signal PS&E, Benito COG in preparing a multi-modal the redesign of Embarcadero Road to Palo preparation of Signing and Striping study of the SR 156 corridor between San Alto High School to recommend alternatives PS&E,meetings and construction Juan Bautista and Hollister and in certain for the congested corridor,and review of an support services. locations within the City of San Juan Alma Street Train Preemption Signal Phasing • Signal Installation at Mission Bautista. Tasks include: document review, Alternative. He also conducted a citywide Boulevard/Curtner Road—Provided conceptual designs/photo simulations, parking inventory for the residential permit- design services for new signal developing cost estimates, and a feasible parking program and a signal warrant installation at this intersection. implementation plan to implement analysis for Alma Street/Loma Verde. Prepared a 65%submittal for full signal improvements along SR 156. The project On-Call Traffic Engineering Services, design along with wireless also includes a robust public outreach Fremont, CA, City of Fremont, 2016 interconnect to the existing signal at campaign with community workshops, Ongoing $433K: Project Manager for the Mission Boulevard/Paseo Padre mobile pop-up workshops, and an online Parkway.Due to proximity of the new mapping survey. following projects: signal to Caltrans ramps it caused this • Pedestrian Crossing Improvements at signal design to be put on hold. Four Locations-Performed design • Signal Installation at Niles services to install pedestrian Boulevard/Rock Avenue—Prepared improvements at four locations within design plans for new protected bike the city of Fremont.The project traffic signal at 3-legged intersection installed flashing beacon system at with private driveway for Buddhist four existing crosswalks at temple.The project included bike uncontrolled intersections,with the signal heads for protected bike phases, goal being to improve pedestrian typical signal equipment,and wireless safety.He led the design team which interconnect.Performed site visit, THE CORRADINOGROUP 106 iv', AAA i BEACH RR 2023-030-ND A FFIC ENGINEERING CONSULTANT SERVICES 1111 Paul Lambert Managing Principal I k Paul Lambert founded Lambert Advisory in 1995 and is engaged by clients to provide expert market, financial, and strategic guidance associated with real estate and economic development efforts. Paul's clients have included Samsung Corporation, The Queen Emma Foundation, University of Pennsylvania, Harvard University, Port Miami, as well as the cities of New York, New Orleans and Tampa. He has served as advisor to sovereign wealth funds and some of the nation's largest charitable trusts. Between 2005 and 2007, Paul managed the post-Hurricane Katrina neighborhood rebuilding planning process('Lambert Plans')on behalf of the City of New Orleans.Currently,Paul is heading the development of Miami Wilds, a theme park and associated entertainment development with an estimated $1.0 billion investment requirement adjacent to ZooMiami. Prior to starting Lambert Advisory, Paul was with Arthur Andersen LLP and Goodkin Research Corporation where he oversaw the firm's South Florida and Latin America real estate economics practice. Paul holds a BA from Miami University in Ohio.As an undergraduate he was a Beaver Fellow at the London School of Economics and graduated from the Massachusetts Institute of Technology with a master's degree in City Planning. ADVISORY THE CORRADINO GROUP 101 TAB 2 Experience & Qualifications r�^,iAtv}iBEACH RFQ 2023-030-ND RAFFIC ENGINEERING CONSULTANT SERVICES ?"T'''Irvi Eric Liff f — Principal Eric Liff brings 25 years of experience providing economic and financial advisory services to both the private and public sectors. He has worked with numerous national and international corporations providing economic, strategic and investment guidance in real estate acquisition,development planning and asset repositioning. His advising work also includes mixed-use and resort development throughout the U.S., Central America and the Caribbean. Over the course of his career, Mr. Liff has served as project manager to more than fifty municipal and governmental agencies on initiatives ranging from economic development and neighborhood revitalization to complex financial and partnership structuring. Eric has also worked extensively in transit-oriented development(TOD) planning with a specific emphasis on public/private partnership initiatives. Prior to joining Lambert Advisory, Eric was responsible for acquisition and development at WorldStar Resorts, an entity of Starwood Capital. His core focus there included corporate and asset identification, deal structuring, due diligence and strategic positioning. Prior to WorldStar, Eric served as a Manager in the Real Estate Consulting Group of KPMG Peat Marwick and a Senior Consultant with the Real Estate Consulting Group of Arthur Andersen LLP, Eric was actively involved in acquisition, disposition, and underwriting engagements for firms such as CS First Boston, Morgan Stanley, Prudential, and Heller Financial. Eric earned his Bachelor of Science degree with a concentration in real estate management and development at the University of Southern California. He is a member of the Urban Land Institute (ULI). ADVISORY THE CORRADINO GROUP 108 TAB 2 Experience & Qualifications M1 M BEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES THE CORRADINO GROUP non ae,eri,n.Cover.. IFBPL STATE OF FLORIDA This certificate hereby qualifies "F BOARD OF BROIL9SIONAL ENGINEERS Joseph Michael Corradino, AICP THE PROFEYYIUNAI CN;INkBt HI Kt IN 14 HOE NYI I)UNDER THE PROVISIONS 01-(RAPIER 471.11 ORIDA 41 ADIEUS as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. CORRADINO.JO9EPN.' 4 40031 SW 60E11 AVENUE Certified Planner Number 012032 K1 NDAt I 1135L16 .ctr I KS NMI NUMBI R IS 4144/._I IYPIRAI ION DAI I I LBRUARV PR.20113 ��4/ 14AA�n"'vy / Alwaysoenfy licenses online at Alytlondalieem rn eno Paul Farmer,RAMP vv Lec Brown,rut-. � Chief Eaccuere Officer President Do not alter this document in any fomt kf x he is your license his unlawful for anyone other than the licensee to use this document n�Drs. FBPE. 91 Al L OF FLORIDA 4 I he American Planning Association's ai F1'otnssonal InO ri to illof AmMraedintnte BOARD OF PROFESSIONAL ENGINEERS cooing ma Renttas ..nobn3,rcetCnrnn:wmes Happen I HE PROIL44IONA'INI;INTER HI REIN IS WRNS!U UNDER THE PROVISION401-('IHA,PTER 471.I 1 ORIDA 41 Al HIES M+r OZERNIEJEIW K1_ERIC 9- 4PO4 SW 400111 AVENUE MIRAMAIR I1'f'1049 This certificate hereby qualifies 1 I(10 NSE.NUMBER PI h8002 I EYPIRATION DATE FEBRUARV 2B.2023 EdwardWing Keung Ng, AICP Always verily licenses online at MyLbndalicense corn Do not alter this document in any loch. 4% • This is your license It is unlawful ton anyone other than the licensee to tine this dnnnnor,a as a member with all the benefits of a Certified Planner and a commitment to the AICP Code of Ethics and Professional Conduct. Certified Planner Number:028927 .j' .. IVSI Ift'ifF.HIR ....ihm INFRASTRUCTURP Al7� ate, ��. I S I presents the James M.Drinan,JD Valeri .Hubbard,FAICP Envision"'Sustainability 'Executive Director President Professional Credential to Eric S Caernieiewski Presented on:December 31,2013 • , b..1\C3, ra._ Wiliam Bertera 1111 oACGrtifiad PI nMak;ng Circa Ccmn r,., nFserunve Director m.m for sartainame Infrast ructure - THE CORRADINOGROUP - 109 TAB 2 Experience & Qualifications ,,A1AM BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES a�° nn" 4FBPE am �FBPE' i STATE OF FLORIDA ki.a."Y,°.. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROM 991i)NAI I NCINI I It HI RI IN 191101 N41 I)UNDER THE THE PROFE991(1NAI 1 NCINI!Rill RI IN 191 I01 N9ED UNDER THE PROVIAI(N4 I)1 TI IAPIE R 474.I I ORIDA 4I A LUTES PROVIYION4()1 M11AP1FR 474.II ORIDA'HAIU TES CI9CAR.MIGUEL RAMON 9PATAFORA VANE99A ON()9I'RI V III NI) 4'I11BI,9W 49NI)91RIII WE9TON FL 33397 DAVIE FL 33390 • L I III N91 NI IMLR II P141944 I I I ICIN%L NUMBER P11//4/ I VPIRAI ION DAI I FI RRUARV V0.8093 EIIPIRATION DA IF F I IIRUARV V8.9093 Always verify loeotes online at MvFlondel movie cora Always verily hrenne.onl ne at UyFlond l'sense cm M f,4o p o 04�. E In not alter this document any form Do not alter dos dotvment) y f This is your license It s I nlar4ul for anyone other than the licensee to use this document. I ; A I his is your license.It is unlawful for anyone other than the licensee to use this document_ Ron Dean.eovmn,r Mate of Eeune55ee 4 fivagv.:„.,, FBPF STATE OF FLORIDA STATE BOARD OF ARCHITECTURAL AND ENGINEERING EXAMINERS PROFESSIONAL ENGINEER BOARD OF PROFESSIONAL ENGINEERS I MR GERALD GLENN BOLDEN THE PROFE99IONAI I NI,INI I R III RI IN 191101.N9ED UNDER THE ��,. ,.,y7�� �/ PROVISIONS OI 011APT FR 474.f I ORIDA'HAIL/EE9 ✓AA/6/a omei4 LfaL a royalrementd?de Ottale 9 Ninnelfoe Aaee ken nLe6. KALTENBACH.KENNELH DONALD 904 91 ANDRI W9 VII LAGF CURIE s�1, I 01119VI11 F KV 4024/0IX)0 i I '�'.j li_tµ • ( LI0EN91 NUMBER PLV39V1 t91. j H EM �PIRAON DATF FEBRUARY98. 3 ID NUMBER.106514 IN-1313 4 Always venly licenses online etUyllondaticensecorn LIC STATUS:ACTIVE DEPARTMENT OF , C7r O EXPIRATION DATE:February 28,2023 COMMERCE AND INSURANCE Do nor alter this document in any Form ' Thu is your license.It is unlawful for anyone other than the licenseetouse this document. 0'kr lcanspnrtxtillnrufessiunat(tIrtillltltinn ivatll1hlr. lr�Inyportxtiunlirufr:�:;I nal('.ertifiratitin 3oathJIlc Cietalb (knn it(l ten mn SOlia-Rios ,.„./.. I4. ,>„ /4I..,. ,t A „,./a/r iz r t,,,.,><c,.4-. r. 44A. ter,, f./4 PROFESSIONAL,TRAFFIC OPERATIONS ENGINEER .k«lli10/949c,91„„ / fnr„+94;74 er/ ,daa 4/ho7L.,nu14 A1,eo.,u/ i'ROF Jo:SSION\I I tt FIC OPERATIONS ENGINEER 6,44, "Walk,//X0 r...r f/.n 'itii 71.r,Y6"`//r/'H' 'dam-«r/4iitsraov e I/ti/> pva4irs-`.`�aw,r/.r�il .Avw7/4i2Y 7 c/girrura<er /9 20?,? .urwr/.n 11./fu>a�n:V71 r.4./aa rtf/o/Iia snob nvriArrnerr rrl D �rr-r a' L !7 . r - t,r.- cFwiY 'Ss 1 EL.,,,, Pexeler n' (g) THE CORRADINOGROUP 110 TAR 7 Fxperience & Qualifications M APvAi BEACH RFO 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES nm,K�,m� �� �: 4FBPE anne, FBPE STATE OF FLORIDA ,,, STATE OF FLORIDA I BOARD OF PROFESSIONAL ENGINEERS BOARD 01-PROFESSIONAL ENGINEERS ITHE PROFEMMIONAI I NGINI I It HI RI IN IS 1101 N411)UNDER THE THE PROIESSI()NAI I NOINI I R Ill RI IN PI 1101 NMI I)I INDER THE PROVISIONS01 CIIAPI FR 474.1101211)A 41 AI(11E9 PROVISIONS OI('IIAPI ER474 1101211A SIAI III C� f :4-.L".-_. . 1. _ . - 'RVAN —.,3 CHARPENTIER.CORKV F ///A 4W 40 PI ACI P Al I IAMIIRA PI A/A DAVIE EL 93788 SUITE 900 p CORAL(API ES EL99494. O I LICINSE NIIMRER P169344 I L I IIMINSI NIIMBI_l2 114/4P9 EXPIRATION DATE F EBRUARV 08.2009 FVPIRAIION DA1 I II IlltUARV 118.2029 Always verily license,online at ilyElondal wren,norm Ahvay,vealy license,online at MyFlondal wen..raa 1:11 P Do not aher this document in any form n Do not alter this docummdocumentm any town , _ This i9 your license.R I,unlawhd for anyone other than the licensee to use this document O[ �a This is your license.h is nnlaWul for anyone other than the licensee to use this document or•-• _ M � - AFBPE�, . n 4 FBP E , STATE OF FLORIDA STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAL ENGINEERS THE PROFES41ONAt INGINEER I IF REIN IS 110ENSED UNDER THE THE PROFESSIONAL iiliGINEER IIIREIN IS I IOENSFD UNDER THE PROVISIONS OI CI API FR 474.I I ORIDA MIAIUTES PROVI91(/NS 01 CHAPTER 474 I I ORIDA 41 A 1111E9 --,. _ i`t .- q' � SOTERO.JUAN A. LEON.FRANCISCO 109E 11644 SW 4h141 PI All 0804 N'IA I H AVI Nlll MIAMI FL 93496 APT D 11011 V4101111 1199004 r LICENSE NONIVER P1.6/986 1 r I MI WO NIIM81R PI 64400 EXPIRATION DATE EEBRUARV 28.2023 I VPIRA I ION I)A I I I I I110IARV P11.4081 Always vent/licenses online at NyflondeLieense corn Always verily terns.,onlnm an M1'I lnndal,two,roc o, o o Do nor alter this document in any fare kti Do not alter this document in any tone 0 rw I hi,i,your teensy.It is unlawfuHmr anyone other It."the Imrnrre m rise IN,doentaent - Thi,i,your license.It is unlawful for anyone other than the licensee to use this document 4FBPEtnspoon �rofcssional & ntfirn-on Board, gni. 'O• STATE OF FLORIDA ".10""/'I"' BOARD OF PROFESSIONAL ENGINEERS .ditna 1lmar 13.atragadda THE PROFEMMIIINAI INGINEER I IIRF:IN IS IICENSI D UNDER THE PROVISIONSOF CHAP IER 4/4.I LOWDAS IA I UTE9 ,'I' ' .G(�1 dP Jl m.Nr/r l/�l�e er y,rude M1MK re /y de alyfi shoo KtIoet 1'� uc COFFIN.JEFFREV DANE 11roftssional transportation 3lanntr hPIX1 N W 9312I)AVI Nlll SUITE 2(13 y r ny/user otaa u n 4e the(a itign'r/mn Awn"/an./.c )t/(>I4rfr9>,eu onf}Esr llwrrna 1 0121 I AI1DI RUAI 1 I I 19909 aryo6rmenani/r 64;1.r.,nr/mill/rymn.99C./4.I:,( L Ilorriit1WNBIR PLK114/ ] ibi)/( U)' I VPIRA I ION DAIS EFBRUAI1V Pit 21181 Always v.nly licenses online at M nv oa yhlondaLsne r, 4414,41 n�.[iC,/ \ t. ,,+.: Do not alter this document in any form. WI' a"R1,eTt/F.4"..: El ;e• 1 his is your license It is allnwfnl Ton anyone a her than the licensee in use dm doeum eo, 67... those w 4'*MA'THE CORRADINOGROUP 111 TAB 2 Experience & Qualifications miA!UMIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES This certificate acknowledges This certificate hereby qualifies Scarlet R. Hammon,AICP err Mario Francisco Duron Jr.,AICP having complied with all requirements of the American Institute of Certified Planners, as a member with all the benefits of a Certified Planner and a commitment to the American Planning Association's professional institute,providing recognized the AICP Code of Ethics and Professional Conduct. leadership nationwide in the certification of professional planners and the ethics, professional development,planning education and standards of planning practice, is hereby provided this certificate as evidence of certification of expertise in the field Certified Planner Number.32255 of transportation planning and is hereby declared to be a Certified Transportation Planner fitp,iitia. • Joel Albizo,PASAE,CAE Deborah Lawlor,rap,PP I-P m /' ,�,.,a--- ,,ee, _•;(u:tiJ..�----- Chief Executive Officer AICP President Janes M.Drinan,,o Glenn E.Larson,MCP American Planning Association American Institute of Certified Planners Executive Director President I III American Institute of Certified Planners ill CTP Certified Creating Great Communities for All Transportation Planner I his certificate herein qualifies ais < .<'f r r - ��T_ ,� -olic ASSOCIATION OF STATE ,',- Kathryn Lyon, AICP FLOODPLAIN MANAGERS,INC. `{ CERTIFICATION BOARD OF REGENTS as a member with ill the benefits (a ol a rtificd planner ( A Y Y � and a commitment to the UCP Gale of Ethics and Professional Cnnnhs.t. cres,sners,av_,,.,,r,,crs,,o,,ar,, Cenilied Punter Number , _. - Kathryn Re Lyon, CFM --) {; ASFPM CERTIFIED FLOODPI.AIN MANAGER I)2.1‘5 ';4 1014 fir so Iffoolooro.MIII,"IMAM 'Mt taluuAt[aW.- Ann l.. fa 4. late.sn lW al aW rm0:ruu ,t p t� . , 1 IS .n �,�. lr :: ,f �S[i,b, ;tic.' .a �r /d �� .,w ....ns...n e1n. �.......env IIMEI.I0 WY., CFM , c o ?y. .{:- _ u may. --_ - I. -- - - -- ' "`1r't .---'`",.J iiii ute lIll of Cavorted Planners THE CORRADINO GROUP 112 TAR 2 Fxnerience & Qualifications _ ttA ;w;I BEACH RFQ 2023-030-ND AL TRANSPORTATION PLANNING AN!TRAFFIC ENGINEERING CONSULTANT SERVICES S Cor Engineering Committed to Excellence 'kr 22rYIAfEOFFLORIDA 4FBPI.2;.v Ron nusAnn.` FBPE A rlouaro,anor BOARD OF PROFESSIONAL ENGINEERS O 11AIE OF FLORIDA I I I II PR111 I MMII)NAI ENGINEER HI Ili N 191 ICM.NMI I)UNDER THE PIUIVIMl(NJIOI-(RI I LFL yIAIUTE9 BOARD OF PROFESSIONAL ENGINEERS e{,.` THE PROF F991ONAI CNIINFER 1 II REIN 19110ENMI I)UNDER THE - 4- ~r �: PROVI910N9O1-01 IAP I Lit 4/i I LOWDA MI AKITES 1e141�� 1 IGLE91A9_DANIE I_JORGE ' I - k' t - P70 MEAN]It'AVE - ..1111 J1= WINNV 191 F RI AC11 FL 394all MIw) LEE 9HUE LING.BRENT JUDE 991,4 COD NHIIIER OT DAVIT FL93908 C I It'I NMI NI 1/411112 I'I'1/4/II/ I VI•IIIAI II IN DAII II IIIt11AItV 1011 WW1 Away,veMv lavtsey onlne at Myl Modal iavne corn t I we NMI N(IAI111R IN/1413 I ❑ ,,'^[] IVPIRAI ION DAII II HRUARV YH.WN9 04 * Do not alter this document in any(own yet*Weans Ale Always verndrem NYlw dlrrow•emn' i`w+ ••�yyA I his Is your license It rt unlawful for anyone other Own the licensee in the this don atan1 Do not alter this document in any loon 0'' '�gyhY I Ins is your li(ense It is unlawful for anyone other titanMe e licensee m the Ihn document. Mill A I� I 3()L STATE OF FLORIDA This certificate hereby qualifies AICP - BOARD OF PROFESSK)NAL ENGINEERS Jeremy Mullings, THE PROF 99IONAI ENGINEER HI III IN 191101N9I I)UNDER THE PROVISIONS 01-OHAPT ER 474 11 ORIDA 91 A I DEE9 ; as a member with all the benefits of a Certified Planner and a commitment to ;Frei! the AICP Code of Ethics and Professional Conduct. REVE9.JESSICTA IRELA 4P51/9W 9 II IMAM MIAMI I I'441844 Certified Planner Number: 027956 11— 11(9 N91 NI1M111 R 19 M41/ I www I VPIRAI ION DA I I I I HRUARV PR NOS Yv.,.,,,,, Al.--p-:-___ Always vMy leenses online at Nylbndalmne apn `� Do not atter this document to any(mot. James M.Drinan,Jo �alcri .Hubbard,tAlcr 0 - 1 can n VOW lnen.e It i.mmttMwfnn tor anyone inner than the hlen,te to the ton 1lntsxnott Executive Director President • • _ n..,m.,�„,.,,•.,,.,.,, FBPE _,m,„�..,,n,.�,rv,,.,,. FBPE at.,.,2,..„...,p, SIAIE OF FLORIDA STATE OF FLORIDA BOARD OF PROVE991ONAL ENGINEERS BOARD OF PROFESSIONAL I NGINEE14S THE PROFESMIONAI I NI/N1 I R ill RI IN 191 IN NMI II TINDER THE THE PROFE9MI0NAI ENGINEER IIFRFIN 191I01NMI 11 UNDER THE PROVISI 9 Ii-((LviAPT R E 474.11 ORIDA 41 A I DIES PROVISIONM,/OF(➢IA 4PII4LIZ 414.1 t O(kll)A y I A I U TES AEUJ.VENKATA PHANI KIRAN HUGHES.STEPHEN Al TEN 114148 NW 48111(9)UR1 1600 W E9 E OAK KM)EL(MRI'I I PI MHROKI PIN{S IL'iiii({WH DAVI( FI.33924 I t f 4 ally 9 I E- 11(9 N91 NIIMHCII IMbH O EVPIRATION DATE.f1IIRUARV PR.WW5 1 VI'IRAI ION DAII 1114111IARV N.1)9W9 Always venly kettles online at My(londalmne corn Always verily limo,..ohne at NVI landal moue eon ;•y; IM not alter tilts Amanent in any loan . t r Do not alter this document lit anl'lonn r� , T .n: Ihms nyoal1rvnw'll uolnwfnlhm anyone m het than the licensee to car'•Ilas don adm.1 ..S•ya Ihn nyuurhrcnlx•1luunlawfW/w anyone othemhan the llmlse°to the this&clam, Eh"THE CORRADINO GROUP 113 TAB 2 Fxnerience & Qualifications IAA AM BEACH RFQ 2023-030-ND ' ''rJFRAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ,1,. 4FBPE •.%.. 4FBPE I:n,,,,,,„ p.r_; p 41ALE OF FLORIDA - STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS BOARD OF PROFESSIONAI I NCINE LIES THE PROF E441(/NAI I N(.INI I R HIM IN IS I IOENNED UNDER THE THE PROFE44IONA1 I NI-aNI Ill HI RI IN I411(4 N I)I)UNDER THE PROVI41ON44.F OHAtTER AII.fI Ar TUTE9 PROVI41 F OHAPTEB 474.1 I QNIDA 4 I A I UTES vt+Q r ¢ Atilt 9ATVA 9URE91-1 KUMAR WU.VONGOIANG h4P/4W/hb AVENUE 890/KII I RE DRUM IERRAOI EIINAI.AAI) I(SSRR7- {1(1VN IONlit A(91 II'I'}4/'1 L I I('I N41 NI IMRITt M-RF91)/ I I I(4 N41 NIMBI II IS 64F0/ 1 VI'IRA I T)N I)A I I I I I MI JAIN PR.P(W9 I VI'IRA I ION I IA 11 I I IIRIIARV Pe.PIPS Away);vents,In,n,w,oolioe ai MO rondo)imn,e•roan AIWay,orgy limn,',onlioP ar WI londal loom roan O .2 O. I7 r� Do nor nhcrdmAuvrnunm any lorto ;� Do non alter dm document in any(out •:04.7r' Ihn narh VOW II i9 unlawful for anyone on her than the!meow,u,u,P,Ns domino, f-6%:..•• Ihi,i,your limn.,It i,nnlaWnl(or anyone other than l he),ermm to use rho dnehmenr THE CORRADINO GROUP TAB 2 Experience & Qualifications 1V\1AMIBEACH RFQ 2023-030-ND RAFFIC ENGINEERING CONSULTANT SERVICES • Cir";11(1M lbac ecrtiYate iruc4ty.1eaLLc, Aldo W.Fritz,AICP ATta of ELR neneic ns1t ill tIst benefits N's Cmia d I*c 1 P and a<rcwniune a aD die AICP C oJe of Fifties e1e1 Pr.,tiL+.ttwl[.:mho. UU Atuorb of lIrofessiunnl`ingittrers Certified Menet-N " °"M'n"N an'` 'II'Berner, Gary Walter Schatz Ben s„W„ ,e.ywM.y /pone te proerne A/F:..e../ £oriteerio, / /me emeetner/told ri rerneornee Anent' <e y e: arsOreayoirtme y,rP» ..,/IN.,/lit Jai, A,.,er/By 174%?.. la. c hoard y yc Nor f !nay,.,va ru,eerniferree ?d..,Imre',moa..e/ 944378 terreanire }}gW„«ral F y..P.t.J if,d. as ql end NA ,�I..,....�en,. treaSem ?monied By LA, la.,at e rl.. thee, and naj re err of,?OW,., aA Nene/IN eon/ Jt,:atel .Y,et,.y`f17e_e`11ceona ,ey.t.m.r,.:/t.le 6..4 awe/Ii. 6Are moat td.,.a/gfr�':8oNrdafii G aBy.J««Q.-"OeY. if `"er FBPE 6/.h '17,, C¢:, ETJ:5e.5:z nW,N r*--- - BOARD FOR PROFESSIONAL Pr ENGINEERS AND LAND SURVEYORS f Tils i.re C.,sh Met P.n..., • To T1,Pr .ekes."Chapter i.Dino,.3 a rT.ewte,a ce',kw t.e. tTu uii uretuhrabtlui Amin - MOULT LACLNLID AS A PROFESSIONAL ENGINEER ix TRAFFIC ENGINEERING to Tee State at C.tifrt ta+.M I,UMW!To AD Tb.RIO.4 eel PA.Jim.Ceela4-1-,1 a Said Cate WITNESS OM RAND AND SLAT CorJlket.S.TA 2290 Y c� :tat MY o1 An....,2005,at Sat+emeete,C.tNerrie SOARD ION PROP SSIONA1. INGINLHRS AND LAND SUM-1OR9 9...a,_cz , JARIWALA,RUTA LICENSE NUMBER:2465 LICENSE TYPE:TRAFFIC ENGINEERS LICENSE STATUS:CLEAR 0 EXPIRATION DATE:JUNE 30.2022 SECONDARY STATUS:N/A N M In CITY:SAN J^SE STATE:CALIFORNIA COUNTY:SANTA CLARA ZIP:95120 M▪ IENNINEMEMI JARIWALA,RUTA LICENSE NUMBER:73840 LICENSE TYPE:CIVIL ENGINEER LICENSE STATUS:CLEAR 0 EXPIRATION DATE:JUNE 30,2023 Agio SECONDARY STATUS:N/A i CITY:SAN JOSE STATE:CALIFORNIA COUNTY:SANTA CLARA ZIP:95120 THE CORRADINOGROUP 115 ,RAIAMIBEACH RFQ 2023-030-ND ANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 2.2.1 Project Manager Projects The following are relevant similar project experience that provides the details of the proven track record of Corradino Project Manager providing similar scope of services as outlined in this solicitation.These projects are in addition to all the local Miami Beach experience from being a current incumbent Traffic and Transportation Engineering Consultant with the City as well as the other projects listed for The Corradino Group Team experience. The following projects have occurred over the past ten(10)years and exemplifies experience with the planning,technical,managerial,and administrative efforts related to general transportation planning and traffic engineering activities. ► CITY OF COOPER CITY TRAFFIC AND TRANSPORTATION ENGINEERING SERVICES Project Description: Corradino provides Traffic and 1 ` , .` . ; x "a ,�, Transportation Engineering Services to Cooper City asle-At ., t part of the Continuing Engineering Consultant Services ocperci 4 S°': Contract. Provided a variety of traffic and transportation {' , - engineering services including intersection analysis, t =,:-.7 ,r- Y, signalization analysis and design, roundabout analysis and design, roadway level of service analysis, public school SW 90th Avenue Safety and traffic operational analysis, city-wide traffic modeling, corridor signal timing progression analysis, traffic calming k.. Mobility Improvements and neighborhood traffic mitigation, responded to citizen Public Works Department inquiries and coordinated the interests of the City with Novembers,2022 Broward County Traffic Engineering Division, FDOT District IV and other key stakeholder government agencies. Provided traffic and plan reviews as part of the Development Review Committee. Prepared grant submittals for City projects for inclusion in the Complete Streets and Other Localized Initiatives Program (CSLIP) and the Broward Mobility Advancement Program (MAP). The following task work orders have been completed thus far by the Consultant under this Contract: • SW 90th Avenue Safety and Mobility Improvements (CSLIP) • Hiatus Road and NE Lake Boulevard Roundabout Improvements (MAP) • Broward County Surtax Support Services • SW 49th Street Culvert Rehabilitation Technical Peer Review and Hydraulic Analysis • DRC Traffic Study Review Services including the following development projects: o Chabad of SW Broward o Brightstar Credit Union o First Baptist Church School Expansion o Kingfisher Reserve o Lock-up Storage o USPS site Townhomes o Nur Islam Expansion Agency/Owner-City of Cooper City Agency/Owner Contact-Thomas Good, Public Works Director Address: City of Cooper City 9070 SW 51st Street, Cooper City, FL 33328 Agency/Owner Contact Phone Number: 954.434.2300 Agency/Owner Contact Email: tgood@coopercity.gov Year Project was Completed: 03/21- Present Total Cost of Contract Work Order Based Type of Experience: Firm THE CORRADINOGROUP 116 TAB 2 Experience & Qualifications tvdc„MIBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► MIAMI-DADE TPO SMART PLAN GENERAL TRANSPORTATION PLANNING CONSULTANT SERVICES- SOUTH DADE TRANSITWAY Eric Czerniejewski, PE, ENV SP was Project Manager for the Strategic Miami Area Rapid Transit (SMART) Plan for Miami- Dade County. Of the six rapid transit corridors identified by the County, Consultant was responsible for the South Dade Transitway Corridor Study; which extends approximately 20 miles from the Dadeland South Metrorail Station south to Florida City. Consultant provided professional traffic engineering,transportation planning and transit planning and design services to supplement the Miami-Dade TPO's efforts in conducting the transportation planning process for the SMART Plan. Consultant assisted in developing a Land Use Scenario Plan, conducted transit planning and transportation related technical activities;Charrettes;3D Modeling;and, public outreach.One of the primary goals of these services is to develop transit supportive land use scenarios with the ultimate goal of addressing the overall mobility of Miami-Dade County. Agency/Owner-City of Cooper City Agency/Owner Contact:Jeannine Gaslonde,Transit and Regional Manager Address: Miami-Dade Transportation Planning Organization Stephen P. Clark Center , 111 NW 1st Street,Suite 920 4..aelt Miami, FL 33128-1916 -��►. ``��, Agency/Owner Contact Phone Number: 305.375.1739 Agency/Owner Contact Email:jeannine.gaslonde@mdtpo.org Year Project was Completed: 08/17-10/19 Total Cost of Contract: $900,000 Type of Experience: Individual/Principal THE GORRADINO GROUP 111 TAB 2 Experience & Qualifications ,iAl\AIBEACH RFD 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► CITY OF OAKLAND PARK ANDREWS AVENUE COMPLETE STREETS IMPROVEMENTS (2019) Lead Traffic Engineer who prepared the traffic study which evaluated the need for mid-block crosswalks along a stretch of Andrews Avenue between Oakland Park Boulevard and Prospect Road. Consultant completed a safety analysis including review of crash history along the corridor using Signal Four Analytics. Consultant evaluated the proposed midblock crosswalk locations based on criteria of the Traffic Engineering Manual and Manual on Uniform Traffic Control Devices per Broward County Traffic Engineering Division. Consultant collected pedestrian traffic data including four-hour pedestrian volume counts at ten (10) proposed mid-block crossing locations and 24-hour bi-directional traffic counts were collected for Andrews Ave between Oakland Park Boulevard and NW 38th Street and on Andrews Avenue south of Prospect Road. Consultant also evaluated the traffic operational conditions at the four signalized intersections along Andrews Avenue at Prospect Road, NE 38th Street,and E. Oakland Park Boulevard to determine the optimal signal timings and the appropriate length of future dedicated turn lanes. Design plans were developed for the transportation infrastructure improvements. Agency/Owner-City of Oakland Park Agency/Owner Contact:Jennifer Frastai,Assistant City Manager Address: City of Oakland Park 5399 N. Dixie Highway,Suite#3 Oakland Park, FL 33334 Agency/Owner Contact Phone Number: 954.630.4477 Agency/Owner Contact Email:jenniferf@oaklandparkfl.gov Year Project was Completed: 02/16-07/18 Total Cost of Contract: $60,000 Type of Experience: Individual/Principal 1, s N, '' ® 1: Iliglifidik' ..,, THE CORRADINO GROUP 118 TAB 2 Experience & Qualifications iv t,to1BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► BROWARD COUNTY MAST ARM CONVERSION DESIGN BUILD PROJECT Design Consultant for the design-build professional services associated with the conversion of span-wire supported traffic signal at 35 intersections across Broward County. Consultant along with Horsepower Electric provided engineering and design services, plans preparation, field survey, utility coordination, permitting, public involvement, coordination with adjoining projects, minor roadway reconstruction and paving, signing and pavement marking, ADA compliant sidewalk reconstruction, traffic signal retiming and optimization, traffic signal design and construction, installation of underground conduit and interconnect cable, installation of monitoring devices (video detection), installation of vehicle pre-emption systems , as built record plans, and warranty necessary to provide the traffic signalization improvements in accordance with Broward County and Florida Department of Transportation specifications. Agency/Owner- Broward County Highway Construction and Engineering Division via Horsepower Electric Agency/Owner Contact: Michael Martinez Address: Horsepower Electric, Inc. 8105 West 20th Avenue Hialeah, FL 33014 Agency/Owner Contact Phone Number: 305.819.4060 Agency/Owner Contact Email: mike@horsepowerelectric.com Year Project was Completed: 01/15-09/19 Total Cost of Contract: $2,500,000 Type of Experience: Individual/Principal - i K F, I h f tAi pr- jt ilift Igli . it i • • it ' • • 1 A a -rFd�.-., wt - 1 i • 41 _ ' r ��a 1.- I. ,. di kr . . _ . • 1M , _ . THE CORRADINOGROUP TAB 2 Ex i erience & Qualifications ,cd RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES ► DOWNTOWN BOCA RATON TRAFFIC STUDY (2015-2016) Consultant was selected to provide traffic engineering and transportation planning services for the traffic analysis of numerous intersections in the Downtown including Palmetto Park Road and NE/SE 5th Avenue. The traffic study examined the safety and the operation of the intersection of Palmetto Park Road and NE/SE 5th Avenue and enumerated at least three viable improvement concept plans. The intersection of Palmetto Park Road and NE/SE 5th Avenue is in the heart of the Downtown area and a part of the Boca Raton Downtown Development of Regional Impact(DDRI).The stretch of Palmetto Park Road between Mizner Blvd and NE/SE 5th Avenue is also is a part of the Boca Raton Pedestrian Promenade Vision for Downtown with a goal of being a welcoming place for vehicles and pedestrians. NE/SE 5th Avenue and the intersection roadways just to the north of Palmetto Park Road are implementing the Context Sensitivity/Livability and Complete Streets with certain recreational destinations like Lake Wyman Park within this corridor. The limits were extended to include a couple of other intersections to determine the traffic intrusion along NE/SE 5th Avenue from the US-1 intersection. The extended limits and other intersections including NE/SE Mizner Blvd. provided current information on the traffic movements at that intersection with Palmetto Park Road. One other local issue that affected the study area and all coastal communities in South Florida is the regularly scheduled bridge openings to allow for the maritime traffic on the intercostal waterway. This occurs just east of the intersection of Palmetto Park Road and NE/SE 5th Avenue. During field visits at the time of the study, it was observed that westbound vehicles were backing up on to the bridge approach during peak periods. The results of the traffic analysis/study were presented to the City Council where they expressed consensus in supporting several short-term improvements and provided direction to city staff to move forward with the following in the Downtown: • Re-establishing left turn lanes along 5th Avenue & Palmetto Park Road • Re-establishing left turn lanes along Palmetto Park Road/Mizner Boulevard • Adding preemptive signals/adaptive signals • Adding traffic operations center staff The final report recommended re-establishing left turn lanes along Palmetto Park Road which required the removal of landscaped medians, which were originally intended to slow traffic and create a more walkable Downtown area. Multiple public workshops were facilitated for this project which provided extensive public sentiment and input. The City of Boca Raton staff was directed by the City Council to move forward with the design and construction of the left turn lanes which will improve the traffic flow on Palmetto Park Road.The design,engineering and construction of this improvement project was completed. Additional improvements to the intersection of Palmetto Park Road and NE/SE 5th Avenue including the modification of the existing lane geometry including the addition buffered bicycle lanes on both NE and SE 5th Avenue south Boca Raton Boulevard were also proposed.These supplemental improvements will require right of way acquisition by the City of Boca Raton and are still being considered. �2-r Agency/Owner- City of Boca Raton Agency/Owner Contact: Quan Yuan,Traffic Engineer Address: City of Boca Raton ' ', Traffic Engineering Division N 2500 NW 1st Avenue _ Boca Raton, FL 33432 Agency/Owner Contact Phone Number: 561.416.3372 , Agency/Owner Contact Email: bocatraffic@myboca.us - - Year Project was Completed: 06/15-06/16 �" Total Cost of Contract: $50,000 Type of Experience: Individual/Principal + , THE CORRADINO GROUP TAB 2 Experience & Qualifications 1'.' li\N,IBEACH RFO 2023-030-ND GENERA'-TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 2.2.2 Evidence Of Prior Working Experience The following are examples of the proposed team working together.As previously outlined in the prior project experience such as the City of Doral Section Eight Traffic Calming Study, Corradino worked closely with our subconsultants. CTS Engineering, Inc. provided the traffic data collection for this project where Corradino is Prime. In addition, Lambert Advisory provided the Financial Planning and Analysis on the Miami Dade TPO SMART Plan General Transportation Planning Consultant Services South Dade Transitway project. The contact information has already been provided on these couple of projects. The one additional project, the Broward Commuter Rail/Tri-Rail Coastal Link PD&E Traffic Analysis, is another example of collaborative effort between Corradino and the subs on this contract. CTS Engineering, Inc. provided all the traffic data collection for this contract as well.This project includes several coastal communities in northern Miami-Dade County through Broward County. ► BROWARD COMMUTER RAIL/TRI-RAIL COASTAL LINK PD&E TRAFFIC ANALYSIS The Florida Department of Transportation Ilr- 'NW,---v. ,T- (FDOT) District Four and Broward County have �c CH n • r entered a Memorandum of Understanding to 0 ' M ��. A continue efforts to improve mobility in the NTs «IND�. . southeast Florida region. The objective of the r 1�? i ' Broward Commuter Rail(BCR)PD&E Study is to •.r„•.. 9 i 0.1 develop and analyze alternatives that integrate ; c, - y passenger and freight service along the Florida z maw s ,,.,I • • East Coast (FEC) Railway. The purpose of the 1 . .„, .... .,o. �'s study is to address congestion issues and to 1:Q • -2-1:: support economic as well as land development T.4 U C 1 policies in the eastern area of Broward County a by improving mobility. The BCR is a 27-mile -, ..�......,. 1 segment from Aventura in north Miami- �, „T, ,� i Dade County to Deerfield Beach in northern '^ axe r _ sr ► Broward County. This commuter rail service tip. �` ..a mot�'� , , will include the necessary rail, signaling, ` ?•12 M safety and communications improvements, �� i „, r0NO: LA `.' and passenger amenities. Up to nine potential «t r 1mXr �w ` 0stations will be studied and evaluated within 0~ "�•'"�'• • �-- the study limits. The BCR PD&E Study will ne. include a new rail crossing at the New River j �'= @ �"""" for passenger service through Downtown Fort r'`"y i TM Lauderdale. The existing railroad bridge will nil _.._.� ,, x remain in place for exclusive use by freight rail. so«rrwrsr A traffic methodology memorandum was ;a, ••404111014" approved which identified the parameters, POSPOIXmix; e lialiSiiiiila tools, assumptions, approach, and primary :.sr: r !" '°"""°"" `" 7r .{ImisY 4• Mill . areas of focus for preparing the traffic analysis. p,. ......... ..� It defined the level and method for analyses ...,........xWA.M 9 O '—� 0' required to prepare and execute the traffic ©r "' operational analysis. The traffic operational Y III:: analysis was conducted at two types of u, ,z.{,0,�.1 r ,. locations throughout the study limits: • At-Grade Railroad Crossings • Station Areas THE CORRADINO GROUP 121 TAB 2 Experience & Qualifications MIAMIBEACH RFQ 2023-030410 GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES The traffic operational analysis was performed for the existing, opening and design years to compare the results and document any potential cross street impacts with the proposed train traffic,demand and stations use as part of this project. This analysis determined if any significant queues and/or delays from additional gate closures and new station parking lots will impact the east/west and north/south arterial corridor operations. The project included traffic data collection, travel demand forecasting, microsimulation traffic modeling using Synchro and Vissim and traffic operational calibration. The traffic analysis was summarized in report format with key performance indicators established for arterial corridor travel time and delay and specific vehicle queue stacking during various train events. Agency/Owner: FDOT Agency/Owner Contact- Phil Schwab, PE, Program Manager Address:Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 Agency/Owner Contact Phone Number: 954.236.7369 Agency/Owner Contact Email: Phil.Schwab@rsandh.com Year Project was Completed:09/20-12/22 Total Cost of Contract: $800,000 Type of Experience: Firm THE CORRADINO GROUP - 122 TAB 2 Experience & Qualifications 1\A AMtBEACH RFQ 2023-030-ND GrNFRAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES General Planning Contract Engineering Broward County, FL �-F� PROJECT DESCRIPTION CTS is the prime consultant of this contract. CTS is CLIENT: providing assessment, research, and analysis services on Broward County Transportation Department an "as-needed" basis for the following transportation- Khalilah Ffrench, Project Manager related planning and program support areas: capital kffrench@broward.org project and development; environmental; economic (954) 357-6543 development; organizational; information technology; public involvement and outreach; grants compliance, VENDOR ROLE: monitoring and development. Transportation planning Prime Consultant for the contract consist of strategic planning, policy development, short and long-range planning, capital DATES OF SERVICE: improvement plans, multimodal access planning, 2021—2025 transportation demand planning, land use planning, traffic studies, analysis and microsimulation modeling, TYPES OF WORK: electric vehicle facility planning financial analysis and Public Outreach;GIS Analysis;Asset Data planning, transit planning data collection and analysis Collection;Transit Oriented Development; and GIS support.For the contract economic development Transit Planning;Transportation/traffic planning consist of market feasibility, station-area engineering;Safety/Security; Resiliency development, Transit-Oriented Development (TOD) Planning. planning, policy,and guidelines development. CTS recently performed fixed route rides checks for several routes of the Broward County Transit system and recommended operational changes to the routes surveyed. This contract was also used to perform safety audits for community shuttles under BCT's oversight. Currently CTS is working on providing support for the implementation of a mobility pilot for late night shift workers such as providing performing measures,outreach,and standards operating guidelines. Bf�y ARDa . r-r ,- ff ���. (11 4., 4,,,.iiiiiky fC COMMUNITY BUS PROGRAM f L 2021 AUDIT ___ ksi 14-i 81 Far tln fawn A Malabar*March RROWARD COUNT V 1 RANSIT l oCCA+EEn'att THE CORRADINO GROUP 123 TAB 2 Experience & Qualifications fv^, AM,AIBEACH RFQ 2023-030-ND 'F', TATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Districtwide Traffic Operations Studies Contract Engineering Ccowner.Miami-Dade County,FL '�,� " _K I PT,ON: This contract provided professional traffic engineering services through the development of various traffic operations and safety Florida Department of Transportation,District 6 studies at intersections/arterials and related improvement Ramon Sierra,P.E.,Project Manager alternatives/recommendations and evaluations. In preparation of ramon.sierra@dot.state.fl.us the studies, tasks involved field reviews, crash analysis, collision (305)470 5335 diagrams, level of service analysis (using traffic engineering software such as Synchro,HCS,SIDRA,and VISSIM),and all types of traffic data collection(such as machine counts,turning movement Prime Consultant counts, delay data, gap data, pedestrian/bicycle counts, speed DATES ors[R ILF data,ball bank studies,and queue data). 2014-2020 TYPES OF WORK. As part of the subject contract, CTS performed numerous Traffic Engineering,Traffic Signal Timing,Traffic traffic operations and safety studies, which included qualitative Safety,Crash Analysis,Traffic Operational Analysis, assessments,signal warrant analysis,intersection/arterial analysis, Access Management,Conceptual Layouts,Preliminary left-turn phase warrant analysis,sight distance evaluations,lighting Cost Estimates analysis, safe curve speed studies, before/after evaluations, road safety audits, Intersection Control Evaluation (ICE) studies, bottleneck mitigation studies, mid-block pedestrian crossing evaluations, access management evaluations, conceptual improvement sketches, and preliminary cost estimates. These studies were typically conducted in response to citizen requests and other agency requests.Some examples of completed assignments 0 N V.: _ include access management evaluations for SR-823 and SR-909; _ _ signal warrant analysis for SR-90/SW 147 Avenue and SR-5/NE 18 - Street intersections; mid-block pedestrian crosswalk evaluation '•ice in City of Key West; road safety audits for SR-112 and SR-907; • f I, r i PIP - bottleneck mitigation studies for SR-90/SW 74 Avenue and SR-90/ �. i. SW 137 Avenue intersections; lighting evaluations for Shark Key ;_ and SR-112; speed limit evaluations for AlA, SR-990, and Village - of Miami Shores; and wrong-way signage/pavement marking - assessments for 1-75 and SR-856. . :, ..,..le ., to, . . - .-=-.-... , I 4. _, _ — ... . . 1 11.7111,_ ' _ �.J R1 }V lei- TL ..wr._ Alia _mot !IFS, t :iy::::. :. h_.JO a ti inr,==---ila. iiir . — .. , Mk Jr- . ----:.4 • 1 III a 111 1 1 . i'''. , kill lal • i sue I \ 1 1 *� ` I THE CORRADINO GROUP • 124 TAB 2 Experience & Qualifications f:r,v; vv BEACH RFQ 2023-030-ND N FL ND TRAFFIC ENGINEERING CONSULTANT SERVICES Districtwide Statistics Contract ( Engineering Miami-Dade County,FL �J PROJECT DESCRIPTION. Scope of project included planning and engineering services to rl,. support the Department's Districtwide routine RCI and HPMS data Florida Department of Transportation,District 6 collection efforts, roadway functional classification updates, traffic Neil Lyn data collection and support, innovative data collection methodology neil.lyn@dot.state.fl.us development, project specific data collection, in-house support, and (305)470-5373 GIS support. Prime Consultant As part of this contract,CTS has assisted FDOT District 6 in providing statewide RCI data collection services following FDOT Procedure 2010-Ongoing 525-020-310 General Interest Roadway Data (GIRD) and the RCI Handbook. CTS also assisted D6 in Reliable Organized and Accurate Traffic Engineering Studies,Traffic Data Collection, Data Sharing (ROADS) project, Functional Classification (FunClass) Traffic Safety Studies,Pedestrian/Bicycle Studies, updates, and Roadway Jurisdiction Transfer. CTS provided full traffic Access Management,Operational Analysis, data collection services (i.e., vehicle classification, volume, speed Conceptual Layouts and Preliminary Cost Estimates counts,TMC,OD,travel time,queue,delay,etc.).CTS has successfully performed over 400 annual TO counts every year for D6 TranStat ffq - .. - over the last five(5)years.CTS is also extremely familiar with the TCI P ,,,„-,0,1-*rrr-t, . submittal end-of-year process to the CO and the deadlines. CTS has ' worked on hundreds of PTMS sites following the Traffic Monitoring +.- i' Handbook guidelines. Under this contract, CTS has recently led the r, T: a,:.;-"- ( regional Design Traffic Process update effort representing D6. CTS r•""'�_; has prepared over 200 design traffic documents for D6 (including DTTM and 18-Kip ESAL). CTS also provided small corridor studies, ", ., s. pedestrian and bicycle facility improvements, access management, conceptual design, Scoping Report, demand modeling application, GIS support,and on-site engineering support under this contract. ' _• CO TRAFFIC MONITORING . HANDBOOK . . ....,.... -,- rr' -'::::: "V_.,..� R C I r ,� - 1 '. PLANNING DATA 1)` x, f — HANDBOOK illifilY < .-....-...""'"► '� —, `,d ,11: , - , FT 1 cO�c� w,:...i„w„�•,•.,^ - * 11f7TIl vmnne ,.00,„Department of rranx,,,,�on Air THE CORRADINO GROUP TAB 2 Experience & Qualifications IA IVO BEACH RFQ 2023-030-ND ;iNG AND TRAFFIC ENGINEERING CONSULTANT SERVICES Project Name: Cit wide Multimodal Improvement Study, Ha ward, CA TJKM - • .44s4--::4'. ;.. .,, ., N. F. " - I.-: .4 .V, S. W.:11fr ._,% ,,---1 /# 41t, ,t.04, • lip/7-.. ,.: . Pahfi Role of the Firm: Prime Members of the Project Team: Chris Kinzel • Principal-in-Charge Ruta Jariwala • Deputy Project Manager Nayan Amin • QA/QC Praveena Samaleti • Transportation Planner Agency/Client:Abhishek Parikh, Traffic Engineer I City of Hayward (now with City of Concord) 777 B Street, Hayward, CA 94541 I (925) 671-3129 I Abhishek.parikh@cityofconcord.org Year(s) and Term of Engagement: 2015-Ongoing PROJECT DESCRIPTION: TJKM as a prime consultant assisting City of Hayward to prepare a Citywide Multimodal Improvement Study to address existing and future congestion, enhance safety and operations for all modes of transportation throughout the City of Hayward. TJKM conducted a comprehensive outreach approach geared in part to addressing potential concerns on the part of both the development community and City leaders. TJKM is examining about 100 intersections and 15 roadway segments for the project to identify existing and future deficiencies in terms of safety and congestion for all modes of transportation. As a part of the evaluation extensive accident analysis(5-Year period)was conducted and hot spots were identified. Extensive field observations were conducted at the identified hot spots location to identify the deficiencies. TJKM used land use information from the General Plan to determine the amount of growth expected, and will conduct a thorough study of needed roadway improvements for all modes of transportation, leading to the preparation of the CIP document. As a part of the project TJKM will also prepare conceptual layouts for the recommended improvements for all modes of transportation. Some of the recommended improvements to be included are but not limited to adaptive pedestrian and bicycle signals, traffic calming measures, intersection improvements and continuity of pedestrian and bicycle facilities. THE CORRADINO GROUP 126 TAB 2 Experience & Qualifications V\MIBEACH RFQ 2023.030•ND PORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Project Name: Neighborhood Traffic Calming Program, Hayward, CA 4CE;KM Existing Conditions j. Alternative 1 A �► i ■ t ■ Alternative 2 Alternative 3 • l � 1F41--44. • _! .5* • , : . y+,'Sg.. •,.� . .+r! •1 ''r Z i Role of the Firm: Prime Members of the Project Team: Nayan Amin • Principal-in-Charge Ruta Jariwala • Project Manager Agency/Client: City of Hayward 1777 B Street, Hayward, CA 94541 I Mr. Fred Kelley, Transportation Division Manager I (510) 583-4781 I fred.kelley@hayward-ca.gov Year(s) and Term of Engagement: 2015-2017 PROJECT DESCRIPTION: TJKM developed first comprehensive Neighborhood Traffic Calming Program for City of Hayward envisioned to eliminate current inconsistency in the application of traffic calming strategies and provide a well-defined toolkit to utilize the most proper and effective solutions with community outreach and collaboration.The program was developed to serve as a guide for the City Staff, elected officials, and residents to become acclimated to the policies and procedures for successful implementation of traffic calming solutions that will benefit Hayward residents and businesses with a variety of traffic safety related concerns. The project aimed to assess Hayward's current traffic related concerns and challenges, research various traffic calming strategies deployed by cities and states across the nation, and develop a robust traffic calming toolkit that will assist the City of Hayward in addressing these issues. Key elements of the toolkit included:the adoption of the four E's approach—Education, Empowerment, Enforcement, and Engineering, to expand the available strategies and tools to address neighborhood traffic safety concerns; engineering criteria on the feasibility of each traffic calming measures; effective policies to be applied consistently throughout the City for reviewing traffic related complaints and making necessary improvements; community engagement in the decision-making and implementation process; and identifying funding options. Ruta Jariwala our proposed Project Manager for this project served as the Project Manager for the Citywide Neighborhood Traffic Management Plan. THE CORRADINOGROUP 121 TAB 2 Experience & Qualifications mfAMIBEACH RFQ 2023-030-ND CFNERt:! TPANSPORTtl; '"."_} CIO TRAFFIC ENGINEERING CONSULTANT SERVICES Project Name:Livable Centers Study for Brays Oaks District, Houston-Galveston Area Council, 4C:JKM TX • -44 i , ` r, 41 Role of the Firm: Prime Members of the Project Team: Aldo Fritz,AICP• Project Manager Utsav Domadia• Project Engineer Agency/Client:Rebecca Leonard, FAICP, PLA,CNU-A I Lionheart Places, LLC 11023 Springdale Road, Building 6,Suite E,Austin,TX 78721 I(512) 520-4488 I rebecca@lionheartplaces.com Year(s)and Term of Engagement:4/28/2021 —2/4/2022 PROJECT DESCRIPTION: Houston Galveston Area Council's(H-GAC) Livable Centers Program conducts planning studies that focus on creating walkable and connected areas that integrate resilient,walkable,bikeable and transit-friendly communities with enhanced access to employment opportunities,civic infrastructure and amenities,and promote healthy lifestyles. • Developing the Livable Center Study encompasses •.r- • seven primary pillars: • f vl•, • Strong commercial center that generates activity • 4 • Connected to neighborhoods amenities • •f' � .1� • Expands multi-modal travel choices, 4 • • Leverages mixed-use destinations and Complete of ' Streets r, ,y ' t • Leverage Complete Streets for enhanced - community • Improves environmental quality and quality of life • Builds on cultural diversity The overall goal of the study was to create a Livable Centers plan for the study area that defines new, context-sensitive standards for Brays Oaks Management District that foster multi-modal access and connectivity, a mix of land uses, a diversity of housing options, and a sense of place. The study's conceptual plan and recommended catalyst projects encourage walkability, connection within and between nodes of community activity, and built environment strategies that support local economic development and employment. The study resulted in a forward- looking vision and practical implementation strategies that consider responsible stewardship of Brays Oaks'existing resources to best meet anticipated population growth. As part of a team, TJKM's role was to assist with strategic tasks and provide transportation planning and engineering expertise, . �, .. _ _ particularly aimed at developing context sensitive recommendations and projects that will result in successful implementation. Key efforts placed emphasis on creating a list of infrastructure improvements with an accompanying phasing plan. - TJKM analyzed the existing transportation infrastructure, assessed opportunities for Complete Streets throughout the district, promoted multimodal access,and provided for realistic recommendations with a focus on Equity. THE CORRADINOGROUP 128 TAB 1 -- INS'. :. . 9 ro ;a in— f +4R^<,TIAN<y-� ./,- : .. -;,tr,.. r ....... wr 'it f - " -ti 11 _ run Y t 11 1�1 . i _.1 AIM, - __, ,h v Art„• �! 7; �! !`I'r ' 1'1 ' • ` • of • „, .. ` - K 0 • 1. s ' •4 I il lei 1 0 4 • °/' '•-•• - 'N.A.t "I 1 1 it..., "Icf, 1:. /f \I i". - . . ,, i 412Chio......r , ;: - : , ''tl' * ' iirl 4.14;\\' '\ . _ . 0 Of iff ', / 1 # i , 's,h • I1A,illibill: - ... 1114 — 1= K , , ' 4010 40 0 A a over Letter & Table of C THE CORRADINOGROUP THE CORRADINO GROUP ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS We look forward to delivering December 23, 2022 excellence to the City of Miami Beach City of Miami Beach on this Procurement Department Contract! Attn: Natalia Delgado 1755 Meridian Avenue, 3rd Floor Miami Beach, FL. 33139 RE: RFQ#2023-030-ND—Traffic Engineering Consultant Services Selection Committee Members: The Corradino Group, Inc. (Corradino) is pleased to present this Statement of Qualifications in response to the notice released by the City of Miami Beach (City) for General Transportation Planning and Traffic Engineering Consultant Services. Corradino will be joined by CTS Engineering, Inc. (CTS), TJKM Transportation Consultants (TJ) and Lambert Advisory, Inc. CTS is a certified Minority Business Enterprise (MBE). TJ is on the team and are certified as a Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE). We are confident that we meet all the minimum requirements and special conditions of this request for qualifications. Corradino has carefully reviewed the scope of services and fully understands the effort required to provide the City with General Transportation Planning and Traffic Engineering Consultant Services. It is our understanding that these services could include Short and Long Range Transportation Planning, Transit Operations Planning, Transportation Related Urban Design, Transit Oriented Development, Grant Assistance and Traffic Engineering Peer Review for Development and Redevelopment projects. Corradino is currently serving the City in this capacity on the current on-call Transportation Planning and Traffic Engineering Services contract. Corradino has a good understanding of the City of Miami Beach's Strategic Plan and Vision that includes being a Prosperous,Safe, People First,Smart and Resilient Coastal City. Corradino also believes in the City's Mobility goal of being a People First City where the pedestrian is prioritized,and the City becomes less car centric.Corradino is ready to continue to work alongside the City to help achieve the key goals and objectives including providing reliable, convenient, and consistent transit service and infrastructure and developing a safe, connected, and consistent bicycle network throughout the entire City by connecting the blocks. Corradino has worked closely with the City of Miami Beach Transportation and Mobility Department and Planning Department staff on peer review of numerous development and redevelopment applications over the past three years. Corradino has the expertise to provide these services seamlessly from the initial traffic study methodology meeting to the land use board meetings with a detailed set of conditions of approval. Another goal in the strategic plan is to ensure most, if not all, planned developments within all areas of the City are in concurrence with the expected capacity levels and the multi-modal vision for the transportation network.Corradino focuses almost completely on public sector clients to avoid conflicts of interest.Corradino continues to not have conflicts of interest with performing these peer review services of these private land development projects. Corradino is also committed to devoting the suitable staff to perform the work tasks and submit the peer review deliverables within the specified time outlined in the City of Miami Beach Planning Board's annual approved meeting schedule. Corradino will have multiple peer review teams ready to address all consultant service orders as they are assigned. Corradino is the Consultant of choice that understands how municipalities work. Corradino is this consultant and has tailored its municipal services department for these types of contracts. Corradino works with countless coastal communities who have similar transportation infrastructure challenges. Our experience and technical expertise working with the City of Miami Beach, Town of Surfside, City of Sunny Isles Beach, City of Aventura, City of Miami, 4055 NW 97T"AVENUE,SUITE 200, MIAMI, FL 33178• P:305.594.0735 • F: 305.594.0755 • WWW.CORRADINO.COM THE CORRADINOGROUP ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTAL SCIENTISTS Town of Cutler Bay,Village of Palmetto Bay,City of Fort Lauderdale,City of Hollywood, City of Hallandale Beach, City of Dania Beach, Pompano Beach, City of Boca Raton,City of West Palm Beach and Town of Palm Beach allows us to continue to provide our Transportation Planning and Traffic Engineering through a lens of Resilience. The Corradino Team led the Miami-Dade SMART Plan North Corridor project for the Miami-Dade TPO. The Miami- Dade SMART Plan was a national example for the integration of transportation and land-use. In addition to the North Corridor, Corradino's Project Manager for this contract was also the Project Manager for the Miami-Dade SMART Plan South Dade Transitway Corridor project. This extensive expertise in these two corridors will be an asset to the City of Miami Beach as the implementation of the Beach Corridor Trunkline continues to advance. Joseph M. Corradino, AICP, President of The Corradino Group, will be the Principal-in-Charge for this contract and can be contacted at 305.606.2364 with an office address of 4055 NW 97th Avenue,Suite 200, Miami, FL 33178. Eric Czerniejewski, PE, ENV SP, Director of Traffic Engineering, will be Project Manager and will lead the Corradino Team on all task work order assignments for this Contract. They will both be authorized to make representations for the Corradino Team. Our approach is to listen, understand what our clients want,then provide options to achieve goals efficiently and effectively. We appreciate the opportunity to respond to this request and know that given the opportunity, the City of Miami Beach will benefit from our extensive experience in the industry. You will find through the due diligence process of Corradino's provided references that Corradino's past performance as it specifically relates to the DRC traffic engineering reviews for Traffic Impact Analysis brings significant depth of technical expertise and knowledge. As previously stated, Corradino commits to not participating in land development projects within the City of Miami Beach city limits to ensure no conflicts of interest. Client satisfaction remains our underlying theme and is the most important part of any statement on past performance. Sincerely,, )` 4I Joseph M. Corradino,AICP 4055 NW 97T"AVENUE,SUITE 200, MIAMI, FL 33178• P:305.594.0735 • F:305.594.0755 • WWW.CORRADINO.COM 2 TAB 1 Cover Letter & Table of Contents MI AM!BEACH RFQ 2023 030-ND RAFFIC ENGINEERING CONSULTANT SERVICES TABLE OF CONTENTS TAB 1 Cover Letter & Table of Contents 1 TAB 2 Experience & Qualifications 2.1 Qualifications of Proposing Firm 4 2.2 Qualifications of Proposer Team 21 2.2.1 Project Manager Projects 116 2.2.2 Evidence Of Prior Working Experience 121 TAB 3 Approach & Methodology 129 Certificate of Insurance 153 • • .,.. t 1" - , 1 .‘1, _:41411. , A • I( 44 \ , i , i , ', 1 04.0 I THE CORRADINOGROUP 3 TAB 3 0.01-1.....„,,N....... „ V. i _ iv- 111 n f r VII L Mr 1-: IIIIT7 1117/0. ., Ve• be- 1,.;t i': :„M, - ik , - 'liar ,. - s iihiligaia.LLA . • . 11, dif • . • • _. Th „_____ _ ,. , , , ------- —No -....f. 111114. i _ .1.-- 1011Pr _ 11011111111.1.1.111111111111111111111.1111.11 t, . t ..••""'" A 111111- - 011.11111 ii II . .0011tb 4 • , ,., _ IMP . ' ih --4 __-- wIta 'ala°°' ...'.11. — .41ftitaLigillIMMI1110! , Apprnleh Vo .10 THE CORRADINOGROUP TAB roach & Methodology /,r,',;AAAIBEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING ANO TRAFFIC ENGINEERING CONSULTANT SERVICES .� ..-$4'.c...-'N .. 4 , ik ; -' . 1, 7 , , , . , • .s- ' ‘.,ri '0, ilik(\'''''''''\- _ T .w:: ' ,- �-.• ' • • k ` AOf e C THE y,,, ��'�0, . CORRADINO `' _ 0GROUP „ FIRM OVERVIEW Corradino has provided engineering design, planning, COMPANY INFORMATION environmental and construction management services to government and the private sector for over 50 years. NAME OF BUSINESS Corradino maintains a staff of 200+ employees with The Corradino Group, Inc. extensive experience in successfully completing both small- and large-scale projects, many of which are complex. Our ADDRESS/PHONE/FAX/WEB staff has accreditations such as:PE,AICP,AICP CTP,CIP,PTOE, 4055 NW 97th Avenue RA, NCARB, and LEED AP-O&M. Our project experience has Miami, FL 33178 encompassed a wide range of services, such as: P: 305.594.0735 • F: 305.594.0755 planning@corradino.com • Civil Engineering; • Transportation Planning; CONTACT PERSON • Travel Demand Modeling; Joseph M. Corradino,AICP- President • Urban Planning and Community Development; T: 305.594.0735 • Transit Planning and Engineering; E: planning@corradino.com • Traffic Engineering; • Bicycle and Pedestrian Planning; • Design/Build Services; M-F,8AM -5PM • Construction Engineering and Inspection; • Rail and Freight Planning; LEGAL STATUS • Public Involvement/Community Outreach; Corradino is a C Corporation • Environmental Assessment and Mitigation; • Highway and Bridge Design; DATE/LOCATION INCORPORATED • Project Fee Analysis; 1970/Louisville, Kentucky • Aviation Planning and Engineering; and • Property Acquisition and Relocation. PARENT OR SUBSIDIARY BUSINESS Parent The essence of our message is: We have worked for over five decades on project after project,for repeat clients. Our success is built on delivering a quality product developed Corradino is headquartered in Doral and through an inclusive planning process and effective licensed to do business in the State of Florida. communications. THE CORRADINO GROUP 129 TAB 3 Approach & Methodology r\AlArvAIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CORRADINO LOCATIONS Miami (Headquarters) 4055 NW 97th Avenue,Suite 200 Miami, Florida 33178 Fort Lauderdale 5200 NW 33rd Avenue, Suite 203 Fort Lauderdale, Florida 33309 Palm Beach 860 Jupiter Park Drive,Suite 2 Jupiter, Florida 33458 Fort Pierce 2781 Peters Road Fort Pierce, Florida 34945 Orlando 1551 Sandspur Road,Suite 120 Maitland, Florida Tampa Tampa Rivergate Tower 400 N.Ashley Drive,Suite 1100 Tampa, Florida 33602 Nashville 7000 Executive Center Drive,Suite 2-250 Brentwood,Tennessee 37027 Louisville 320 Whittington Parkway,Suite 210 Louisville, Kentucky 40222 Indianapolis 200 South Meridian Street, Suite 330 Indianapolis, Indiana 46225 Detroit 20027 Boardwalk Boulevard Southfield, Michigan 48075 THE CORRADINO GROUP 130 RFQ 2023 030 ND ,NDIAMI BEACH TRAFFIC ENGINEERING CONSULTANT SERVICES I THE CORRADINO GROUP AWARDS Corradino has received numerous awards. Many of its efforts have been groundbreaking. Some of Corradino's other notable awards include: • 2022-Award of Excellence- Best Plan, Report or Study for West Grove Affordable Housing Blueprint(APA FL, Florida Chapter Gold Coast) • 2022-Excellence Award as the Number One Family-Owned Business from Chamber SOUTH and Miami-Dade County. • 2020- Environmental Social & Government Performance of the Year. Winner: Windsor Detroit Bridge Authority and the Gordie Howe Int. Bridge. • 2020- Best Operational Transport Project.Winner: 1-595 Corridor Improvements Project, USA. • 2020- Best Road Project. Finalist: I-95 Express Lanes Extension, USA. • 2019-ACEC-FL I FDOT Outstanding Project Award, Design-Build Project 1-75 Express Lanes • 2014-Outstanding Design Award of Excellence North Miami Downtown Concept Plan (APA Gold Coast Section) • 2012- INDOT's Business Practices Major Engineering Awards, I-69 Table Kitchen Meetings • 2011-Construction tech 2011 Vision Awards Engineering Silver Awarded to The Corradino Group • 2009-American Association of State Highway and Transportation Officials (AASHTO)'s People Choice Award for 1-95 Express Lanes • 2009-Outstanding Smart Growth Project Award of Excellence for the City of Hialeah Automated Concurrency Management System (APA, Gold Coast Section) • 2009-Outstanding Transportation Study Award of Excellence Palmetto Bay Bicycle and Pedestrian Master Plan (APA Gold Coast Section) • 2009-TEAMFL Chairman's Award(most innovative and creative transportation project in the state of Florida)for 1-95 Express Lanes Project • 2006- Florida Transportation Monthly(magazine),"Top 20 Consulting Firms in Florida".Corradino ranked 3rd in PD&E Contracts, and 1st in CEI Contracts • 2004- Florida's Best in Construction Bridge Project, Krome Avenue and Tamiami Trail in Miami-Dade County • 2004- Roy Kenzie Award Management Programs & Creative Partnerships Hialeah Concurrency Management Plan (Florida Redevelopment Association) • 2004-Outstanding Transportation Study First Place Village of Palmetto Bay(APA Gold Coast Section) • 2002- Phoenix Award, Recognition of Excellence in Brownfield Development,A Riverfront Reclaimed • 2001-Award for Outstanding Mobility Planning Project,Alton Road Traffic Calming Study for the City of Miami Beach (APA Gold Coast Section) • 2001- Planning Award for Outstanding Strategic Planning Project for the Miami Beach, Transportation Concurrency Management Areas to the City of Miami Beach (APA,Gold Coast Section) • 2000-Award of Excellence for Clearwater, "One City One Future" (APA, Florida Chapter) • 2000-Award of Excellence for Miami Beach, Municipal Mobility Plan to City of Miami Beach (APA, Florida Chapter) ID22 Award of Excellence THE CORRADINO GROUP " ' "�' -nivironmental Social&Government ORMANCE Of THE YEAR ...».n._.... *Awards 'JINNFR -� WINDSOR-DETROIT • BRIDGE AUTHORITY AND -THE GORDIE HOWE `� INTERNATIONAL BRIDGE ..,, 1-595 CORRIDOR IMPROVEMENTS PROJECT,USA f 1AD Je Awar 'NA{ I-95 EXPRESS LANES EXTENSION,USA THE CORRADINO GROUP = 131 TAB 3 Approach & Methodology ,v\ A,MI BEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES UNDERSTANDING OF CITY NEEDS AND VISION TRANSPORTATION •The Miami Beach Vision: it--1 MASTER PLAN M' 1' A PROSPEROUS CITY with a special flavor of FINAL REPORT M1 I AMI B E AC H Alf arts.culture.education.and business 10 A SAFE 111Y,.tt a rr u1 residents enjoying I�fe in Iconic and historic NEIGHBORHOODS Cob of Mar,Bah Maya rd Commissioners City A Man Bach Mrtagenet Tarn M4,94 Phti)Lenfe many l Ma.aN;Crt/MJW9e' A� GOMPAPOhf lVM Frva6tlh Ax.m Kam G.Irma&p art C::r Mragar :4#40.ga. Coarnry•ya RKIy Arrga plxN C0,2n0e2 PE Trarrov4avr C1+•.00. Conm ara What Grao lose reran-pat EA_Trreporutvn Manage Cvn.saane lay MYakor wag,Marip-oa.M.S.0 LTrayt Ooe,MN%Syervx Ctrnmmionw Kt:don Rown fm>yar YAW RCana►r.Bcyc.B Padaman.oordnasor Camr svonr M rk;!Mrbarq ."1., *•m+Ptt:MST CFTY ht ,rr .,r-r =Tm,1. - - •r ,1,,A.1or),n`KBrsfe ':k+CJ:•..-N0 :.aa,rT>,4% • • Goal 4- Provide accessible and convenient off-street parking facilities. ASMART CITY of htgh quality and e M cI.nt • Goal 5-Ensure most, if not all, planned developments servicesand ornokystrs. within all areas of the City are in concurrence with the expected capacity levels and the multi-modal vision The City of Miami Beach has a strategic plan with a new for the transportation network. long-term vision that provides direction for 5 vision areas. • Goal 6- Plan for efficient freight mobility and delivery The strategic plan and vision for the City is through the of goods within the City. Lens of Resilience. Corradino understands this vision plan and realizes the current stresses and past shocks that Our Team will continue to ensure that during peer review have impacted the City of Miami Beach. These include of new development and redevelopment projects/land use growing traffic congestion, aging infrastructure, sea level applications,that there is continued focus on the goals and rise and coastal erosion among many other challenges. objectives of the Transportation Master Plan including the We understand that the City's strategic objectives include proposed capital improvement plan project bank. increasing mobility and housing options for current and future residents and visitors. The vision includes a people first city where the pedestrian is prioritized in PROJECT APPROACH AND METHODOLOGY mobility options and community services are pathways to prosperity. A Commission goal includes becoming less car As the City of Miami Beach prepares to select their on-call centric by 2050.The City's strategic objectives also includes general transportation planning and traffic engineering protecting and enhancing the environment and investing consultants, it is imperative for the City's selected in infrastructure projects and assets that build resilience consultant to be readily available to take on any traffic benefits reducing flood rick and increasing sustainability. engineering or transportation planning task as the need The vision includes being a resilient coastal city with arises; to maintain budget; and to have the qualified a thriving environment and modern infrastructure. A staff to complete the project on schedule. It is also key Commission goal includes overall improved sustainable to have staff that is intimately knowledgeable of the City's and resilient infrastructure by 2050. traffic and transportation infrastructure, has a thorough understanding of the current traffic impact analyses The Corradino Group, Inc.Team as an incumbent of a similar methodology and review process and the requirements for on-call General Traffic and Transportation Engineering contract completion of such technical documents, and have a firm and is very familiar with the City's other key master plans grasp of the goals and objectives for the future of traffic including the Transportation Master Plan which included the and transportation for the city. following six goals and strategies that benefit all road users: Corradino's services will be performed from our Corporate • Goal 1- Prioritize the people,the pedestrians. Headquarters in Miami, Florida location with support • Goal 2- Provide reliable, convenient, and consistent from our other office locations. The Principal-in-Charge transit service and infrastructure- of this effort will be Joseph M. Corradino, President. The • Goal 3- Develop a safe, connected, and consistent Project Manager and Lead Traffic/Transportation Engineer bicycle network throughout the entire City. will be Eric Czerniejewski, PE, ENV SP a Florida registered THE CORRADINOGROUP 132 TAB 3 Approach & Methodology MI AM!BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES professional engineer since 2001. As Project Manager, Eric Planning Council,a board member of the Florida League of will ensure that resources are used in the most effective Cities, and a member of the Miami-Dade County Board of and efficient manner and will be the primary liaison with Rules and Appeals. The City throughout the entire contract. Eric will utilize his background as a licensed professional engineer and his = Eric Czerniejewski, PE, ENV SP is the extensive experience in planning, design and construction Florida Director of Traffic Engineering for of municipal projects to ensure all task work orders projects _ Corradino. Eric will serve as Corradino's are successful. '"j`°`" Project Manager and Traffic Engineering - lead for this contract. Eric has over 25 THE PROJECT TEAM A years of experience associated with a wide range of traffic engineering,transportation Corradino will serve as Prime Consultant for this Continuing planning, roadway, transit and multimodal projects, will Professional Services Contract for the Transportation lead a group of professionals who have extensive municipal Planning and Traffic Engineering Services. Corradino has experience in similar task work order contracts. Eric is the invited CTS Engineering, Inc. (CTS), TJKM, Inc. (TJ) and right Project Manager and Transportation lead for this Lambert Advisory(LA)to the Team to support Corradino on Contract and has recent relevant Project Management this Contract. CTS and TJ will support Corradino with traffic experience including serving as Project Manager on the data collection and miscellaneous traffic engineering and current Traffic Engineering and Transportation Planning on transportation planning services. LA has been invited to the call contract with the City of Miami Beach. Eric is serving Team to lead the Financial Planning and Analysis services. on similar on-call Traffic Engineering and Transportation Corradino is not a certified CBE or SBE firm. Corradino Planning contracts for South Florida municipal coastal has CTS on the team who is a certified Minority Business communities such as the City of West Palm Beach, Town Enterprise (MBE). TJ is on the team and are certified as of Palm Beach, City of Fort Lauderdale, City of Hollywood, a Disadvantaged Business Enterprise (DBE) and Small City of Pompano Beach, City of Sunny Isles Beach, Town Business Enterprise (SBE). of Surfside, City of Miami, Village of Palmetto Bay and the Town of Cutler Bay. Eric was also the Project Manager 31 Joseph, M. Corradino, AICP is the firm's for the Miami Dade TPO SMART Plan GEC working on the President will be Principal in Charge South Dade Transitway project. The South Dade Corridor and Lead Transportation Planner on includes a Bus Rapid Transit (BRT) line running 20 miles this contract. Mr. Corradino has over from the Dadeland South Metrorail Station along the two decades of municipal experience in existing South Dade Transitway to the Southwest 344th performing transportation master plans, Street Park & Ride. The BRT system will provide rail-like traffic calming, transit analysis, bicycle travel time, iconic stations, near-level boarding through all and pedestrian studies, complete streets, land use, zoning doors and prepaid fares for speedy access. Eric is a certified and high-level staff support. Joe Corradino knows well Envision Sustainability Professional and understands the what it takes to be successful in project development, key sustainable design elements needed for a green and because he is a professional consultant serving as a high- resilient infrastructure. level municipal government staff member and as an elected official, most currently as Mayor of Pinecrest, Mike Ciscar,PE,Corradino's Vice President FL. Mr. Corradino is expert at working with the public, of Engineering and Planning has 35 years business community and appointed and elected bodies, in =, of experience in the field of civil and explaining the results of such analysis. This skill is critical in -_ transportation engineering and will serve 4.- the credibility and acceptance of transportation planning 't as QA/QC Officer. Mr. Ciscar oversees all and traffic engineering analysis. As a consultant he has Corradino's engineering operations in of intimate experience with local government, having served South Florida. Corradino's projects range as high level department head staff in several cities. For from planning and design to major expressway corridor example, he has been the Development Services Director studies, highway design,and construction assistance. Prior for the City of Homestead one of the largest, fastest to joining Corradino, Mr.Ciscar had a distinguished 16-year growing cities in our county, since 2011. Few consultants career with the Florida Department of Transportation's have this background.Mr.Corradino has won awards for his District Six office and served as the District Environmental work from the American Planning Association, the Florida Management Engineer for 5 and %2 years. In his capacity Redevelopment Association, and others. He currently as the Environmental Management Engineer, he directed serves as a board member of the South Florida Regional the activities of the District Environmental Management THE CORRADINOGROUP 133 TAB3 A roach & Methodology tv ,AMiBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Office to ensure compliance with all FDOT objectives, CTS CTS Engineering, Inc. (CTS)- CTS Departmental policies, and FHWA requirements, as well as Engineering, Inc., founded in • all federal, state, and local laws and regulations. ' „,„„ -,max' 2010, began serving the Southeast Florida market with the belief Edward Ng, AICP is the Technical Vice and understanding that the future of the transportation President for Corradino's Planning industry requires creative thinking and diverse solutions. Department and will serve as Deputy The company's rapid growth over the years has led to the Project Manager and transportation development of offices in Miami, Fort Lauderdale, Treasure plannerforthis contract.Eddie has relevant Coast,Orlando and Tallahassee.Our services have expanded experience in DRC plan/traffic reviews, statewide with South Florida municipalities and counties, transit planning, economic development, such as the City of Miami Beach,City of Coral Gables, City of transit-oriented development, and land use planning. His Doral,City of Fort Lauderdale,City of Weston,City of Miami, work involves demographic analyses, preparation of and Miami-Dade County and TPO, Broward County and MPO, updates to comprehensive plans, grant writing, land use Palm Beach County and TPA, Martin County and MPO, St. code revisions, geospatial planning analyses, GIS mapping, Lucie County and TPO, and Indian River County and MPO. public outreach, and analyses of traffic facilities and CTS Engineering, Inc. offers extensive experience working operational data. He specializes in interdisciplinary aspects with state agencies, especially with FDOT. We also provide of planning, including transit-oriented development and transportation consultant services to private developers and Complete Streets. His recent projects involve land use, clients. CTS Engineering, Inc. offers a wide array of services transportation, and comprehensive planning services for to our clients, including transportation planning, traffic the Miami-Dade Transportation Planning Organization. engineering, public transit support, roadway design, policy Eddie was the project Manager for the City of Fort planning, advanced technology support, data collection, Lauderdale Comprehensive Plan update and the Las Olas statistical analysis, PD&E studies, Transportation Demand Corridor Streetscape projects. Eddie was also the Prime Management (TDM), multimodal improvements, economic consultant Project manager for the North Beach Ocean analysis, market analysis, and return on investment Terrace Neighborhood Design Plan. management. CTS Engineering, Inc. is proud of its strong research and development capabilities and closely monitors Gerald Bolden,PE, PTOE is Vice President progressive research efforts in order to provide our clients = and Tennessee Traffic Engineering with the most advanced and effective technology-oriented Division Manager. Gerald will serve as services.Our Mission is to provide creative,comprehensive, Senior Traffic Engineer on this contract. and cost-effective solutions to our clients and community, `a 1 He has 26 years of experience in traffic working diligently to satisfy the needs of our public and engineering, transportation planning, private sector clients.CTS Engineering,Inc.currently provides intelligent transportation systems (ITS) Program Management for the South Florida Commuter and geometric design. He typically serves as the project Services contract with FDOT. manager and/or engineer-of-record for projects for state, county, and city clients throughout the US. During his Sheng Yang, PE, PTOE is the Chief career, he has had a significant role in traffic engineering Executive Officer and the Principal of projects in the states of Alabama, Arizona, Arkansas, the company. Mr. Yang has over 20 Florida, Georgia, Hawaii, Indiana, Kentucky, Mississippi, years of engineering experience, with North Carolina, Tennessee, and Texas. His project w' a focus on traffic data collection, traffic experience includes traffic impact studies; traffic signal r engineering, transportation planning, design; traffic operational analysis; traffic signal timing demand modeling, concept development, and optimization; modeling using HCS, CORSIM, and Geographic Information System (GIS) application, and data Synchro; adaptive traffic control systems; ITS planning analysis.Mr.Yang has unique expertise in developingfeasible and design; corridor studies; roadway safety audits; transportation projects from the inception of planning interchange studies; benefit-cost analysis; ITS and traffic concepts to cost estimates, and prioritizing the projects signal construction management; roadway geometric based on predefined ranking criteria.Over the course of his design; and intersection design including roundabouts. professional career, Mr. Yang has served FDOT and many other local governments,such as Broward County, Broward Corradino has assembled the following key local Metropolitan Planning Organization (MPO), Miami-Dade subconsultants which provide for depth and expertise for County and Transportation Planning Organization (TPO), the services requested in this procurement. City of Fort Lauderdale,City of Boca Raton,and Palm Beach THE CORRADINO GROUP 134 TAB 3 Approach & Method°Io y r „�lN\AlBEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Transportation Planning Agency (TPA). He has provided the Founders of the City of Sunny Isles Beach, where he professional services in traffic analyses, and managed lane served on the Commission as an elected official from 1997 feasibility studies,transit corridor studies,traffic simulation, until 2007 when he termed-out of office. With key input travel demand modeling, interchange operational analyses on the comprehensive plan and zoning changes he was and minor design, PD&E studies, corridor action plan/ influential in bringing in world class developers to the city, master plan development, ITS planning and technology thus turning Sunny Isle Beach into one of the richest cities implementation,traffic impact analyses and reviews,traffic per square foot in the world. data collection, long-range travel demand forecasts,school zone studies, and local government transportation system Phani Allu, PE, PTOE — Mr. Allu has over master plan development. 20 years of experience in traffic operations analysis, traffic safety analysis, access Key staff proposed on this contract include Mr. Phani Allu, management studies, pedestrian/bicycle PE, PTOE (for traffic engineering/safety studies), Steve safety studies, signal timing, traffic Hughes, PE (roadway/complete streets design), and Danny calming, and all aspects of traffic data Iglesias, PE (QA/QC officer) as the lead supervisory staff. collection. Mr. Allu has worked with FDOT The brief bios/experience have been provided below. This District 6 on network screening using the Highway Safety contract will be managed from CTS Engineering, Inc:s Manual methodology for identification of top locations for Headquarter office located at 3230 West Commercial each emphasis area in the Florida Strategic Highway Safety Boulevard,Suite 220, Fort Lauderdale, Florida 33309. Plan (SHSP). Sheng Yang, PE, PTOE — Mr. Yang has over 20 years of Steve Hughes, PE — Mr. Hughes has over engineering experience, with emphasis in high-profile n 20 years of engineering experience, transportation capacity improvement and congestion relief. specifically in the areas of roadway and His engineering expertise focuses on traffic data collection, transportation design. Prior to joining CTS traffic engineering, transportation planning, demand Engineering, Inc., Mr. Hughes spent the modeling, concept development, Geographic Information first 12.5 years of his career with the FDOT System (GIS) application, and data analysis. District Four. He worked on and assisted with managing a variety of projects, including Intersection Danny Iglesias, PE — Mr. Iglesias has over Improvements, Safety, RRR, Widening/Reconstruction, 37 years of engineering experience in the Major Bridge, and Design Build Florida Department of Transportation with emphasis in Consultant Project _ TJKM is a traffic engineering and Management.During his career,Mr.Iglesias at:IrJ KM transportation planning firm that worked in Project Management and Traffic services Northern and Central Operations upon graduating the FDOT California, Houston, Texas and Professional Training Program. In 1985 through 1987 he was Florida. Founded in 1974, TJKM currently has a staff of the District Legal Engineer and represented the state in court 30 employees with offices in Pleasanton, San Jose, Santa until his return to Consultant Management as a Senior Project Rosa, Sacramento, and Fresno. Their projects range in size Manager in 1987 until his retirement from FDOT in 2016. from short-term engagements developing meaningful During the late eighties to mid. nineties,Mr. Iglesias oversaw traffic solutions for a wide range of transportation issues to one of the two project management teams for District 6. long-term planning for new developments, communities, Between 1996 through 1999 he took the additional roll of and transportation systems. For over 40 years, more than District Landscape Manager and was successful in obtaining 3,500 satisfied clients have entrusted TJKM with their funds for local Landscape Projects in Dade and Monroe critical work. They serve a full-range of clients, including County through the Highway Beautification Grant. Between municipalities, congestion management agencies, 2000 and 2013 he was assigned the role of District Local metropolitan planning organizations, transportation Agency Program(LAP)Administrator for District 6 in addition agencies, private developers, other consulting firms, to his duties as Senior Project Manager and was a member and attorneys. TJKM has been involved in more than of the Statewide LAP Administrators Task Team providing 8,000 transportation projects throughout California, and key input for establishing the guidelines for Certifying Local averages 240 new projects each year. TJKM's primary Agencies in LAP Administration. Mr. Iglesias certified over service categories include transportation planning, traffic 30 municipalities during his tenure as LAP Administrator. In operations, corridor studies, traffic engineering design addition to his engineering work, Mr. Iglesias was also one (including PS&E), intelligent transportation systems (ITS), THE CORRADINO GROUP 135 TAB 3 Approach & Methodology !A ,A.AIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING ANC TRAFFIC ENGINEERING CONSULTANT SERVICES traffic safety, and multimodal studies. Their motivation Founded in 1995, Lambert comes from satisfying clients' objectives and improving Advisory is an internationally communities. TJKM has a strong roster of both public and recognized real estate and private sector clients and continually builds upon this base. ADVISORY economic advisory firm. Established on a foundation of knowledge, data, and While TJKM has served both public and private clients experience, Lambert works collaboratively with clients throughout California and into Nevada, their experience and partners to transform places and build stronger is broadest in the San Francisco Bay Area and San Joaquin communities. Lambert is passionate about the work they Central Valley. TJKM engineers don't just live and drive do and are vested in positively impacting people's lives there, they've also worked on the public side of the desk and contributing to the communities in which they work for years as municipal engineers, developing superior skills through data guided strategies. They are considerate and in collaborating with the public and city councils and more aware of client and community needs and are steadfast in importantly, crafting excellent relationships with the right our dedication to each individual project and its outcomes. people. Robert Williams, TJKM Senior Technical Advisor, is Lambert's history of proven success and long-lasting a key asset to the Corradino Team. Robert served as head relationships with clients and colleagues has yielded the of the Miami Dade County DTPW Signal and Signs Division trust and loyalty of these partnerships. Most importantly, for 5 of his 32 years at the County. Lambert Advisory's work has always been built on a foundation of deep research.Their research,and pragmatic TJKM is a disadvantaged and small business enterprise approach to applying that research,affords them the ability (DBE#40772 &SBE#38780). to offer clients educated and objective guidance based on the most robust information available.Whether Lambert is Nayan Amin, PE — Mr. Amin has 32 working at home or abroad,they approach all they do with years of both public and private sector objectivity, diligence, and care. experience in the areas of transportation It planning, traffic impact studies, 1111` Paul Lambert founded Lambert Advisory transportation management plans, ,' ' • in 1995 and is engaged by clients to - construction scheduling, construction 4provide expert market, financial, and area signs, signing and striping, traffic 0 11, . strategic guidance associated with real signal coordination, traffic operations, transit priority, estate and economic development traffic signal systems, freeway and arterial management ' efforts. Paul's clients have included studies, and intelligent transportation systems planning, t Samsung Corporation, The Queen Emma design and construction oversight. He specializes in macro Foundation, University of Pennsylvania, Harvard University, and microscopic model development and application for Port Miami, as well as the cities of New York, New Orleans analysis of impacts across all modes of transportation. and Tampa. He has served as advisor to sovereign wealth His projects range from traffic studies for developments, funds and some of the nation's largest charitable trusts. specific plans, general plans, corridor studies, and area- Between 2005 and 2007, Paul managed the post-Hurricane wide studies to long-term planning studies. Studies also Katrina neighborhood rebuilding planning process include multimodal operations, light-rail, bus rapid transit, ('Lambert Plans') on behalf of the City of New Orleans. pedestrian, bicyclists and traffic safety and operations. Currently, Paul is heading the development of Miami Wilds, a theme park and associated entertainment development Ruta Jariwala, PE — Ms. Jariwala has 23 with an estimated $1.0 billion investment requirement years of professional experience in the adjacent to ZooMiami. Prior to starting Lambert Advisory, areas of traffic operations, transportation Paul was with Arthur Andersen LLP and Goodkin Research IF-' i, planning, freeway and arterial Corporation where he oversaw the firm's South Florida and management studies, signal coordination, Latin America real estate economics practice. Paul holds a t traffic signal systems, traffic impact BA from Miami University in Ohio. As an undergraduate he r .. A studies/EIRs and intelligent transportation was a Beaver Fellow at the London School of Economics and systems planning, design and construction oversight. graduated from the Massachusetts Institute of Technology She has extensive experience in macro and microscopic with a Master Degree in City Planning model development and application for analysis of traffic operations for express lane studies as well as multimodal operations, light-rail, bus rapid transit, pedestrian, bicyclists, and traffic safety studies THE CORRADINOGROUP 136 tAIAm1BEACH RFQ 2023-030-ND RAFFIC ENGINEERING CONSULTANT SERVICES PROJECT MANAGEMENT r. w r z At Corradino, client relationships, budgets and schedules are paramount. We execute our Project Management plan to ensure these three pillars remain priorities. We utilize experienced staff, advanced technology and ;Y communication to organize and meet the City of Miami Beach's needs by standardizing routine tasks to eliminate ' r , the opportunity for any deviations from the schedule. As an organizational approach to the management of all our ongoing operations the Corradino project management teams apply their experience, knowledge, skills, tools and techniques to meet the requirements of a task work order assignment/project. An experienced and knowledgeable team is essential Eric Czerniejewski, PE, ENV SP has been selected as the to maintain the project schedule, realize potential cost overall Client Manager and Project Manager for these reductions, minimize construction impacts,and gain public Transportation Planning and Traffic Engineering services. As support. the overall Client Manager, Eric will ensure that resources are used in the most effective and efficient manner and Eric Czerniejewski, PE, ENV SP, the project manager will will be the primary liaison with the City throughout the assign the most qualified and dependable staff to carry out entire contract. Eric will utilize his background as a licensed the work required under each task work order. Schedules professional engineer and his extensive experience in will be prepared and tracked in Microsoft Project and the planning, design and construction of municipal projects to budget will be entered and tracked through Corradino's ensure all work authorization projects are successful. accounting software which provides real time feedback to the project manager regarding the progress of the project's As Client Manager and Project Manager, Eric will establish expenditures against the budget. the scope of work and the associated fees and costs for the City's review and approval. The Project Manager At the kickoff meeting for each task work order, the scope is also responsible for establishing the timeline and of work will be discussed, including the detailed scope, assigning tasks to the staff members and sub-consultants. budget and timeline which will include all the critical path Each work authorization will accompany a schedule milestones. Effective schedule management includes and budget for the City's review and approval. Eric is responding to the changing needs and requirements unmatched in his traffic engineering experience with the of the project and adjusting to maintain a workable and City and his understanding and knowledge of the City's achievable schedule. The schedule will be reviewed transportation initiatives and the traffic impact study peer monthly, and all team members (subs) and discipline review services. managers will be notified of any adjustments to ensure all schedule requirements are met. Regular coordination Willingness to Meet Time and Budget must be maintained with all discipline managers so that the project stays on track. Corradino has an excellent track The Corradino Team is committed to provide the City of record of completing projects within established budgets. Miami Beach with a high-quality team of professionals that has the technical expertise and experience to deliver the Management of Subconsultants proposed scope of services in an efficient manner. We are committed to meeting the City of Miami Beach's schedule Corradino has assembled a team of experts specifically and budget requirements for each task work order chosen to provide the best possible services for this assignment under this on-call Continuing Professional contract. Coordination and communication with our Services Contract. The ability to control project costs subconsultant CTS,TJKM and Lambert will remain a priority throughout the work progress is the result of a strong from the beginning of each task work order assignment commitment to do so, a thorough understanding of the through the submittal of all deliverables. We host kick-off scope, and incorporation of this understanding into all meetings, weekly team meetings, project management tasks. Strong communication and the use of experienced meetings, and hold additional opportunities for project personnel are two effective cost control mechanisms. issues to be resolved/discussed. Corradino has established THE CORRADIINO GROUP 131 TAB 3 Approach & Methodology P,f1'AV\IBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES a close working relationship with CTS on previous similar projects. Most recently CTS provided the traffic data collection on the Broward Commuter Rail PD&E project that we are completing for FDOT and Broward County. Those relationships will directly translate into this project and be fostered even further during this contract. Of note, we are committed to exceeding any MBE/DBE goals on this contract. Corradino has typically met or exceeded this goal on prior similar contracts. We specifically have certified firms committed to this contract so that we can maintain our high MBE/DBE utilization percentages. Task Work Order Assignments values the importance of meeting milestone dates, review dates, and final submittal dates. A sample version of a Corradino's general approach on design development and project delivery timeline has been provided for a possible construction related projects are outlined below.Variations safety improvement design project. It depicts the normal will occur depending on the requirements of a specific steps taken in execution of a task work order assignment. task work order assignment. Our team's experience within This scheduling timeline illustrates the Corradino's Team's South Florida demonstrations how our process ensures methodology on effectively managing and executing scope proper coordination of each task work order assignment. of work in optimum time. The Project Manager will be This experience gives us an unparalleled familiarity with the responsible for assigning tasks to the various departments required processes and the opportunity to utilize lessons within Corradino and to any applicable sub-consultants. At learned and proven procedures to develop a set of contract the "Kick-off Meeting", the team will be introduced to the documents that will be functional,cost-effective, biddable, scope, the budget and the timeline. The Project Manager constructible and maintainable. will define the various elements of the projects and describe the quality control/quality assurance requirements at this Scheduling meeting. The team's Project Manager will periodically review the progress of the project to assure meeting the The Corradino Team is committed to providing the City project timeline and budget as initially approved by the of Miami Beach with a high-quality project by meeting City. The Project Manager will then update City Staff of the City's schedule and budget requirements, as well as the project progress. Regular project meetings will be held assign the most qualified and dependable staff to carry with City staff for all phases of the project. The Corradino out the work required under this Contract. The Corradino attendees present at the meetings will be dependent Team understands that a schedule is intended not only for on the complexity and the phase of the project. These the Consultant Team, but also for the City to coordinate meetings will be focused on adherence to the project their resources for reviewing submittals and for reporting timeline, quality control, budget, and on the resolution of to other City staff and Departments. The Corradino Team any outstanding issues. THE CORRADINO GROUP PROJECT DELIVERY TIMELINE Task Concept dual Cav Order Uecipt Dcvi fin, sniff Hod. Notice to Review l'nr.auc Proceed by City by Cit. Final sun- Stan () .gn I Week I I Week 2 I Week 3 I Week 4 I Week 5 I Week 6 I Week 7 I Week 11 I Week 9 I Week ID I Week 11 I Week 12 iboog,t Pnrycct J ` (*tiny Control Fatal(arign Value Moir.=City Corradino Mectinga rich Deign and Qualify Submittal (_ngineetiog Feedback and Kicknti Team on Concept Powys :lsstuanx of Fvaluation of Comments on Matting ().sign Fili Design Final Design Final Dccign with Team Revise Deliver hlc and Cou"p1 Resource Dactgn per Allocation Cory stab THE CORRADINOGROUP 138 TAB 3 Approach & Methodology ivi`}t/`,,^ BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Communication Methods and Mobility Department (last revised 08/09/2022). A traffic study is required for commercial and mixed-use The Corradino Team can provide in-house support staff as developments over 5,000 gross square feet and multi- necessary.Corradinostaffwill be equippedwiththenecessary family projects with more than four (4) units or 15,000 technology resources including a laptop computer, tablet, gross square feet. The traffic study shall be prepared by cell phone and other available communication methods to a professional traffic engineer, licensed, and registered in ensure services are provided in an efficient manner. Cross the State of Florida. The traffic study should address the communication between the Town staff and the in-house following items as outlined in the criteria: support staff and the Consultant will be through regular face to face meetings, conference calls, email correspondence 1. Detailed trip generation calculations for weekday and other normal methods of communication. The City of AM and PM peak hours and weekend peak hours, if Miami Beach will be able to contact the Project Manager/ applicable, based on land use(s) Single Point of Contact and the Principal in Charge directly 2. Data collection periods based on proposed land use(s) on their cell phones. that will be used for the analysis to include volumes of pedestrians, bicycles, and heavy vehicles TRAFFIC ENGINEERING 3. Study area and intersections to be analyzed 4. Trip distribution and assignment based on an Development Peer Review interpolated cardinal distribution from the Miami- Dade Transportation Planning Organization's (TPO) Corradino's history in providing similar on-call continuing 2045 LRTP Directional Trip Distribution Report traffic engineering and transportation planning contracts travel demand model based on 2015 base year and will be beneficial to continue to deliver services on this projected 2045 data contract.Corradino is currently providing the City of Miami 5. Background growth rate to be calculated based on Beach traffic engineering and transportation planning the higher rate of either 5 and 10-year historic FDOT services on the existing contract. Corradino has worked count stations or Miami-Dade TPO 2015 base year with the City of Miami Beach Transportation and Mobility and projected 2045 model network volumes Department and Planning Department staff on numerous 6. Intersection capacity analysis to include trip distribution development and redevelopment applications over the and trip assignment and evaluation of existing past three years. Corradino led the traffic engineering conditions;future background traffic conditions(with issues including attending the land use board meetings for growth rate and committed development traffic);and each project.This process included the full duration of each future total conditions(with project) development application from the preliminary meeting 7. Adopted and programmed projects and roadway with the applicant,to the traffic impact study methodology improvements by the City and through the peer review of each submittal and 8. Conflicting pedestrian movements,conflicting bicycle resubmittal. The DRC traffic review process begins with movements, parking lanes,transit stops, pedestrian establishing an acceptable procedure for the preparation calls at signalized intersections of the necessary traffic analysis requirements for new 9. Synchro model results for study area, including developments and redevelopments in the City. Section intersections 118-6 of the City of Miami Beach Code of Ordinances 10. Queuing analysis for all study intersections Land Development Regulations outline the cost recovery 11. internal circulation procedures for applications for development approval. 12. New driveway(s)/access to roadways including Prior to the applicant applying for development approval, necessary FDOT approvals the applicant shall meet with city staff to determine the 13. Entry gate analysis, if applicable types of traffic studies required for the proposed project, 14. Maneuverability analysis for loading for the existing as well as the traffic study methodology for each study.The and proposed conditions, including freight delivery applicant shall be responsible for all costs associated with and garbage trucks, any new driveways and within a the city's consultant review.The traffic study methodology new garage, as applicable will be defined based on the type of land use proposed and 15. Parking(mechanical,automated, etc) the size of the development/redevelopment. There are 16. Valet analysis, if applicable standard key elements that are included in a typical traffic 17. School Traffic Operational Plan, if applicable study methodology as outlined in the City of Miami Beach 18. Transportation Demand Management(TDM) Land Use Boards Coordination with the Transportation strategies THE CORRADINOGROUP 139 ,t.. MIAMBEACH RFQ 2023-030-ND ` FFh'ENGINEERING CONSULTANT SERVICES Eric as Corradino's Project Manager has created a p �� ; ---7 Al development application summary excel file which is t used to keep track of all active development peer review Q = task work orders with the City of Miami Beach.This allows ... _ for an up-to-date snapshot of where the application : ti iri, is in the peer review process. This allows for all parties 4 ' - _ . -` ` to understand next steps on each application. This is a -- I competitive advantage for The Corradino Group as there '� .i:. : - is no learning curve. This is in addition to Corradino notIii‘ w having any conflicts of interest with development project dr ", ' le within the City of Miami Beach. Corradino is not involved ""� 'g _ 4tril * !' in with land development traffic engineering services fori . s ' f private developers. t *' Corradino prepares a full itemized comment response technical memorandum that gets updated when each • 3900 Alton Road round of traffic review comments is made and responded • 1901 Collins Avenue:The Shore Club to by the applicant. A full Traffic Impact Study Summary • 120 MacArthur Causeway:Terminal Isles One Island Park memorandum including Transportation Demand • 251 Washington Avenue: Base Camp 305 Management Strategies along with Conditions of Approval • 1840 Alton Road is prepared and provided to the City of Miami Beach • 1665-1667 Washington Avenue: Soundscape Park Transportation and Mobility Department for submittal • 818 Lincoln Road: Oro & Elixir to the City of Miami Beach Planning Department in • 7902 Carlyle Avenue:Yeshiva Elementary School preparation of the applicable Land Use Board meeting. • Mount Sinai Medical Center • 1920 Alton Road Corradino has successfully completed traffic engineering • 1960 Normandy Drive:Normandy Isle Workforce Housing peer review for the following projects in the City of Miami • The Alton Beach over the last couple of years: • 801 South Pointe Drive: Gaia Restaurant MIAMI BEACH DEVELOPMENT REVIEW LOG -THE CORRADINO GROUP, INC_ Case Name TIS Initial Resubmittal Sign Off Invoice Methodology Traffic Review Status 3900 Alton Road Yes Yes:04/30/21 Yes Approved Submitted 1901 Collins Avenue(Shore Club) Yes Yes: 11/08/21 Yes Approved Submitted 120 MacArthur Causeway Site Plan A Yes Yes: 11/19/21 Yes: 12/10/21 Rejected Submitted 120 MacArthur Causeway Site Plan B Yes Yes:04/20/22 Yes:05/20/22 Approved Submitted 251 Washington Avenue Yes Yes:04/15/22 Yes:04/25/22 Approved Submitted 1840 Alton Road Yes Yes:04/15/22 Yes Approved Submitted 1665-1667 Washington Ave(Soundscape Park) Yes Yes:04/29/22 Yes:07/14/22 Approved Submitted 818 Lincoln Road Yes Yes:05/03/22 Yes:07/14/22 Approved Submitted 7902 Carlyle Avenue(Yeshiva Elementary) Yes Yes:05/20/22 Yes:06/03/22 Approved Submitted Mount Sinai Medical Center Yes Yes:06/10/22 Yes:07/20/22;07/25/22 Approved Submitted 1920 Alton Road Yes Yes:06/24/22 Yes:08/29/22;09/22/22; Approved Submitted 10/31/22 1960 Normandy Drive Yes Yes:08/11/22 Yes:09/20/22; 10/11/22 Approved Submitted The Alton (between Lincoln Road and 17th) Yes Yes:08/24/22 Yes: 11/15/22; 12/06/22 No Pending Gaia Restaurant(801 South Pointe Drive) Yes Yes: 11/02/22 Yes: 11/17/22; 12/12/22 No Pending THE CORRADINO GROUP 140 logy mi iBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Each application is unique and understanding the key elements of each early in the peer review process is I' t important. The establishment of a maximum multi-modals, reduction factor of 20% is confirmed. There also are - . — - important elements such as evaluation of the area-wide al re growth rate removing the recent growth rate from the year i E AI., I 2020 and 2021 due to the pandemic altered travel patterns. Iiiiklmr _ i +y �- -41 These are all important factors when evaluating the traffic I , i► t�l 4 study methodology. • ,_ • "i I Traffic Engineering Studies 1 ' • ` ri Traffic studies can take many forms but essentially,they are attempting to determine the impact of a development or a ,i - project(transportation or otherwise)on the transportation '. ,l • ":, system. To do this a comparative analysis must be undertaken. These always begin with data collection to intersection turn lane analysis to corridor operational understand how the system is performing in the existing analysis to statewide roadway safety audits. No matter the condition. Generally, a scope of services is set, and a list size or type of study, Corradino will provide the necessary pertinent roads and intersections are counted. These can technical expertise to collect data, analyze/evaluate be as few as the ones immediately adjacent to a site, or alternatives, provide recommendations and, if needed, as large as several miles from an individual site. The initial implement a solution. Although Corradino does not analysis includes roadway level of service, transit level of provide traffic engineering services for private developers, service and bicycle and pedestrian level of service. These Corradino has recently provided traffic studies on behalf of conditions are project to the future planning horizon years, municipal clients such as the Town of Cutler Bay and City of generally using the appropriate traffic engineering tools. Miami who have Land Development Codes with ordinances This can be done for as near as 1 year out for an immediate requiring these traffic studies be completed in-house using development, to as far as 25 years out for a long-range the City on-call Consultants. transportation plan. The future year system performance without the project is measured against the future year Traffic Signal Timing systems with the project or projects. A traffic signal timing project can be as small as one Deficiencies must be mitigated. Each mitigation method is intersection or as large as an entire City's traffic signal tested until the system performs favorably. For individual system. Over the past couple of years, the South Florida transportation projects at least three alternatives are Region has deployed adaptive signal control technology tested, one of which is a "no build" scenario. These (ASCT) in numerous municipalities. However, there are alternatives are evaluated as to their impact to the several other corridors around the County that continue environment, community profile, economic development to experience changes in travel patterns and increased and transportation level of service in the community. volumes, both of which could necessitate the need for Intensive public involvement is typically held and ultimately updated traffic signal timings and coordination. a locally preferred alternative is selected. Many times, if federal funding is sought these processes can be highly Corradino will follow this process for a typical corridor-type competitive and the individual benefits must be advocated signal timing project: for strenuously. As explained in the ITE Traffic Engineering Handbook 7th Edition, "traffic engineering studies are • Data Collection - existing timing data; traffic counts; used to obtain relevant empirical data and that data must field inventories be collected in an unbiased, objective manner to result in • Evaluation of Existing Conditions using Synchro model appropriate decisions for improvements." As projects are • Timing Plan Development- number of plans; system being initiated by the City,these traffic engineering studies boundaries; cycle length; TOD schedule; yellow-red can be used to explore alternatives, conduct operational clearances; split; offset; phase sequence; coding analysis, evaluate system/network performance, etc. sheets Corradino staff has been involved in various types and • Field Implementation and Fine Tuning sizes of traffic engineering studies ranging from single • Before and After Study THE GORRADINOGROUP 141 TAB 3 Approach & Methodology !A1Atv\IBEACH RFQ 2023-030-ND GENERA!.TRANc P' N PI ANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES Corradino staff has completed numerous signal timing projects for various agencies. Our staff knows their way :--} around the traffic signal cabinet and traffic signal controllers x - and can take on any traffic signal timing project and """'' +` s d ` ' complete all task from data collection through controller , t, - programming and final reporting/presentations. . - ': ITS Design Y { • For the completion of an ITS design project, Corradino will - - -. _ 6 ~ provide experienced staff, who will complete the project ... utilizing the appropriate design manuals and guidelines such as AASHTO, MUTCD, Traffic Signal Timing Manual 41k, (FHWA), FDOT Design Standards and other local design ! - y criteria. i ,;_ Intelligent Transportation Systems (ITS) and Traffic • Is protected-only required based on the number of Engineering Study/Timings Approach left turn lanes or geometric conditions? • Can the desired operation be achieved safely and The Corradino Team understands that ITS design projects efficiently with a single controller, or two controllers have fast-paced design schedules due to the nature of the will be required? service. As such, we have strategically assembled a team • In addition,we consider the controller cabinet location of highly qualified and experienced professionals at all to minimize the likelihood of been hit by an errand levels to offer the availability and redundancy necessary to vehicle,ease of troubleshooting and ability to monitor deliver on multiple concurrent tasks with superior quality the operation by police officers and technicians. and within schedule. We are aware that Broward County is upgrading the The Corradino Team has extensive knowledge and existing traffic signal control system by implementing experience in the implementation of traffic engineering adaptive traffic signal control (ATSC) technology along strategies on arterials which include the implementation of various major corridors such as University Dr., Hallandale conventional traffic operations and controls technologies, Beach Blvd., SR 7/US 441, Broward Blvd., Sunrise Blvd., as well as the state-of-art technologies such as adaptive US-1, etc. The Corradino Group and FL ITS Engineers, Inc. signal control, Transit Signal Priority, and connected/ staff are working on a number of these corridors. As part autonomous vehicles (CAV). Our staff's experience with of the Mobility Advancement Program (MAP),this upgrade the most current practices for signal retiming and the latest will replace the old traffic signal control equipment with generation 2070 ATC controllers as well as experience with the advanced traffic signal control technologies including diverse ATMS functionalities, detections systems, cameras hardware and software. In addition, this upgrade can and other peripherals has allowed us to develop plans take up to several years and will significantly impact the with minimal involvement from the Broward County staff County's regular traffic improvement projects. The ATSC and has greatly reduced the review time and approval improvement is a highly technical process that involves from the maintaining agencies. We have also been able a multi-pronged delivery approach associated with to develop optimal signal displays that can safely support deployment of traffic signal control technology, design, the pedestrian and bicycle mobility needs from the County installation, integration, system testing, and interaction while meeting MUTCD and ADA requirements. As part of with FDOT and local stakeholders. Over the past few the review and development of the Traffic Signal Operations years, our Team has assisted Miami-Dade County Traffic Plans (SOP)/Signalization plans we followed the following Signal and Signs (TSS) Division deliver the County's general approach. This approach has been developed by Traffic Signal System Modernization project successfully our staff and has been used at hundreds of intersections and implemented ATSC along 12 identified congestion with different traffic and geometric characteristics.The key corridors. The project enhanced the driving experience of aspect of SOP development involves commuters by improving throughput, and reducing stops, delays and emissions within the County. We will engage • How the left turn movements will be operated, is more subject-matter experts in this project to make sure protected phasing needed? the ATSC component of every traffic engineering project THE CORRADINOGROUP 142 TAB 3 Approach & Methodology f„�,,Af\\AIBEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES is delivered on time, within the budget and satisfying the approach, which addresses each element from concept design, installation, testing and operational requirements and communications technology to implementation. defined by Miami-Dade County and FDOT's Standards. TJKM has successfully applied this approach to several similar projects throughout the nation, tailoring each ITS Analysis, Design & Communication project to the client's needs. On ITS design projects, they inventory existing conditions, develop base maps and For the ITS design, first, we will coordinate with the City prepare plans, specifications and estimates for traffic Project Manager to have a thorough understanding of signals at 30%, 60%, 90%, and Final. the goals and objectives about the traffic engineering/ ITS project. Then we will develop the system engineering Traffic Safety documents including PSEMP, ConOps, and RTVM to make sure they fully address the requirements of design, The City of Miami Beach's goal is to complete projects construction, operations, and maintenance, as well as that reduce and immediate or future risk or address FHWA Rule 940. Next, we will identify the locations of a safety hazard or safety need. This goal aligns with traffic signal and ITS devices (i.e., CCTV, ADMS, MVDS, the other goals previously mentioned as it addresses BlueTooth, and CAV, etc.) to make sure they satisfy the pedestrian and cyclist safety. Recently, the City has design requirements of the latest version of FDOT Design constructed complete streets projects that have improve Manual(FDM),FDOT Plan Preparation Manual(PPM),FDOT pedestrian and bicycle safety where hazards previously TEC, Miami-Dade County standards and specifications, existed. Corradino has the expertise in evaluation of high and AASHTO Green Book. We will pay special attention accident/crash locations and has been using Signal Four to the utility conflicts and right-of-way (ROW) restrictions Analytics to evaluate these locations for other municipal to ensure the new traffic/ITS installations have utility and clients such as the City of Oakland Park, the City of North ROW clearances. Power is critical to the functioning of ITS Miami Beach,the Town of Cutler Bay and the Village of Key devices.We will also prepare the power design and voltage Biscayne. Signal Four Analytics is a program developed by drop analysis report to make sure the design of conductors, the University of Florida which evaluates crash data from transformers,groundings,and disconnects comply with the the Florida Department of Highway Safety and Motor requirements of NEC, FDOT Construction Specifications, Vehicles. Crash Data is updated nightly and are geo- and the Power Company(i.e., FPL). located which allows them to be shown on an interactive map and be presented as a spatial distribution of crashes. The Corradino Team has a complete understanding of Intersection and road segment crash data analysis can the Miami-Dade County standards, specifications and be performed for certain timeframes to evaluate types Qualified Product List (QPL). We have reviewed hundreds of crashes (vehicle/bike/pedestrian), time of day, road of traffic signal and ITS design plans, most recently we condition and other variables using Signal Four Analytics. reviewed the new type 2070 controllers and BlueTOAD Signal Four Analytics is a critical tool in synthesizing crash devices deployment plans at 300 and 60 locations data and evaluating citywide assessment of with potential separately in the Miami-Dade County's Traffic Signal for safety improvements.This can serve as an impetus for Modernization Project. We are also aware of the Miami- potential Capital Improvement projects in the future.The Dade County's special requirements such as grounding requirements of video detection cameras and minimum number of cameras requirement based on the number • of approaching lanes, including bike lanes. Corradino has . ;• led the ITS expansion through Metro Nashville including + ! / ATMS deployment through numerous local agencies in • Tennessee. TJKM are also national experts in the field of Mlle emerging technology and is recognized worldwide for -* , transportation planning and design capabilities.They have sap worked with many agencies to improve the efficiency of • ~ ° surface transportation systems through the planning, $ • • • design, operation, and maintenance of ITS. TJKM team members have gained significant experience in the design - ell fie• and development of ITS systems during the last 10 years. • • Through their work, TJKM has developed a process that • provides efficient ITS design through a multi-leveled THE CORRADINOGROUP 143 MIAMI BEACH RFQ 2023 030 ND FNCINFFRINC CONSULTANT SRVICFS bubbles shown on this exhibit represent the different Crash Severity vs Crash Type locations with crashes and the numbers in the bubbles represent the number of crashes at the respective Angle locations over the last 12 months in the City. A priority A01ma1 Bicycle list can be created for future funding based on a certain Beacon threshold value of crashes (like 50+ crashes) and study Turn these locations for potential future capital improvement ti Dtrote t • projects. A similar map/list can be generated for only Pedestrian bicycle related crashes to help update projects included Rear End } Right Turn as part of the City of Miami Beach Transportation Master Rollover Plan or even to support different multi-modal driven Sideswipe Unknown . . grants including the Miami Dade TPO's Transportation Alternatives Program. Signal Four Analytics can isolate essci the number of crashes involving pedestrians and `vc''`c' ,c'`'`O bicyclists including how many were fatal. Signal Four ¢ �� Analytics indicates there have been 3 fatal crashes involving pedestrians and bicyclists including one on p Venetian Way at Purdy Lane. The crash reports allow for U in depth review of the crash type versus crash severity N� D to evaluate whether there are crash patterns and can Diagram Drawn Not To Sok Y 440R lead to effective countermeasures.The key to successful A no, starting and completing a systemic safety analysis is a v \ clear and specific understanding of agency priorities, E goals, and expectations for the process. The first issue VENETIAN WAY DADE BLVD that needs to be clearly and concisely resolved is the lA availability of high-quality crash, traffic, roadway, and environmental data. While crash data and traffic count ,-„ \\\\ data is often readily available, a systemic safety analysismer program can also benefit from detailed inventories of changes to the roadway infrastructure that have occurred over the analysis years,and databases and the location of signage, safety equipment, and traffic control. The more Traffic Calming data is available, the higher the resulting detail in crash type and risk factor analysis will be. Field data collection Traffic calming is one of the most popular issues when is then utilized to augment available databases. The it comes to local government. Yet traffic calming if mis- following additional key elements will be reviewed when applied it can have a negative impact on the community. completing a safety analysis: Important is to initially quantify the problem. There are livability thresholds which determine the extent of each • Identify crash types associated with severe and fatal problem.These focus on traffic volumes and subsequently injuries based on system-wide collision data speeds.Developing a traffic calming program requires much • Identify risk factors associated with severe crash thought and reflection on what problems the program types that can be used to identify and prioritize is designed to solve and what measures will be used to other high-risk locations, regardless of location solve them. Successful programs have shown that they crash history. need to be structured enough to allow citizens staff and • Identify low-cost countermeasures that can be elected officials to be comfortable in moving forward with implemented at many locations where risk factors projects; but flexible enough to adjust to the challenges of are present throughout the transportation system to individual streets. This task should simply define why the maximize the safety investment return. project is being undertaken and why it is needed. This will • Identify, map, and prioritize locations across the be modified after the definition of the problem. Here traffic roadway network for implementation through calming should be defined, and the goals of this project HSIP and other available funding mechanisms. The clearly articulated.Once the final plan is recommended,the Corradino Team regularly assists jurisdictions with conceptual costs for the plan will be developed.This should successful funding applications. include the costs to design and construct the program. THE CORRADINOGROUP 144 !V\I AMI BEACH RFQ 2023-030-ND ID TRAFFIC ENGINEERING CONSULTANT SERVICES R j i 3 i TT -_� '. _ 'ir'f -er 14 -� - r R Rr jmor: Aiiiik Potential funding sources or grants should be identified to and transportation network companies. These analyses, pay for the program.The City should approve the program as we have found through our work with the Miami- and implement it.Nonphysical aspects can be implemented Dade TPO and with local entities such as North Miami by the administration or police department and physical Beach, where our Comprehensive Operational Analysis's aspects should be bid, designed and constructed. The implemented recommendations resulted in an increase Corradino Group continues to assist the Town of Surfside on in ridership in 3 years' time, require an understanding of the overall traffic calming program. This includes updating available infrastructure, policy, and financial options that the previously prepared 2012 Transportation Master Plan. are critical to selecting the correct technology to deploy. The study is currently being updated to reflect changes We can provide options on how to better integrate to the Town's Street network and goals for a lower area short-term and long-term planning through the City's wide speed limit, modifications to certain street ends and core planning documents to address the challenges and other transportation infrastructure modifications including opportunities of the future. the intersection of 88th Street and Byron Avenue which connects to the City of Miami Beach. Corradino understands the ACES guidance from Florida Department of Transportation and its application in the TRANSPORTATION/TRANSIT PLANNING Long-Range Planning processes. Corradino most recently has developed the Impact of Future Technology Document The firm has worked for transit agencies across the nation for the 2045 Miami-Dade Long-Range Transportation in the projection of transit development plans, ridership Plan and is including ACES considerations into the 2045 surveys and system development. The firm was on the Gainesville Long-Range Transportation Plan.This document consultant team that developed the Metrorail. Corradino included thorough research of all upcoming technologies planned both phases of the South Dade Busway, and and their possible impacts on transportation systems. Our worked as the planner on the 1-95 Managed Lanes, which team has a wide array of technical squads that can assist is a Bus Rapid Transit alternative which has had remarkable the City with future technology solutions. results.Additionally,Corradino has implemented municipal circulators in Miami Beach, Hialeah, Palmetto Bay, Cutler Our modeling team, at the forefront of the modeling of Bay and Doral. technological advancements, has performed connected/ automated vehicle modeling guidelines for FDOT and the The transportation systems of the City of Miami Beach, MPOs through the Florida Model Task Force presentations. Florida and the nation are in the process of becoming more We understand that it is key to understand the market complex and will be transformed through Automated, penetration rates of these emerging technologies and make Connected, Electric and Shared Use (ACES) and other necessary adjustments in travel forecasting processes. emerging technologies. Our Team's diversity in expertise Adjustments to each step of the model are necessary, and planning means that we are well equipped to assist the including the Trip Generation to model assignment. City on any evaluation for exploration and development of Depending on the kind of technology being implemented, new mobility options,including shared-use, micro-transit, fully automated vehicles will have the ability to self-park micro-mobility, automated transit, mobility-on-demand, and perform on-demand pick up of users. These options THE CORRADINOGROUP 145 MIABEACH RFQ 2023.030-ND - �'AFFII'ENGINEERING CONSULTANT SERVICES will have the tendency to increase the vehicle miles traveled (VMT)characteristics. In addition,this may reduce the need for owning multiple vehicles in a household, allowing for a reduction in auto ownership and subsequent reduction in the VMT. However, most literature that we researched indicated overall increase in VMT for which ligrO:_ ' z the City should be prepared. The other tradeoff would be 7.1-' a lilt1 ;+ , . ki .t. the increased use of automated transit and transportation �. + t network companies.There is a potential for increased mode _ split towards these new technological modes. Corradino's : `., modelers Srin Varanasi and Ken Kaltenbach have extensive �,,,,;_>,. , experience with Florida Standard Urban Model Structure (FSUTMS) models use and their applicability. Further, the COVID-19 pandemic has put us all into can perform professional planning activities involving more challenging transportation planning scenarios. multimodal planning, corridor studies, land use analysis, Telecommuting has been a favorite topic in most LRTPs. market area study, and traffic circulation. We are However, there may be immediate need for modeling experienced in corridor studies that support a single telecommuting for short-range and long-range planning, corridor or involve a sub-area or major activity centers. as it has become a huge reality. While it is hard to predict We have performed corridor planning studies that develop the impacts of changing telecommuting percentages due both intermediate and long-term vision to enhance to the changes in government policies on social distancing, multi-modal transportation planning networks, including our recommendation would be to model and understand a arterial analyses, transit planning, and rail. Corradino has range of telecommuting scenarios. conducted Corridor planning projects in which various growth scenarios were planned and tested, in addition Agencies dedicate a great deal of time and effort developing to multimodal forecasting analysis. At the core of our and using models to forecast future travel behavior. A key transportation planning is the concept that land use and challenge is that current models often do not account for transportation are inextricably linked, and multimodal modes or travel choices that don't yet exist. This makes access involves a keen understanding of available space, predicting the effects of autonomous vehicles (AVs) or land use, and a prioritization scheme for each mode of mobility as a service(MAAS)uncertain and raises questions transportation specific to local corridor conditions and its about how to best predict their influence. At a minimum, role in the overall transportation network. our existing models need to evolve. Corradino's planning staff has gone beyond the idea of CTS is on our team and have significant transit planning Complete Streets to incorporate the concept of "Complete experience. CTS is currently the Program Manager's for Networks" for master planning. This "layered network" the South Florida Commuter Services through FDOT. approach ensures that each mode of transportation long South Florida Commuter Services promotes alternatives term grid is acknowledged, and when all the various grids to commuters driving alone. South Florida Commuter are compared to each other and the existing infrastructure, Services seeks to reduce vehicle miles traveled (VMT) in context sensitive Complete Streets corridors can be identified. South Florida through a variety of Transportation Demand In the long term, this allows for an easier alternatives Management (TDM) strategies including carpooling, analysis, including explanation to the public, and allows for vanpooling, working from home, flexible work schedules, better understanding of project bundling for implementation mass transit, bicycling, walking, park and ride facilities and planning, resulting in cost savings over time.This also allows guaranteed ride home. to better evaluate existing and proposed routes in our transit studies by incorporate"first and last mile"approaches. BICYCLE AND PEDESTRIAN PLANNING/ COMPLETE STREETS Corradino's traffic engineers and planners regularly assess level of service for each individual mode Multimodal Planning and Corridor Analysis (pedestrian, bicycling, transit, and vehicular travel), as well as from an overall multimodal standpoint. On the As the City of Miami Beach's population and transportation recent St. Cloud Transportation Master Plan, Corradino system continues to expand and develop, Corradino evaluated the current level of service and the future THE CORRADINOGROUP 146 RFQ 2023.030-ND level of service as provided for the regional planning - model. During this study, we also had to critically re , �-s evaluate the roadway network, reclassifying some of -� f/: */ the roadways in the system as well as designating new ,, ; - _ _ p roadways and associated classifications to account •� i ' for future growth. Corradino also was selected by the /// �� Village of Palm Springs to create a Mobility Plan to guide -/1 its future multimodal development. This work has been ,,it'_ / // completed and the Village has started to program some 3tir / 'of the short-term improvements. /f . rrk Corradino's traffic engineering services provide for corridor �� 1 analyses,speed studies,and pedestrian studies as needed. As needed, Corradino will arrange for the collection of volumes as a part of multimodal planning studies and design speed and volume counts and analysis of the traffic data projects,analyzes impacts,develops recommendations and to provide the 85th percentile travel speeds for each road alternatives, conducts outreach and prepares deliverables. segment. A traffic study memorandum documenting the findings was provided, including recommendations based Bicycle and Pedestrian Planning/Studies on the identified 85th percentile travel speeds and traffic volumes from the traffic data collection for each road The active transportation field is evolving as new segment location. Work will be conducted with Traffic technologies and best practices develop. By facilitating Engineering Manual thresholds. discussions on policies, programs, practices, and designs, we help our clients customize their active transportation Corradino's Project Manager for this contract prepared plans and designs to meet local community values, with the traffic study for the Andrews Avenue Complete Streets implementation being a core focus of each plan. Planning Improvements in 2019, evaluating the need for mid-block bicycle and pedestrian safety infrastructure to both reflect crosswalks along a stretch of Andrews Avenue between local goals and integrate well with multimodal networks Oakland Park Boulevard and Prospect Road. Corradino is a common challenge in transportation today. Our completed a safety analysis including review of crash commitment to both elements assists our clients in phasing history along the corridor using Signal Four Analytics. projects and having robust plans for successful near-term Corradino evaluated the proposed midblock crosswalk and long-term outcomes. Our team also has experience in locations based on criteria of the Traffic Engineering grant writing for ATP funding. Manual and Manual on Uniform Traffic Control Devices per Broward County Traffic Engineering Division. Acknowledging that bicycling network analyses must include Corradino collected pedestrian traffic data including four- perceptions of comfort for users,we recently incorporated a hour pedestrian volume counts at ten (10) proposed mid- "level of stress"analysis into the bicycle and pedestrian plan block crossing locations and 24-hour bi-directional traffic for Miami Springs. A level of stress analysis evaluates the counts were collected for Andrews Ave between Oakland Park Boulevard and NW 38th Street and on Andrews Avenue south of Prospect Road. Corradino also evaluated �.-_ - _ the traffic operational conditions at the four signalized ` ' . intersections along Andrews Avenue at Prospect Road, NE a a • 4 38th Street, and E. Oakland Park Boulevard to determine . - - the optimal signal timings and the appropriate length of , a V future dedicated turn lanes. Design plans were developed , - , for the infrastructure improvements. ,- . "• TJKM has incorporated bike and pedestrian planning and f a ` a design in many of its projects. TJKM has prepared trail 1+1747"' designs, and trail/roadway intersection designs, along with elaborate Class II bicycle facilities along major streets and _ at intersections. Based on the individual project, TJKM frequently inventories existing bicycle and pedestrian :4 THE CORRADINO GROUP 147 TAB 3 Approach & Methodology RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICE comfort a bicyclist may encounter on a particular road,based , on the volume of traffic, if there are separated facilities,and = - , ,.- .. tix e'. .,. other factors; by extension, this allows an evaluation that .`41F-I. t %j t. , provides for better insight to create facilities for people of all ; _ .tlw''"1 � ' ages and riding ability by translating qualitative aspects into t� 1` r- li"imit- `lip ..-1, ' i a quantitative factor for evaluation. ' 0, f a `��- While quantitative data is a driving force for many - „ram,. planning functions, we feel that qualitative data is equally important and plays a particularly important role •t' --- 41 - in bicycle and pedestrian analyses. Our data collection approach starts with a clear understanding of the scope s - ' of the study, followed by confirmation of key factors such i P-, as peak hours, limits for data collection,etc.Our Village of Palmetto Bay award-winning plan Bicycle and Pedestrian federal roads. Conversely, land uses are controlled by Master Plan focused on providing connections to local the local municipalities, or the county in unincorporated generators, other city bicycle and pedestrian facilities, as areas, often resulting in competing interests. All the well as regional lanes, paths and trails. Corradino, as part SMART corridors traverse or impact multiple cities and of its bicycle and pedestrian count study for the Miami- the County, all of which will need to be supportive for Dade TPO, evaluated potential technologies which could transit solutions to be implemented on these corridors. either enhance or automate counts at key locations. The A clear vision of each corridor's future was critical to deployment of such technology as we proposed would building consensus, as well as determining a base line of create an alternative to a much-needed dataset that is conditions to demonstrate progress toward achieving that often missing in planning. vision. Corradino added value to this process due to our in-depth knowledge of local municipalities. Corradino has At Corradino, we look at each community's unique needs a reputation as a municipal specialist,working as a trusted to design safe and efficient transportation alternatives partner with most cities in the County, often holding that meet the needs of all users. The goal being to general planning and engineering contracts including the integrate all modes to achieve safer and more accessible City of Miami Beach's Traffic and Transportation Planning communities. TJKM is on the Corradino Team and has on-call contract.One complex part of transit planning is the prepared preliminary designs and traffic operations studies fact that local governments approve the future land uses for transportation projects that enhance the accessibility while regional, state and federal governments control, and safe accommodation of bicycle, pedestrian, and public approve and often pay for the infrastructure.Coordination transportation modes on roadways. These projects are of land use and transportation plans is paramount to the consistent with the objectives of Complete Streets, which SMART Plan's success. Corradino's understanding of the the National Complete Streets Coalition defines as facilities interactions of local and regional land use/zoning and that "are designed and operated to enable safe access for transportation is beneficial to the evaluations critical all users." to implementing the SMART Plan solutions. Corradino collected available demographic and socioeconomic data INTEGRATION OF TRANSPORTATION AND LAND USE for a preliminary inventory of the current land uses along the North SMART Corridor. This established a complete The Corradino Team led the Miami-Dade SMART Plan picture of the existing conditions within the corridor North Corridor project for the Miami-Dade TPO. The area, including an understanding of land use patterns Miami-Dade SMART Plan was a national example for the and those elements that are not transit-supportive. integration of transportation and land-use. In addition to Deficiencies within the corridor were identified based on the North Corridor, Corradino's Project Manager was the existing development patterns, committed development Project Manager for the Miami-Dade SMART Plan South and land use policies to support a rapid transit system. Dade Transitway Corridor project as well. Corradino The needs analysis will be supplemented with input understands that the County is politically diverse, from citizens and community stakeholders. Corradino consisting of transportation assets that cross multiple understands the need for Transit-Oriented Development political boundaries. There are almost three dozen (TOD) guidelines and other conditions within the corridor municipalities in the County, yet county government, that impact transit supportive development, such as job- due to its Home Rule Charter, controls all non-state and housing linkages, diversity of employment and housing, THE CORRADINOGROUP 148 TAB roach & Methodology tvf C„ !BEACH RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES design standards and available development incentives. • The most basic form of transportation "infrastructure" is 3 -_ compact, walkable urbanism. The SMART plan is as much w' I •�• . about reforming land use and connectivity within and to - .. • w hubs as it is about choosing the right type of technology for each corridor. Ensuring that SMART, transit-oriented land use patterns and codes exist at transit nodes is a key to the long-term success of the plan and the economic -. • sustainability of Miami-Dade County. Future transit nodes 1111 must allow for safe, convenient, and pleasant walkability to attract and retain "transit populations". A significant part of the county will not be within walking distance of transit stations. Understanding and planning for the first mile/last mile elements of transit nodes is also critical to the success of the SMART plan. lease rates, sale prices, stabilized occupancy, absorption, phasing, etc.), the financial analysis effectively tests the ECONOMIC AND FINANCIAL ANALYSIS feasibility of a particular development and/or investment. Both Principals of the firm started their careers working Market and Development Analysis within the real estate consulting division of (what was then)one of the Big 5 accounting groups. Since that time, Lambert Advisory is on our team to lead the Economic and Lambert has created highly complex financial models Financial Analysis services. Any market and development that dive well below simple estimates of net operating analysisare driven bytheabilitytoaggregatecomprehensive income (NOI) from operations, and into complex debt levels of data and effectively analyze the information to and equity structuring, partnership "waterfall," return- provide a meaningful link between physical/regulatory on-investment (ROI), internal rate of return (IRR) and planning and economic reality. This is a core component residual land value. Additionally, the ability to prepare of Lambert's practice having completed feasibility analysis, comprehensive financial models provides a key resource financial evaluation and economic/fiscal impact studies to long-term economic development planning and, for a myriad of projects ranging from a single-use property especially, as it relates to tax increment financing (TIF), to a major mixed-use master plan to city-wide economic affordable/mixed-income housing, and/or creation of development strategy. It is this experience that will help incentive programming. support a broad range of transit planning initiatives,as well as the resultant potential redevelopment. TRANSPORTATION AND URBAN DESIGN/SMART GROWTH/LIVABLE CITIES Lambert Advisory (Lambert) will assist in market analyses associated with City-wide transportation planning. There Our team will provide expertise to help the City navigate are a number of prospective objectives that can be future development that connects land use, urban undertaken aspartofthebroadscopeofservicesoutlinedin design, and transportation to enhance "Live, Work, theRFP,including:identifyingareaswithpotentialeconomic Play" principles that enhance local quality of life. Our growth resulting from improved transit;completing market approach balances the needs of the community with studies for potential redevelopment opportunities among the desires of developers. TOD planning by our team a wide range of housing and commercial uses; enhancing is carefully crafted to create civic space, park land employment opportunities and access to job growth; and green open space. The entire community benefits understanding the feasibility of potential redevelopment from TOD zoning and guidelines that create walkable that will be supported by maximizing leverage among both boulevards with wide sidewalks, sidewalk cafes, safe public and private resources; and, assessing the potential pedestrian crossings, bike lanes, comfortable transit economic benefits and value capture potential of proposed, stops and universal design approaches to serve people transit related development/redevelopment. with disabilities. A TOD needs to make resilience a core goal to which all proposed solutions respond. Financial Feasibility TODs require carefully crafted, compact, walkable, mixed-use design that addresses human resilience. While the market study identifies opportunity and need, An overarching resilient approach must include age- as well as provide the critical inputs of performance (i.e. in-place, a major issue for people 55 and over. Many THE CORRADINOGROUP 149 TAR 3 Approach & Methodology tolAMIBEACH RFQ 2023.030-ND 'PrI`+ NG AND TRAFFIC ENPRIFFPI"!r rri c!lI TA NI SERVICES are finding that car-dominant communities force them COMPUTER VISUALIZATION/GRAPHICS to leave their family home of decades for retirement communities. TOD's blend of dense development The Corradino Team offers award-winning graphic that provides for all daily needs — in a compact area design and visualization capabilities using the latest that can be accessed by foot, wheelchair, and public in multimedia presentation technology ranging transportation — allows a community to age in place. from PowerPoint presentations to 3-D Stereo VR Safe, walkable/ bikeable development patterns also videos. The Team has created, directed, filmed, allow children to access educational, cultural, athletic, and produced visual presentations and videos for recreation and other enriching activities without relying marketing campaigns, branding initiatives, websites, on a parent's car. Our team believes in contextual public workshops, industry forums, safety and design in terms of density, intensity, resiliency, educational campaigns, instructional videos and mobility, harmonizing existing communities within the public service announcements. With our creative TOD district in a context-sensitive manner. The team abilities and visualization tools, we can communicate is committed to creating the critical tools that provide technical project details in a way the public can easily livable communities such as TOD design and legislation, understand and appreciate. Our creative team has to serve their residents with vibrant, prosperous, developed and produced hundreds of PowerPoint resilient, and affordable infill development. To create presentations which included embedded 3-D video, consensus from a broad range of stakeholders, each renderings, and scripts for the presenter or voice-over plan must have a highly flexible approach in concert talent. We use a complete set of digital graphic design with each unique development pattern and local and animation tools for our visualization services, culture. A key factor in making TOD work is addressing including: Adobe Creative Suite, Premier Pro/After a trip's "first and last mile"—i.e., the distance a person Effects (Animations/Video Editing), Cinema 4-D/ walks or rides to travel from home to a transit station, Dimensions (3-D Modeling) and Google Earth Studio. or from the transit station to a job, a service or an amenity in the community. Techniques to do so involve The use of 3-D modeling, animations, and VR video better universal access within the entire TOD district has started to find its way into more immersive and by designing ride sharing, car sharing, driverless interactive public engagement strategies, and our cars, automated circulator buses and other evolving Team is incorporating this innovative tool into our technologies, while contextual solutions integrate public engagement planning. These tools allow us to and consider local culture. With housing affordability create 3-D stereoscopic renderings and videos which being one of the most challenging issues in the region, can be integrated with virtual reality headsets to give we understand the potential of TODs to create a range the viewer a completely immersive experience where of affordable/attainable housing, including smaller they can see (and hear) a proposed project from all apartment units that appeal to millennials, empty angles as they "virtually" walk or drive through it. nesters, young families, and young professionals. Our Team has recently incorporated a 3-D animated The TOD can be accepted by a community as a place VR experience into a public meeting for FDOT to help that creates jobs that are close to transit, or new participants visualize the R-CUT design concept in a residential development within the TOD, that workers mixed-use urban area with high pedestrian and vehicle do not need an automobile to commute to work. traffic near International Drive and the Orange County This relieves a family of the staggering annual cost Convention Center in Orlando. Our Team has also of automobile ownership. Bonuses can be provided produced a 360-degree 4K VR video of an ACROW lift to increase building heights, provide funding for civic bridge operation for the FDOT District Four Innovation spaces, dedicate bike lanes and other amenities to Week. The video allowed participants to experience ensure that TOD redevelopment is geared to creating a a 360-degree panoramic view of downtown West healthy, livable community. Context Analysis can result Palm Beach and the Intracoastal Waterway as well in one- to three-story height limits nearest existing as the operating details and mechanics of the bridge single-family units. Closer to a transit station, buildings from a virtual position ranging from 60 to 120 feet can reach four stories, while paying into Open Space above the Intracoastal. The Corradino Team has the and Parking Funds allows six stories. Additionally, in experience and expertise to provide visualization and the most-intense development area, directly next to graphics necessary for task work orders under this existing transitways, building heights may reach nine Traffic Engineering and Transportation on-call services stories, plus three additional bonus stories. contract. THE CORRADINO GROUP 150 TAR Annrnarh R MpthnrInInnv f:y / fVyIBEACH RFO 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PUBLIC OUTREACH AND ENGAGEMENT ` Constant communication is key to a successful outreach program. Corradino's approach to public , involvement processes is premised on listening first - .. a to build consensus on projects developed in the areas of roadway capacity, multimodal transportation development, and transportation demand management. 444. A key component of any successful public engagement process is to form relationships with the community throughout the process. We are experienced when working within diverse demographics and understand ' that all communities are different. While there are basic outreach strategies, some areas are unique and will require additional and specific outreach initiatives. Our team's philosophy centers on experiences that encourage community members to shape their built environment. We are experienced facilitators and can deliver public engagement strategies at all stages of a project(from defining project scope all the way to design development and construction). The Team incorporates 4' the use of 3-D modeling, animations, and VR video into more immersive and interactive public engagement strategies. Most recently, Corradino utilized drone video -- footage to create a virtual walking tour workshop for the conceptual redesign of the Las Olas corridor in Fort Lauderdale. While we employ a variety of methods at each project phase, commonly used approaches include: • 1. Pop-up engagements: Pop-up engagements involve setting up eye-catching, interactive, oversized survey vim; boards in places where people typically gather as part ° -41 of their everyday lives, such as transit stations, parks or shopping malls. Participants can use sticker dots and sticky notes to provide project feedback and have -�„� • one-on-one conversations with project team members. The locations of the pop-up engagements are typically ', determined in consultation with staff. 2. Public life studies:We are experienced in measuring and } 4 evaluating the performance of streets, parks, plazas and other public spaces with an age-friendly lens.To do this, we conduct observation-based "public life studies" to develop an objective understanding of how the public their feedback is incorporated into the final designs space currently functions. Public life studies are typically and permanent installations. This iterative approach conducted before and after improvements have been optimizes investments in transit systems and public made to measure the impacts of the project. spaces. 3. Rapid urban prototyping: Also known as pilot projects, 4. Online and print surveys: Utilizing digital surveys, rapid urban prototypes are developed with community we supplement data gathered through pop-up members to test out new ideas in public spaces in engagements, public life studies,and other engagement an inexpensive and temporary manner. The wider strategies. We typically set goals for the number of community is invited to use the prototypes, and survey responses we aim to receive. THE CORRADINOGROUP 4. 151 • TAR 3 Awrnlrh & Methodology MIA.M!BEACH RFQ 2023.030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES 5. Key stakeholder meetings: It's important to build trust and visualizations, we proactively communicate and in the community we're working in. The local "expert" connect with residents where they live, work and insights gleaned from these relationships will help us play. Our approach is to create sustainable positive frame the tone, language, brand, and content of the relationships that promote trust and focus participation broader community engagement campaign. on decisions and solutions rather than just "checking the box". This approach allows our clients to partner with 6. Public meetings and open houses: These are their target audience and explore effective, context- opportunities for the public to learn more about the sensitive solutions. Our team members are experienced project and ways to get involved, provide feedback, and with the State's Plain Language requirement and have conversations with project staff. utilize clear, concise information for all materials and communications. In our experience, clear and 7. Stakeholder workshops: We design fun, interactive straightforward communications contribute to a positive workshops that encourage participants of all ages to public perception and greater support for a project's work in small groups to develop project ideas, action purpose. Understanding audience demographics, plans, and take ownership over action items. identifying impacted stakeholders, and leveraging partner agency initiatives are key to our community 8. Completing the feedback loop: We keep lines of outreach approach, preparation, and engagement. communication open and accessible throughout the We know that the audience and stakeholders can vary course of the project by keeping project websites up based on the geographic area, type of project, work to date, using social media, project newsletters, and plan or initiative and degree to which it will affect the visually appealing reports. community. Our grassroots efforts will contribute to project understanding, meaningful stakeholder input, Through public meetings, mail-outs, websites, and broader support for the complete range of the surveys, social media, project collateral materials, visioning and planning for the City of Miami Beach. ~+ � ' , f = f , \. r C isolo, ....--- • la i4 • wos - re. \ ... \\. ' s1 -- -- __ J - j EMM 1 Ma :, / �. . / do !'' �r -- .411410), if ......-. , ,. .16.501,4k • - \ 4G' b1716/ `- w , OfPF :Tf•—•:-. 7 fl 1101i 145/4! .,,'i[,,, • THE CORRADINOGROUP 152 TAB 3 Approach & Methodology /I/\ AWd BEACH RFQ 2023-030-ND ,TATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES "....-----4 ® DATE(MM/DD/YVYY) A�ORO CERTIFICATE OF LIABILITY INSURANCE tzrosrzozz THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on t« this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NNNTACT T7 Aon Risk Services, Inc of Florida pHp MMIEE�IE F `m 1001 Brickell Bay Drive (AI IL E.* (866) 283-7122 ( ,lee•); (800) 363-0105 c Suite 1100 Miami FL 33131 USA ADDRESS. _ INSURER(S)AFFORDING COVERAGE NAIC N INSURED INSURER A: Property & Casualty Ins Co of Hartford 34690 The Corradino Group, Inc. INSURER8: Hartford Fire Insurance Co. 19682 4055 NW 97th Avenue suite 200 INSURER Hartford Insurance Co Of The Southeast 38261 Miami FL 33178 USA INSURERD: Starr Surplus Lines Insurance company 13604 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570096684851 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, INBp Limits shown are as requested LTR TYPE OF INSURANCE AINSU SWVD POLICY NUMBER POLICY POUCV EXP ( ) (MMIDDf/YYV) UNITS A X COMMERCIAL GENERAL LIABILITY Y Y 21UUNOL5648 05/01/2022 05/01/2023 EACH OCCURRENCE $1,000,000 T r—� DAMAGE TO RENTED I CLAIMS-MADE I I OCCUR PREMISES(Ea occurrence) $300,000 ll l MED EXP(Any one Pew) 510,000 PERSONAL 8 ADV INJURY 51,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000' a X POLICY ❑JECT ❑LOC PRODUCTS-COMP/OPAGG 52,000,000 m rn OTHER: o B AUTOMOBILE LIABILITY Y Y 21 UEN OL5649 05/01/2022 05/01/2023 CeMBINED in (Ea LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) •• O —SCHEDULED BODILY INJURY(Per accident) Z OWNED AUTOS al AUTOS ONLY PROPERTY DAMAGE HIRED AUTOS ^—NON-OWNED (Per accident) U ONLY AUTOS ONLY w C a UMBRELLA LIAR OCCUR EACH OCCURRENCE , 0 EXCESS LIAR Ij CLAIMS-MADE AGGREGATE DED' 'RETENTION C WORKERS COMPENSATION AND Y 21WBOL6H6N 05/01/2022 05/01/2023 xI PER STATUTE I 1ETTH- EMPLOYER&'LIABILITY Y/N See Attached ANY PROPRIETOR/PARTNER/ u�I E.L.EACH ACCIDENT $1,000,000 AI EXECUTIVE OFFICEREMBER N- I N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 DE9CRIPTIO OFOPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D E&O-PL-Primary 1000600229221 07/11/2022 07/11/2023 Per Claim $10,000,000 Claims Made Deductible $100,000= Aggregate $10,000,000= DESCRIPTOR OF OPERATIONS/LOCATIONS/VEHICLES(ACORD iet,Additional Remarks&Module,may be eBOSW M mom woe Is required) City of Miami Beach is included as Additional Insured in accordance with the policy provisions of the General Liability and -r-. Automobile Liability policies. A waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. z CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIONS DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ti■ City of Miami Beach AUTHORIZED REPRESENTATIVE r c/o EXIGIS Insurance Compliance Services PO Box 4668 - ECM# 35050 New York NY 10163-4668 USA (��//J_� !� irlir k-.<ea ��� .s et ©1988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THE CORRADINO GROUP a 153 TAB 3 Approach & Methodology MIAMIBEACH RFQ 2023-030-ND r7N7pn; TRANCPF Nn TRAFFIC ENGINEERING CONSULTANT SERVICES aeee�c AGENCY CUSTOMER ID: 570000075512 LOC#: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED AOn Risk Services, Inc of Florida The Corradino Group, Inc. POLICY NUMBER See Certificate Numbe 570096684851 CARRIER NAIC CODE See Certificate Numbe 570096684851 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance underwriting Companies Twin City Fire Insurance Company - Colorado Hartford Insurance Company of the Southeast - Florida Property & Casualty Insurance Company of Hartford - Illinois Hartford Casualty Insurance Company - Indiana Hartford underwriters Insurance Company - Kentucky Property & Casualty Insurance Company of Hartford - Michigan Twin City Fire Insurance Company - New Jersey Hartford underwriters Insurance Company - Tennessee ACORD 101(2008/01) ®2008 ACORD CORPORATION.All Nghb reserved. The ACORD name and logo are registered marks of ACORD THE CORRADINO GROUP 154