Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement between CMB & The Street Plans Collaborative, INC
DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND THE STREET PLANS COLLABORATIVE, INC. FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTING SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2023-030-ND RESOLUTION NO. 2023-32516 DocuSign Envelope ID: C2374BAC-86B1 -4905-8A1 1 -A6D39EOE4B50 Contract No.23-030-04 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE1. DEFINITIONS.........................................................................................................3 ARTICLE2. 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..............................................................................22 ARTICLE15. 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 F uocubign Envelope ID: C23746AC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THE STREET PLANS COLLABORATIVE, 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 STREET PLANS COLLABORATIVE, INC., a Florida corporation having its principal office at 5879 Sunset Drive, Suite 2, South Miami, FL 33143, Florida, 33309 (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 STREET PLANS COLLABORATIVE, 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-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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 4 uocuoign tnveiope w: c23146AG-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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 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 5 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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, 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 L DocuSign Envelope ID: C2374BAC-861314905-8A11-A6D39EOE4B50 Contract No.23-030-04 and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A — Scope of Services Schedule 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. DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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 .9 uocusign tnveiope iu: cZ3i4bAU-ML31-4905-BA11-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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 Docubign Envelope ID: C2374BAC-86131-4905-8A11-A6D39E0E4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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, forma 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-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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 uocu5ign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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(cDmiamibeachfl.gov 17 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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 uocusign Envelope ID: C2374BAC-8661-4905-8A11-A6D39E0E4B50 Contract No.23-030-04 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: C23746AC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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: Certificate s-miam ibeach (d),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. 21 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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. ARTICLE 14. LIMITATION OF LIABILITY 22 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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 31" 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 Street Plans Collaborative, Inc. 5879 Sunset Drive, Suite 2 Miami, FL 33143 Attn: Anthony Garcia Ph: 305-978-6426 Email: tony(a)streetplans.org 23 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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) 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. 24 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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(a)MIAMIBEACH FL.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. 25 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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. 17.6 The provisions in this section shall apply to the Consultant, its officers, agents, 26 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-Veri 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 28 DocuSign Envelope ID: C2374BAC-86B1 -4905-8A1 1-A6D39EOE4B50 Contract No.23-030-04 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 1 8.5.3. 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-86B1-4905-8Al l-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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-A6D39EOE4B50 Contract No.23-030-04 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 DocuSigned by: Iw oqu, C. a,iau V, %, Clerk Date 7/19/2023 1 3:46 EDT CONSULTANT: THE STREET PLANS COLLABORATIVE, INC. Signatu esident Anthony Garcia Print Name Date 6/28/2023 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION eqW_A%V_ City Attorney Date 33 CITY OF MIAMI BEACH: DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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: C23741BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 SCHEDULE B CONSULTANT SERVICE ORDER A+ Services City awarded oontinting oontract for ACE services for a project whose estimated cost of constriction does not exceed $4 mibon. City awarded oontinLkQ contract for sivly, planning activity or other services whose costs are estimatec to not exceed $500,000. City awarded proect specific contract not subject to CCNA imitations for corAnuing contracts its aaxpbrg 7ss Cam, Cm!7.tatt nqm--s :a {r mILV seroam pursta.tt to the Amedx1d prod daletl)_ aid the term, aonlrtms and rv.Yms esaMshed in the aWwre rvk med omtrxt between me 00 ad the Corrahat. Ccnmtrl eaplidIh, arares tm no other terns and cardibars "may ao the wv►: mW 1,s of v**thef sad othw LRrtc and mrdfions are ndudd liven or in ary anwhomr. to then CSC Ivry d~,%Om ford !e wmpe of wuM -13 -Ito Fxrrin shall mgire a ctwm onw aup m"d Ire I�c City Lead orojeC Adrrir 37 DocuSign Envelope ID: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 SCHEDULE B-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 (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 $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. m DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-04 SCHEDULE D APPROVED SUBCONSULTANTS Project manager: Tony Garcia, RA Prime Consultant: Street Plans Subconsultants: 1. Sam Schwartz 2. TY Lin 3. Alta Planning + Design 4. Jarret Walker Associates 5. Cityfi 6. Replica 7. Quality Counts 8. M.G. Vera & Associates 9. ECOSTRATA Services 10. Landscape DE 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 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: 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; authorize 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 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 Commission 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 prequalified consultants 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 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 'Ximley-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 a 7 day of 2 23. `�....... Gelber, Mayor ATTESMAR ,• 4' 3.1 2023 IINCORP RAiZk_ Rafa l E. 6ranado, City Clerk APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ✓1/�' �-3 -13 City Attorney Date Competitive Bid Reports - C2 D MIAMI BEAC COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: March 27, 2023 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 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 KI MLEY 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. 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, Inc. EXP U.S. Services Inc. Florida Transportation Engineering, Inc. Gannett Fleming, Inc. H.W. Lochner Inc. HBC Engineering Company Kimley-Hom and Associates, Inc. Kittelson & Associates, Inc. Martin 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. Firm Rank Marlin Engineering, Inc. 1 The Corradino Group, Inc. 2 Alta Planning + Design, I nc. 3 The Street Plans Collaborative, Inc. 4 Calvin, Giordano & Associates, Inc. 5 Gannett Fleming, Inc. 6 H.W. Lochner Inc. 7 (tie) Kimley-Hom and Associates, Inc. 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(tie) 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 PO.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. Amount(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, Inc., 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 C itywid e Is this a "Residents Riaht 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 ATTACHMENT RFO 2023-030-NO GENERAL TRANSPORTATION PLANNING ANO TRAFFIC ENGINEERING CONSULTANT SERVICES - - Danl Fawaz 01 Rogelio Madan C' Luis Soto C � Collin Worth VAggmg.le c �Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal -Qualitative Quantitative Subtotal Qualitative Quantitative SubtotalMarlin En Ineerin Inc. 92 5 97 1 86 5 91 1 81 5 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 + Design. Inc. 05 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 91 84 5 89 3 79 5 84 6 92 5 97 2 20 4 Calvin Giordano 8 Associates Inc 90 3 93 21 83 3 86 7 93 3 96 1 88 3 91 12 22 5 Gannett Fleming,Inc. 86 3 69 7 85 3 88 4 80 3 63 8 90 3 93 10 29 6 H.W. Lochner Inc. 3 90 4 81 3 84 9 89 3 92 2 83 3 86 16 31 7 Kimle -Hom and Associates Inc. 90 0 90 41 87 0 87 5 75 0 75 17 95 0 95 5 31 7 EXP U.S. Services Inc. 78 5 83 10 70 5 75 13 75 5 80 1 90 5 95 5 39 9 AECOM Technical Services Inc. 85 0 85 8 85 0 85 8 78 0 78 15 94 0 94 40 10 Choice Engineering Consultants Inc 65 5 70 12 68 5 73 15 75 5 80 11 91 5 96 4 :I 42 ill Nelson/Nygaard Consulting Associates, Inc. 65 5 70 12 71 5 76 12 78 5 83 8 Be 1 5 93 10 , 42 11 Florida Transportation Engineering, Inc. 85 5 70 12 85 5 90 2 72 5 77 18 5 88 1 43 13 Kittelson &Associates Inc. 65 3 68 16 78 3 81 10 76 3 79 13 92 3 5 44 14 HBC Engineering Com an 71 5 76 11 63 5 68 16 79 5 84 6 80 5 85 18 51 15 Caltran Engineering Grou Inc. 65 5 70 12 69 5 74 14 74 5 79 13 83 5 Be 13 Metric Engineering Inc. 60 3 63 18 61 3 64 18 78 3 81 10 83 3 86 16 62 17 Prosser Inc. 60 5 65 1171 60 1 5 65 17 70 1 5 75 17 83 5 68 13 84 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.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). ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet II. RESPONSES TO QUESTIONS RECEIVED. Q1: Are respondents required to cover all areas of prequalification listed in the solicitation? All: 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 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.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. 09: 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. 010: 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. 011: 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. 2 1 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 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. 015: 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 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfi.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, 311 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. 026: 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. 029: 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 DBEILGBT 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. 032: 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, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.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, 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 EXHIBIT A PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Pre -Proposal Sign -in Sheet 7 I ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BLEACH 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 NAALIA DELGADO TITLE CONTRACTING OFFICER COMPANYNAME CMB NATALIADELGADO@MIAMIBEACHFL.GOV • 305-673-7000 X26263 MILOS MAJSTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMaistorovic@miamibeachfl.gov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA mgouveia@chacompanies.com (786) 749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA jhi¢nite@chacompanies.com (518) 453-8236 ERIC CZERNIEJEWSKI TRAFFIC ENGINEERING DIVISION MANAGER THE CORRADINO GROUP eczernieiewski@corradino.com 954-777-0044 EDWARD NG TECHNICAL VP THE CORRADINO GROUP eng@corradino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irene@streetplans.oM 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tone@streetplans.org 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM vivek.reddy@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@caltrangroup.com 786-456-7700 JUL] CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES !Campbell@cgasolutions.com 954-766-2740 DIANA WHITE DWhite@cgasolutions.com ALEX DAVID ADavid@cgasolutions.com CARLOS FRANCIS SENIOR PROJECT MANAGER CHOICE ENGINEERING CONSULTANTS cfrancis@choiceeng.com 786-250-5526 YULET MIGUEL SENIOR ENGINEER - CIVIL CHEN MOORE AND ASSOCIATES vmiguel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP iennifer.borges@gxp.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbcengineeringco.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimlev-horn.com 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR KITTELSON AND ASSOCIATES, INC. hhannaford kittelson.com 407-373-1161 BRANDY PLEAS MARKETING COORDINATOR IMETRIC Brandv.Pleas@metriceng.com 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mriebe@nelsonnvgaard.com 510-506-7587 RAFIQALQASEM IPROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIE FABIAN ACCOUNT MANAGER ISAFEBUILT JFabian@SAFEbuilt.com 786-481-8366 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3�d 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). 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# Tojoin 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 RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoC)miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, ltl)az,o� Z�)e�� Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #3 12/12/2022 MIAMIBEACH 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). 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 RafaelGranadogmiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoCmiamibeachfl. 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 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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). I. 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 Q-W1 a m FT PUBLIC MEETING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 992 197 065# 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 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, 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 MIAMI BEACH 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/transportation/) 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: Short and Long Range Transportation Planning As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. 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 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. Develop demand or market forecasts, including utilizing transportation forecasting models. Prepare project layouts and capital cost estimates necessary to support planning studies. Evaluate transit operating scenarios utilizing operational models and other tools. Develop cost estimates for implementation, operations, and maintenance. 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. 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. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 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; MIAMI BEACH 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 CRL• 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 @ 10:00 a.m. ET Join on your computer or mobile app Click here to'oin 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 @ 5:00 p.m. ET Responses Due December 12, 2022 @ 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: Telephone: Email: Natalia Delaado 305-673-7000 x26263 Natalia Deloadogmiamibeachfl.aov 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 toloin the meeting MIAMI BEACH Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 992 197 065 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 rafaelgranadogmiamibeachfl.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 MIAMI BEACH 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.miamibeachfl.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 supportPbidsync.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.miamibeachfl.gov/vss/Vendors/default.aspxx) 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. og v/city-hall/procurementlstandard-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. ov/cithall/procurementlstandard-terms-and-conditions/ Balance of Page Intentionally Left Blank 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 S2GC-)periscopeholdings.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 8. 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 roach 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 70 Veterans Preference 5 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: r Less than $250,000 5 $250,000.01 — $2,000,000 3 Greater than $2,000,000 0 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: Qualitative Points 82 74 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 Qualitative Points 90 74 66 Committee Quantitative Points 5 5 0 Member 2 Total 95 79 66 Low Aggregate Rank 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 MIAMI BEACH APPENDIX A MIAMI BEACH 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. 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 APPENDIX B 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 AND XXXX FOR XXXXXXX DISCIPLINE: XXXXXXX RESOLUTION NO. XXXXXX TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS...........................................................................................................4 ARTICLE 2. BASIC SERVICES................................................................................................ 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES........................................................................134 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTON COST...........................................154 ARTICLE 5. ADDITIONAL SERVICES....................................................................................177 ARTICLE 6. REIMBURSABLE EXPENSES...............................................................................19 ARTICLE 7. COMPENSATION FOR SERVICES.......................................................................20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS..................................21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS................................................21 ARTICLE 10. TERMINATION OF AGREEMENT...........................................................22 ARTICLE 11. INSURANCE........................................................................................................23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS....................................................244 ARTICLE 13. ERRORS AND OMISSIONS.............................................................................245 ARTICLE 14. LIMITATION OF LIABILITY...............................................................................255 ARTICLE15. NOTICE.............................................................................................................255 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW..................................................................296 ARTICLE 17. INSPECTOR GENERAL AUDIT RIGHTS...................................................28 ARTCILE 18. MISCELLANEUS PROVISIONS...............................................................29 SCHEDULES: SCHEDULEA.............................................................................................................................36 SCHEDULEB.............................................................................................................................38 SCHEDULEC.............................................................................................................................39 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 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH XXXXXXXX FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES "AS -NEEDED" BASIS This Agreement made and entered into this day of 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and XXXXXX., a Florida corporation having its principal office at XXXXXX (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on XXXXX, the City Commission approved the issuance of Request for Qualifications No. XXXXXXX (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 XXXXX, the City Commission approved Resolution No. XXXX, respectively, authorizing the City to enter into negotiations with XXXXX and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the 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 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 A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the 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 - 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, N. 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 Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Consultant Service Order Schedule 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 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. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in 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 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 (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 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 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, 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 Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: 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 the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant. Payment of subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, 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 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 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 (4-15%) 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 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@miamibeachflgov 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 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 23 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-mi amibeach 9riskworks.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.ggv 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@MIAMIBEACH FL.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, 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.E 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 Signature/Secretary Print Name Date 35 Signature/President Print Name 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 City Manager Date 36 Consultant Date 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 SCHEDULE APPROVED SUBCONSULTANTS 39 MIAMI BEACH APPENDIX C MIAMI BEACH Insurance Requirements 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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 c/o 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 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 I PROJECT TITLE BIDDER'S NAME: Tony Garcia NO. OF YEARS IN BUSINESS: 18 NO, OF YEARS IN BUSINESS LOCALLY: 18 NO. OF EMPLOYEES: 13 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: Anthony Garcia BIDDER PRIMARY ADDRESS (HEADQUARTERS): 5879 Sunset Drive, Suite 2 CITY: South Miami STATE: Florida ZIP CODE: 33143 TELEPHONE NO.: 305.978.6426 TOLL FREE NO.: FAX NO.. BIDDER LOCAL ADDRESS 5879 Sunset Drive, Suite 2 CITY: Miami STATE: Florida ZIP CODE: 33143 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Tony Garcia ACCOUNT REP TELEPHONE NO.: 305.978.6426 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: tony@streetplans.org FEDERAL TAX IDENTIFICATION NO.. 272163948 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: Tony Garcia, Principal Tony Garcia SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM 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 to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt TG Addendum 1 Addendum 6 Addendum 11 TG Addendum 2 Addendum 7 Addendum 12 TG Addendum 3 Addendum 8 Addendum 13 TG Addendum 4 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. 7=1RST AND LAST NAME RELATIONSHI 1 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://supp ierportal.dnb.com/webapp/wcs/stores/serviet/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: Miami -Dade County DTPW Contact Individual Name and Title: Carlos Cruz-Casas, Chief Innovation Officer Address: 701 NW 1st Court, Miami FL, 33136 Telephone: 786-442-5248 Contact's Email: cruzc@miamidade.gov Narrative on Scope of Services Provided: Street Plans has a multi -year relationship working with the Miami -Dade County Department of Transportation & Public Works. Our firm has provided general planning and transportation services including public outreach, stakeholder management, conceptual design, technical and construction documents, grant writing, and public space management guidance. This work included the creation of the CountyA _ koA A A A s first quick -build transportation program, which oversaw the creation of separated bus lanes, separated bike lanes, bus stop improvements, traffic calming measures, and wayfinding improvements. Reference No.2 Firm Name: Miami -Dade County DTPW Contact Individual Name and Title: JosielA' A Ferrer -Diaz, P.E. Deputy Director Address: 7100 NW 36th Street Telephone: (305) 679-0090 Contact's Email: Josiel.Ferrer-Diaz@miamidade.gov Narrative on Scope of Services Provided: Street Plans worked with the Miami -Dade County Department of Transportation & Public Works to conduct an assessment of current bicycle pedestrian projects around Miami Beach, conduct a field tour with members of the City Commission, and present to the City of Miami Beach City Commission a review of the approach and history of the City of Miami Beach Bicycle Pedestrian Master Plan. Reference No.3 Firm Name: City of Culver City Transportation Department Contact Individual Name and Title: Diana Chang, Transportation & Mobility Planning Manager Address: 4343 Duquesne Avenue Culver City, CA 90232 Telephone: (310) 253-6500 Contact's Email: diana.chang@culvercity.org Narrative on Scope of Services Provided: In 2020, Street Plans was hired by the City of Culver City Transportation Department to develop and implement the MOVE Culver City project. The project implemented the guiding principles set forth in the citys sA Transit Oriented Development Visioning PlanA and theA Bicycle and Pedestrian Action Plan to design and construct holistic transportation options for pedestrians, bicyclists, and transit riders. Street Plans worked closely with city staff to design dedicated bus and bike lanes in both directions on a 1.3 mile stretch of Culver Blvd. and Washington Blvd. For this project our firm led the public engagement process, created a website and marketing materials, and took the project from conceptual design to completion by providing conceptual designs, and technical striping and signage plans. The 1.3 mile project included dedicated bus lanes, bus priority signals, custom bus and bike boarding platforms, protected bike lanes, new bike signals, micro -mobility parking hubs, the launch of City Ride, a free battery -powered electric minibus to supplement other transit services, and over 30,000 sq. ft. of asphalt art murals. In November 2022, Street Plans published the projects - sA Mid -Pilot Report, a six- month summary of its performance. Since installation, bus ridership has increased by 52%, cycling activity has increased by 32%, and pedestrian activity has increased by 18%. Street Plans continues to work with Culver City to implement future mobility corridors across the city. SECTION 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? 0 YES Q� NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION 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 0 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? 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: Tony Garcia, Principal Tony Garcia 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: Tony Garcia, Principal Tony Garcia SECTION 11 - CONE OF SILENCE 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://Iibrary.municode.com/fi/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COS1 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. SECTION 12 - CODE OF BUSINESS ETHICS 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 NO Bidder adopts the City of Miami Beach Code of Business Ethics? p� YES NO SECTION 13 — 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://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://Iibrary.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. SECTION 14 — NON-DISCRIMINATION The Non -Discrimination ordinance is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA 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: http.L.//library.municode.com/fi/miami-beach/codes/code of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR 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 CRIMES 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, httpa//Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2- 374PRPRPRVECOGOCOSE 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 Q� NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? YES Q� NO 1 Lo"ii ,Imr GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES CITY OF MIAMI BEACH BID #2023-030-ND STREETPLANS Bid #2023-030-ND ATIANTA NEW YORK - Page Left Intentionally Blank - TAB 1: COVER LETTER AND TABLE OF CONTENTS WE WANT TO WORK WITH YOU! December 231d, 2022 City of Miami Beach Department of Transportation 1755 Meridian Avenue Miami Beach, Florida 33139 Dear Evaluation Committee, We are delighted to submit our qualifications to provide on -call general transportation planning and traffic engineering consultant services for the City of Miami Beach Department of Transportation. We are an award winning transportation planning firm with a focus on making our city streets safe, convenient and comfortable for people walking, biking, taking transit, and driving. This RFQ is all the more special to us because we have a long history of working with the City of Miami Beach to help make its streets safer for all modes. From our groundbreaking work on the city's bicycle -pedestrian master plan and street design guide, to our latest work on slow streets in Flamingo Park, we have been working in Miami Beach for over a decade. With this proposal and the team we have assembled, we hope to keep that work going for many years to come. Our firm offers a full suite of transportation planning and design services and has the necessary expertise to accomplish the goals established in the City of Miami Beach Transportation Master Plan and the Bicycle Pedestrian Master Plan. Beyond Miami Beach, our work around South Florida over the past two decades has led the way on changes in our street network. Indeed, we are one of the premier boutique transportation firms in the country, with a focus on street design that prioritizes people. A key part of our approach is knowing how to take ideas from initial concept to completion on an accelerated timeline using the quickbuild methodology. The firm has helped pioneer the development, delivery, and evaluation of projects that deliver interim transportation design solutions as a means for helping communities determine what works before investing limited dollars in long-term change. We have led more than 100 such projects across the globe, and locally in South Florida. One of the things that sets the Street Plans team apart from others is that we know how to help city staff identify projects that are meaningful and that are aligned with the existing City Transportation Master Plan and Bicycle - Pedestrian Master Plan. We know what the community is looking for when it comes to these projects, and we also know how to translate those desires into projects that can be implemented and approved by Miami -Dade County and FDOT. Joining Street Plans is a broad team of innovative transportation engineering and technical planning firms, three of which have a multi -year relationship working with Street Plans. A celebrated industry leader, T. Y. Lin International (TYLin) is an internationally recognized, full -service, multidisciplinary planning and engineering firm that embraces innovation and state-of-the-art technologies delivering superior transportation solutions. Joining TYLin is Sam Schwartz, a multidisciplinary transportation firm that brings national and international industry leadership around traffic safety/Vision Zero, Complete Streets planning and design, curbside management, strategic planning, and planning and policy around emerging modes and technologies such as connected and automated vehicles, electric vehicles, shared mobility, and micromobility. Last on our Core Team is Alta Planning + Design, an active transportation company and North America's leading multimodal transportation firm that specializes in the design and planning of greenway, park, and trail corridors and systems. The pages ahead provide a brief overview of our qualifications and indicate how we might work together. We appreciate the opportunity to be your consultant team, and we thank you for your consideration. In partnership, Tony Garcia I Principal I Street Plans 5879 Sunset Dr, South Miami, FL 33143 tony@streetplans.org 1917767.9850 TABLE OF CONTENTS P.1 Cover Letter & Table of Contents Experience & Qualifications PA 5 2.1 Qualifications of Proposing Firm 7 Miami Beach Qualifications 22 South Florida Qualifications 35 General Transportation and On -Call Qualifications 55 2.2 Qualifications of Proposer Team 147 2.2.1 Project Manager 149 2.2.2 Evidence of Prior Working Experience Approach and Methodology P.162 - Page Left Intentionally Blank - TAB 2: EXPERIENCE AND QUALIFICATIONS 0 Street Plans is an internationally sought after and award -winning transportation planning and urban design practice. Founded in Miami Beach in 2009, our team has a unique and strong track record of integrating the technical details of transportation planning and street design with broader land use, urban design, and economic development goals. We work with local, regional, state, and national governments, not -for -profits, foundations, and private sector companies to develop and deliver meaningful change. Street Plans is also renowned as the leading practitioner and steward of the global Tactical Urbanism methodology. We currently serves as on -call transportation planning consultants for Broward County and West Palm Beach, and nationally we are on -call with cities as far ranging as Somerville, MA; Jersey City, NJ; San Francisco, CA; and Tucson, AZ. Street Plans has previously partnered with Miami -Dade County to create the Miami -Dade Transportation Quick -Build Program, dedicated to making it easier for citizens and municipalities to make meaningful transportation improvements to their communities through Tactical Urbanism. Our firm was also engaged by the Broward Metropolitan Planning Organization to lead their Broward Complete Streets Program and implement pilot projects in the City of Deerfield Beach and the City of Fort Lauderdale. As part of this work, Street Plans worked closely with city, county, and FDOT staff to select, design, and implement projects such as separated bus lanes, separated bike lanes, bus stop improvements, traffic calming measures, and wayfinding improvements. Our award -winning planners and architects are well -positioned to provide a range of transportation planning and design services. These include general design services such as conceptual designs, renderings, website and marketing material, and striping and signage plans, as well as technical services such as data collection and analysis, construction document production, construction administration, traffic control plans, project material takeoffs and budgeting, and public and stakeholder engagement. 0 Awards • 2019 International Downtown Association Award 2017 Seaside Prize of Excellence, Coxe Avenue Redesign 2016 FLASLA, Biscayne Green • 2019 APA Award, Avenue 3 Miami 2015 Charter Award, North Beach Plan • 2019 APA Award, GoHuman Tactical Urbanism 2015 Charter Award, Plan El Paso Demonstration Projects 2015 Charter Award, Code SMTX • 2018 Charter Award, Biscayne Green 2014 Charter Award, Jean Lafitte • 2017 Cintas Award 2014 Charter Award, Hamilton Publications Streets for Voting h Gina• fwbnpcn+r( Me /rNnne Varo� Eypenmc• i Streets for Voting (2020 A TACTICAL TRANSIT STUDY Fast -Tracked: A Tactical Transit Study (2019) TACTICAL URBANISM r,+Ke �voow a AMhgNr GAYCu Streets for Pandemic Response & Recovery Streets for Pandemic Response & Recovery (2020) Asphalt Art Guide (2019) &OW 6 TACTICAL URBANI6TB 4UOE TO MATEMU AM DESION� Tactical Urbanist's Guide to Materials and Design (2016) CHARTER OF THE NEW URBANISM Tactical Urbanism Charter of the New (2015) Urbanism, Second Edition (2013) The Open Streets Guide The Open Streets Guide (2012) The Monocle Guide to Building tter Cities I The Monocle Guide to Building Better Cities (2018) Public Space Stewardship Guide (2016) The Smart Growth Manual The Smart Growth Manual (2009) 6 While Street Plans is recognized as a leading national expert in traffic calming, complete streets, and bicycle and pedestrian design, our Miami office has a long history of working with the City of Miami Beach. Indeed, our firm was founded in Miami Beach, and our staff and principals have existing relationships with the community, city staff, and elected officials that have taken almost two decades to foster. We have an encyclopedic of knowledge of the city's planning documents, having authored several of them, and have an understanding of how to take projects from initial concept, to completion that is unmatched by any other local firm. Just in the last ten years, we've completed more than 10 transportation planning and street design projects in the city. Our firm has formed part of an on -call team for the City of Miami Beach since 2012 and has been a pioneer in redesigning the city's street network in favor of sustainable transportation modes. Firm principals, Anthony Garcia and Mike Lydon, are leading thinkers and practitioners in the profession today, and integrate principles of Complete Streets and Smart Growth into the firm's output. In 2016, Garcia and Lydon created the Miami Beach Bicycle Pedestrian Master Plan & Street Design Guidelines to help advance the city's new transportation priorities; and also led the transportation planning component of the North Beach Master Plan. Both master plans were adopted that same year. In addition to the projects we have led during that time, the city has also implemented over a dozen other projects that were based on concepts we identified in the bicycle pedestrian plan and street design guide, from the first protected bike lane on West Avenue in 2017, to the upcoming reconstruction of 72nd Street. To this day, Street Plans continues to work closely with the City of Miami Beach to further design and implement transportation projects to make streets safer and more convenient to cyclists and pedestrians. Our Senior Project Director and City of Miami Beach resident, Dana Wall, has worked closely with the city on multiple projects including the planning and implementation of Rue Vendome Plaza, which included the transformation of a parking lot into public space for the North Beach neighborhood. Wall also worked alongside the firm's Miami principal, Garcia, to create a materials toolkit for the installation of bus boarding platforms along Washington Avenue to facilitate the return of transit to the corridor during the COVID-19 pandemic. She is also the author of one of the firm's most recent research publications on Tactical Transit, serves on the board of Miami's active mobility advocacy organization Transit Alliance, and is a longtime resident of the Flamingo Park neighborhood. In the pages that follow we share a selection of projects from our experience in Miami Beach. MIAMI BEACH BICYCLE PEDESTRIAN MASTER PLAN Client: City of Miami Beach (FL) Reference: Jose Gonzalez, Transportation Director 305-673-7000 1 josegonzalez@miamibeachfl.gov Year: 2014-2016 Description: The City of Miami Beach hired Street Plans to retrofit its street network in favor of multimodal transportation. The effort resulted in a holistic and comprehensive redesign of the Miami Beach street network and new policies to help implement the city's transportation priorities. Street Plans built upon the city's previous mobility, bicycle, pedestrian, and traffic safety studies to introduce and advance a number of new street design and infrastructure types to better accommodate a wider variety of travelers. Street Plans also led the public involvement effort through numerous meetings and workshops. The Master Plan included over 40 Miles of new and improved bikeways, and an implementation strategy to improve bicycle access in the city incrementally. The strategy outlined recommendations for specific projects divided into three phases: Phase 1: projects that fill gaps within the existing network Phase 2: improvements that can be made to the existing bikeway network Phase 3: projects that require extensive changes, or greater political will and further study to pursue A centerpiece of this ambitious plan is the establishment of city-wide mode share goals, the first project to propose such specific goals in Miami - Dade County. Street Plans continues to work closely with the City of Miami Beach to further design and implement priority "quick build" projects, including the creation of a new pedestrian plaza at Rue Vendome and protected bike lanes along 72nd Street in the city's North Beach neighborhood. The master plan was implementation -focused and has guided the City of Miami Beach on the implementation of projects such as the West Ave protected bike lane (above). O l' 1 1 l' V I slV I RKU.1■VI'I / y / g Comtem 1: Ftueeo we of Glrs The street network in South Beach is one of the best in the world. Despite the challenges presented by over designing the streets for cars, a network of treeained residential streets, and a robust bicycle culture have developed. The shormerm plan proposes / an aggressive expansion of protected paths around South Beach. There are also opportunities to dovetail ewith upcoming reconstruction projects, such as the project planned for West Avenue. Build shared path along the Atlantic Trail from 3 Sheet to 5 Street. u Protected bike lane facilities along West Avenue, li between 20 Street and 5 Street. u<onw c Protected bike lanes along Meridian Ave, between Dade Boulevard and 16 Sheet. ® Protected bike lanes along MacArthur Causeway 3 between the Fisher Island Ferry Terminal and 5th/ Alton Intersection. mi Protected bike lane along 21 Street between Atlantic Trail and Washington Avenue. M a •••• ® Bike lane along Convention Center Drive between �• 17 Sheet and Dade Blvd, Greenway along 11 Street from West Avenue to s the Atlantic Trail. y ® Greenway along Meridian Ave south of 16 Street. a, rs ® Extend the existing bike lanes from Ocean Drive 3 to the Atlantic Trail. loflol §WJW Y ree11EFOIIK M Extend bike lanes from Collins to the Atlantic Trail P,ol.cled elk. b« w along 5th Street. Conv«fond e.k. late\` Neighborhood \mil Gr«—tN«wl Imo"' w A CGTFGoeY 2: IMPROVEMENT TO EXISTING FACIMIES —. Neighborhood r-------------- Gr«nwoy(h.) j Q Protected bike lanes along Washington Avenue Shred Poth between South Pointe Drive and Dade Blvd. Shored Spore I I ©Protected bike lane along 16 Sheet, from Collins j to Bay walk 1' C 10' rrs'ln�v�.w lrt•v.e■w'l l�l�v• [C Protected bike Lanes on South Pointe Drive, between Atlantic Trail and Alton Road. m Upgrade to a protected bike lane along Euclid Avenue. ® Intersection improvement on Alton Rood from at 5 Street intersection. ® Protected bike lanes along Alton Road from South Pointe Drive to 5 Street. M—don Avenue attracts bicyclists for several reasons, �loding it's beautiful, consistent tree canopy. The eastern terminus of the 16th Street bicycle lane directs bicyclists into a row of parked cars. PROTECTED LANE -0 Sler..e T T T T T TMM,Iwe Terklw treklw T FErern Tnlerl.n. Tr.Ik ire T -eg T�,TW VyT T r T re.l.„e FIY,ee i...._..11,6....._._.i. 4'_i g'i..... 8'... i...._.1y.......1.........10•.......i.._.p...i........ 1(y........ i...__. to'..... _i....._8'.,.._1 g• 1. p.i....._... 11'6•.......� The master plan itemizes and details on a block by block scale over 300 different projects. The level of analysis that went into the document gives Street Plans an understanding of all the projects the city has completed over the last 10 years and all those to come. I MIAMI BEACH STREET DESIGN GUIDE Client: City of Miami Beach (FL) Reference: Jose Gonzalez, Transportation Director 305-673-7000 1 josegonzalez@miamibeachfl.gov Year: 2015-2016 Description: Street Plans was engaged by the City of Miami Beach to create a Street Design Guide based on the recommendation provided in the Miami Beach Bike/Walk Master Plan. The Street Design Guide was crafted as a part of a three year planning effort that included community meetings, a field survey of existing conditions, and a detailed analysis of all neighborhoods within Miami Beach. It serves to illustrate the possibilities and outcomes that street design can have towards inclusive, multi -modal transportation for the City of Miami Beach. The design guide recommends new policies and programs, including the establishment of bicycle priority streets, pedestrian priority zones, and detailed guidance for the implementation of "Complete Streets." The Street Design guide also supports the implementation section of the master plan with detailed instructions for retrofitting typical conditions found across the city. The guide helps the city identify their variety of street types and determine the appropriate treatment for each condition. It calls out best practices for the installation of bicycle and pedestrian infrastructure and supporting treatments such as streetscape design and signalization. LANDSCAPE BUFFER MOUNTABLE CURB PARKED CARS & MOUNTABLE CURB The Street Design Guide details the potential configurations of typical streets across Miami Beach. 1n CROSSWALKS Crosswalks are the designated part of a roadway at an intersection or elsewhere where pedestrians are intended to cross, indicated by surface pavement markings or materials. Even where crosswalks are not marked, pedestrians can legally cross the street according to state law. The MUTCD Section 3B.18 offers general guidance for site -specific crosswalk marking implementation which call special attention to the areas where it is believed pedestrians should cross the street, and where existing volumes of pedestrians are high. However, pedestrian behavior often disregard these cues, and choose to cross at the shortest distance regardless of the presence or absence of paint. In addition, the standards set forth herein are intended to increase the pedestrian modeshare, and are to be implemented regardless of existing pedestrian demand. Data shows that high visibility crosswalks have numerous benefits. In New York City, they are associated with a 40% decrease in pedestrian crashes, while in San Fronsisco a 37% decrease in crashes was observed in school zones with marked crosswalks." Marked crosswalks are provided for a variety of reasons: • To indicate to pedestrians the desired path of crossing. • To alert motorists of the presence of pedestrians at intersections. • To indicate a legal mid -block crossing for pedestrians in high volume, high crossing areas. WHEN SHOULD MARKED CROSSWALKS BE PROVIDED? • At intervals no less than 350' • At locations controlled by traffic control signals • At intersections controlled by stop or yield signs. • Where judgment dictates the need of a marked crosswalk because of high demand, or to indicate safest path. Fig. 2.18 Pedestrian Mid -block crossing. TYPICAL TREATMENTS 1 Raised Median/ Nose 2 Street Trees 3 Raised/High Visibility Crosswalk A Curb ramps s Audible/Dynamic pedestrian signals 6 Solar RRFB pedestrian Hashing beacon (optional) 7 Offset crosswalk forces pedestrians to face oncoming traffic before crossing. Fig. 2.19 In pavement beacons e Automatic sensor to activate crosswalk (optional) 9 Solar cell panel or AC powered 10 Control unit I t Embedded amber LED strobe lights (can be seen 1,500 feet away) 12 Push button crosswalk activator (optional) Flg. 2.20 Offset pedestrian mid -block crossing. MID -BLOCK CROSSINGS Mid -block pedestrian crossings shall be based on frontage access and pedestrian movement desire lines. • They shall be well marked and include overhead signage • Provide curb extension where there is on -street parking to en- hance pedestrian visibility. • Provide raised crossings at high traffic areas. The Street Design Guide contains sections both on Bicyclist- and Pedestrian -Oriented Design, and includes drawings and best practice design guidelines specifically for Neighborhood Greenways. Fia. 2.25 Neiahborhood Greenwav Heow to Licht continuum. EXPANDED TREE CANOPY NEIGHBORHOOD TRAFFIC CIRCLE A chicane is a change in a street's path Traffic diverters prevent cars from passing CROSSWALK Traffic circles are raised islands placed in an from straight to serpentine through the use of through certain legs of an intersection intersection. They are landscaped with ground bumpouts . A chicane is constructed to slow effectively reducing traffic volumes on a street. cover and street trees. Traffic circles require drivers traffic and force yield conditions. Neighborhood Greenways ING) are slow speed streets where people can safely and comfortable share the road with a low volume of car traffiic. Streets with high daily volumes and speeds (over I0,000VPD or over 30 mph) are not appropriate as Neighborhood Greenways bicycle facilites. Neighborhood Greenway Heavy streets should have less than 600 VPD, with speeds less than 20 mph. The amount of financial investment and level of traffic diversion to accomplish greenways ranges rom Heavy to Light, and can be described as a continuum of traffic design and streetscope improvement strategies that prioritize bicycle travel over automobile to various degrees, while providing streetscope improvements that directly benefit pedestrians and property owners. A Neighborhood Greenway "heavy" (NGH) presents higher traffic diversion and level of investment than a "light". In addition, NGH usually have a higher concentration of greenway design elements. 11 PLAN NOBE NORTH BEACH MASTER PLAN Client: City of Miami Beach (FL) Reference: Jason King, Principal, Dover Kohl jking@doverkohl.com Year: 2015-2016 Description: Street Plans worked alongside Dover Kohl & Partners and the North Beach Steering Committee in the creation of the North Beach Master Plan (Plan NoBe). Street Plans led the transportation planning element of the master plan, which ultimately guided the vision for the neighborhood. Plan NoBe aims to guide public policy for the future development and planning of the North Beach District of the City of Miami Beach. Street Plans led the community engagement process, which included a design charrette, and produced the Master Plan report based upon the information gathered from the public during the charrette process. The design charrette was an intensive four -day public brainstorming session. Street Plans engaged with over a thousand participants, including property owners, neighbors, merchants, developers, environmental specialists, historic preservationists, and community leaders. Following the charrette process, Street Plans produced the transportation plan chapter of the master plan report. The report focused on bike, pedestrian, and transit recommendations, as well as land development regulations, design guidelines, and sustainability metrics. The plan sought a new vision for North Beach's main street, 71st Street, as a multimodal corridor. As shown in the adjacent renderings, our proposal was for the reduction in lane capacity, and the creation of dedicated bus lanes and protected bike lanes. PLAN NOBE PROPOSED NORTH BEACH PA Based upon the community's priorities, the master plan focused on five priorities: developing a pedestrian - friendly town center, provide more mobility options, capitalize upon the community's existing historic character, better utilize public lands, and build a more climate -resilient city. The proposed street section for 71st Street, between Normandy Fountain and Collins Avenue includes a multimodal street with a premium bicycle facility. 12 The long-term vision for the Normandy Isle fountain area depicts a mixed -use district, with the transformation of the current auto -centric use of space adjacent to the fountain, to a pedestrian -centric fully closed plaza. The Town Center Vision includes the following recommendations: redevelop 71st St. into a walkable main street, front the street with new mixed -use buildings, consider one or two public parking garages, redevelop the Byron Carlyle Theater into a district hub, and reimagine the 72nd St. parking lot. T� RUE VENDOME INTERIM PLAZA Client: City of Miami Beach (FL) Reference: Michelle Huttenhoff, Former Economic Development Manager 954-579-6902 Year: 2017 - 2018 Description: In August 2017, Street Plans was hired by the City of Miami Beach to develop a design for, and implement, a parking lot transformation in Miami Beach's North Beach neighborhood. Previously identified in the North Beach Master Plan, produced by Dover Kohl & Partners and Street Plans and approved in October 2016, the now -Rue Vendome Plaza was a 9-space parking lot adjacent to a prominent neighborhood gathering space. The Master Plan put forward a vision for an interim transformation of the parking lot into a plaza (1-2 years), one that would eventually be permanently implemented. Street Plans designed the 3,565 square -foot asphalt pattern, procured the materials, and collaborated with the City of Miami Beach on volunteer outreach. Starting on April 2nd, 2018, Street Plans measured and outlined the design. For the next two days, Street Plans was joined by City of Miami Beach volunteers to paint the plaza, guided by the drawings Street Plans had produced of the design. The plaza was completed on April 6th, and has been used by the city for farmer's markets and smaller neighborhood events since its installation. The plaza received new life a year later, when local creative marketing and events group Prism Creative Group hosted its first activation. The activation featured live music, food and beverage vendors, large-scale games like chess, and art booths. The permanent reconstruction of the Rue Vendome Plaza is currently underway. +,W. Street Plans designed and installed the interim pedestrian plaza based on the recommendations provided in the North Beach Master Plan. 14 The long-term vision for the Normandy Isle fountain area depicts a mixed -use district, with the transformation of the current auto -centric use of space adjacent to the fountain, to a pedestrian -centric fully closed plaza. J__ r WASHINGTON AVENUE BUS PLATFORM ANALYSIS Client: Washington Avenue Business Improvement District, City of Miami Beach (FL) Reference: Milos Majstorovic, Former Transportation Manager (901) 490-3431 Year: 2021 Description: In July 2020, the City of Miami Beach and Washington Avenue Business Improvement District implemented a pilot project along Washington Avenue from Sth to 16th Streets to provide multimodal transportation options and support for recovering businesses during the COVID-19 pandemic. The project included the use of one travel lane in each direction for the addition of bike lanes and sidewalk extensions/outdoor dining zones, and the relocation of transit to Collins Avenue. During the evaluation phase of the project, the city hired Street Plans to evaluate how to bring transit service back to Washington by studying the feasibility of constructing bus loading platforms that accommodated the existing protected bike lanes. Street Plans prepared a comprehensive report, including diagrams, technical drawings, and a cost analysis for how the city could use temporary materials to facilitate in -lane bus boarding within the pilot project extents. Street Plans first catalogued each unique curbside condition of the pilot project, and created a set of typologies of ramp combinations to install at each condition to facilitate platform -level boarding. The diagrams and cost analysis were presented in a final memo to the city, with itemized lists of materials to both purchase and fabricate to create the ramps, and with recommendations for how to move forward with installation. The conditions of the pilot project at the bus stops along the corridor varied greatly. Street Plans conducted a field assessment of all 13 bus stops, and made recommendations as to which boarding installation was most appropriate. Component A Wood/Metal Fabrication Pedestrian Ramp Standard metal hammg conshodion +wood composite decking $522 - $1,098 Component B Wood/Metal Fabrication Pedestrian Bridge Standard metal homing const—non +wood composite decking $1,392 - $2,928 Wood/Metal Fabrication Component C Bicycle Ramp Standard metal homing construction +wood composite decking $522 - $1,098 Each ramp type was priced out for a combination of purchased and fabricated components. 16 Ramp Types Ramp Type A contains two components, bicycle ramps and a 6'x8' pedestrian bridge. The pedestrian bridge is bolted flush with the curb with ramps for bikes to cross over. The bus pulls up to the pedestrian bridge for boarding. re• s'r o _ 'Note: bike ramps are the some product as the pedestrian ramp, standardized of T wide Drawing Notes OCrossing markings/conflict markings installed with white traffic point. ® Bus will pull up to platform, within buffer or parking area, thus not requiring a pedestrian ramp. Some parking will need to be removed. A bolted lip from the bridge to curb is recommended for a seamless transition, with optional tactile surface. ® Pedestrian bridge shall have a tactile warning pad or other ADA-compliant surface upon grade change, Ramp Type 6 contains only one component, a pedestrian ramp, and takes people from the sidewalk to street level for queueing. Pavement markings are placed when crossing the bike lane for bus boarding. Drawing Notes OCrossing markings can be installed with white traffic paint, and should be customized to the width of the bike lane, with a standard length of 6'. sWhere queueing area is in a parking lane, parking may need to be removed. ® A bolted lip from the bridge to curb is recommended for a seamless transition, with optional tocAe surface. • The pedestrian ramp must be as long as the curb is high lie. 6' long for a 6" curb face). This may be reduced to take into account slope of street - to be field verified. OPedestrian ramp shall have a tactile warning pad or other ADA- compliant surface upon grade change. Street Plans produced detailed diagrams of ramp components and installation. 17 MIAMI BEACH SLOW STREET ANALYSIS AND KIT OF PARTS Client: City of Miami Beach (FL) Reference: Milos Majstorovic, Former Transportation Manager (901) 490-3431 Year: 2022-Ongoing Description: Street Plans was engaged by the City of Miami Beach to develop the Flamingo Park Neighborhood Slow Streets 2.0 Plan in coordination with the City, County, and the community. The plan aims to create low -stress streets for walking and biking through low cost traffic calming and street design. Street Plans analyzed the neighborhood's existing conditions and identified traffic calming project types that could be implemented utilizing the quick -build methodology such as curb extensions, traffic circles, diverters, signage, and asphalt art. With these typologies in mind, Street Plans selected potential project locations in Flamingo Park and created a Kit of Parts for each project typology with material information, specifications and a cost analysis. Once the Kit of Parts was reviewed by the city, Street Plans developed block -by -block conceptual plans for two corridors in the neighborhoods that build on the plans that were started as part of Slow Streets Network Plan in 2020. Street Plans also created a public engagement and communications plan to gather community input and guide project development. As part of this work, Street Plans worked extensively with city staff to prepare presentations to city committees, review staff memos, and to help identify budget requests to take this project from concept to built reality. Street Plans is currently working with the City of Miami Beach to initiate Phase 1 of the City of Miami Beach Slow Streets 2.0 Pilot Projects. The work will reflect the proposals identified in the Slow Streets 2.0 analysis completed in the summer of 2022 and will focus on Jefferson Avenue between 5th Street and 11 Street, and 13 Street between Washington Avenue and Meridian. The Kit of Parts included detailed diagrams for the application of different typologies with design standards and best practices. I[:1 LIN �.AN OLu-.. _e.. II L' O At midbeck locations Pinch Points a-e used to slow down traffic moving c I-dors, and can be used as blcyc.,: _ iorcycle parking. © Curb Extensions at the intersections squeeze the overall travel lane and increase the amount of pedestrian refuge space while crossing the street - increasing visibility and safety © Placed at the center of the intersecfion. Traffic Circles slow down oncoming traffic, allowing for a safer interaction between pedestrians, bicyclists, and motorists. O Medians within the travel lanes create visual delineation for motorists, and shortens the travel lane widths, decreasing speeds through the corridor. © Medians at the intersections helps to provide a center refuge area for pedestrians crossing the intersection, and shortens the travel lane v✓idths, decreasing speeds or entry into the crossing irdeP.Person ■ I I I Miami Beach Slues Streets 2.0 O Diverters used at intersections allow for a controlled traffic flow entering residential corridors, and increases pedstrian refuge space at crossings. © Two Way Bike Facilities allow cyclists a continuous, dedicated and protected space to navigate the neighborhood, and allows for minimal parking loss for motorists. © Speed Bumps placed at midblock locations through the corridor work to reduce motorists speeds and increase safety along the corridor O Curb Extensions at the intersections squeeze the overall travel lane and increase the amount of pedestrian refuge space while crossing the street - increasing visibility and safety © Bulb Outs located at driveways along the corridor maintain safety for cyclists, allow for entry and exit for motorists, and maintain triangles of visibilty - all while having minimal parking loss for motorists. 19 MIAMI BEACH BICYCLE PLAN COMMISSION WORKSHOPS & FIELD TOURS Client: City of Miami Beach (FL) Reference: Josiel Ferrer -Diaz Deputy Director - Miami -Dade County, Department of Transportation and Public Works Josiel.Ferrer-Diaz@miamidade.gov (305) 987-1488 Year: 2021 Description: In 2021, Street Plans was hired by the Miami Beach Transportation Department to conduct an assessment of current bicycle pedestrian projects around Miami Beach, conduct a field tour with members of the City Commission, and present to the City of Miami Beach City Commission a review of the approach and history of the City of Miami Beach Bicycle Pedestrian Master Plan. As part of this task, Street Plans developed a presentation that outlined the process for creating the Master Plan and identified potential projects to be implemented in the near future. Street Plans developed a selection framework to identify criteria for potential project selection such as bicycle and transit connectivity, political support, community support, practicality, project cost, business involvement, and the built context. The selected projects were then showcased to the City Commission during a series of field tours. The guided tour was led by Street Plans and included 5 locations in Miami Beach. Firm principal Tony Garcia gave background information on each location, explained the history of each project, summarized community input, and how each project could help advance the long-term design identified in the Master Plan. It is this type of in-depth knowledge and expertise about the City of Miami Beach that city staff can rely on. SCHEDULE + ROUTE Meridian Avenue before Meridian Avenue BeNneen Dade Booleva,d to 17 Street 900 AM - Start from Transportation Dept © South Beach Promenade From De- t, Espanola Way to Collins © Washington Avenue From 17 Street to 5 Street O Pinetree / La Gorce Q 63 Street From Alton goad to Collins Avenue 20 Meridian Avenue orter 01 Meridian Avenue Project Data a • B/n Dade Blvd to 16 Street • Project from BPM P • 2 year timeline • Involved road diet • Removed S7 Parking Spaces • Required traffic study • First application of'Zicla' • Connects to: • Dade Blvd path • Meridian Path (north) • 16 Street bike lane • 17 Street facility (tbd) • Meridian Ave South • Short-term: Complete 'Zicla' • Long-term: Grade separated level, street trees, bike signals r �r• r - a io r lr• i s - Proposed design from BPMP 21 0 The pages that follow highlight our firm's experience working in South Florida. Street Plans' work includes working with Miami -Dade County to create the county's first program dedicated to the delivery of citizen - proposed transportation projects, working with the Broward Metropolitan Planning Organization on its Complete Streets Initiative to implement active transportation pilot projects, developing a multi -modal mobility plan for the U.S. 1 Corridor in the Village of Pinecrest, and city-wide bicycle master plans. We currently serve as on -call consultants for the Broward County Metropolitan Planning Organization for General Planning, and for the City of West Palm Beach for Transportation Planning and General Planning services. U.S.-1 CORRIDOR MOBILITY PLAN Client: Village of Pinecrest (FL) Reference: Stephen Olmsted, Planning Director 305-234-2121 1 solmsted@pinecrest-fl.gov Year: 2014-2015 Description: Street Plans worked with the Village of Pinecrest to develop a multi -modal mobility plan for the U.S.1 Corridor. This project took into account the needs of drivers, but specifically focused on increasing safety and mobility for cyclists and pedestrians in the study area. Street Plans conducted a thorough existing conditions analysis, documenting transit networks and crash -data, as well as user -level information collected through Handlebar Survey and Walkability Audits. The final U.S.1 Corridor Mobility Plan provides Pinecrest leaders, decision -makers, transportation officials, and community members with a clear, concise, and attractive master plan report summarizing all recommendations and analysis. The Plan includes: Short- and long-term, site specific pedestrian safety improvements; • Project recommendations to improve connections in support of the existing Village Bicycling Plan and area bicycle trails; • Design standards for new bicycle and pedestrian facilities; • And a detailed Implementation Plan. This planning effort required an excellent understanding of design and engineering practices in the latest multimodal transportation practices, in addition to understanding the circumstances unique to Pinecrest. For example, Street Plans explored small improvements to sidewalks and commercial alleyways in order to increase connectivity between the U.S. 1 commercial corridor and adjacent residential neighborhoods. Street Plans' approach to this project was informed by their analysis of Pinecrest's land use and transportation context, to ensure appropriate calibration of low -stress bicycle and pedestrian connections within the village. Existing Conditions were documented as part of the work, followed by annotated renderings (top) that allowed the public and elected officials to understand how existing conditions could be enhanced and improved over time. RECOMMENDATIONS FRONTAGE Phew 2 -'Parking Rarnbbs,' ineludirsq .fe searing, trees, lighting. & improved pavement Phase 3 Main Street New development footprint with mein street The above page from the final plan illustrates how a mall on US-1 could be reconfigured in both an interim and permanent condition by first introducing trees, lighting, pervious pavers, and parallel parking closer to US-1. In the long-term condition, parking is moved to the roof of the existing mall, and the former parking lot along the street is filled in with compact, mixed -use development. 2"� MIAMI-DADE COUNTY VISION ZERO PLAN Client: Miami -Dade County (FL) Year: 2018 Description: In 2018, Street Plans was hired by Miami -Dade County to produce its Vision Zero Plan. In keeping with the goal of Vision Zero, and based on a thorough review of the state-of-the-art, the Plan proposes the total elimination of all traffic -related deaths and serious injuries by the year 2030. As part of this effort, Street Plans performed literature review and data collection to determine high -crash locations and assist in providing recommendations. Based on the data analyses, Street Plans identified safety countermeasures or recommendations. The recommendations include short- and long-term, location -specific actions that address both crash prevention and injury reduction. A sub -set of priority projects were identified for rapid implementation. The locations of the suggested improvements presented in Table 9 are shown on Figure 11. Demographics data of the population within % mile radius of each location indicate, all but one of the 18 sites (C: AVENTURA BLVD and NE 29TH PL) are populated by more than 75% Black and Hispanic peoples. The three highest crash locations are at between 59% and 69% Hispanic (P: SW 268TH ST and SW 134TH AVE; Q: SW 312TH ST and SW 152ND AVE; and R: SW 312TH ST and 137TH AVE). The poverty level annual median income in 2017 for a family in Miami -Dade County is $25,300; only location G -- NW 29TH AVE at NW 56TH ST -- includes families with median incomes lower than the poverty level. Table 10, summaries each proposed priority improvement, its cost, implementing agency and time frame. These countermeasures showgreat promise for reducing vehicularcrashes, especiallyin lowering speed limits. However, lowering speed limits in residential areas requires action on behalf of the County and local municipalities. State statutes allow lowering the residential speed limit of 30 miles per hour to 25 miles per hour within the County and allow municipalities to lower the residential speed limit to 20 miles per hour.', A NW 207TH DR and NW 37TH AVE Suggested Signalize Time Cost R,-%ponsible Party S250.000 Miami Gardens 2-5 years 6 NE 215TH ST and NE 2141) AVE Add IeK-rum phasing (Reconstruct Signal) $250,000 Miami Gardens 2-5 years C AVENTURA BLVD antl NE 29M Pl. Re-., lefi-wro phases $75,000 Aventura 0-2 years D NW 122ND ST and W 32ND AVE Add Chantlnelired leh-Wrn lane anphasing SB H000W Hialeah Garcia. 7.5 years Add Channekzed left- nn Miami -Dade County E NW 95TH ST and NW 32ND AVE lanes E-W andmotley phasing S750,000 (West UKIe River CDP) 3-5 yea. F NW BUT ST from RED RD Reduce Spa Limit520,000 Hialeah 0-I to FLAMINGO RD years G NW 29TH AVE and NW 56TH S7 Conve, to All -Way Slop $2,500 Miami -Dade County gRownwiae CDP) 0-1 year H NW 13TH ST from 3RD AVE Reduce Speed LirrM $20,000 City of Miami 0.1 I.BISCAVNE BLVD year Add Signal Heads and 1 NW 3RD AVE and NW 5TH Sl Reflective aackplafes $500,000 City of Miami 2-5 years (Recomwct Signal) 1 NW 12TH ST and NW 127TH AVE Widen Median E-W 51,500,000 Miami-Datle County (unincorporated) 5-t0 yeah 'i K SW 26TH ST and SW 122ND AVE Widen Median N-S s1,500.000 Miami -Dade County (Untncorpwaretl) 5-10 yea. , L SW 24TH ST from SW 87TH AVE Speed Study and Re't" f25 000 Miami-Datle Coumy 0-1 to SW 82ND AVE Speed Limn (Westchester CDP) year M SW 37M AVE and PEACOCK AVE Reslnpe N81eK-lum Receiving Lanes 510,000 City of Miami 0-1 year SW 152ND ST it— SW 112TH AVE N Speed Study and Revise $25.000 Miami-Datle County 0-1 to SW 102ND AVE Speed Limit (Richmond Heights CDP) year O SW 168TH ST and SW 112TH AVE Add IeK-turn phasing $50,000 Miami -Dade County (Palmetto Estates CDP) 0-2 yea, P SW 268TH ST and SW 138TH AVE Signal— S250,000 Mia(Primnceti-Datleon Cauhty eDPI p-5 yeah 101 SW 312TH ST and SW 152ND AVE UNDER CONSTRUCTION Homesleatl R SW 312TH ST antl NE a3RD/137TH AVE Add "Signal Ahead' Warning Sign NB 51,200 Nomesleatl 0-1 year , 32 1 NIRMI-0ROE COUNTY VISION HBO RON • Leading Pedestrian Intervals (LP` and Increased crossing times: One low-cost method of addressing pedestrian safety at intersections, and a proven Vision Zero tool, is the use of Leading Pedestrian Intervals at signalized intersections and increased crossing times. LPIs give pedestrians a 3-5 second head -start to cross and should be adapted to the needs of the local context. Locations around schools, hospitals, retirement communities, retail districts, etc. should be given greater consideration for crossing times. The current assumption for walk speed of 3.5 feet per second should be re-evaluated. • Lane Reductions (Road Diets): This strategy includes narrowing the vehicular travel way by eliminating lanes and/or reducing lane widths. The reclaimed space can be used for separated bike lanes, wider sidewalks, landscaping, bus -only lanes, etc. • Lek -turn traffic calming: Failure to yield right-of-way is a major cause of traffic collisions, particularly at intersections. Leff -turn movements comprise most of failure -to -yield crashes. Design countermeasures for increasing safety for turns include: hardened center lines (Figure 12) and protected left -turn signals. Z'srr. • No -Turn -on -Red policies: Locations where there is a high volume of pedestrian and/or bicycle activity should be prioritized for No -Turn -on -Red' policies. These are common in commercial corridors, trail and bike lane crossings, and other areas of high bicycle/pedestrian activity. • Curb Extensions jhulbouts): Curb extensions are areas at intersections that are convened into expanded sidewalks (Figure13). They are typically created by reducing the curb radius of an intersection and sometimes occupy pavement area created by on -street parking. Curb extensions reduce the crossing distance for pedestrians and slow turning traffic. This an permit installing traffic control devices closer to the travel lanes where they become more visible (notice the apparent blockage of the Stop sign by the tree and on -street parking in Figure 13). Where feasible, this method is also one that can be quickly implemented in a relatively short period of time at moderate .,.r 1 MON D[ cm VISION ZERO RAN 13S 24 CORAL GABLES BICYCLE MASTER PLAN Client: City of Coral Gables (FL) Year: 2013-2015 Description: The City Beautiful is truly a unique city in Miami - Dade County. Though it is not known for its bicycle or pedestrian infrastructure, in 2010 the City Commission made the historic decision to invest $400,000 in the expansion of bicycle facilities around the city. At that time, the city also embarked on an ambitious public works campaign to repave city streets and implement traffic calming projects around the city. Created by Street Plans, the primary purpose of this study is to identify the projects that can be implemented with the initial $400,000 investment in the short term, while also identifying bicycle and pedestrian investments that can be made in the years ahead. For this initial investment, this study recommends the implementation of a bike lane along the most heavily used route in the city, from Salzedo in the downtown core, to University Drive, straight to the University of Miami Campus. Over the long term, the proposed Coral Gables Bicycle/Pedestrian Plan envisions more than 27 miles of new or improved bikeways, sidewalks and crosswalks with a focus on inexpensive and practical projects. At present, the City of Coral Gables Bicycle network includes over 10 miles of Bicycle Lanes, Shared Use Paths, and Greenways. Thus, this plan recommends a comprehensive expansion and diversification of facilities to expand the demographic of residents who bicycle. The plan recommends a comprehensive expansion and diversification of facilities to expand the demographic of residents who bicycle. 25 -_lM-'"wT . In present day, some of the recommendations provided in the master plan have been implemented, such as a bike lane on a residential street or a mid -block crossing to enhance the pedestrian experience (above). This version of Miracle Mile demonstrates the parking protected bike lane concept. While the master plan envisions a sidewalk level shared -use path on Miracle Mile, this drawing shows that a protected bike lane can also be implemented. Protected and shared use facilities are appropriate for the land use, density and need to connect to points east and west along the corridor. ?6 BTACTICAL COMPLETE STREETS PHASE C1iant! I PAVEMENT MARKINGS DETAILS Broward Metropolitan Planning Organization (FL) 1. BIKE LANE 2. YIELD 3. CROSSBIKE MARKING SYMBOL MARKINGS Reference: Ricardo Gutierrez, Mobility Program Manager, BMPO gutierrezr@browardmpo.org �.- Fq N 4. BIKE LANE PEDESTRIAN CROSSWALK J' Year: 2021-2022 Description: In 2021, Street Plans was engaged by the Broward Metropolitan Planning Organization to lead the first two phases of its BTactical Tactical Urbanism program within its Complete Streets division. The first project selected was in Deerfield Beach, FL for a corridor included in the city's high injury network. Within the pilot project segment, a .E- mile stretch of NE 3rd Avenue adjacent to Broward Health North hospital and two schools, there had been three traffic crash fatalities in the last five years, due to excessive speeding and unsafe driving. Within the last ten years, the roadway had been widened from two to four lanes, and the city wanted to use the pilot project in part to test a 4-3 lane reduction. Street Plans kicked off the project with a Walk & Talk workshop to survey the project extents with the community, and start to brainstorm traffic calming and other solutions that could be evaluated through the pilot project. Over the course of the public engagement, Street Plans and the project team refined the final pilot project design to reflect the feedback of stakeholders and residents within the Tedder neighborhood, and the desires of the city. From December 7-11, 2021, Street Plans, the BMPO, the City of Deerfield Beach, and over 70 volunteers executed a lane reduction by restriping the travel lanes and creating a painted bike lane buffer; added three new crosswalks and eight total art crosswalks; and added vertical protection to the existing bike lanes. Within the first four months of evaluation, bicycle and pedestrian activity substantially increased. 5. PEDESTRIAN CROSSWALK [10101 V3 Street Plans created technical drawings that included detailed instructions for the installation of new pavement markings. 27 Day - NE 38th St. & NE 39th Ct. Traffic Control Plan 7AM - 1 PM: CLOSE NORTHBOUND OUTER LANE, BOTH SOUTHBOUND LANES 1 PM - 5PM: CLOSE INNER TRAVEL LANES AND CENTER TURN LANE T i Street Plans produced Traffic Control and Striping Plans for the implementation of bike lanes in Deerfield Beach. 28 1 PM - 5PM: CLOSE INNER TRAVEL LANES AND CENTER TURN LANE T i Street Plans produced Traffic Control and Striping Plans for the implementation of bike lanes in Deerfield Beach. 28 BTACTICAL COMPETE STREETS PHASE Client: Broward Metropolitan Planning Organization (FL) Reference: Ricardo Gutierrez, Mobility Program Manager, BMPO gutierrezr@browardmpo.org Year: 2021-2022 Description: Street Plans was engaged by the BMPO to lead the second phase of the BTactical Program. The second project selected was in the Lake Ridge Neighborhood of Fort Lauderdale on NE 15th Avenue between Sunrise Blvd and NE 13th Street. The corridor experiences speeding issues and overlaps with the Broward High Injury Network (HIN). This location is also listed as a priority project in the Lake Ridge Neighborhood Mobility Master Plan adopted in 2015 (NMM), which proposes a lane elimination project on the corridor. The team hosted a series of in -person and virtual workshops, as well as door-to-door outreach efforts, that invited community members to share the challenges they experience along the corridor as everyday users and provide feedback on the proposed street design. Street Plans also facilitated weekly focus group meetings with local stakeholders and partners. Street Plans refined the final pilot project design to reflect the feedback of stakeholders and residents within the Lake Ridge neighborhood, and the needs of the city. Street Plans also came up with asphalt art designs inspired by the local fauna and created a step-by-step implementation guide for the project. From May 12-15, 2022, Street Plans, the BMPO, the City of Fort Lauderdale, and over 100 volunteers executed a lane reduction by restriping the travel lanes and creating a 5 foot bike lane with a 5 foot buffer area; added nine new crosswalks, two pedestrian refuge islands, and over 60,000 square feet of asphalt art. Within the first month of evaluation, the number of speeding vehicles on the corridor reduced by over 50%. The daily average speed on the corridor reduced from 40 mph to 35 mph. This pilot project installation allowed the City of Fort Lauderdale to deliver safety and accessibility benefits to the Lake Ridge Neighborhood without having to wait years for capital project funding approval. -A AMMP, AL -- - Above: Residents participating at Walk and Talk Work- shop. Middle: Asphalt Art Mural designed by Street Plans. Bottom: Lake Ridge Resident utilizing new bicycle infra- 29 structure. P-Marp NE 11th Street Intersection NE 12th Street Intersection O NE 13th Street Intersection MIAMI DADE QUICK BUILD PROGRAM Client: Miami -Dade County Department of Transportation and Public Works (FL) Reference: Julian Guevara, 305-773-3218 julian.guevara@miamidade.gov Year: 2017-2020 Description: The Miami -Dade Transportation Quick -Build Program was a collaboration between Street Plans and the Miami -Dade County Department of Transportation and Public Works (DTPW) dedicated to making it easy for citizens to make placemaking projects in their neighborhoods. Funding for the first round of this program is provided by a grant awarded to the non- profit Green Mobility Network by the New York City - based non-profit, TransitCenter, and local partner The Miami Foundation. In addition to getting infrastructure projects in the ground, the overarching objectives of the program include: empower Miami -Dade County residents to voice their own ideas for transportation projects; form a working relationship with the Department of Transportation and Public Works to enable easier delivery of citizen -proposed projects in the future; and foster partnerships between residents, advocacy groups, agencies, and government entities. The Program started as a county -wide open competition for transportation pilot projects. Street Plans created the marketing and outreach materials for the program, including the logo and overall brand identity. In July, 2017, a selection committee comprised of Street Plans, the DTPW, Miami -Dade County Dept. of Parks, Recreation, and Open Spaces, Green Mobility Network, and TransitCenter selected 18 (out of 68 applications) based on criteria like geographic diversity, feasibility of installation, proximity to transit, matching funds, connection to adjacent community assets, etc. The selected projects included separated bus lanes, separated bike lanes, bus stop improvements, traffic calming measures, and wayfinding. The program kicked off in November 2017 with Plaza 98, a pavement -to -plaza project in Miami Shores Village that transformed a portion of a street into a temporary plaza to be used for periodic community events. Following Plaza 98, two wayfinding projects were installed in the neighborhood of Little Havana, Miami for both the city's trolley system, and the county's Metrobus system. } :, e �� • FF,s�rliL 'iF� , Alm _ X h The program included projects that focused on improving wayfinding (above), activated public spaces (middle), and repurposed parking lanes into outdoor dining (below). �1 :ETPLANS SUBMi^EG 1B1pt8 iECEIED 12.2— LS: n Makings: 19,nt lan . e As",ot Pain,. ^9 e sioV�'nt,VMiCoI Off�s[s "Offic Win, 3 Stnping Pion ge4 of One of the selected projects created new parking separated bus -bike only lanes, and new curb extensions and crosswalks at select locations. Street Plans worked with the city to create permit drawings for bus and bike lanes on Beacom Blvd. Three new curb extensions, and five new crosswalks, were also included to improve access to the transit along the corridor CROSSTOWN GREENWAY PILOT PROJECT Client: City of Key West (FL) Reference: Greg Veliz, City Manager 305-809-3700 Year: 2019-2021 Description: Street Plans was hired by the City of Key West to design and build a key part of the bicycle master plan called the Crosstown Greenway. The Crosstown Greenway Pilot Project tested Neighborhood Greenway elements along the "Crosstown Connector", a route identified in the 2019 Key West Bicycle & Pedestrian MasterPlan. At its full extent, the 3-mile Crosstown Connector includes Duck Avenue, the off-street paths connecting 14th Street to Seidenberg Avenue, Seidenberg Avenue between 12th Street and 10th Street, and Staples Avenue/Von Phister Street between Roosevelt Boulevard and Reynolds Street. An already heavily -used route, the Connector is an important link for non -motorized commuters coming from Stock Island and elsewhere on the island, and it is a calmer, parallel route for leisurely biking, walking, and traveling within the City of Key West. After multiple rounds of public engagement beginning in November 2019, and a robust project selection process, the project team landed on a set of interventions at six locations along Staples Avenue/Von Phister Street between George Street and 12th Street as a part of a first phase of the Crosstown Greenway. A Phase II of the Pilot Project is planned to be installed by the city in the future, and will test traffic circles at previously proposed locations along the route. The Neighborhood Greenway elements tested included curb extensions, chicanes, crossbike markings, "super sharrows", and signage. These elements were installed over three days in November 2020 by Street Plans, the City of Key West, and over 30 volunteers. The project team conducted six months of evaluation following installation, with the biggest takeaway being a substantial increase in bicyclists, consequently further shifting the total mode share of travelers along the corridors toward non - motorized users. Street Plans led the installation of numerous bicycle infrastructure treatments such as protected curb extensions, chicanes, sharrows and bike boxes. These treatments shortened the pedestrian crossing distances, and slowed the speeds of turning vehicles to increase bicycle and pedestrian safety. 7. DATA COLLECTION BEFORI AFTER Bikes Pedestrians Scooters Cars Bikes l Peds Scooters Cars Pre -Implementation _ 7:00-9:00 133 13 17 211 AM 4.004.00 84 10 30 135 PM Total 217 23 47 346 Post -Implementation 7:00-9.00 119 23 28 ISO AM 4:00-6:00 146 15 29 123 PM L Total 265t - 39 ____t S7 273 Almost exactly the same number of roadway users were counted before and after project implementation, with the mode share shifting toward bicycles as the dominant mode after implementation The pages that follow show a sampling of our work as an on -call consultant for cities or standalone projects at the national level. Example services represented in this section include striping and pavement marking plans (Move Culver City Corridor Redesign), Citywide Bicycle and Pedestrian Plans (Let's Ride Jersey City, and Bike Somerville Network Plan), Corridor Plans (Onward Alameda in El Paso, TX), and Complete Streets Design Guides for multiple cities. We also currently serve as on -call consultant with The City of Tucson and with the San Francisco Metropolitan Transportation commission. PrXXWWWW-.ffi" - .fir AT ifr �t 41 Street Plans has served as the lead technical design and ,40 implementation partner for Jersey City as it builds out priority projects in the bicycle and pedestrian master plans. _�.F) JERSEY CITY ON -CALL DESIGN SERVICES Client: City of Jersey City (NJ) Reference: Andrew Vischio, PE, Director of Traffic & Transportation 201-547-5021 1 AVischio@jcnj.org Year: 2017- Ongoing Description: Over the past five years, Street Plans has served as one of the main transportation consultants for the City of Jersey City, providing design services for over two dozen different projects. The broad portfolio of work includes developing contractor -ready striping and signage plans, advanced street infrastructure plans, reviewing and advising project design plans produce by the city's on -call engineering firms, assisting with public engagement, establishing project evaluation methods, and leading urban design services for priority transportation and public space projects. Since the adoption of the Bike Master Plan, Street Plans has been engaged on over 15 projects for the city ranging from corridor striping and design plans, parklet and outdoor dining guides, and the annual Vision Zero Report. Street Plans produced contractor -ready striping plans for the redesign of Merseles Street in Jersey City. 1 DRIVEWAY F CROSSING BIKE LANE DET i 4 WIDE, BUFFER I-78 BYL PLACE DEUNUTORS 4YUDE, 2'LONG 10' O.C. ,o .o 0 ,n "m tO TYP. ALL SHEEFS Y'%SON :ERG iEniiEY C,.,; 2019 - 2020 ANNUALREPORT Y A.D.A. RAMP W/ TACTILE \ P STOP BAR, LONG-UFE THERMOPLASTIC 12' LONG X 24' WIDE; - -` WHITE TYP. .o s BICYCLE STOP I BIKE I N' IG_ IYP. THERMOPLAS C 4" LONG X 12 WIDE; .=' WHRE TYP TACTILE WARNING PAD SEE (TYP.) CURB EXFENSIi _�h LET'S RIDE JC BICYCLE MASTER PLAN + BIKEWAY DESIGN GUIDE Client: City of Jersey City (NJ) Reference: Barkha Patel, Director, Department Of Infrastructure 201-547-5021 I bpatel@jcnj.org Year: 2018-2019 Description: Street Plans was hired by the City of Jersey City to lead the development of the Let's Ride JC Bicycle Master Plan. This citywide plan utilized a robust public engagement effort and demonstration projects to deliver a full network plan, a bikeway design guide, and an equity action plan. The development of the Master Plan and Design Guide included Technical Advisory Committee (TAC) meetings, three public workshops, six ward -based handlebar surveys with community members, and a large-scale demonstration project along Bergen Avenue. Given the rise of new forms of shared and active mobility-- electric bikes, scooters, skateboards etc.,-- the demonstration project tested new dimensions and pavement markings for a wider number of active mobility users such as scooters and skaters. The resulting lanes were 75% wider than the city's conventional bike lanes and capably attracted a greater diversity of streets users. The final network plan seeks to achieve a 'minimum grid' of protected lanes and a dense network of neighborhood greenways, with the goal of quadrupling active mode share by 2030. The bikeway design guide is customized to Jersey City's unique street grid, and outlines the design strategies and infrastructure types that will help the city rapidly advance cycling. The design guide also includes a full chapter on integrating shared and active mobility into the city's future streetscapes, and a chapter on "quick build" implementation methods. Since 2019 Jersey City has implemented 10 miles of protected lanes, or 25% of the proposed protected bike lane network. The emerging network has increased cycling up to 200% on corridors with protected bike lanes. Street Plans was also retained in December 2019 to assist with ongoing project implementation and is currently working on street design projects across the city. NEWARK AVE AND BALDWIN AVE (FACING NORTH) NEWARK AVE AND BALDWIN AVE (FACING NORTH) ir- Sections from the Let's Ride JC Bicycle Master Plan (above). The bikeway design guide includes both sections and perspective drawings. �7 0 0.35 OS 100 Mll£S MRES MILES MILES BAYONNE ti� . The network plan seeks to achieve a 'minimum grid' of protected lanes and a dense network of neighborhood greenways, with the goal of quadrupling active mode share by 2030. �R JC WALKS PEDESTRIAN ENHANCEMENT PLAN Client: City of Jersey City (NJ) Reference: Barkha Patel, Director, Department Of Infrastructure 201-547-5021 1 bpatel@jcnj.org Year: 2017-2018 Description: In 2017 Street Plans helped develop Jersey City's Pedestrian Enhancement Plan. Street Plans' primary role was to co -develop and deliver all project outreach activities, as well as to help translate public input into short-term project recommendations. To kick off the public engagement process, pop-up public meetings were held at three different locations throughout Jersey City. Street Plans assisted with this effort by staging three temporary parklets that served as literal platforms for disseminating surveys and informing participants about the upcoming 11walkshops." Street Plans then worked closely with Fitzgerald & Halliday Inc. to plan and implement six walkability workshops, one in each of Jersey City's wards. The workshop locations were selected along corridors identified as unsafe for pedestrians. For each walkability workshop, Street Plans designed and facilitated temporary (and colorful!) curb extensions, which included a public -feedback board, tables and chairs, wayfinding signage, planters, and colorful asphalt paint. In addition to gathering feedback from passersby the demonstration projects were part of the larger walkability workshop and tour with local residents and stakeholders. The curb extensions allowed residents to experience first-hand a potential safety improvement project and provide input for the creation of the Pedestrian Enhancement Plan. The plan was adopted by City Council in Spring 2018 and led to the immediate implementation of parklets and more than 100 curb extensions, including at the sites of the demonstration projects. 79 JERSEY CITY WASHINGTON BOULEVARD STRIPING PLAN Client: ��'�I ••"►�ii� / �' City of Jersey City (NJ)�' r Reference: Barkha Patel, Director, Department Of Infrastructure t 201-547-5021 1 bpatel@jcnj.org Year: 2019 Description: — �? In February 2019, Jersey City formally adopted the Vision Zero Action Plan prepared by Street Plans to eliminate traffic fatalities and severe injuries on city - roadways by the year 2026. As part of this plan, the city retained Street Plans to prepare contractor -ready striping and signage plans for the implementation of pedestrian and bicycle _ safety infrastructure along Washington Boulevard from 2nd Street to 18th Street/Marin Blvd. Street Plans designed over 2 miles of protected bike lanes by removing one travel lane in each direction, as outlined in the bicycle master plan. In addition, pedestrian crossing distances were shortened with the introduction of curb extensions and islands at intersections. This project also included curb ramp reconstruction at all corners, and resetting of castings, drainage Street Plans has served as the lead technical design improvements and signage upgrades by the city. and implementation partner for Jersey City as it builds out priority projects in the bicycle and pedestrian master plans. i w AWRrt. all Kt ..FTf IM' 1t '�' .ILL (r+J `• y .. �' .` � MM M-A j — - _ _ 1111111 � itslc •+i ,�. • �e � M W .w... Q t 40 ONWARD ALAMEDA CORRIDOR MASTER PLAN Client: City of El Paso 0) Reference: Joaquin Rodriguez, CNU-A, Project Manager rodriguezj2@elpasotexas.gov Year: 2021-2022 Description: As part of an on -call contract with the City of El Paso, Street Plans developed a mobility master plan for the 14-mile Alameda Corridor. The corridor stretches from the downtown core to the exurban areas on the edge of the city. The team divided the corridor into distinct zones that reflected the predominant land use development patterns and the character of the street. Using existing city data collection technology, Street Plans was able to analyze transportation modes across the different zones, including understanding the mix of transit, bike, and pedestrian trips. Using this data, Street Plans created a robust set of recommendations, from physical changes to the design of the street to operational and policy changes. The focus of the recommendations was to improve walking, biking, and transit usage. Texas Avenue & Alameda Avenue Concept Plan Fi -. X _S PJ � The Project Report included a toolkit of pedestrian and transit improvement strategies, as well as detailed plan view graphics and renderings of key locations for transformation along the corridor. For locations with more urban frontage and lower car volumes, the plan envisions an aggressive expansion of sidewalks, street trees, and crosswalks. Further out from the core, where land use is more suburban, the focus of the mobility recommendations is on improving the existing Brio bus network with dedicated bus lanes, queue jumps, and signal improvements. By tailoring proposed interventions to the immediate context, the project team was able to identify specific next steps for the city, while also being practical about what may be accomplished both in the short and long term. ALAMEDA AVENUE — - - 41 J Alameda Avenue Existing Conditions Short-term dedicated bus lane along Alameda Avenue, where space is maintained for other curbside uses, such as parking, loading, or bulb -outs. The long-term design for a dedicated transit lane along Alameda includes wider sidewalks and concrete curbs to physically separate the bus lane from vehicular traffic. V Alameda Avenue Concept Plan (Left) Existing & Proposed Street Sections (Right) 42 SOMERVILLE ON -CALL: SOMERVILLE BIKE PLAN Client: City of Somerville (MA) Reference: Viola Augustin, Senior Planner, Office of Strategic Planning and Community Development vaugustin@somervilema.gov Year: 2021-Ongoing Description: In the spring of 2021 Street Plans was retained by the City of Somerville to engage in a multi -phase planning process. Phase 1 included scoping a bicycle network plan. Dubbed the Bike Somerville Network Plan, phase 1 included a robust existing conditions mapping and a community workshop that resulted in strategic recommendations for developing a world - class bicycle network plan. Once the scope was finalized with the city, Street Plans were retained to begin the process of developing the draft network and to assist with all community engagement efforts (Phase 2). The outreach component of the planning process has included creating and leading handlebar survey rides with Somerville residents, providing branding and outreach collateral, assisting with the creation of an online and in -person survey, and presenting at multiple in -person and virtual workshops. The engagement and resulting draft network was developed in close partnership between Street Plans, city staff, and community members. Together the team developed robust criteria for selecting network links for inclusion in the Plan, comprehensive bicycle network; created a matrix analyzing the criteria; and translated them into a proposed draft network and prioritization plan that was released in June 2022. Street Plans and the city are currently closing out Phase 2 by incorporating community input into a formal Bicycle Network Plan document that will be published in Winter 2022. The Phase 3 Bike Somerville Bicycle Design Guide is expected to begin early 2023. - so* Oto Single -Occupancy Public Transit Walking Bicycling Carpooling Vehicle City of Somerville Mode Share OVO it 1=111111 111111121111111 IIIIIIIIU!IIIIII 1111111121111111 .5% Bicycle Walk Drive or Carpool Public Transit Rideshare Preferred Travel Mode Survey Results Street Plans' role included studying Somervilles current Mode Share (ABOVE) to assess the city's strategy to increase cycling and other modes of sustainable commutes. Street Plans also launched a survey to ask street users their preferred travel mode (BELOW). 40% of 320 participants use their bicycle as their pre- ferred mode of transportation. EXISTING STREET WIDTH: 26' :Examples: Cedar St, Lowell St., Curtis St.) opt— 1. Cim— 2. Parking Lane Remains Protected Bike Lanes are Implemented Street Plans also created width constraint diagrams for typical street section conditions across the city to indicate how to retro- fit the streets to include protected bike lanes. 4�; Protected Bike Lane - Off -Street Path - Bike Lane - Advisory Lane - Buffered Bike Lane Contraflow Bike Lane i - Bus Lane - Cycle Track „1 ■ Communities of Concern n - �W t � o f q g a CITY OF SOMERVILLE COMMUNITIES OF CONCERN / "Communities of Concern" indicate neighborhoods with high proportions of people of color and/or low-income households, and/or households with limited English language proficiency. - Protected Bike Lane - One -Way Protected Bike Lane Neighborway Shared Street CITYWIDE NETWORK The proposed citywide network takes Somerville's bicycle network from 30.4 miles to a total of 89.7 miles, an increase of 59.3 miles. 44 SOMERVILLE ON -CALL: ASSEMBLY SQUARE NEIGHBORHOOD PLAN Client: City of Somerville (MA) Reference: Brad Rawson, Director of Transportation & Infrastructure BRawson@somervillema.gov Year: November 2021-May 2022 Description: The City of Somerville commissioned its on -call team to update the 2000 Planning Study and plan Assembly Square's ultimate state as a walkable, attractive, livable, and sustainable part of the city's interconnected fabric. The planning team included Dover, Kohl & Partners, Street Plans, Howard Stein Hudson, Daedalus, and Zanetta Illustration. Street Plans was tasked with developing the mobility chapter of the document, and leading virtual workshops with Assembly Square property owners and prospective businesses about their vision for mobility and how to best meet the needs of the local community. The mobility chapter proposes context - sensitive active transportation infrastructure for Assembly Square and for important corridors that connect it to the greater Somerville area. The plan addresses the current needs of Somerville while proposing policies, processes, and infrastructure for the future. This means envisioning great new places that are compatible and respectful of the surrounding city fabric. The Illustrative Plan shows how these places might develop by depicting the proposed multimodal roadways, buildings, alleys, parking locations, and open spaces of a full future build -out of the Assembly Square Neighborhood. Street Plans also established priority areas within the plan to demonstrate how changes in the right-of-way can help provide greater options for pedestrians, bicyclists and transit riders. The proposed recommendations for the priority areas detail how to improve connectivity to the neighborhood and create easier and safer ways for residents and visitors to reach their destinations. These changes include tightening curb radii, right - sizing streets, and improving pedestrian visibility at crossings. ASSEMBLY SQUARE Neighborhood Plan Update 'BB 'BB TB The proposed recommendations for the Assembly Square Neigh- borhood Plan details how to improve connectivity to the neigh- borhood and create easier and safer ways for residents and 4S visitors to reach their destinations. ASSEMBLY SQUARE Ii14060m00d P{Bn (1Cdft ASSEMBLY SQUARE NEIGHBORHOOD PLAN S.MOBILRV GATEWAYS 1. GRAND UNION BOULEVARD (NORTH) GATEWAY OThis plan Imagines a reduction in the number of lanes on Fellsway and fewer accepting lanes on Grand Union Boulevard. It also removes the right -turn pockets and reduces the curb radii to discourage high-speed turns by motorists. OThe proposal envisions a more human -scale Fellsway with a sidewalk -level protected bike lane, landscaped pedestrian crossing islands, a tree -lined boulevard, wide sidewalks and shorter crossing distances. OThe new design removes surface parking lots from the perimeter areas and encourages active urban edges. It envisions the transition from BaAter Park into a denser neighborhood to the south. AU MBLY SQUARE �_ NI�IDorltpodPlM11p01M 6. LOMBARDI STREET GATEWAY OThe gateway design at Lombardi Street illustrates how the proposed bicycle facilities on Mystic Avenue and Grand Union Boulevard would connect to protected bike lanes along Broadway. OThis plan envisions a two-way protected bike facility and fewer travel lanes on Mystic Avenue. OThe design removes the turnaround from southbound Mystic Avenue to northbound Mystic Avenue and creates a safer crossing situation for pedestrians traveling along Lombardi Street. OConsolidating ramps and highway infrastructure also creates an opportunity for more expansive urban parks. OA new tight -side dedicated transit lane will ease transit Bow through the Grand Union Boulevard bus routes, while aCIOMMCidating vehicle right - turn , . 1rnents into Assembly �1j1111H1Q. ---f"q 11111 �a LOMBARDI STREET ala 1111/111 r r r r ASSEMBLY SQUARE NEIGHBORHOOD PLAN S. MOBILnV EAIRing lnle, s.�::iu�.,.._..it»ns s.re 4h 519 NEW HAVEN ON -CALL: SAFE ROUTES FOR ALL EFFORT AND GRANT Client: City of New Haven (CT) Reference: Sandeep Aysola, Director, Transportation, Traffic, & Parking 203-589-9683 1 saysola@newhavenct.gov Year: 2019-Ongoing Description: Street Plans was hired by the City of New Haven to lead a multi -year planning effort called Safe Routes for All. The initiative aims to identify issues and opportunities for infrastructure improvements to increase pedestrian safety throughout the city. As part of the planning process, the city engaged Street Plans to lead various data collection and public engagement efforts prior to completing the master plan. Street Plans developed and led the implementation of six demonstration projects throughout various neighborhoods in New Haven in the late summer and early fall 2019. The different interventions ranged from curb extensions, to painted bus stops, all of which transformed intersections into safer places for all street users. Street Plans has since been tasked with the creation of the New Haven Downtown Transportation Action Plan, Safe Routes for All Active Transportation Plan (published June 2022), led 4 activations as part of the Year of Open Space Initiative in 2022, and is leading the creation of a Quick Build project in one of the City's Priority Neighborhoods. In addition, Street Plans was retained in 2022 to prepare an application for the Safe Streets and Roads for All Federal Grant Program on behalf of the city to receive funding for future projects. Street Plans developed and led the implementation of six demonstration projects throughout various neighborhoods in New Haven in the late summer and early fall 2019. AVG. PER SITE CROSSING AVG. EXPOSED CROSSING DISTANCE REDUCTON DISTANCE REDUCTION FAIR HAVEN 38% REDUCTION • IIIIII 40EST ROCK %REDUCTION 3 /� O/0 CROSSWALK 4 REDUCTION IIIIII ACROSS ALL 6 SITES DWIGHT 22% REDUCTION DIXWELL 25% REDUCTION SPACE RECLAIMED NEWHALLVILLE IIIIII 34% REDUCTION ` IIIIII 46% REDUCTION ` 19,492 RECLAIMED PEDESTRIAN SQUARE FEET ACROSS ALL 6 SITES 47 Street Plans was hired by the City of New Haven to execute a Downtown Transportation Action Plan with the goal of implementing projects in the near, mid, and long-term. At the intersection of Congress Avenue and College Street (Left), high travel speeds and a lack of pedestrian infrastructure make for an unsafe and uninviting experience. Adding parking protected bike lanes and painted pedestrian refuges both provide amenities for pedestrians and cyclists, and also calm traffic (Right). sidewalk i bioswale parking lane travel lane travel lane narking lane sidewalk 5' 9' ,o' io. 9 t5, curb to curb 38' 68' 4R NEW HAVEN ON -CALL: ACTIVE TRANSPORTATION PLAN Client: City of New Haven (CT) Reference: Sandeep Aysola, Director, Transportation, Traffic, & Parking 203-589-9683 1 saysola@newhavenct.gov Year: 2021-Ongoing Description: Street Plans produced the City of New Haven's first Active Transportation Plan, a comprehensive analysis and road map for advancing walking, biking, and transit infrastructure in the city in the next 10 years. The overall planning effort kicked off in the summer of 2019 with six Quick Build projects, one in each of the city's priority neighborhoods. These projects were meant to engage the community around the Plan in a hands-on manner, and demonstrate concepts that may be found in the eventual planning document. As one of the more dangerous intersections for bicyclists and pedestrians, and as an intersection along a proposed future Bus Rapid Transit (BRT) route, Dixwell Avenue and Bassett Street could benefit from a number of bicycle and pedestrian improvements, some of which were trialed as part of the 2019 Safe Routes for All pilot projects. Plan public engagement kicked re -started with virtual workshops in January 2021, both in Spanish and in English, followed by a series of handlebar and walkabout surveys with the community. The Plan includes an intersection database documenting the conditions of sidewalks and crosswalks at all 1,500+ intersections in the city, conceptual designs for 11 priority locations, as well as chapter entirely on Tactical Transit for near -term and low-cost improvements to the city's bus system. The Plan is anticipated to be adopted by the Board of Alders in September 2022, and the City of New Haven and Street Plans plan to submit an application for federal SS4A funding. As an additional engagement related to Plan implementation, Street Plans is currently leading the creation of a Quick Build project in one of the City's Priority Neighborhoods, a project identified in the citywide Plan. N N I' i k t 111 111111211110 v BASS,, ST off###• — A conceptual design for this intersection features a protected intersection. This design maintains the shorter crossing distances and tighter curb radii, and also adds protection for bicyclists, substantially limiting the interaction between people driving and people bicycling and walking. 49 = City of n Networ{ ® Park Wate — Streei Bike •••• Enhai — Share — Prote PROPOSED BICYCLE NETWORK MILES OF EXISTING 47 BIKEWAYS, PLUS MILES OF NEWLY 90 PROPOSED BIKEWAYS, MINUS 9 MILES OF UPGRADED BIKEWAYS, EQUALS 128 MILE BIKEWAY NETWORK Excluding shared use paths, the Proposed Network allocates bikeways to 52% of the city's street network. The 9 miles of network upgrades consist primarily of replacing existing shared lane markings with a more robust facility. The proposed network includes: 47 street miles of protected bikeways, 20 street miles of neighborhood greenways, 28 street miles of bike lanes, 30 miles of enhanced shared lane markings, and 12 miles of shared use paths. PROPOSED „ . , ..,... WHALLEY AVE. rrrrrrrrrrr a rr LEWISTON-AUBURN COMPLETE STREETS MANUAL Client: Cross -Bike Markings Androscoggin Transportation Resource Center (ME) Year: 2014-2016 Description: In 2014, Street Plans was commissioned by the Metropolitan Planning Organization serving the urbanized areas of Lewiston, Auburn, Lisbon, and portions of Sabattus, Maine to help the Lewiston - Auburn area achieve a balanced and complete transportation system. Street Plans performed three deliverables to accomplish this goal: 1. Downtown Arterial Streets Bicycle and Pedestrian Facilities Analysis + Plan Street Plans conducted an existing conditions analysis, collecting specific datasets, such as street and lane widths, traffic volumes, crash data, and the location of existing bicycle and pedestrian facilities, corroborated by Handlebar & Walkabout Surveys. This research culminated in a report with recommendations and cost estimates for addressing bicycle and pedestrian access 2. Complete Streets Best Management Practices + Design Manual This guide offers an overview of Complete Streets, categorization of Lewiston -Au burn's unique thoroughfare types, and a "toolbox" of 38 best practices for achieving Complete Streets— which includes walking, cycling, public space, transit, and driving infrastructure. 3. Bicycle/Pedestrian Greenways Connectivity Plan The final task involved recommendations for how to connect and enhance the existing greenways in Lewiston and Auburn to create a unified network. The report provided three different route options for connecting Lewiston's Riverside Greenway to Simard -Payne Park, which would allow access across the Androscoggin River. Two -Stage Turn Queue Box (Not Currenty AF Bicycle Refuge Island The Complete Streets Design Manual offers guidance and design protocols customized for the variety of thoroughfare and diverse land use conditions found across the Twin Cities. 51 Protected Bicycle Lanes O One-way protected bikeway ® Two-way, parking protected bikeway Two-way, parking protected bikeway, with 0 mountable curb barrier As part of the Complete Streets guide, Street Plans included bicycle infrastructure application information and helpful resources for maintenance (above). The guide also provides guidance for public space elements and green infrastructure (below). Interim Design Pedestrian Plazas Bioswales "r NEW YORK CITY TRAILS STRATEGIC PLAN Client: Natural Areas Conservancy Reference: Elizabeth Jaeger, Deputy Director, Natural Areas NYC elizabeth.jaeger@naturalareasnyc.org Year: 2020-2021 Description: Street Plans was hired by the Natural Areas Conservancy (NAC) to produce a strategic plan for New York City's 300+ miles of nature trails. The overarching goal of the plan is to raise awareness of the trails and increase New Yorkers' engagement with the city's natural areas. The plan's discovery phase included both existing conditions inventory and stakeholder engagement to uncover opportunities and challenges to the current management and stewardship of the nature trails, and identify key on -and off-street connections to some of the systems largest trail networks. Street Plans hosted internal focus group discussions with the following five entities: • Park Rangers • Trails Team • Marketing • Operations and Planning • Stewardship and Partnership for Parks Other outreach activities included six "Hikeshops", which engaged over SO people, an open public workshop with 3S attendees, as well as an internal strategic workshop with 20 NYC Parks and NAC staff. Informed by the existing conditions analysis and public engagements, Street Plans produced a vision statement and six goals for the nature trails systems, supported by a set of over 3S recommendations to reach those goals. The recommendations included guidance on systematizing nature trail maintenance, evaluation, and improvements, stewardship and volunteering, programming, staffing, and marketing. The Strategic Plan also includes trail design standards and specifications, for the construction/formalization of trails, wayfinding and signage, landscaping, and trail amenities. The plan concludes with core findings from a series of case studies for NAC and NYC Parks to use as a resource for implementation of the plan. Key to the NYC Trails Strategic Plan was recommending more on -street connections for the 15% of City residents who live adjacent to natural areas with trails, but do not have a direct route to access them on foot or by bike. HOUSATONIC RAIL TRAIL EXTENSION PLAN Client: Connecticut Council Region of Governments Year: 2021-2022 Description: The proposed Housatonic Rail Trail Extension Plan is a vision to lengthen the Housatonic Rail Trail from Monroe to Newtown's Fairfield Hills campus. This 3.5 mile extension will help connect Newtown residents to Fairfield Hills, a former psychiatric hospital that Newtown continues to redevelop into a vibrant town center. This trail extension will also give residents an alternate way to travel through Newtown, and increase active mobility opportunities for residents and visitors alike. Street Plans worked with the Connecticut Council Region of Governments and the Town of Newtown to develop a routing plan for the rail trail, as well as plan views and sections for three highlight areas along the proposed routing plan. The highlight area drawings demonstrate the feasibility of extending the Housatonic rail -trail by providing potential design solutions and a material "look and feel" for some of the more difficult sections of the proposed right-of-way. �t. •:f SL: CZ Street Plans has put together an impressive team for this pursuit that encompasses every skill -set and sub specialty the city may need in advancing its mobility goals. Our core team is made of 11 firms that range from full service transportation planning to large scale engineering practice and everything in between. Below is a summary of each firm's experience and their role on the team, followed by a diagram of roles. STREET PLANS I Prime Consultant Street Plans will serve as the main point of contact and will lead all Project Management tasks, STREETPLANS ensure regular communication between the proposer team and the client, and engage the community in meaningful ways during the public outreach process. As the leading experts on ,MAM1 ATLANTA NEW YORK Complete Streets and the creation of transportation and bicycle and pedestrian plans, Street Plans will work with the client to identify and prioritize transportation projects, and oversee the project design process. SAM SCHWARTZ I Subconsultant Sam Schwartz will provide a team of professionals across disciplines including transportation Sam and environmental planning, transit, and civil and traffic engineering. Sam Schwartz brings Schwartz national and international industry leadership around traffic safety/Vision Zero, Complete Streets planning and design, curbside management, strategic planning, and planning and policy around emerging modes and technologies such as connected and automated vehicles, electric vehicles, shared mobility, and micromobility. TY LIN I Subconsultant Currently ranked as the nation's 11 th largest transportation firm by Engineering News Record, TYLin has a 60-year history of performing outstanding planning consulting services. TyLin will / provide technical support on a range of transportation planning projects including long- and I t U n short-range transportation plans, multimodal corridor studies, congestion management, safety studies, lane elimination analysis, intermodal and mobility hub planning and design services, urban design, as well as bicycle, pedestrian, and greenways planning, complete streets, and analyses and planning of the interconnection of these modes with transit. ALTA PLANNING + DESIGN I Subconsultant With an extensive background in work involving active transportation, Alta's traffic engineering skills will offer a perspective that goes beyond merely evaluating motor vehicles and level-of- �� service. Alta's team will model the impacts of new or extended signal phases, new or modified intersection and roadway geometry, and the reduction of travel and/or vehicle turning lanes at a variety of intensities of use. Alta is also the leading national expert on multimodal safety and integration of transit, bicycles, pedestrians, new mobility and station areas. JARRETT WALKER + ASSOCIATES I Subconsultant J A R R E T T JWA has been leading transit plans in cities of many sizes for over 20 years, with a particular emphasis on transit network redesigns and investment plans. They will provide design and WALKER planning services for short-term and long-term recommendations for the city's transit system, assist in constructing strategic transit polices and will utilize access analysis tools to evaluate + ASSOCIATES transit equity. 55 CITYR I Subconsultant • 00 Cityfi is in the business of urban change management. They are global thought leaders in 00000 urban mobility, resiliency and technology and data innovation. Citify will lead strategic work 00000 for Smart City Planning and provide insight into innovative transportation technologies, shared mobility, and the integration of autonomous transit and vehicles. Cityfi Their main focus will be on equity, economy, and environment to ensure sustainable change for the community and the economy. REPLICA Subconsultant Replica will provide data about the built environment and how people interact with it. Their data will simulate the complete activities and movements of residents, visitors, and commercial vehicles in Miami Beach on a typical day to inform street design. Replica's platform offers weekly data covering mobility, economic activity, land use, and COVID-19 cases. Their trend analyses have census -tract -level fidelity with mobility data including origins and destinations, trip mode, trip purpose, and consumer spending data across a number of categories. QUALITY COUNTS I Prime Consultant Quality Counts provides a variety of transportation data services to help guide infrastructure growth and improve network efficiency. Quality Counts will provide their technical expertise for travel time studies, traffic surveys, QtJBLit y COUf11S behavioral transportation studies, and tools for collecting data on pedestrian movements, a4raTHAT MMCCk*xmenEs parking utilization, and vehicle counts. M.G. VERA & ASSOCIATES I Subconsultant MGV will provide Design Survey, Right of Way (ROW) Mapping, Subsurface Utility Engineering M.G. VERA (SUE), and Utility Coordination services. MGV has the capability and knowledge to be able a ASSOCIATES, Inc. to work with various combinations of field data collected by traditional ground surveying methods, terrestrial scanning, aerial mapping, mobile mapping, etc. ECO STRATAS I Subconsultant Ecostrata Services Founder and President, Robert Ruano has over 30 years of management RATA experience, both in the private and public sector. His experience includes many years in City 01ECOST SERVICES of Miami government, overseeing all grant applications and environmental initiatives. Ruano will work with the city to secure local, state, federal and foundation grant programs in a variety of functional areas to advance capital transportation projects. LANDSCAPE DE I Subconsultant LandscapeDE is an award winning landscape architecture studio that has been operating for over a decade in South Florida. The studio specializes in public space design. LandscapeDE will provide knowledge on L!m sustainability and environmental resiliency, and will assist in the development of design LandscapeDE concepts for any landscaping components. 5f, Leader I Mike Lydon, CNU-A (SP) Leader I Tony Garcia, RA (SP) Leader I Joe lacobucci (SS) Dana Wall (SP) Mike Lydon, CNU-A (SP) Michael Flynn, AICP, LEED AP (SS) Irene Balza (SP) Vanessa Lira (SP) Danielle Joyce, PTP, RSP (SS) Aren Castro (SP) Dana Wall (SP) Vikas Jain, AICP, GISP (TYL) Veronica Rivas (SP) Irene Balza (SP) Meaghan Capuano, PE (TYL) Michael Flynn, AICP, LEED AP (SS) Rachel Albetski (SP) Thomas Errico, PE (TYL) Danielle Joyce, PTP, RSP (SS) Jarrett Walker (JW) Kate Sargent, AICP (SS) Scudder Wagg (JW) Ricky Angueira (JW) Leader I Tony Garcia, RA (SP) Leader I Mike Lydon, CNU-A (SP) Leader ) Tony Garcia, RA (SP) Dana Wall (SP) Vanessa Lira (SP) Vanessa Lira (SP) Irene Balza (SP) Joe lacobucci (SS) Veronica Rivas (SP) Aren Castro (SP) Danielle Joyce, PTP, RSr- (SS) Stephanie Garcia (Alta) Veronica Rivas (SP) Zeke Mermell, AICP, LEED / - (SS) Joe Gilpin (Alta) Alia Awwad, PE (Alta) Dorottya Miketa, AICP, PP (SS) Michael Flynn, AICP, LEED AP (SS) Stephanie Garcia (Alta) Joe lacobucci (SS) Michael Groh, AICP (SS) Holly Chase, AICP (SS) Leader ) Vikas Jain, AICP, GISP (TYL) Leader ( III Ricks (CF) Leader I Tony Garcia, RA (SP) Meaghan Capuano, PE (TYL) Camron Bridgford (CF) Irene Balza (SP) Thomas Errico, PE (TYL) Karla Aurea (CF) Amalia Tomey (SP) Ramfis Morales, PE (TYL) Alia Awwad, PE (Alta) Aren Castro (SP) Alia Awwad, PE (Alta) Joe Gilpin (Alta) Michael Flynn, AICP, LEER ,,F (SS) Amalia Tomey (SP) Joe lacobucci (SS) Danielle Joyce, PTP, RSF (SS) Michael Groh, AICP (SS) Alex Hanson, AICP (SS) Tony Garcia, RA (SP) Mike Lydon, CNU-A (SP) Street Plans (SP) Alta Planning & Design (Alta) CityFi (CF) Ecostrato Services (ES) Jarrett Walker + Associates (JW) Landscape DE (LD) Quality Counts (QC) Replica (R) Sam Schwartz (SS) TYLin (TYL) M.G. Vera & Associates (MGV) S7 --------- - - - - -- See Previous Page Leader I Manuel G Vera Jr, PSM (MGV) Leader I Rodrikas Jones (QC) Mark R. Sowers, PSM (MGV) Noah Smith, CARS (QC) Dorottya Miketa, AICP, PP (SS) Alex Hanson, AICP (SS) Alexei Pozdnukhov (R) John Buckholz (R) Albab Noor (R) Shut Khan (R) Leader I Meaghan Capuano, PE (TYL) Leader I Alexei Pozdnukhov (R) Thomas Errico, PE (TYL) Rachel Albetski (SP) Ramfis Morales, PE (TYL) John Buckholz (R) Danielle Joyce, PTP, RSP (SS) Albab Noor (R) Kate Sargent, AICP (SS) Shut Khan (R) Dorottya Miketa, AICP, PP (SS) Sara Gutekunst (TYL) Amalia Tomey (SP) Christine Bianchi (TYL) Leader I Douglas Thompson, RLA Leader I Joe lacobucci (SS) (LD) Danielle Joyce, PTP, RSP (SS) Zeke Mermell, AICP, LEED AP (SS) Dorottya Miketa, AICP, PP (SS) Mike Lydon, CNU-A (SP) Vanessa Lira (SP) Street Plans (SP) Alta Planning & Design (Alta) CityFi (CF) Ecostrata Services (ES) Jarrett Walker + Associates (JW) Landscape DE (LD) Quality Counts (QC) Replica (R) Sam Schwartz (SS) TYLin (TYL) M.G. Vera & Associates (MGV) Leader I Tony Garcia, RA (SP) Dana Wall (SP) Irene Balza (SP) Aren Castro (SP) Veronica Rivas (SP) Leader I Robert Ruano (ES) Dana Wall (SP) Stephanie Garcia (Alta) Joe Gilpin (Alta) Michael Flynn, AICP, LEED AP (SS) Leader I Jarrett Walker (JW) Alvaro Coviedes OW) Ricky Angueiro (JW) SR Anthony Garcia, RA I Principal Tony Garcia, RA is a co-founder of Street Plans and leads the day-to-day operations of the firm. Considered one of the foremost experts in the field of placemaking and street design of his generation, he is a licensed architect and has delivered hundreds of presentations, lectures, and workshops during his 18-year long career. Having completed over 150,000 sf of street murals around the country, he is one of the most prolific asphalt art muralists in the world, is the author of the Asphalt Art guide, and serves as the technical advisor for over 30 cities as part of the Bloomberg Asphalt Art Initiative. Education • University of Miami Tony is coauthor of the globally acclaimed series Tactical Urbanism: Short -Term School of Architecture, Action, Long -Term Change, co-author of Tactical Urbanism, published by Island Master of Architecture, Press in March 2015, and together with Mike Lydon is the recipient of the 2017 2005. Seaside Prize. Later in 2018, Tony was awarded the CINTAS Foundation Fellowship for Architecture & Design for contributions to the field of urban design. • New York University, B.A. Architecture & Tony is a native Miamian and is regarded as a leading advocate and voice in Urban Design, 2002. the development of the city's growing list of renowned public spaces and trails, first as the managing editor of the transportation blog TransitMiami.com, then Recent Awards: as Chairman of the largest bicycle pedestrian advocacy organization in South • 2019 IDA Award, Florida, Green Mobility Network. As part of this effort he co-founded the Ludlam Coxe Avenue Trail project, which will result in the addition of over 50 acres of new park space in Miami -Dade County, and helped prototype and build support for the creation of • 2018 Charter Award, Biscayne Green, a one -mile park in downtown Miami currently under design. Biscayne Green Tony is a former part-time faculty member at the University of Miami School of • 2017 Cintas Architecture, holds a Bachelor of Arts in Architecture and Urban Design from New Fellowship York University and a Masters in Architecture from the University of Miami. • 2017 Seaside Prize Select Projects: • 2016 FLASLA, Miami Beach Bicycle Master Plan, Miami Beach, FL Biscayne Green Miami Beach Street Design Guide, Miami Beach, FL • North Beach Master Plan, Miami Beach, FL • 2015 Charter Award, Washington Avenue Bus Platform Analysis, Miami Beach, FL North Beach Plan Village of Pinecrest U.S. 1 Mobility Plan, Pinecrest, FL • University of Miami Pedestrian Safety Plan, Coral Gables, FL Licenses + Miami 2030 Bicycle Master Plan, Miami, FL Affiliations: Crosstown Greenway Pilot Project, Key West, FL • State of FL Licensed Miami -Dade Transportation Quick -Build Program, Miami, FL Architect: AR97799 Biscayne Green Pilot Project, Miami, FL • A Safer Prospect Quick Build Project, Hermosa Beach, CA Languages Move Culver City: Reimagining Mobility in Culver City, CA. English I Spanish Beverly Hills Bicycle and Pedestrian Education & Safety Campaign, Beverly Hills, CA • Westminster 2030 Bicycle Master Plan, Westminster, CO Experience Burlington Quick Build Program Design + Materials Guide, Burlington, VT 18 years Ponderay Sub -Area Plan & Charrette, Ponderay, ID • Safe Routes for All Active Transportation Plan, New Haven, CT • Portland Area North Bike/Ped Implementation Plan, Portland, ME • Go Ojai Demonstration Project, Ojai, CA STREETPLANS Kalihi Quick Build Crosswalk Project, Honolulu, HI • Hands On Exchange Bicycle + Pedestrian Pilot Project, Akron, OH 59 Education • University of Michigan, Master of Urban Planning, 2007 • Bates College, B.A. American Cultural Studies, 2004. Licenses + Affiliations: • CNU-Accredited Professional (2009) • Association for Pedestrian and Bicycle Professionals Languages English Experience 18 years STREETPLANS MIAMI AIIANTA NFW •ORK Mike Lydon, CNU-A I Principal Mike Lydon is co-founder and Principal at Street Plans. Mike is an internationally sought after planner, author, speaker, and designer of livable cities. He was named by Planetizen in 2018 as one of the 100 most influential urbanists. Mike has lead more than 100 temporary and permanent street redesign projects across the United States and delivered more than 275 keynotes, workshops, trainings, and lectures, exerting a global influence on how people think about transforming the public realm. Mike is the creator and primary author of the The Open Streets Project and the globally acclaimed digital series Tactical Urbanism: Short -Term Action, Long -Term Change Vol. 1 - 5. With Tony Garcia, Mike is the recipient of the 2017 Seaside Prize and co-author of the full-length book Tactical Urbanism, published by Island Press in March 2015, and honored by Planetizen as one of the top 10 planning books of the past decade. Mike also collaborated with Andres Duany and Jeff Speck in writing The Smart Growth Manual, published by McGraw-Hill in 2009 Mike most recently co-authored NACTO's Streets for Pandemic Response and Recovery and the Streets for Voting Guide, which seeks to help cities and boards of elections utilize streets and other public spaces for election activities. Mike currently serves on Transportation Alternative's Executive Committee for the New York City Harbor Ring project and is an advisor to the Bicycle Coalition of Maine. Before launching Street Plans in 2009, Mike worked for Smart Growth Vermont, the Massachusetts Bicycle Coalition, and Ann Arbor's GetDowntown Program. From 2006 - 2009 Lydon worked for Duany Plater-Zyberk and Company (DPZ), an international leader in the practice of smart growth planning, design, and research techniques. Select Projects • Miami Beach Bicycle Master Plan, Miami Beach, FL • Miami Beach Street Design Guide, Miami Beach, FL • North Beach Master Plan, Miami Beach, FL • New York City Strategic Trails Plan, New York, NY • Lyft: Leveraging COVID-19 for Transformational Change • SoHo Broadway Public Realm Vision and Framework Plan, New York, NY • BRIDGE District Connectivity Plan, Hudson, NY • Nyack Bicycle and Pedestrian Master Plan, Nyack, NY • Safe Routes for All Active Transportation Plan, New Haven, CT • Let's Ride JC Bicycle Master Plan + Bikeway Design Guide, Jersey City, NJ • JC Walks Pedestrian Enhancement Plan, Jersey City, NJ • CityWalk Phase I Plan, Providence, RI • PlanBTV Walk/Bike Master Plan, Burlington, VT • Philly Free Streets Strategic Plan, Philadelphia, PA • Keyport Complete Streets Design Guide, Keyport, NJ • Westminster 2030 Bicycle Master Plan, Westminster, CO • BikeNWA Bicycle + Pedestrian Pilot Projects; Bella Vista, Bentonville, Rogers, AR • Connect Waldorf Bicycle + Pedestrian Connectivity Analysis, Waldorf, MD • Portland Area North Bike/Ped Implementation Plan, Portland, ME • Morris Canal Greenway On -Street Design Plan, Jersey City, NJ • Grand Street Quick -Build Striping Plan, Jersey City, NJ • Merseles Street Quick -Build Striping Plan, Jersey City, NJ • Quick -Build Program Design + Materials Guide, Burlington, VT 60 Education • Georgia Institute of Technology, Master of Architecture Vanessa Lira I Senior Project Director Vanessa is the Senior Project Director at Street Plans and leads the firm's Atlanta office. Formally trained as an architect, Vanessa has 10 years of experience designing and implementing environments at multiple scales including interiors, architecture, and urban design. Prior to joining Street Plans, Vanessa was an Assistant Director at the Atlanta Department of City Planning, leading a team focused on the creation of over 25 public spaces. While at the City of Atlanta, she developed Atlanta's first Tactical Urbanism Guide and managed the City's tactical urbanism program, Love Our Places. She was a founding member of the Atlanta City Studio, an urban design studio that specializes in creative community engagement, where she collaborated on the City's long-term strategic design document The Atlanta City Design. • Georgia Institute Vanessa holds a Master of Architecture from Georgia Tech, where she also received of Technology, B.Sc. her undergraduate degree. She continues to be involved in her alma mater as a Architecture guest lecturer and juror and is a frequent urban design panelist and speaker at both professional and news outlets. Languages English ( Portuguese Select Projects Lectures + Washington Corridor Bike/Bus Quickbuild, Culver City, CA Publications Meatpacking BID Tactical Urbanism Material Palette, New York, NY • NPR's WABE 90.1 Jersey City Outdoor Dining Guide, Jersey City, NJ Closer Look with Rose Atlanta On -street Dining Design + Implementation 2021 Scott 12021 Atlanta Tactical Urbanism Program, Love Our Places • Reclaiming Vacant Broad Street Boardwalk, Atlanta, GA Properties Conference Peachtree Shared Space Demonstration Project, Atlanta, GA 12019 City of Atlanta Tactical Urbanism Guide • NOMA Atlanta Summerhill Bus Rapid Transit corridor design, Atlanta, GA. Panel) 2019 Founding member of the Atlanta City Studio • Atlanta City Design Atlanta City Design, a 400-page book guiding Atlanta's growth 12017 Experience 10 years STREETPLANS MIAW A11ANTA NEW vatic 61 Education • University of Michigan, Master of Urban Planning, Physical Planning, 2016 • University of Michigan, Master of Science, Environmental Planning, 2016. Dana Wall I Senior Project Director Dana Wall is the Senior Project Manager in Street Plans' Miami office. She has a strong professional background in public space, urban design, and transportation planning. At Street Plans, Dana has implemented over 25 demonstration, pilot, and/or interim design placemaking projects, and has contributed her urban design and planning skills to a wide variety of active transportation projects. She recently completed the Crosstown Greenway Pilot project for the City of Key West, FL and the Go Ojai Bicycle + Pedestrian demonstration project in Ojai, California. An accomplished researcher, Dana served as the Principal Investigator for Fast - Tracked: A Tactical Transit Study, one of the firm's latest research publications sponsored by the Transportation Research Board. She is currently managing the Safe Routes for All Master Plan in New Haven, CT and the SoHo Broadway Public Realm Vision and Framework Plan in New York City. Dana serves on the Executive Committee of The Underline Collective, and is the lead urban designer for the Avenue 3 Miami Urban Initiative. Select Projects • University of Rue Vendome Interim Design Plaza, Miami Beach, FL California, Los Shore to Core Pedestrian Demonstration Project, West Palm Beach, FL Angeles, B.A. Crosstown Greenway Pilot Project, Key West, FL Communications, 2011. Biscayne Green Pilot Project, Miami, FL • Miami -Dade Transportation Quick -Build Program, Miami, FL • Dow Masters Fast -Tracked: A Tactical Transit Study, Nationwide Sustainability Fellow, Let's Ride JC Bicycle Master Plan + Bikeway Design Guide, Jersey City, NJ 2016. Safe Routes for All Active Transportation Plan, New Haven, CT • New York City Strategic Trails Plan, New York, NY Languages SoHo Broadway Public Realm Vision and Framework Plan, New York, NY English BRIDGE District Connectivity Plan, Hudson, NY • Keyport Complete Streets Design Guide, Keyport, NJ Experience Burlington Quick Build Program Design + Materials Guide, Burlington, VT 7 years Go Ojai Bicycle + Pedestrian Demonstration Project, Ojai, CA • Southern California Association of Governments GoHuman Campaign Demon- stration Projects, 9 Cities • Northwest Arkansas Bicycle + Pedestrian Pilot Projects; Bella Vista, Bentonville, Rogers, AR • East Cut Community Benefit District Public Realm Plan, San Francisco, CA • Wexford Innovation District Placemaking + Activation Strategy, 6 cities • Hazelwood Green Plaza Programming Plan + Execution, Pittsburgh, PA • Coxe Avenue Corridor Interim Design Project, Asheville, NC • Yerba Buena Street Life Plan + Charrette, San Francisco, CA • Hands On Exchange Bicycle + Pedestrian Pilot Project, Akron, OH • CityWalk Bike + Pedestrian Demonstration Projects, Providence, RI STREETPLANS Irene Balza I Project Manager Irene Balza is a project planner at Street Plans Collaborative at the firm's Miami office. She has a background in urban design, architecture, and sustainable design. In 2018, she worked with the Rockefeller Foundation's 100 Resilient Cities Program and the Inter -American Development Bank through its Cities LAB platform to hold tactical urbanism workshops in Latin American cities such as Medellin, Colombia and Santa Fe, Argentina. Most recently, Irene led the creation of an open source guide in collaboration with the Bloomberg Foundation that details best practices needed to implement asphalt art projects on city streets and public infrastructure. Education Prior to joining Street Plans, Irene worked with the Miami Downtown Development Authority on various urban planning, transportation, and street -improvement • University of projects. While at the Miami DDA, she was part of the design team for Biscayne Miami, Master of Green, a one -month public space installation in the heart of Downtown Miami, and Urban Design & for a Complete Streets design initiative on SE/SW 1st St. Development, 2018 She has earned a Master of Urban Design and Development and a Bachelor • University of Miami, of Architecture at the University of Miami School of Architecture. B.A. Architecture, 2016 Select Projects: Languages English Spanish Rue Vendome Pavement to Plaza Project, Miami Beach, FL • Broward Complete Streets Pilot Projects, City of Fort Lauderdale and City of Experience Deerfield Beach, FL. 6 years Miami -Dade Transportation Quick -Build Program, Miami, FL • Magic City Innovation District Site Design, Miami, FL • Move Culver City: Reimagining Mobility in Culver City, CA. • A Safer Prospect Quick Build Project, Hermosa Beach, CA • Let's Ride JC Bicycle Master Plan + Bikeway Design Guide, Jersey City, NJ • Jersey City Bike Master Plan, Jersey City, NJ • 100 Resilient Cities Partnership Workshop, Worldwide • Go Ojai Demonstration Project, Ojai, CA • Kalihi Quick Build Crosswalk Project, Honolulu, HI STREETPLANS 6� Education • Hunter College, New York City, Master of Urban Planning, 2017 • Suffolk University, Boston, BRA, Interior Rachel Albetski I Project Manager Rachel Albetski is a project manager at Street Plans Collaborative in the New York Office. She has a background in community planning, and advocacy, and streetscape design and is the firm's GIS specialist. She brings her combination of technical design skills and in-depth understanding of government and politics to Street Plans. Prior to joining Street Plans, Rachel worked as a contractor for the New York City Department of Transportation as a project manager for pedestrian improvements and on the installation of a citywide pedestrian wayfinding system. Rachel received her Masters in Urban Planning from Hunter College, where she focused on the intersection of community planning and city governance. Select Projects Design, 2012 Bike Somerville Master Plan, Somerville, MA • Park to Park 103rd Public Realm Analysis, Activation, and Implementation Plan Languages Destination 2040: Middlesex County Bicycle and Pedestrian Plan, Middlesex English County, NJ • Our City, Our Spaces! A Materials, Tools, and Equipment Library for Neighbor - Experience hood -Led Activities in Washington, D.C, Washington, D.C. 6 years STREETPLANS c4 Education • University of Miami, B.A. Architecture, 2016 Languages English I Spanish Experience 5 years STREETPLANS MIAM,-OIANTA NEW VO11R Education • KTH Sweden, Master of Science in Urbanism Studies, 2019 • City College of New York, B.A. Architecture, John Gonzalez I Project Planner John has a background in urban design, transportation planning, and architecture. At Street Plans, John has helped plan, design, and manage street design in several public realm enhancement projects throughout the country. Prior to joining Street Plans, John worked closely with the director of the Center for Urban and Community Design of the University of Miami and the Office of Resilience in Miami Dade County. He is currently working on the design of interim street redesigns in Jersey City, NJ and Downtown Memphis, TN, as well as producing graphics for the Safe Routes for All Master Plan in New Haven, CT, among other projects. John received a Bachelor of Architecture with a minor in Industrial Engineering from the University of Miami. He also received the Ferguson and Shamamian award for excellence in classical design. He believes that architecture and urban design can transform how people interact and engage with their communities for the better. Select Projects: • Miami -Dade Transportation Quick -Build Program, Miami, FL • Let's Ride JC Bicycle Master Plan + Bikeway Design Guide, Jersey City, NJ • Jersey City Bike Master Plan, Jersey City, NJ • New York City Strategic Trails Plan, New York, NY Lyft: Leveraging COVID-19 for Transformational Change • SoHo Broadway Public Realm Vision and Framework Plan, New York, NY • BRIDGE District Connectivity Plan, Hudson, NY Veronica Rivas Plaza I Project Designer Veronica has a background in architecture, urban design, and sustainable city - making. She believes that design should be informed by the social, ecological, and cultural environments that shape our lives and advocates for creating more walkable communities to improve quality of life for all. Prior to joining Street Plans, Veronica worked on a variety of architecture and urban design projects that span urban and rural contexts, with goals of fostering inclusion and diversity in social housing, and planning for more active, walkable communities where residents are close to daily needs. She has held positions as a Junior Architect at Curtis + Ginsberg Architects, David Cunningham Architecture and Planning, and interned at the Van Alen Institute. Veronica holds a degree in Architecture from The City College of New York and a Master of Science in the Urbanism Studies Programme at KTH, Royal Institute of Technology in Stockholm, Sweden. While at KTH, she investigated 'living streets' or pedestrian -friendly environments as part of her master thesis and collaborated with The Stockholm Traffic Office (Stad Trafikkontoret). 2016 Select Projects Languages Bike Somerville Master Plan, Somerville, MA English I Spanish Park to Park 103rd Public Realm Analysis, Activation, and Implementation Plan • Destination 2040: Middlesex County Bicycle and Pedestrian Plan, Middlesex Experience County, NJ 4 years Our City, Our Spaces. A Materials, Tools, and Equipment Library for Neighbor- hood -Led Activities in Washington, D.C, Washington, D.C. 6S Education • Master of Architecture. FIU, 2020. Amalia Toll I Project Designer Amalia Tomey is a high integrity Project Designer at Street Plans' Miami office. With a strong background in urban, architectural and interior designing, she brings ten years of experience to the table, leveraging her innovativeness and philanthropy to meet the needs of any project. Prior to Street Plans, she held similar roles at reputable companies outside and in the United States. A significant influence on her, had her role in the Department of Architectural Design and Urban Planning, Office of the Historian of Havana City, where she worked in the Integral Revitalization and Historic Preservation of Old Havana, transforming the city into a pedestrian and bicycle - friendly hub revived with public and commercial spaces. • Bachelor in Science Amalia is the recipient of the AIA Miami Design Award Student Design / Honor (FIU) in Industrial Design, for her Climate Resilient Urban Nexus CHoices (CRUNCH) Research Project, award to Higher Institute of Design, The Havana, recognize a student who has achieved outstanding academic distinction in the study of architecture. Amalia holds a Bachelor's Degree in Industrial Design and a Masters in Cuba, 2010. Architecture from Florida International University. Languages English I Spanish Experience 3 years STREETPLANS MIAMI A1lAN1A Nf W YORR Education • Florida Atlantic University, Bachelor of Architecture, Minor in Disaster Management, 2019 Languages English Experience 3 years Select Projects: • Broward Complete Streets Pilot Projects, City of Fort Lauderdale and City of Deer- field Beach, FL. • Key West Pilot Project, Crosstown Greenway, Key West, FL. • MOVE CULVER CITY: Reimagining Mobility in Culver City, CA. • Court Avenue Street Re -design, Memphis, TN. • Let's Ride JC Bicycle Master Plan + Bikeway Design Guide, Jersey City, NJ Madison Aren Castro I Project Designer Aren is a Project Designer at the firm's New York City office. He has a background in urban design, architecture, planning, and environmental design. While at Street Plans, Aren has led the graphic production and urban design behind a number of high - impact projects, such as the Streets for Voting Guide, the BQX Aren served as a Project Designer and contributed heavily to the overall research and publication design of a Place -Based Framework prepared for The City of West Palm Beach. The publication documents the land use, transportation, and urban design recommendations compiled by Florida Atlantic University's School of Architecture and School of Urban Planning and marks the launch of FAU's Partnership for Sustainable Communities with the City of West Palm Beach. Select Projects: • Move Culver City Tactical Mobility Lanes, Culver City, CA • Streets for Voting Design Guide, National • SoHo Broadway Public Realm Vision and Framework Plan, New York, NY • Main Street Shared Streets and Spaces Pilot Project, Northampton, MA • New York City Strategic Trails Plan, New York, NY • BQX Livable Streets Lookbook, New York, NY • Livable 103rd Street Analysis + Activation Plan, New York, NY :TA Principal + National Director, Transportation Planning Mr. Flynn directs a range of innovative transportation Years of Experience planning and design projects that create stronger, 17Years more vibrant and livable cities and communities. He Education draws on public and private sector experience and M.S. City& Regional Planning award -winning work that has spanned transportation Pratt Institute,2006 plans at the city, neighborhood, and corridor levels; B.A. Computer Science University of Vermont, 2001 multimodal mobility and complete street improve- ments; streetscape and public space design; public Certifications engagement; and sustainability & resilience planning. American Institute of Certified Planners LEED Accredited Professional Relevant Experience West Palm Beach Mobility Planning Services, WEST PALM BEACH, FL Professional Affiliations As part of a team, Sam Schwartz provided a series of strategic planning, American Planning Association policy and analysis services to the City of West Palm Beach. The center- Transportation Research Board piece was an overall Mobility Plan for the City that defined a vision for a Institute of Transportation balanced, multi -modal transportation system with consideration for the Engineers rapid technological changes that were underway, laid out organizational ITE Mobility -as -a -Service and process improvements to operationalize the new policies, and iden- Steering Committee tified the potential funding sources to build out improvements. Other key NACTO Partner & Trainer tasks included a comprehensive parking study of downtown West Palm Beach, optimization of the Downtown transit network, and a redesign of Publications the Okeechobee Blvd corridor as a walkable Complete Street. Planning Magazine: Congestion Pricing Gains Steam in Cities Palm Tran Fare Technology Upgrade Engagement, PALM BEACH COUNTY, FL NACTO: Using Data for Better Decisions &Stronger Support Sam Schwartz is supporting Palm Tran as they upgrade their fare pay - League of Conservation ment technology. Mr. Flynn is overseeing the development of a public Voters: Reaching 80xSo GHG engagement strategy and overseeing the development of public engage- Emissions Reductions in ment materials including both digital and hard -copy products to educate, Transportation inform, and solicit input from Palm Tran riders and other stakeholders. ITS America Annual Meeting: The public engagement strategy is designed to reach riders where they Planning for Smarter Cities are rather than expecting them to attend large -format workshops, with APA National Planning tabling at key locations, videos, palm cards/brochures, and other materi- Conference: AutonomousVehicles and the Future of City als tailored to Palm Tran's unique facility needs and operations. Streets Fruitville Road Streetscape Enhancements, MANATEE/SARASOTA COUNTIES, FL Sam Schwartz developed complete street and streetscape alternatives Sam for Fruitville Road from U.S. 41 to U.S. 301 through downtown Sarasota. Fruitville Road is a hurricane evacuation route that carries up to 25,000 Schwartz vehicles per day. The previous design prioritized vehicle movement and A TYLin Company 67 served as a barrier within Sarasota, inhibiting economic development. The project's objectives were to reduce speeds without impacting capac- ity, create safer walkability conditions between the downtown urban core and nearby neighbor- hoods, enhance the aesthetic value at the gateway entrances, and promote economic development along the corridor. Mr. Flynn served as a technical expert on designing for safety. Pearl District Parking & Pedestrian Planning, SAN ANTONIO, TX Sam Schwartz is supporting the Pearl, a premier mixed -use district in downtown San Antonio, as they continue to grow and seek to become one of the most walkable neighborhoods in North America. Under Mr. Flynn's direction, the team is analyzing trip demand and parking needs at the neighborhood level to bring parking supply, pricing, location, and wayfinding into alignment so as to create a "park once" environment with seamless pedestrian connections and technology integration. Liberty Avenue Transit & Public Life Plan, PITTSBURGH, PA As part of a team, Sam Schwartz developed recommendations to realize Liberty Avenue's potential to be a world -class street for downtown Pittsburgh by improving bus operations, transit user experience and overall public realm quality. Sam Schwartz led the transit and traffic analyses, evaluating a series of design alternatives ranging from the short-term and "tactical" to more trans - formative long-term options. The project involved close coordination with the Port Authority of Allegheny County as well as Pittsburgh City Planning, Public Works and local businesses and residents. Mr. Flynn was Sam Schwartz's Project Director. Grant Support Services, NATIONAL Mr. Flynn is an expert on federal and state grant funding programs and applications. He has over- seen tens of millions of dollars in successful fund- ing requests and has supported applications as well as ongoing execution and documentation of grant -funded projects across a range of programs including TIGER (now RAISE), TAP, CMAQ, HSIP, Small Starts, and FEMA/FHWA emergency recov- ery programs, among others. He personally led a successful $25 million TIGER application that funded traffic safety, walking, and biking improve- ments and is actively advising clients on the new and modified funding programs included in the Infrastructure Investment and Jobs Act. FHWA Separated Bike Lane Planning & Design Guide, NATIONAL Mr. Flynn served as a strategic advisor on this comprehensive guide which represents FHWA's first in-depth guidance on this quickly -evolving topic. Mr. Flynn contributed to and provided tech- nical review of the planning and design guidance and authored key sections. NACTO Urban Street Design Guide & Training Workshops, NATIONAL Mr. Flynn served on the steering committee of the National Association of City Transportation Officials (NACTO)'s Urban Street Design Guide, co-authoring several sections and providing qual- ity control review of the entire guide. He collab- orated with NACTO and ITE to develop and lead a series of technical workshops for practitioners, policymakers and advocates on the Design Guide. Trainings have taken place in Washington, D.C.; Memphis; Hollywood, FL; Halifax; and Toronto. Public Sector Experience New York City DOT, various roles (2004-2014) Mr. Flynn led the Capital Planning and Green Infrastructure units (responsible for developing the City's $1 billion capital street construction program and scoping and budgeting capital projects span- ning safety, bicycle and greenway improvements, bus rapid transit, public plazas, and state -of -good - repair), directed the economic analysis of street improvement projects, oversaw grant applications resulting in over $100M in funding, contributed to traffic and environmental reviews, and liaised with elected officials, public and private stakeholders. ()R Principal General Manager Danielle has more than 20 years of experience in Years of Experience the transportation consulting industry, including a 21 Years decade in the Tampa Bay Area. She has worked for Education agencies across Florida, successfully leading projects B.S. Civil Engineering encompassing complete streets planning and design, West Virginia University,2002 innovative concept evaluations and development, Certifications public involvement, safety audits/assessments, traffic Road Safety Professional, 2019 analyses, and bike and pedestrian planning. A Vision Professional Transportation Zero advocate, Danielle is passionate about delivering Planner, #508, 2016 safe and equitable solutions. FHWA-NHI-133123 Systems,2014 Relevant Experience p Engineering for Signal Systems Including Adaptive Control, NHI Pearl District Parking & Pedestrian Planning, SAN ANTONIO, TX Road Safety Audits, University Sam Schwartz is supporting the Pearl, a premier mixed -use district in of MD, 2010 downtown San Antonio, as they continue to grow and seek to become OSHA lOhr Construction Safety, one of the most walkable neighborhoods in North America. Under the 2009 Sam Schwartz team's direction, staff are analyzing trip demand and park- FHWA National MUTCD ing needs at the neighborhood level to bring parking supply, pricing, loca- Temporary Traffic Control in tion, and wayfinding into alignment to create a "park once" environment Mobile Operations, 2006 with seamless pedestrian connections and technology integration. Professional Affiliations WTS Tampa BOD Vice *1-75 (SR 93) Master Plan Study, East of SR 951 to SR 78 (Bayshore Drive), President FDOT D1, COLLIER AND LEE COUNTIES, FL Tampa Bay Institute of Danielle was the Senior Planner responsible for performance of a master Transportation Engineers - Alt plan study for 1-7S, including the evaluation of adding express lanes to District Liaison the interstate, analysis of the corridor's current and future capacity needs, International and Florida and development of a transportation program to implement necessary Section Institute of Transportation Engineers improvements. She was also involved in public engagement support and oversight, key stakeholder/agency outreach, traffic network model devel- Hillsborough County Community Traffic Safety Team opment, safety analysis, conceptual mainline roadway design, Section 4(f) evaluation, and preliminary engineering report development. "Work performed prior to joining Sam Schwartz *E 131st Ave Improvements PD&E, US 41 to N 30th St, HILLSBOROUGH COUNTY, FL Danielle was the Project Manager responsible for field review, data collec- tion and coordination, multimodal Complete Street alternative develop- Sam ment considering environmental impacts, crash locations, transit quality Schwartz of service, etc. She was also involved in public engagement, highway safety improvements, crash analysis, bicycle and pedestrian mobility anal- A TYLin Company 69 ysis, multimodal analysis, utility impact analysis *Belleair Road Multimodal (Complete and relocation design; right of way impacts; review Street/Context Sensitive) Feasibility Study, of controlling substandard design elements; and PINELLAS COUNTY, FL analyses of environmental (historic sites, Section Danielle served as Project Manager responsible 4(f) properties, air/noise, wetlands, stream for field review, data collection and coordination, encroachment, threatened and endangered species, socioeconomics, environmental justice and hazardous waste) impacts, Environmental Justice and Stormwater Management Regulations impact analysis. She contributed to the develop- ment of Preliminary Environmental Information Report (PEIR). *Lakeland Area Alternative Analysis Study, FDOT District 1, LAKELAND, FL Danielle served as Deputy Project Manager responsible for quality assurance of recommenda- tions for cost effective improvements on multiple Road Safety Audit studies for several corridors in the Lakeland area to improve the mobility of pedestrians and bicyclists. This study will assist the District and its transportation partners in defining a program of context sensitive solutions to improve the transportation, safety, economic and quality of life goals within the corridor across all modes of transportation. She participated in the public meetings and spearheaded the stakeholder workshops and development of four Corridor Action Plans (CAP). *Old Dixie Trail from Auburndale to Haines City PD&E, FDOT District 1, POLK COUNTY, FL Danielle served as Safety Lead responsible for the safety analysis for a potential trail facility between the Auburndale Trailhead and the Haines City Trailhead, a 12-mile corridor in Polk County. The intent of the trail is to provide regional connec- tivity that will offer economic and recreational benefits. On -going efforts for this project include performing an analysis of potential trail corridors based on a variety of evaluation criteria, conduct- ing a public involvement program, including stake- holder outreach, to develop a purpose and need for the project and preparing a feasibility report. multimodal alternative development considering environmental impacts, crash locations, duration of congestion, transit quality of service, etc., public involvement, and development of draft and final reports. The project corridor was identified as a Policy Constrained Road, due to environmentally sensitive areas. This project served as a pilot for the County's Portfolio process approach which aimed to identify all possible opportunities and constraints to ensure a holistic approach, resulting in project implementation success with program- ming of study through to design and construc- tion. Danielle presented this project at the FPRITE annual meeting in November 2019 and at the National ITE annual meeting in August 2020. *Hernando Transit Bus Stop Improvements, HERNANDO COUNTY, FL Danielle served as Project Director for this project including design and survey services for seven selected fixed route transit bus stop locations, all associative curb and gutter, sidewalks to complete connectivity for each of the bus stops. This project included utility relocations and drainage improve- ments. The seven bus stop sites will be designed in accordance with the Florida Accessibility Code, FDOT Road and Bridge and the Florida Transit Facilities Guidelines. *Lighting Design Standards and Specifications, CITY OF MIAMI BEACH, FL Danielle served as Project Manager providing a thorough review of the existing lighting facilities within the City and the roadway lighting criteria contained within the City Public Works Manual. To establish uniform roadway lighting that is designed and installed properly, roadway lighting criteria was developed that not only meets indus- try standards but also the more specific needs of the City of Miami Beach. 7n Principal + National Practice Leader, New Mobility Mr. lacobucci is an internationally -recognized leader in new mobility; guiding clients to manage the emergence of technology -influenced mobility options. Key to his approach on new mobility and autonomous vehicles is his intuitive grasp of equity measures, mass transit, mobility, market optimiza- tion, and transportation technology which has led to success in advising clients on integrating emerg- ing technologies with traditional modes and tran- sit networks. Relevant Experience Seattle Department of Transportation (SDOT) New Mobility Playbook, SEATTLE, WA Mr. lacobucci served as the Project Manager for this initiative to develop an enhanced regulatory and policy framework to guide the Seattle region over the next fifty years as new mobility services and concepts emerge in the transportation ecosystem and reshape how it operates. This project was anchored by in-depth workshops with the City of Seattle and King County to establish impacts of concern, opportunities to realize, and principles to uphold. NYC 8Ox5O GHG Reduction Transportation Action Plan, NEW YORK, NY Mr. lacobucci served as the New Mobility Senior Advisor on this ground -breaking plan for New York City. He advised on issues of Mobility as a Services (MAAS), electric vehicle technology, and implications for autonomous vehicles for the future mobility of New York City. Cambridge AV Blueprint Study, CAMBRIDGE, MA Mr. lacobucci is leading the policy tasks for a study to envision the future of Cambridge, MA as the adoption of autonomous vehicles escalates in the coming decades. Mr. lacobucci will advise analytical tasks and lead the policy framework for this project. Move Culver City Tactical Mobility Lane Implementation, CULVER CITY, CA Mr, lacobucci is serving as the project manager for the rapid design and construction of three mobility lanes (bus -bike lanes) on Culver and Years of Experience 17 Years Education M.S. Urban Planning + Policy University of Illinois at Chicago, 2005 B.A. Communications Bowling Green State University, 2000 Professional Affiliations Transportation for America Smart Cities Collaborative, 2018 Chicago New Transportation and Mobility Advisory Group, 2018 APTA Mobility Management Steering Committee 2015-2018 APTA Sustainability Committee, 2014-2018 Urban Land Institute Chicago Policy Committee, 2014 - 2018 APTA BRT Steering Committee, 2010-2018 Presentations Urbanism Next Conference, 2019 Tom Tom Festival, 2019 ITE Autonomous Vehicle Webi- nar, 2018 Transportation Research Board Annual Conference, 2018 ITS International, 2017 PBIC Webinar: Walking and Bicycling in an Automated Future, 2017 Florida Autonomous Vehicle Summit, 2017 Sam Schwartz 71 Washington Boulevard Downtown, Sepulveda Boulevard, and Jefferson Boulevard using the quick -build method. The project envisions a reimagining of our streets as public spaces and prioritizes moving people over cars in the design of the street. Bus riders, cyclists, and emergency vehicles will all benefit from increased speeds, ease of travel, and reliability of sustainable connections to key destinations and regional tran- sit connections. Redefine the Drive: North Lake Shore Drive Phase I, CHICAGO, IL Mr. lacobucci served as the Transit Lead for this transformational project involving improvements to seven miles of Lake Shore Drive. This robust transit corridor includes seven bus routes provid- ing over 69,000 transit trips per day. Several options, including light rail, bus rapid transit, and priced HOT/HOV were analyzed with the aim to improve transit speeds and reliability during peak periods. Miami -Dade County Shared Mobility Study, MIAM1, FL Mr. lacobucci is the Project Director for a study to envision the future of public transportation in Miami -Dade County and to develop recommenda- tions to integrate emerging shared mobility solu- tions into the planning and development of the six (6) corridors of the Strategic Miami Area Rapid Transit (SMART) Plan (South Corridor, Kendall Corridor, North Corridor, East-West Corridor, Beach Corridor (Miami Connector Project -Transit Connector from Miami to Miami Beach), and Northeast Corridor). St. Lucie County Shared Mobility Study, ST. LUCIE, FL Mr. lacobucci served as the Project Director for the county -wide assessment that will inform how the region will approach emerging transporta- tion technologies. The study resulted in several programmatic and strategic changes to the public transit network in the county. Metropolitan Transportation Commission (MTC) Future Mobility Program: Task Order 1-Regional Forum Planning and Delivery, SAN FRANCISCO, CA Mr. lacobucci served as the Project Director for the first Future Mobility Task that will inform how regions should consider emerging transporta- tion technologies and trends; and how MPO's can contributes proactively to the regional, state, and federal dialogue regarding the sector's future. Sam Schwartz is assisting MTC, in part- nership with the Sacramento Area Council of Governments (SACOG), Southern California Association of Governments (SCAG), and San Diego Association of Governments (SANDAG), to study key policy issues that shared mobility and emerging technology trends may present, assess the potential impacts of those companies' activi- ties, and identify appropriate roles for the state's largest Metropolitan Planning Organizations. Mobility Choice Blueprint Initiative, DENVER, CO Mr. lacobucci served as a technical advisor for this project in the Denver region that focused on maximizing existing investments in the trans- portation system while leveraging technology to plan for our future workforce. Mr. lacobucci held several sessions with RTD and the Denver Regional Council of Governments to advise on best -practices for integrating emerging modes with the fixed route transit network. King County Battery Bus Feasibility Study, KING COUNTY, WA Mr. lacobucci served as Project Director for Sam Schwartz's collaboration with King County to develop a long-term feasibility study of transition- ing the fleet to all zero -emission battery buses. The feasibility study includes an assessment of existing and anticipated battery bus technol- ogy, such as charging times, expected miles per charge, types of charging infrastructure, impacts to bus base configuration and operation, and expectations for battery life and battery recy- cling/re-use options. 7? Senior Associate + Nati Leader, Electrification Ms. Sargent helps leads municipalities through the Years of Experience optimization and modernization of their transporta- la Years tion systems to increase ridership and distribute Education tran-sit benefits equitably across various populations M.S. Urban Planning and navigate the relationship between emerging Columbia University,2007 mobilityes traditional transportation systems. She p y onal Miami University of Miami University of Ohio, 2000 brings expe-rience in transit and shared mobility, including TNCs, microtransit, dockless bikeshare, and Certifications e-Scooters. American Institute of Certified Planner Professional Affiliations Relevant Experience American Planning SEPTA Battery -Electric Bus Scheduling Analysis, PHILADELPHIA, PA Association Transportation Ms. Sargent is managing this task order to model SEPTA bus service and recommend strategies to transition service to all zero -emission, Research Board battery -electric buses. The analysis includes both existing technology American Public Transportation assumptions, as well as scenario testing of expected technology improve- Association ments. The model is also being used for sensitivity testing of key assump- tions to determine the relative importance of key service characteristics on the ability to transition all bus service. For any service deemed difficult to electrify with existing or anticipated technology, scheduling strategies to achieve full electrification will be recommended. Culver City Tactical Mobility Lanes Pilot, CULVER CITY, CA Sam Schwartz is working on a multi -year project with the City of Culver City to design and implement tactical mobility lanes on three corridors as part of a pilot demonstration project. The corridor designs will include bus lanes, micromobility lanes, public/pavement art, and accommodations for outdoor dining during COVID-19 conditions. Existing and pre-COVID-19 data is being collected for traffic, bus, bicycle, scooter and pedestrian volumes and speeds. Other transit performance metrics and safety met- rics are also being collected and will be reported against established project indicators of success. Key performance indicator (KPI) reports will be published regularly throughout the pilot period to determine whether adjustments to the design should be made and a post -pilot evaluation will be conducted to determine pilot success and recommendations for per- manent treatments. COVID-19 appropriate stakeholder, public and busi- ness engagement is being incorporated into the design and evaluation process. Ms. Sargent serves as the Lead Transit Planner for this project. Schwartz 7.� San Jose Emerging Mobility Study, SAN JOSE, CA Sam Schwartz is part of the project team con- ducting a study of how emerging private mobility can be used in the City of San Jose to increase transportation equity in the city. The goal of this grant -funded project is to devise a plan to direct investments in private mobility to further the city's equity goals in ways that reduce car dependence and vehicle miles traveled and that align with real - world business cases. In addition, this study will develop a new contribution to the Open Mobility Foundation for a mobility data specification for transportation equity. San Jose Access and Mobility Study, SAN JOSE, CA The City of San Jose aspires to reduce vehicle miles traveled (VMT) in the city by 40%. Ms. Sargent is leading the Sam Schwartz team in developing the analytical framework for a digital tool that will allow the city to model the effect that different transportation, land use and transpor- tation demand management interventions would have on VMT in different urban contexts through- out the city. In conjunction with cost estimates for potential interventions, as well as a public engage- ment process, the tool will be used to determine a plan for the city achieve its ambitious VMT reduc- tion goal. As new data is collected each year, the model will continually be recalibrated. The project scope entails an organizational assessment and recommendations to organize the department of transportation around use of the tool to meet the city's long-term goals. Barclay's Center Transportation Demand Man- agement, BROOKLYN, NY Ms. Sargent participated on the project team charged with developing and overseeing an ambitious Transportation Demand Management plan to limit the number of fans traveling with private vehicles and maximize the use of transit and other modes. To discourage fans from driving, Sam Schwartz reduced the number of planned on -site parking spaces by half, which was accom- panied by a large-scale marketing campaign promoting the already robust transit serving the arena. To better accommodate these fans taking transit, Sam Schwartz worked with the MTA to develop a plan to enhance transit for the post - event surge, including staging additional subway trains, positioning empty buses that could be introduced onto any of the 11 nearby bus routes, and doubling the number of post -event LIRR departures from the adjacent station via special shuttle trains. Los Angeles Bus Rapid Transit Planning Study, LOS ANGELES, CA Ms. Sargent managed Sam Schwartz's partic- ipation in a comprehensive study to evaluate corridors for potential Bus Rapid Transit (BRT) treatments throughout Los Angeles County. Out of a long list of 43 corridors,14 corridors were recommended for BRT treatments. Based on the unique characteristics of each corridor, specific BRT treatments were selected, ranging from fully separated transitways to queue jumps and turn bans at key locations, and including transit sig- nal priority, off -board fare collection, distinctive stations and branding, and limited stop spacing. Sam Schwartz then conducted a cost -benefit and ridership analysis of the selected treatments for each corridor. Capital and operating costs, rider- ship projections, travel time savings and average travel speeds were calculated. Sound Transit Transportation Technology Advi- sor, SEATTLE, WA Sam Schwartz retains an exclusive task order contract for Sound Transit, advising the agency on transportation innovations and piloting emerging mobility and data analytics. The first task order for this contract has focused on peer agency interviews, with the aim of identifying innovative organizing structures and mechanisms for facili- tating pilot projects, iterative learning and focus on user experience. Ms. Sargent manages this ongoing effort. 74 Senior Transit Planner Ms. Chase specialized in transit service planning and Years of Experience analysis. Ms. Chase provides recommendations for 8Years transit operations and evaluates transit demand and Education capacity for complex, highly -visible projects like the Master of City Planning LaGuardia Airport and JFK Airport Redevelopment Massachusetts Institute ofTech- nology, 2011 Programs. Ms. Chase brings extensive knowledge B.A. Political Science of transit service planning in cities, small towns, and St. Mary's College of Maryland, suburban areas. 2006 Certifications American Institute of Certified Relevant Experience Planners TransitCenter Transit Cities 2018, PHILADELPHIA, PA; DENVER, co Professional Affiliations Cities across the country face both technical and strategic challenges American Planning Association, to providing better transit. Sam Schwartz (with Ms. Chase as Project New York Metro Chapter Manager) collaborated with the nonprofit TransitCenter to help transit American Planning Association, systems implement transit -priority projects while building long-term Transportation Planning Division capacity for change. In Denver, the team worked with RTD and the City to Presentations design and implement dedicated bus lanes. In Philadelphia, Sam Schwartz American Public Transportation recommended corridor improvements including modular islands and Association Sustainability & stop spacing for Oregon Avenue. Multadjusted "Local Localodal Planning workshop, Bus Performance and Declining Ridership," July 2018 Journal Square Bus Terminal Operations Analyses, JERSEY CITY, NJ ACS Data Users Conference, Sam Schwartz conducted a feasibility analysis of the phased rehabilitation "Visualizing Transit Need," May of the Journal Square bus terminal, when only two of the three operat- 2014 ing bus platforms will be in use at any given time. Ms. Chase coordinated Publications a 22-hour data collection effort at the terminal, to determine existing Contributing researcher, bus operations and passenger activity, primarily that of NJ Transit. She "NCHRP 20-65 Task 44: Curric- analyzed the data to develop alternatives for bus operations during the ulum for New State DOT Transit Grant Managers in Administer - rehabilitation. These alternatives were detailed by construction phase, ing Federal and State Transit with proposed platform closures and bus operation plans, including berth Grant Programs." Transportation reassignments and layover areas. Research Board of the National Academies. Washington, DC. 2014 MTA NYC Transit On -Call Traffic Engineering Contract, NEW YORK, NY Ms. Chase has supported multiple task orders under the engineering on -call contract, including a terminal operations and safety assessment, a bus performance and declining ridership study, and traffic and layover assessments. For the ridership study, Ms. Chase coordinated extensive Sam data collection on -board bus routes in Manhattan and (queens, analyzed Schwartz bus performance and ridership data, and identified potential reasons 75 for recent ridership trends. The team made rec- ommendations for preliminary engineering solu- tions, as well as a greater focus on reliability and travel time. MTA NYCT - Brooklyn Bus Network Redesign, NEW YORK, NY MTA NYCT is taking a holistic, clean -slate, multi- year approach in redesigning the entire New York City bus network. Ms. Chase serves as a Bus Operations Lead for the Brooklyn Network Redesign, supporting Sam Schwartz's transit, mapping, and analytics teams. She is analyzing existing conditions and helping determine the "spines" that will form the core future network. The result will be a new Borough -wide bus network plan that is tailored to rider demand, utilizes evolv- ing technologies, and addresses future trends. PANYNJ LaGuardia Airport and JFK Airport Redevelopment Programs, QUEENS, NY Ms. Chase serves as the primary transportation planner on Sam Schwartz' team for the multi -year redevelopment of LaGuardia Airport and JFK Airport. She is the lead for all AirTrain analyses, evaluating existing volume to capacity (V/C) on each AirTrain segment and estimating how those V/Cs may change due to future construction impacts. She has evaluated current operations for passenger shuttles, employee shuttles, rental car shuttles, and the public buses serving the airport, identifying how phases of construction impact those routes. Ms. Chase has reviewed contingency plans for bus operations during gridlock condi- tions and is proposing new AirTrain service config- urations per station closures. Sunnyside Yard Master Plan, NEW YORK, NY Ms. Chase was a transit planner for this master plan, which is a top development priority for the New York City administration. Sunnyside Yard, mainly built on deck over active rail lines, could reach 30 million square feet. Ms. Chase worked closely with EDC staff and the full consultant team, analyzing transit and transportation capacity for multiple phases of the project. This included determining what kinds of new transit and other mobility investments would be necessary to accommodate the growth, how to minimize new vehicle trips, and how to accommodate a new commuter rail station on -site. West Palm Beach Trolley Bus Study, WEST PALM BEACH, FL Ms. Chase evaluated strategies to optimize the trolley bus system for the City of West Palm Beach. This process involved working collaboratively with City staff and other stakeholders to build consen- sus and craft a short-term implementation plan for the system. Based on inputs such as performance data and field observations, Ms. Chase made rec- ommendations on vehicle type, routing, frequency, stop locations, and customer amenities. Ms. Chase also participated in multi -day workshops to build consensus for the City's multimodal corridor rede- sign. She conducted an inventory of approximately 175 existing and proposed bus stops throughout West Palm Beach, making recommendations for placement and amenities. TransitCenter Elevated Standards for Bus Opera- tions, NATIONWIDE Ms. Chase was the project manager and lead writer for two white papers developed in cooper- ation with the nonprofit TransitCenter. She coordi- nated and interviewed eight U.S. transit agencies about their current practices for reliably delivering frequent bus service. The resulting white papers documented existing practices and offered rec- ommendations for scheduling and dispatching. Ms. Chase proposed standards and best practices for bus operations (i.e. what transit agencies should strive to achieve) and outlined how agencies can pursue their reliability goals. 76 Senior Transit Planner Mr. Groh specializes in public transit planning, pol- Years of Experience icy, and technical analysis. He has deep experience 10Years in transit network planning and leveraging emerg- Education ing technologies. He has worked for leading transit Masters of City + Regional agencies across the nation to Ian and implement g p p Planning, Rutgers, State University of New Jersey, 2011 major projects. B.E. Civil Engineering University of Minnesota Twin Relevant Experience Cities, 2009 SDOT Climate and Congestion Modeling, SEATTLE, WA Certifications Mr. Groh helped develop a model that predicts the impacts on vehicle American Institute of Certified miles traveled (VMT) from various potential transportation policies in the Planners Seattle region. The model builds upon the region's 2019 household travel Professional Affiliations survey, and considers how packages of strategies would interact to com- APTA Bus Rapid Transit pete or reinforce each other. Committee, 2019-2020 APTA Clean Propulsion CTA Bus Fleet Electrification Feasibility Study, CHICAGO, IL Committee, 2020-2021 Mr. Groh was the project manager for a study to determine the CTA's Transport Chicago Steering preferred strategy to convert to an all -electric fleet. The project evaluated Committee, 2019-2020 electric bus technologies' compatibility with current service schedules, the infrastructure improvements that electric buses require, potential Presentations EUCI Electrification of changes to operational practices, year -by -year cost modeling, and social Transportation Course, 2021 equity of benefits and impacts. UIC Sustainable Mobility Guest Lecture, 2020 Miami -Dade County Shared Mobility Study, MIAMI, FL APTA Multimodal Operations Mr. Groh contributed microtransit analysis to this project exploring how Planning Workshop, 2014 emerging shared mobility solutions can be integrated into Miami's rapid TRB Annual Meeting, 2012 & transit plans. He identified high -demand commuting markets under- 2014 served by existing public transit and evaluated travel time competitive- ness of new microtransit service alternatives to recommend what markets might be prioritized. North Milwaukee Avenue Redesign, CHICAGO, IL Mr. Groh contributed analysis and design recommendations to a multi - modal study of Milwaukee Avenue in the Logan Square neighborhood of Chicago. This work involved extensive outreach with community members to identify opportunities to improve traffic safety, enhance neighborhood Sam connectivity, and expand public open space. Mr. Groh also assisted in Schwartz developing the Environmental Survey Request, which reviews historical and environmental assets, for Illinois Department of Transportation. ATYLin Company 77 Senior Transportation Planner Ms. Miketa specializes in emerging and future mobil- Years of Experience ity services with a focus on data analytics. She has 7 Years completed projects for a variety of clients, including Education the City of Newark, the New York City Department Master of Urban Planning of Transportation, and the Port Authority of New New York University,2016 York and New Jersey and is proficient in ESRI ArcGIS, Tableau, and Adobe Creative Suite. B.S. Chemistry, B.A.Foregin Languages and Literature University of Delaware, 2012 Certifications Relevant Experience American Institute of Certified Sunnyside Yards Master Plan, NEW YORK, NY Planners Ms. Miketa served as a transportation planner on the Sunnyside Yards Professional Planner: NJ Master Plan. Sam Schwartz was responsible for transportation elements of this community -driven master plan, a top development priority for the Professional Affiliations American Planning Association City administration. Sunnyside Yard, which could reach 30 million square feet when built out, would be the largest master planned development American Planning Association New York Metro Chapter, in New York City's history. The team's work included close and ongoing Transportation Committee coordination with multiple City, State, and regional agencies and support Co -Chair to the robust public engagement process. Ms. Miketa was responsible for Women's Transportation the development of the transportation demand model, which was used Seminar Greater New York to inform work for the transportation section of the master plan incorpo- Chapter rating the New York Metropolitan Transportation Council's Best Practice Publications Model as a base and supplementing with additional relevant data sources Co -Author "As Mobility from the US Census, NYC DOT, and MTA. Ms. Miketa also supported public Patterns Co -Author "America's Aging Airports Prepare for outreach efforts and ongoing work with the transportation portion of the Takeoff." Planning Magazine. master plan. (2021) Co -Author "As Mobility 14th Street Transit and Truck Priority Pilot Project Evaluation, Patterns Change, Cities Shift NEW YORK, NY Gears." Planning Magazine. (2020) Ms. Miketa served as the deputy project manager for the 141h Street Transit and Truck Priority (TTP) Pilot Project evaluation. Sam Schwartz was retained by New York City Department of Transportation to monitor the performance to the TTP Pilot Project and its effects on adjacent road- ways. Ms. Miketa helped lead the development of the quarterly monitoring reports to track the performance of transit and transportation metrics throughout the course of the pilot project. The monitoring plan includes tracking and evaluation of key metrics in the study area including bicycle Sam and pedestrian volumes, Citi Bike ridership, MTA bus performance and rid- Schwartz ership,Sam NYPD crash data, and vehicle speeds and travel times. A TYLin Company 7R ti. zeiie Mermell, AICP, LEED ienior Urban Planner Mr. Mermell envisions the transformation of our built Years of Experience environment and transportation corridors into resil- 15Years ient, sustainable, and equitable places. His work Education includes climate resilience plans and Superstorm Bachelor of Urban Planning Sandy recovery analyses. He considers and illustrates University of Cincinnati,2005 sustainable and adaptable infrastructure. He contrib- Certifications utes to environmental review in accordance with envi- Harvard university, Graduate ronmental assessments and regulations. School of Design "The Walkable City" Executive Education, 2019 Rutgers Center for Advanced Relevant Experience Infrastructure: Designing for Pedestrians PANYNJ Climate Resilience Plan, NEW YORK/NEW JERSEY Mr. Mermell worked as a deputy manager for PANYNJ to develop its National Society of Professional Engineers, Ethics of Climate Resilience Plan, which directs resources into a resilience 'lens,' Autonomous vehicles and capitalizes on post-Superstorm Sandy recovery/rebuilding. The ESRI Certification in ArcG15 plan instructs how to incorporate resilience to protect, preserve and strengthen regional assets/facilities to changing climate via vulnerability American Institute of Certified Planners & risk assessments, capital planning, project development & design, asset management, etc. Mr. Mermell led Steering Committee relations, subject LEED Accredited Professional matter expert interviews, GIs and needs assessment. Professional Affiliations Board of Directors, Congress Resilient New Jersey, NEW JERSEY for New Urbanism New York Working with NJ Department of Environmental Protection (NJDEP), Chapter Sam Schwartz is leading the transportation elements for resilience and American Planning Association adap tation plans for the Raritan River & Bay and Northeast NJ regions. Publications Mr. Mermell engages with primary project consultants Arcadis and leads Adapting Bikeways to Suburban evacuation planning/study efforts. For project action plans, the team is Contexts, ITE Upstate NY assessing climate change vulnerabilities and engaging with communities Section Annual Meeting, 2019 (with a focus on socially vulnerable populations) to develop resil ience NYU Tandon School and adaptation visions, prioritize alternative scenarios, and identify imple- of Engineering "Safe & Sustainable Streets," 2018 mentation pathways. In coordination with MPOs, municipalities, and com- munity -based organizations, dashboards and online resources are also Steps to a Walkable Community, co -written with America Walks, being developed to educate and involve the public. 2012 Financial District and Seaport Climate Resilience Master Plan, NEW YORK, NY This comprehensive plan includes maritime and surface transportation elements that detail infrastructure conditions and vulnerability, to protect Sam Lower Manhattan from flooding and sea level rise. Mr. Mermell's efforts included creating a value-added matrix of completed global highway Schwartz to boulevard conversion precedents and best practices. A TYLin Company 79 Associate Alex Hanson works with transportation agencies Years of Experience around the country to define and communicate their 9Years strategic visions. He specializes in employing data to Education tell compelling stories that build support for transfor- M.S. city& Regional Planning mative projects and plans. Mr. Hanson also draws on 2017giaInstitute ofTechnology, his previous experience in management consulting to B.S. Foreign Service create processes and structures that help organiza- Georgetown University,2011 tions deliver on their goals. Certifications American Institute of Certified Planners Relevant Experience Professional Affiliations SEPTA Strategic Plan, PHILADELPHIA, PA American Cities Climate Chal- Sam Schwartz led the development of SEPTA's 2021 strategic plan update, lenge, Specialized Consultant SEPTA Forward, which presents a compelling vision for the agency's ULI Chicago Resiliency Initia- future and defines the strategies SEPTA will implement to bring that tive, Physical Infrastructure Task vision to fruition. Mr. Hanson served as project manager and worked with Force diverse teams of staff from across the organization to inform the devel- Board Member, Association of opment of the plan. He helped SEPTA assess industry trends, facilitated Pedestrian and Bicycle Profes- sionals - Chicagoland Chapter workshops with leadership and staff, and developed a framework for tracking progress and measuring impact. Mr. Hanson is providing ongoing American Planning Association support to SEPTA as they develop a detailed workplan, incorporate it into Publications the budgeting process, and implement the plan's recommendations. NACTO Designing Cities, From Pop -Up to Permanent: Deliver - Lasting Impact from Pilot New York CityStreets Plan, NEW YORK, NY Pr Projects, 2020. Sam Schwartz is leading the development of New York City's Streets Transportation Research Board, Plan. In response to City Council legislation, New York City Department Aligning Organizational Struc- of Transportation (NYC DOT) is developing a comprehensive plan to ture with Strategic Direction in prioritize street improvements and other investments that improve safety, City Transportation Agencies, 2020 access, equity, and sustainability in how New Yorkers move around and utilize their streets. Mr. Hanson is working with NYC DOT to develop a Pedestrian and Association Bicycle Professionals, Street performance tracking framework for the plan —identifying performance Typologies: An organizing indicators and targets for the department's key goals. He is also leading framework for more walkable, an assessment of NYC DOT's internal processes and systems, focused bikeable streets, 2020 on how to improve project development and delivery, better engage walk/Bike/Places, Using Data to Assess the Potential Impacts the public in the planning process, and enhance internal coordination to of Dockless Bike Share in Your improve efficiency and effectiveness. City, 2018 Sam Schwartz Rn Miami -Dade County Shared Mobility Study Miami, FL Sam Schwartz was retained by Miami -Dade to perform this study to help the County envision the future of public transportation in Miami - Dade and to develop recommendations to integrate emerging shared mobility solutions into the planning and development of the six corri- dors of the Strategic Miami Area Rapid Transit (SMART) Plan. These corridors include South Corridor, Kendall Corridor, North Corridor, East-West Corridor, Beach Corridor (Miami Connector Project- Transit Connector from Miami to Miami Beach), and Northeast Corridor. This study will evaluate how shared mobility, autonomous vehicles, and emerging technologies should be harnessed in the coming years to inform development of the SMART Plan and to advance the overall mis- sion of providing safe, reliable, equitable, and sustainable public trans- portation for Miami -Dade County. Client Miami -Dade County Contact Carlos Cruz-Casas, PE Assistant Director, Dept. of Transportation and Public Works 701 NW 1st Court Suite 1700 Miami, FL, 33136 786.442.5248 cruzc@miamidade.gov Services New Mobility Transit Research Modeling Economics Public Involvement Cost $202,000 Dates January 2018-2019 Key Staff Joe lacobucci, Project Director Michael Groh Transit Planner Sam Schwartz A TYLin Company 2 Resilient NJ - Northeastern New jersey Region Jersey City, Newark, Hoboken, and Bayonne, NJ 1G OJS COMM UTC FS �i FROM ESSE.0 COUNIY As a subconsultant to Arcadis, Sam Schwartz is leading the trans- portation element for this effort with the New Jersey Department of Environmental Protection (NJDEP). The team is developing a regional resilience and adaptation action plan for the Northeastern New Jersey region in coordination with a team of stakeholders that includes rep- resentatives from Jersey City, Newark, Hoboken, Bayonne, Hudson County, Hopes Cap Inc., and Ironbound Community Corporation. Dashboards and online resources are also being developed for the public. For the action plan, the team is assessing climate change vul- nerabilities and engaging with communities (with a focus on socially vulnerable populations) to develop a resilience and adaptation vision, prioritize alternative scenarios, and identify implementation pathways. Sam Schwartz has inventoried existing transportation facilities includ- ing roadways, light and heavy rail, and ferries. Bus routes and bicycle lanes were also inventoried and mapped. In addition to these invento- ries, census data was obtained to analyze commuter patterns and flows within the region. Image Credit: https://www.resilient-nj.com/ Client New Jersey Department of Environmental Protection (NJDEP) Contact Carly Foster Project Manager Arcadis 27-01 Queens Plaza North, #800 Long Island City, NY 11101 850.228.6979 carly.foster@arcadis.com Services Community Resilience/ Hazard Mitigation Transportation Planning Community/Economic Development GIS Expertise Zoning Capital Improvement Planning Master/Comprehensive Plans Cost $40,000 Dates October 2020-Present Key Staff Mike Flynn, AICP, LEED AP Project Director Steven Wong, AICP, NJPP, PTR RSR PMP Project Manager Zeke Mermell Samantha Donovan Sam Schwartz A TYLin Company EM 1.2 „} 4,. ., i Brooklyn Bridge Park Greenway Improvements Brooklyn, NY Brooklyn Bridge Park has rapidly risen from a post-industrial waterfront Client to a global destination. Soaring popularity brought significant -but not Brooklyn Bridge Park unsolvable -growing g g pains: congestion and conflicts between visitors Corporation on foot, bicycle, vehicle, and bus. Over the course of the past few years, Contact Sam Schwartz was brought in by the Park to alleviate circulation, safety, David Lowin Vice President and design issues. Brooklyn Bridge Park Corporation Building on our previous work, successfully implementing road way 718.724.6437 dlowin@bbpnyc.org design and operational improvements at Brooklyn Bridge Park, Sam Schwartz was retained by the Park to plan and design improve - Services Bike +Pedestrian Planning ments to the portion of the Brooklyn Waterfront Greenway segment Wayfinding that runs through the Park. The Greenway is a partially -complete Civil Design 26-mile bicycle and pedestrian path along the Borough of Brooklyn's Cost urban waterfront. While the section of the Greenway within the Park $40,500 has become a popular route for both pedestrians and cyclists, there Dates have been ongoing conflicts and crowding issues between the two user July 2018-2020 groups, and Sam Schwartz was brought in to advise on how to better Key Staff balance this relationship, using our expertise to sign, demarcate, and Daniel Schack, AICP clarify which space is intended for which mode of travel. Project Director Zeke Mermell, AICP, LEED AP Project Manager Existing Section at Pier 1 South 40. 5'-9” V-6" 8" 14'-0" Sam BwdPede%nan Medan Bicyd. Area Schwartz 29'-11" NdtoSCA(a A TYLin Company R.� Exposition Square Streetscape Los Angeles, CA �i In collaboration with Los Angeles City Planning and Council Member Client Curren D. Price Jr. of the 9th District, Sam Schwartz teamed with RCH Los Angeles Department of Studios to reimagine three corridors adjacent to Exposition Park, a City Planning culture, science, and arts destination in South Los Angeles. With a Contact focus on safety and placemaking, the Sam Schwartz team levered Cristina Ungureanu Senior Project Director traffic volume data, intersection operations, and existing city-wide RCH Studios initiatives such Vision Zero, LA's High Injury Network, and LADOT's 3101 Exposition Place Livable Streets to propose improved street elements like parklets, new Los Angeles, CA 90018 (323) 785-1800 pedestrian crossings, and protected bike lanes on Figueroa Street, cristina@rchstudios.com Vermont Avenue, and King Blvd. The Sam Schwartz team designed Services three complete street alternatives that re -purposed vehicle lanes for Traffic Engineering shared lanes and expanded sidewalks on King Blvd. The team also Complete Streets Design summarized crash and traffic data for public -facing project materials Public Outreach Grant Assistance for community focus groups, community outreach at South Central's Crash Analysis CicLAvia, and a virtual open house broadcasted on LA Cityview Dates Channel 35. June 2019 - Present Graphics: RCH Studios Key Staff Joe lacobucci Project Director �..�..«�. Breanna Mobley, PE wAs.warm.rr Transportation Engineer i i C—d....r men Sam Schwartz R4 Atlantic Avenue Vision Zero Improvements East New York, Brooklyn, NY The Atlantic Avenue has been targeted by the New York City Client Department of Transportation (NYCDOT) as a high priority corridor New York City Department for Vision Zero improvements. Atlantic Avenue is a primary east -west of Transportation corridor in Brooklyn, New York City and is in the top 10 percent of the Contact borough's highest crash locations. One consistent feature of Atlantic Amir Rasty Director, Capital Project Avenue is that it's a wide and forbidding street with high crash rates, Engineering deteriorated medians and a poor streetscape that serves to divide New York City Department of neighborhoods and discourage walking, bicycling and transit use. Transportation SS Water Street, Office 6-12E New York, NY 10041 The proposed project, a 22-block section located in East New York Firm's Role neighborhood, will transform Atlantic Avenue into a safer, greener, Lead Traffic Engineer more walkable street that better serves residents, transit users and Safety Study bicyclists. It will do this primarily through safety and streetscape Conceptual Design improvements to the medians and sidewalks as well as adding pedes- Services trian amenities such as street trees, wayfinding signage and potentially, Traffic Impact Study public seating. Together, these enhancements will improve safety for Design Review and Approval Documentation motorists, pedestrians and bicyclists, particularly at intersections; will Crash Analysis make a more comfortable street environment that encourages walking Dates and bicycling and boosts local retail businesses; and will encourage February 201S-January 2019 usage of the adjacent LIRR station and bus routes, particularly Q24, Key Staff which runs the length of the project area. Jeff Smithline, PE, PTOE Principal in Charge Sam Schwartz led all traffic engineering and safety analysis efforts Don Tone, PE and contributed to the preliminary and final design documentation. Project Lead Responsibilities included a due diligence review of NYCDOT's con- Michael Flynn, AiCP Project Lead ceptual plan while providing additional recommendations for safety improvements. Technical elements include a Synchro analysis for 17 intersections, crash analysis, preparation of collision diagrams, and a pedestrian crosswalk warrant analysis. Sam Schwartz PPr7 Union Square Partnership Streetscape vision Plan New York, NY McGill r Sam Schwartz led the transportation planning and concept design Client elements of a cohesive vision for the streets of the Union Square/14th Union Square Partnership Street district for the Union Square Partnership. As part of the design Contact process, Sam Schwartz contributed to the strategic framework and Jennifer Falk vision from a transportation perspective including traffic analysis and Executive Director Union Square Partnership pedestrian circulation studies with a focus on 14th Street corridor and 4 Irving Place the need to balance multiple modes of transportation. The team partic- New York, NY 10003 ipated in the robust community engagement process to develop sus- 646.831.3849 jfalk@unionsquarenyc.org tainable and resilient public realm improvements for current and future Union Square visitors and constituents. Sam Schwartz also hosted a Services Transportation Planning transportation work session with the Partnership to discuss transpor- Urban Design tation trends that could impact movement in the district including Pedestrian + Bike Planning congestion pricing, the City's policy direction for freight (e.g. off-peak Cost deliveries), waste management (e.g. the Commercial Waste Zoning $10,000 plan), and planned transit and pedestrian improvements. Dates October 2018-Present Key Staff Michael Flynn, AICP, LEED AP Project Director TRAFFIC DATA ANALYSIS - 14th Stroet L i a n Fa rh i Weekday AM Peek Hour Project Manager (7.45AM - 6.45AM) 3 ER61� 616 �922 518 ti s wri..r.. rrir � rsr. xws� on, r ew im Sam Schwartz A TYlin Company R6 'I'll,in YEARS OF EXPERIENCE 20 YEARS WITH TYLIN EDUCATION Master of City and Regional Planning, Clemson University Master of Planning (Specialization in Housing), School of Planning, Center for Environmental Planning and Technology (CEPT), India Bachelor of Engineering, Construction Technology, School of Building Science & Technology (SBST), CEPT, India LICENSE American Institute of Certified Planners (AICP) #020097 Certified Geographic Information Systems (GIS) Professional #00057880 Vikas Jain, AICP, GISP Transportation and Transit Planning Mr. Jain has more than 20 years of experience working on and leading large scale complex transportation planning and regional land use planning projects in the U.S. He has managed technical aspects of motorized and non -motorized projects such as bikeway/sidewalk and transit feasibility studies, corridor studies, traffic impact studies, and site suitability studies for transit projects. He has extensive experience in developing long-range multimodal transportation and transit system plans, transit service plans, transit operations analysis, and capital cost and O&M cost models. He has effectively integrated GIS and travel demand forecasting software data for socio-economic, land use, and demographic analysis to aid the team in preparing environmental assessments and impact statements under National Environmental Policy Act (NEPA) guidelines. Vikas has profound understanding of Federal Transit Administration's (FTA) project development process including preparing New Starts application. He has led and provided technical support in public information campaigns. PROJECT EXPERIENCE Broward MPO General Transportation Planning Consultant (GPQ Services Broward County Florida, USA Project Manager Task leader on several work orders and conducted technical analysis for various planning assignments, such as lane repurposing study, ADA assessment, congestion management process and so on. Martin MPO 2045 Long Range Transportation Planning I Martin County, Florida, USA Project Manager Developed an LRTP that included short- and long-range strategies and actions leading to the development of an intermodal transportation system. Martin MPO Bicycle Pedestrian Safety Action Plan I Martin County, Florida, USA Project Manager Mr. Jain managed a multidisciplinary team to develop the Martin MPO's Bicycle - Pedestrian Safety Action Plan (BPSAP). Powerline Road Lane Elimination Study I Fort Lauderdale, Florida, USA Project Manager Mr. Jain assisted the City of Ft. Lauderdale with its lane elimination application to FDOT District 4 for Powerline Road. In this 1.7-mile segment, Powerline Rd had six lanes with sidewalks. The project eliminated two traffic lanes and replaced them with a striped bicycle lane and a wide buffer channelizing vehicle and bicycle traffic. R7 'I'll.in YEARS OF EXPERIENCE 34 YEARS WITH TYLIN 22 THOMAS A. ERRICO, PE Complete Streets, Bicycle and Pedestrian Planning and Design Mr. Errico has over 34 years of experience in traffic engineering includes access management, corridor studies, traffic operations studies, pedestrian studies, parking studies, safety evaluations, and traffic impact studies. He has significant experience in designing traffic signals, developing and maintaining traffic plans, and determining intersection and roadway design requirements for highway projects, including auxiliary lanes, bicycle and pedestrian facilities, signing, and traffic control. PROJECT EXPERIENCE EDUCATION City of Fort Lauderdale, Traffic and Transportation Engineering Contracts C. Education City of Fort Lauderdale, Florida, USA MS, Civil Engineering, Traffic Engineer Northeastern University, Provides traffic engineering support for on -going projects including the review of Boston, MA, 1996 traffic impact studies for development applications. BS, Civil Engineering Northeastern University, Broward County MPO, Broward County Pedestrian and Bicycle Safety Action Boston, MA, 1985 Plan I Broward County, Florida, USA LICENSE Traffic Engineer Professional Engineer, Mr. Errico served as Senior Traffic Engineer assisting with bicycle and pedestrian ME #6618, VT #6321 ME # 618, # 321#37 crash analysis using ArcGIS software package to identify hot spot zones and recommend appropriate safety countermeasures. CERTIFICATIONS Certified Maine DOT City of Coconut Creek, Complete Streets Plan, City of Coconut, Florida, USA Locally Administered Transportation Engineer Project Manager> Provided technical expertise as it related to roadway cross-section AFFILIATIONS recommendations for multi -modal improvements. Member, Institute of Transportation Engineers Martin County, Bicycle and Pedestrian Safety Action Plan I Martin County, (ITE), Florida, USA 1997-Present; President of Lead Complete Streets Engineer the New England Section, Assisted in the development of bicycle and pedestrian improvements in Martin ITE 2019; County. As part of this effort Tom led a stakeholder workshop and training Institute of Transportation seminar on Complete Streets. Engineers (ITE), National Committee Member on Palm Beach MPO, Complete Streets Workshop I Palm Beach, Florida, USA publishing a Report on Workshop Instructor Current Practices on Pavement Markings and In association with the National Complete Street Coalition, Tom instructed a full Signing at Crosswalks, day Complete Street workshop to Palm Beach MPO member communities. 2010; Member of the National Pedestrian and Bicycle Committee 'I'fl.in YEARS OF EXPERIENCE 11 YEARS WITH TYLIN 4 EDUCATION BS in Marine and Atmospheric Science, University of Miami, Coral Gables, FL, 2013 CERTIFICATIONS ArcGIS, AutoCAD LT Sara Gutekunst GIS Analysis - Socioeconomic, Land Use and Demographics Ms. Gutekunst has 11 years of experience working as an environmental consultant in South Florida. A graduate of the University of Miami, Ms. Gutekunst has a strong background in science and research. She has experience in the planning, design, and permitting of environmental projects. Her capabilities include wetland jurisdictional determinations, environmental feasibility studies, benthic resource surveys, environmental permitting, mitigation design and monitoring, endangered and threated species surveys, and GIS analysis. She is experienced in coordination with regulatory agencies and obtaining environmental permits for roadway projects in sensitive environments. PROJECT EXPERIENCE Broward MPO General Transportation Planning Consultant (GPC) Services Broward County, Florida, USA Environmental Scientist Task -order based contract for technical assistance across multiple discipline areas including multimodal planning, conceptual engineering, ADA assessment, crash Florida Stormwater, Erosion and data analysis, capital cost estimates, and transit bus stop inventory through this Sedimentation Control task work order -based contract. Inspector Miami Downtown Development Authority (DDA), Biscayne Boulevard Lane Trimble Elimination Study I Miami, Florida, USA Environmental Scientist Evaluation of the impact of eliminating one or more travel lanes on Biscayne Boulevard/US-1 corridor between SE 1st Street and NE 6th Street in downtown Miami. Martin County MPO, 2045 Long Range Transportation Plan I Martin County, Florida, USA Environmental Scientist TYLin assisted Martin Metropolitan Planning Organization (MPO) with developing their 2045 Long Range Transportation Plan (LRTP). This effort included developing a multimodal program of projects to serve Martin County's mobility needs over the next 25 years. City of West Miami, Citywide Traffic Calming Study I City of West Miami, Florida, USA Environmental Scientist Evaluated the effectiveness of traffic circles constructed in mid- to late- 2000s as well as identify additional needs for implementing traffic calming devices. TYLin collected traffic counts, turning movement counts, conducted speed -volume studies, analyzed and compared crash data as well as reviewed traffic citations i-,siiPd by the C'itv's Pnlicp DPnartmPnt .. 'IYI.in YEARS OF EXPERIENCE 30 Years YEARS WITH TYLIN 21 Years EDUCATION BS, Civil Engineering, University of Puerto Rico, 1991 LICENSE Professional Engineer, Florida #62065, Puerto Rico #12800 CERTIFICATIONS Track Alignment and Design, AREMA June 2011 MEPDG-Concrete Pavement Training Course, October 2009 Introduction to Practical Railway Engineering, AREMA, January 2007 Ramfis Morales, PE Concept Design/Cost Estimates Mr. Morales has 30 years of civil engineering experience including the design and evaluation of pavement conditions, drainage design, and construction inspection. Mr. Morales has designed highway and roadway projects in Central Florida, South Florida, U.S. Virgin Islands, Puerto Rico, and Bahamas comprising of a diversity of projects such as street rehabilitation, signalized intersections, CD collector, box culverts, toll plazas, and drainage improvements. Mr. Morales is also experienced in railroad studies, design -build, train stations, freight & passenger systems. PROJECT EXPERIENCE Hillsborough County, 15th Street I Tampa, Florida, USA Project Engineer Project involves installing two traffic roundabouts with roadway improvements between the two intersections. The area floods due to its existing low elevation and the project will improve drainage. Utility coordination is required due to extensive utilities in the area. Involved in the PD&E study to final design including traffic study, roadway design, ROW impacts, drainage design, stormwater mitigation, survey, geotechnical analysis, and SUE. Oak Street Preliminary Engineering I Kissimmee, Florida, USA Project Manager Engineering services to prepare preliminary and final construction drawings and specifications including right-of-way acquisition, permitting, bidding and construction services for the widening of Oak Street from three to four lanes starting at Main Street and ending at US 192 (Vine Street). FDOT District 6, SR 985 (SW107 Avenue) 3-111 Project I Miami -Dade County FICE/FDOT Project Project Engineer Management Conference, August men Responsible for resurfacing, restoration, and rehabilitation (RRR) for a five -lane undivided urban road just over one mile long with 14 side streets and one signalized intersection. The project scope was milling and resurfacing, reconstruction of sidewalks and curb -cut ramps to meet ADA standards, new pull boxes in restored sidewalks, reconstruction of curb and gutter, replacement of Permanent Traffic Monitoring Sites (PTMS), and signing and pavement markings. GOAA, South Airport Automated People Mover (APM) Complex I Orlando, Florida, USA Project Manager The project consists of the design of approximately 4,400 linear feet of APM Guideway fixed facilities. Approximately 2,600 feet of the guideway will be at grade, and approximately 1,800 feet will be elevated. The actual lengths of at grade and elevated guideway are to be determined in coordination with the ariiarPnt All Ahnarri Flnriria natsPnnPr rail nrniPrt hPinn rinnP by nthPrc 90 '1'll,in YEARS OF EXPERIENCE 25 Years YEARS WITH TYLIN 25 Years EDUCATION BS, Civil Engineering Technology, Rochester Institute of Technology, 1977 AAS, Civil Technology, Monroe Community College, 1995 AFFILIATIONS Institute of Traffic Engineers, ITE NY Upstate Section Board Member CHRISTINE BIANCHI Microsimulation (Synchro/SimTraffic) Ms. Bianchi has 25 years of experience as an Engineer, currently leading all traffic analysis efforts on public and private projects. Her background includes work for a range of applications, from large highway/street and retail developments to waterfront park projects. Ms. Bianchi works on all our transportation, street, and highway design projects, including the completion of traffic impact studies. Ms. Bianchi is proficient using the multimodal traffic modeling software Synchro, SimTraffic, Synchro 3D Viewer, HCS+, Rodel, and SIDRA. PROJECT EXPERIENCE GDOT, SR 369 Passing Lanesl Forsyth County, Georgia, USA Traffic Engineer The five -mile project included adding passing/truck lanes on two or three locations from the Cherokee County Line to Wallace Tatum Road. Within the project limits, the corridor is primarily residential with a few industrial businesses. Ms. Bianchi was Traffic Engineer and developed a traffic methodology statement for the project that incorporated existing traffic volumes and future traffic projections along the corridor. GDOT, SR 166 at Big Indian Creek I Carroll County, Georgia, USA Traffic Engineer Ms. Bianchi was Traffic Engineer for this Georgia DOT project. The project, located on SR 166 approximately 1.9 miles west of Bowdon, called for the replacement of the bridge over Big Indian Creek. It includes concept development, preliminary bridge assessment, preliminary plans, final plans, cost estimates, and NEPA documentation. Ms. Bianchi developed a traffic methodology document for the project that included current traffic volumes and projected future traffic volumes. GDOT, SR 14/US 29 at CSX Spur I Fulton County, Georgia, USA Traffic Engineer The bridge replacement project over the CSX Railroad in Fulton County included concept development; preliminary bridge assessment, preliminary plans, final plans, cost estimates and NEPA documentation. GDOT, SR 14/US 29 at Abandoned CSX I Fulton County, Georgia, USA Traffic Engineer This bridge replacement project on SR 14 in Fulton County includes concept development; preliminary bridge assessment, preliminary plans, final plans, cost estimates and NEPA documentation. As Traffic Engineer, Ms. Bianchi developed a traffic methodology document for the project that includes current traffic volume and projected future traffic volumes. H 'I'fl.in YEARS OF EXPERIENCE 19 YEARS WITH TYLIN 12 EDUCATION BS, Civil Engineering, State University of New York Civil Engineering 3+2 Program (v Clarkson), SUNY Potsdam LICENSE Professional Engineer, FL #7127, NY #089580 CERTIFICATIONS Consortium for ITS Training & Education (CITE) — Telecommunications & Networking Fundamentals — Improving Highway Safety with ITS — Quick -Starting Your Regional ITS Architecture Update Workshop — Quick Clearance Program for Incident Management — Bicycle Facilities Design Workshop, Sprinkle Consulting MEAGHAN L. CAPUANO, PE Traffic Engineering/Operations Analysis Ms. Capuano has transportation planning and traffic engineering experience working in both the public and private sectors. Her prior experience includes working for the Monroe County DOT in Rochester, New York, USA, from 2007 to 2013. She became proficient in traffic signal system operations, traffic signal modeling, network coordination, intelligent transportation system (ITS) design, traffic signal design, traffic calming, traffic safety, highway lighting, and traffic signal energy management. In addition, she led the incident management team, managed transportation planning and safety studies, and reviewed traffic signal design plans and traffic impact studies. Her previous consulting experience at TYLin from 2002-2007 included performing traffic impact studies for various site developments, highway, and planning projects for public and private agencies. PROJECT EXPERIENCE Broward MPO General Transportation Planning Consultant (GPC) Services Broward County, Florida, USA Traffic Engineer Task -order based contract for technical assistance across multiple discipline areas including multimodal planning, conceptual engineering, ADA assessment, crash data analysis, capital cost estimates, and transit bus stop inventory through this task work order -based contract. City of Fort Lauderdale, Traffic and Transportation Engineering Services Fort Lauderdale, Florida, USA Traffic Engineer Provided support to the city staff in preparing the gamut of multimodal transportation planning studies, traffic and transportation engineering plans. Ms. Capuano was responsible for managing the team, budget and quality control, client relationship management, as well as serving as technical lead of select task work orders. City of West Miami, Citywide Traffic Calming Study I West Miami, Florida, USA Traffic Engineer Assisted the City of West Miami to evaluate the effectiveness of traffic circles constructed in mid- to late- 2000s as well as identify additional needs for implementing traffic calming devices. To accomplish these objectives, the TYLin collected traffic counts, turning movement counts, conducted speed -volume studies, analyzed and compared crash data as well as reviewed traffic citations issued by the City's Police Department. 9? 'l'Cl,in CLIENT Miami Downtown Development Authority (DDA) CLIENT REFERENCE Neal Schafers, ASLA Senior Manager 200 S. Biscayne Blvd, Suite 2929, Miami, FL 33131 Phone: (305) 379-6566 schafers@miamidda.com START DATE June 2019 COMPLETION DATE June 2022 Biscayne Boulevard Lane Elimination Study MIAMI, FLORIDA, USA T.Y. Lin International (TYLin) assisted Miami Downtown Development Authority (DDA) to evaluate the impact of eliminating one or more travel lanes on Biscayne Boulevard/US-1 corridor between SE 1 st Street and NE 6th Street in Miami Downtown. The purpose of the project was to create a bicycle, pedestrian and transit supportive environment as well as activate the median for public and economic development opportunities. TYLin conducted travel demand forecasts (SERPM), traffic operations analysis using Synchro and ARTPLAN, safety studies, developing construction costs, 30% design plans as well as assessed environmental impacts to complete the technical evaluation for FDOT District Six review and approval. Key component of this project was extensive public involvement. TYLin conducted one- on-one stakeholder interviews with more than 12 entities and elected officials in the corridor and is hosting three public meetings over the project life cycle. In addition to citizen and technical advisory committee meetings, TYLin presented the findings to the Miami DDA Board for final approval and resolution. This project culminated with TYLin preparing and submitting a Final Concept Report and Lane Elimination Application to FDOT District Six. View: Looking North tylin.com M 7'fl.in Traffic and Transportation Engineering Services FORT LAUDERDALE, FLORIDA T.Y. Lin International (TYLin) provided support to the City of Fort Lauderdale, CLIENT City of Fort Lauderdale Transportation and Mobility (TAM) Department staff in preparing the gamut of multimodal transportation planning studies, traffic and transportation engineering plans, CLIENT REFERENCE as well as served as an extension of the staff to fulfill the Department's needs on a day - Karen Warfel to -day basis. To date, TYLin has provided technical and professional services to TAM Transportation Planning through the following task orders: Program Manager Transportation and Mobility . Traffic and Parking Study Reviews for 25 development projects 290 NE 3`d Avenue Fort Lauderdale, FL 33301 0 Powerline Road/SR-845 Lane Elimination Application Phone: (954) 828-3798 kwarfel@fortlauderdale.gov • Flagler Village Parking Supply and Demand Study START DATE . Lake Ridge Neighborhood Mobility Masterplan August 2011 • Downtown Walkability Design Project (Final Design) COMPLETION DATE August 2020 0 NE 13th Street Complete Streets Final Design • Las Olas Boulevard Traffic Workshop • Breakers Avenue Concept Design • Downtown Land Use Plan Amendment (LUPA) Traffic Review • Northwest CRA Streetcar Feasibility Study tylin.com Page 1 '1'Cl.in Citywide Traffic Calming Study CITY OF WEST MIAMI, FLORIDA T.Y. Lin International (TYLin) assisted the City of West Miami to evaluate the effectiveness CLIENT of traffic circles constructed in mid- to late- 2000s as well as identify additional needs for City of West Miami implementing traffic calming devices. To accomplish these objectives, the TYLin collected CLIENT REFERENCE traffic counts, turning movement counts, conducted speed -volume studies, analyzed and Juan Pena, ASLA compared crash data as well as reviewed traffic citations issued by the City's Police Director of Public Works Department. In addition, TYLin conducted traffic operational analysis to identify the Depart Department impacts of proposed land use changes in the short-term using Synchro. Two public 901 62 Avenue, West Miami, FL 33144 meetings were conducted in an open house format to understand resident's concerns (305) 266-4214 and to solicit feedback on technical analyses and proposed recommendations. juanpena@cityofwestmia The TYLin evaluation concluded that traffic circles were effective in reducing crashes as mi.org well as speeds and cut -through traffic in most of the locations. Further, TYLin developed STAR T DATE April an evaluation criterion, prioritized 10 additional locations that were recommended for traffic calming treatments throughout the City. COMPLETION DATE May 2020 ROLE Prime Contractor Companson by Calming Device X06 Nu" kcb, • wee Hw. tea. tylin.com Nall Page 1 '1'll.in Urban Core Mobility Concept Design (UCMCD) CITY OF DELRAY BEACH, FLORIDA CLIENT T.Y. Lin International (TYLin) assisted the City of Delray to develop an Urban Core Mobility City of Delray Beach Concept Design to reduce traffic congestion on W. Atlantic Avenue as it approaches Downtown Delray Beach by encouraging motorists to use a bypass route, improve CLIENT REFERENCE Isaac Kovner, PE bicycle/pedestrian safety at Atlantic Avenue and Swinton Avenue intersection, and Principal Planner/Project evaluate the feasibility for a midblock pedestrian crossing on Swinton Avenue north of Manager Atlantic Avenue. The TYLin team developed concepts for a signature entrance or gateway Public Works Department into Downtown Delray Beach along Atlantic Avenue corridor. The project also included Swinton Operations Center streetscape enhancements. 434 South Swinton Avenue, Delray Beach, Florida 33444 TYLin led a multidisciplinary team of engineers and planners to collect traffic, bike/ped. Office: (561) 243-7341 counts, conduct traffic operations analysis and develop 30% concept plans with the focus Mobile: (561) 322-5052 to reduce vehicular traffic and speeds in the corridor, improve bicycle and pedestrian kovner@mydelraybeach.com safety through raised intersections, and install RRFB at mid -block crossing. TYLin staff also START DATE conducted meetings with elected officials and key stakeholders and the team prepared April 2019 3D visualization to communicate esoteric engineering concepts and design. Further, TYLin COMPLETION DATE also developed construction cost estimates and project documentation. March 2021 --- ., - _11- _ - tylin.com 51 Alia Awwad, PE Innovative Design Engineer Alia's interest in transportation planning and engineering stems from a passion in providing safe, convenient, and sustainable transportation options and creating livable places. Alia's experience in both the public and private sectors allows her to understand the policy and planning nuances that local jurisdictions encounter YEARS AT ALTA and manage. Additionally, Alia's background in roadway design, traffic analysis, and 3 years context -sensitive transportation planning projects enables her to lead, communicate, and implement innovative and practical solutions to transportation issues. YEARS OF EXPERIENCE 19 years Relevant Experience EDUCATION Miami Beach Bike Assesment, Miami Beach, FL MCRP, Georgia Institute of Technology, 2010 Alia served as Alta's project manager on this assesment of the City's bicycle and es, Civil Engineering, pedestrian facilities. Alta crafted an assessment that included relevant best practices, University of Minnesota, 2003 applicable installation mechanisms, and the next steps the City needs to undertake to work towards a connected bike and pedestrian network AREAS OF EXPERTISE Transportation planning Meridian Avenue Bike Lanes, Miami Beach, FL Roadway design Alia served as Project Manager for the bike facility implementation along Meridian Traffic analysis Avenue. Alia oversaw the integration of protected bike lanes along the corridor, design Urban planning interventions at complex intersections, and travel lane and parking tradeoffs. Civil engineering West Palm Beach Mobility Plan, West Palm Beach, FL REGISTRATIONS To advance the Downtown Mobility Plan, Alia helped oversee the analysis and Professional Engineer: FL (#76279); GA (#035234); AL concept design of the Downtown Vision elements that focused on multimodal mobility. (#2954); DC (#PE923247); NJ Additionally, Alia led multiple efforts recommended by the Plan, including reimagining (#24GE05623300) Datura and Evernia Streets, managing the trolley study, and serving as Engineer PROFESSIONAL of Record on the Tamarind Avenue streetscape improvement project. Alia is also HIGHLIGHTS currently managing the intermodal transit center redesign along Tamarind Avenue, a NCHRP 17-63: Guidance for the commuter -rail station with historical components that serves multiple transit modes. Development and Applications of Crash Modification Factors, and 03-112: Operational and Arrow Highway Multimodal Corridor Study, San Gabriel Valley, CA Safety Considerations in Alta led the Arrow Highway Multimodal Corridor Study, a regional corridor in San Making Lane Width Decisions Gabriel Valley that spans five cities. Currently a high-speed multi -lane divided arterial, on Urban and Suburban Arterials, Panel Member Arterials, g the corridor serves as a regional connector with relatively high vehicular volumes, is a designated truck route, and serves as a major transit corridor. The objective of ROLE IN PROVIDING the Study was to develop an active transportation route to facilitate walking, biking, SERVICES and access to transit. Alia served as a senior technical advisor for the Study, with Traffic engineering, responsibilities including overseeing the traffic analysis process, developing system- transportation/transit planning, bicycle and pedestrian level multimodal solutions, and creating cross sections for retrofitting bike facilities planning, complete streets, along the corridor. smart growth, livable cities, integration of transportation and land -use, station area Kirkwood Vision Zero and Complete Streets, Kirkwood, MO planning Alia led the City of Kirkwood's Vision Zero Action Plan, which includes a systemic safety analysis approach, facilitating recurring Task Force and Steering Committee meetings, developing a Complete Streets Policy, leading safety walk audit and demonstration projects, and developing the Action Plan for the City. 97 YEARS AT ALTA < 1 years YEARS OF EXPERIENCE 8 years EDUCATION MS, Urban Planning and Policy Design, Politecnico di Milano, Italy 2014 BS, Civil Engineering, National University of Colombia, Colombia 2012 AREAS OF EXPERTISE Complete Streets Active Transportation Master Plans Design guidelines Walking Audits Community outreach Public involvement Tactical Urbanism Ribbon cutting/Ground breaking events Grants PROFESSIONAL HIGHLIGHTS 2022 Smart Growth Partnership Award -Tactical Urbanism NE 3rd Avenue project 2020 FHWA recognition of the Walking Audits program as a Vision Zero best practice ROLE IN PROVIDING SERVICES Transportation/transit planning, bicycle and pedestrian planning, complete streets, smart growth, livable cities, integration of transportation and land use, station area planning, computer visualization/graphics Stephanie Garcia Active Transportation Planner Stephanie has a background in Civil Engineering and Urban Planning. She brings over eight years of experience working on mobility projects including Complete Streets, community engagement and outreach efforts, design and policy guidelines, grant applications, bike and pedestrian plans, tactical urbanism, and walking audits. Prior to joining Alta, Stephanie established the Tactical Urbanism and Walking Audits program for the Metropolitan Planning Organization in Broward — the Walking Audits program received a recognition from the Federal Highway Administration safety office as a Vision Zero noteworthy practice. Relevant Experience Tactical Urbanism Program, Broward MPO, Broward, FL* As Project Manager, Stephanie established the program and worked with the Broward MPO, municipalities and the County to identify priority quick build projects throughout the service area and across multiple municipalities. implementing pilot projects (at least 6 months duration), test innovative ideas and safety countermeasures, such as: road diets, curb extensions, sidewalk extensions, mid -block crossings, refuge islands, protected bike lanes, etc. The program included call for projects, MOU, MOT, public outreach, walking audits, workshops, conceptual design, volunteers recruitment, marketing, built and site operation management, data collection, report back to community. Complete Streets Community Engagement Program, Broward, FL* As Project Manager, Stephanie lead the community engagement events of the Broward MPO Complete Streets Initiative. these efforts were in partnership with municipalities and local stakeholders (Broward BCycle, Broward Health, FDOT, Tri-rail, Brightline, bike shops, Circuit, etc.). the community events focused on engaging and educating the community on complete streets elements and projects in their cities, as well as bike safety. the core events were conducted countywide with the support of the lead city, including bike rides (let's go biking!); Walking tours, walking bus (Let's go walking!); Scavenger Hunts (let's go Broward!), groundbreaking, ribbon cutting events, etc. Complete Streets Design Guidelines, Broward, FL* Stephanie assisted with the development of the guidelines and provided reviews of the content and structure of the document. Chapters such as green/blue infrastructure, end of trip facilities, Broward complete streets efforts and milestones, complete streets policy commitment map, were added to the final document. Walking Audits Program, Broward, FL* As Project Manager, Stephanie worked with municipalities to conduct walking audits in the high priority corridors of the complete streets master plan. With the support of City staff and AARP, 6 walking audits were conducted throughout Broward; FDOT, county, local businesses and community representatives participated in the various walking audits and walked the corridor, provided feedback and helped identify safety issues and recommendations to improve the corridors. The recommendations were incorporated and immediate safety issues were addressed. *Completed prior to joining Alta M YEARS AT ALTA 15 years YEARS OF EXPERIENCE 21 years alta Joe Gilpin Innovative Design National Expert Joe is a national expert in bicycle and pedestrian facility design. He provides project oversight and quality control for Alta staff for on -street bicycle facility implementation and pedestrian planning projects in communities varying in size across the Rocky Mountain region and nationwide. Joe worked as the Project Manager to develop the NACTO Urban Bikeway Design Guide, and led development of the FHWA Small Town and Rural Multimodol Networks Guide. He has led many of Alta's signature engineering design projects, provided design guidelines for pedestrian and bicycle facilities, and prioritized projects with funding strategies. EDUCATION Relevant Experience Transportation Planning, Oxford Oxford Brookes University, g MAP Westminster Corridor Design, Westminster, CO United Kingdom, 2002 Alta, with Joe as Principal -in -Charge, led the design of bikeway facilities for two BS, Civil Engineering, California corridors in Westminster. In 2017, Alta led the development of MAP Westminster, Polytechnic State University, the City's Mobility Action Plan. Upon completion of this plan, the City programmed San Luis Obispo, California, 2001 funds to implement two pedestrian and bicycle corridor improvements. Alta prepared construction documents for the improvements along these corridors. The plans AREAS OF EXPERTISE included buffered bike lanes, as well as temporary pedestrian improvements at Protected intersection design intersections, which will not require curb -lines to be moved. These improvements can Street design be implemented and evaluated prior to making more permanent upgrades. Innovative on -street bicycle design Pershing North Park to Downtown Bikeway, San Diego, CA Guideline development Alta led the design of a 2.6 mile separated bikeway through Balboa Park along Bicycle and pedestrian design Pershing Drive. The separated bikeway is providing a crucial commuter connection training between the North Park neighborhood and Downtown San Diego, along with creating PROFESSIONAL a park amenity for one of the nation's top five urban parks. The project included HIGHLIGHTS buffered bike lanes, separated bikeways (cycletracks), green paint, and innovative Alta On -Street Bikeway Design NACTO treatments. Joe was an advisor on this project. Lead NACTO Urban Bikeway Design N Street Cycle Track Design, Lincoln, NE Guide, Trainings: San Diego (CA), Charlotte (NC), Atlanta Joe served as Principal -in -Charge for the design of a two-way cycle track for the (GA), Tucson (AZ), Los Angeles City of Lincoln that connects the Haymarket District to the Billy Wolf Trail through (CA), Chicago (IL), Lincoln (NE) downtown. The City identified the N Street Protected Bikeway project in its Downtown Complete Streets/Design Guidelines Training: Ohio DOT, Master Plan as a completion of the "last mile" of bike trails through downtown. Angle Lake Tahoe, Michigan DOT, parking and one vehicle travel lane were converted to cycle track with a planted Columbia (SC), Lincoln (NE) buffer. Alta also identified an opportunity to design stormwater infiltration planters in the buffer between the cycle track and parallel parking and in pedestrian refuge ROLE IN PROVIDING SERVICES islands at each intersection. Transportation/transit planning, bicycle and pedestrian FHWA Small Town and Rural Multimodal Network Guide planning, complete streets, Joe served as Alta's Principal -in -Charge to translate existing street design guidance smart growth, livable cities, integration of transportation and best practices for bicycle and pedestrian safety and comfort to the rural context. and land use, station area The guide provides clear examples of how to interpret and apply practices to improve planning bicycling and walking. L•I•] Meridian Avenue Bike Lanes MIAMI BEACH, FL 1 2019-2020 Meridian Avenue is one of Miami Beach's main local streets, connecting Dade Boulevard to Lincoln Road. The roadway serves multiple commercial hubs and connects to residential neighborhoods, and is lined with on -street parking. The City retained Alta to transform Meridian Avenue into a more multimodal corridor and to integrate dedicated bicycle facilities. Alta engaged the community to gather input on desired improvement elements, and worked with the City to mitigate on -street parking impacts. Alta then prepared full design plans and Construction Administration services for redesigning Meridian Avenue between 16th Street and Dade Boulevard. The design included installing separated bike lanes along the corridor, facilitating safe bike crossings at intersections, and minimizing impacts to on -street parking. CLIENT City of Miami Beach CONTACT Jose Gonzalez, P.E. Director Transportation Department 1688 Meridian Avenue, Suite 801 Miami Beach, FL 33139 (305) 673-7000 josegonzalez@miamibeachfl.gov CONTRACT AMOUNT $67,275 RELEVANCE ✓ Bike facility design ✓ Complete Streets ✓ Crossing designs ✓ Community Engagement ✓ Construction documents and administration El inn ALTA PLANNING + DESIGN, INC. alta ONErchlom coesrocr West Palm Beach Mobility Plan WEST PALM BEACH, FL 1 2017-2020 The City of West Palm Beach made a commitment to create a community that is economically vibrant and competitive, environmentally sustainable, and socially just and accessible. This has led to expanded transportation options such as the City Circuit, City trolley, and SkyBike (bikeshare) services. Alta worked with the City of West Palm Beach to develop a collaborative and innovative approach to transportation planning, design, and implementation, leveraging current and new mobility technology and strategies. Alta focused on how to align competing demands for space in the public right-of-way to plan, prioritize, and implement a high -quality transportation network of on -street bikeways, walkways, trails, transit service, and vehicular routes. Included in this effort are mobility hubs that integrate options for future mobility technology such as electric vehicles and autonomous shuttles, public transit, bikeshare, car share, and placemaking strategies. The Alta team also made recommendations and policy guidance for autonomous shuttles and bus services. The plan helps the City establish supporting policy and funding strategies, including a new mobility fee that allocates funding in a way that balances transportation options, to see that the vision for a livable, safe, healthy, and economically competitive city is achieved. Alta also conducted four studies as part of this plan: a Citywide transit study, a Downtown Parking and Transportation Demand Management Study, the Okeechobee Corridor Study, and the Tamarind Avenue Vision Study. CLIENT City of West Palm Beach CONTACT Kevin Volbrecht, P.E. Director of Engineering Services Department City of West Palm Beach (561) 494-1091 kcvolbrecht@wpb.org RELEVANCE ✓ Complete Streets ✓ Land Use Planning ✓ South Florida experience ALTA PLANNING + DESIGN, INC. 101 9 Karina Ricks Partner, Cityfi LLC Cityfi Karina Ricks is a Partner at Cityfi - a unique change management consultancy that bridges civic innovators in both the public and private sectors to advance the public good. Karina leads the firm's mobility innovation practice. She brings to this role over a decade of experience leading transformative transportation policy, planning, and service delivery. Her expertise spans and integrates public sector management and administration, transportation and mobility, physical and digital infrastructure, systems and data, land use planning and urban design, and community and organizational development. Prior to joining Cityfi, Karina was Associate Administrator for Innovation at the Federal Transit Administration where she oversaw research and demonstrations of transit bus automation, mobility on demand, transit data standard development, zero emission transit, workforce development and critical interventions to address transportation insecurity. She had previously established and led Pittsburgh's Department of Mobility and Infrastructure addressing legacy infrastructure challenges, implementing leading edge smart city technologies and launching MovePGH - hailed as the nation's first MaaS program. As Director of Transportation Planning for the District of Columbia, she helped launch the nation's first public bike share system, curbside electric vehicle charging systems, and reformed outdated government processes. EDUCATION • Fulbright Scholar - Riga, Latvia • MA City and Regional Planning, Cornell University, Ithaca, NY • BA Justice, Morality and Constitutional Democracy, Michigan State University, East Lansing, MI EXPERIENCE Autonomous Vehicle Peer Exchange (Knight Foundation): Convened four cities across the country to engage the public in developing policies to respond to emerging deployments of autonomous vehicles in urban centers. SHIFT 305 Action Agenda (Miami -Dade Department of Transportation and Public Works) - Data -driven two-year strategic implementation plan to meet climate and mobility goals in a rapidly growing county. 2070 Vision Plan (Pittsburgh Department of Mobility and Infrastructure) - Forward -leaning plan and policy framework to anticipate, manage and direct emerging mobility services and technologies to address public priorities for safety, equity and resiliency. Federal Transit Administration, US DOT: Led the agency in strengthening thought -leadership and developing ambitious, outcome -based reimagining of public mobility. in? Camron Bridgford Senior Principal, Cityfi LLC Cityfi Camron is trained as a city planner with a professional history in public and non-profit management, including urban policy and planning, strategic communications, fund development, and stakeholder and partnership engagement. Working with Cityfi, Camron has brought her urban planning lens to her role as a strategic advisor, facilitator and program/project manager for numerous endeavors within the arenas of civic innovation, transportation and mobility, smart cities, and organizational change management. Prior to Cityfi, Camron worked for Denver Public Library as an administrative officer directing resource development through fundraising, partnership -building, and process innovation. Prior, she served as a managing associate in fundraising and grants management for Joining Vision and Action, a public -sector consulting firm and incubator focused on social and community change, where she led a ten -member team that raised more than $75 million for non-profit and government clients. EDUCATION • University of Colorado at Denver, College of Architecture and Planning, Master of Urban and Regional Planning • University of Colorado at Boulder, Bachelor of Science, Journalism, School of Journalism and Mass Communication • University of Colorado at Boulder, Bachelor of Arts, Art History, College of Arts and Sciences (Minor: Political Science) EXPERIENCE Knight Foundation, Autonomous Vehicle Initiative, Program Manager and Strategic Advisor, November 2018-present Working with the Knight Foundation and the cities of Detroit, San Jose, Pittsburgh and Miami -Dade County to increase equitable community outcomes through effective community engagement and the development and deployment of AV and new mobility pilot projects in each of the chosen cities. Miami -Dade County Department of Transportation and Public Works, Project Manager and Strategic Advisor, April 2022-present Working with the Department of Transportation and Public Works to develop a ten-year strategic plan; two-year action agenda; and marketing plan that aligns with the Mayor's strategic goals and priorities Transportation for America, Smart Cities Collaborative, Project Manager and Technical Advisor, January 2020 - January 2021 Served as a technical advisor for three cities (Bellevue, WA; Minneapolis, MN; and Boston, MA) developing pilot projects that test new curbside management practices. im 00000 Karla Aurea Peralta Paredes Cityfi Associate, Cityfi LLC Karla is an Associate at Cityfi based in Miami, FL. An architect and urban planner by training with extensive experience in urban planning and policy design with keen understanding of urban issues, policy challenges, and urban development trends. Built specialization in stimulating environmental sustainability, social inclusion, and economic development in collaboration with public and private sectors. Prior to Cityfi, Karla worked for UN -Habitat as an urban planner consultant collaborating in the elaboration of city strategies with a planning horizon to year 2030 considering the 17 Sustainable Development Goals. Designed and implemented methodologies for participatory workshops aimed at including community inputs in strategies at global level as well as implementing tactical urbanism interventions at the local level. Karla has also served as a Project manager in City & Territory Planning at IDOM Consulting, Engineering, Architecture leading the elaboration of studies of climate change, natural risks, and urban growth for the Emerging and Sustainable Cities Program in collaboration with the Inter - American Development Bank for the City of Hermosillo, Mexico. Participated in the elaboration of the Official Assessment Document for the Pre -Feasibility Study for the Special Economic Zones in partnership with the National Bank for Public Works and Services of Mexico. Karla has also collaborated with the Office of Deputy Mayor for Urban Planning, Green Areas, and Agriculture at the municipality of Milan, Italy in the implementation of tactical urbanism interventions. EDUCATION • MSc in Urban Planning and Policy Design. Polytechnic University of Milan, Italy. • Bachelor's Degree in Architecture. Monterrey Institute of Technology and Higher Education, Mexico. EXPERIENCE Miami -Dade County Department of Transportation and Public Works, April 2022-present Led stakeholder engagement and reviewed contributing documents to develop an outcome -oriented near -term action agenda to build public trust and transparency in implementation of transportation and public works improvements in Miami -Dade County. West Palm Beach Downtown (Palm Beach TPA) Workshop facilitator with key stakeholders of West Palm Beach. City Vision for the year 2030 and Tactical Urbanism Toolkit (City of San Nicolas de los Garza, Mexico) 2020-2021 Designed and implemented methodologies for participatory workshops aimed at including community inputs in strategies at global level as well as at the local level. Formulated a plan and toolkit for implementation of tactical urbanism interventions in San Nicolas de los Garza. 1n4 SHIFT 305 Miami -Dade Cityfi Organizational Assessment, Shared Mobility Plan, Action Agenda, Marketing Plan, Strategic Plan and Social Impact Calculator Miami -Dade County is made up of 34 jurisdictions and has a complex geography and array of stakeholder needs. It is a fast growing region with both population and climate impact pressures. The County recently reintegrated transit and public works/transportation to better deliver holistic planning and services. The agency needed to move swiftly, communicate clearly, and identify and implement priorities that serve key outcomes for the public. While public transit service is a backbone, transit service needs enhancements for efficiency. First and last mile connectivity is crucial. The shift in shared mobility, from ridehailing to scooter sharing has provided both risks and big opportunities to move Miami - Dade forward. Cityfi provided multiple services over the course of consecutive contracts and engagements for the County. The Shared Mobility Plan is an effort to plan for, and to utilize all shared modes more effectively throughout Miami -Dade; recognizing that public transit is the backbone and could be boosted by reallocation of street space and an array of new public/private shared services to fill the lanes. Cityfi developed a Social Impact Calculator to support ongoing, data -driven decision -making that focuses on how each transportation and infrastructure investment creates various social impacts. The open source tool allows Miami -Dade County to evaluate the trade-offs of capital planning decisions by incorporating economic, environmental and equity -based metrics into project scoring. Cityfi also identified key barriers internally to reaching project goals and began an organizational assessment to identify next steps to resolve conflicts or resource deserts contributing to inaction. Working with partner agencies, leadership and stakeholders within the Department, Cityfi is developing the framework for a strategic plan and a two-year action agenda to swiftly, transparently and with public accountability implement projects and service improvements to advance public priorities. CLIENT Miami -Dade County Department of Transportation and Public Works (DTPW) LEAD Karina Ricks TEAM Cityfi (Sub -consultant), Kimley-Horn, Sam Schwartz, AECOM REFERENCE Carlos Cruz-Casas Chief Innovation Officer Miami -Dade County Department of Transportation and Public Works Carlos.Cruz-Casas@miamidade.gov (786) 442-5248 in,; Downtown Intermodal Transportation Plans Compilation arityfi Workshops Scope Downtown West Palm Beach is confident that significant growth and change will occur in the coming decade. New residents, businesses, and students will be living, working, learning, and playing in Downtown. With the increase in development density in Downtown, travel patterns will change. Plus, new services like Brightline, regional transit expansion, and a new bike share system are making it increasingly possible to conveniently travel using options beyond driving. The goal for this project is to establish a shared vision for mobility and community design in Downtown. This shared vision will include graphic communication of what change looks like, research of public investment needed to achieve the vision, and a synthesis of the transportation and development projects currently being planned. Cityfi supported the Palm Beach TPA in two workshops with the aim of identifying the main challenges that Downtown West Palm Beach is facing and on identifying with next steps to grasp the key opportunities. CLIENT Palm Beach Transportation Planning Agency (TPA) LOCATION West Palm Beach, FL LEAD Karina Ricks TEAM Cityfi (Sub -consultant) REFERENCE Valerie Neilson Executive Director Palm Beach Transportation Planning Agency (TPA) VNeilson(a�palmbeachtpa.org 561.725.0818 Cityfi MovePGH and Guaranteed Basic Mobility Pilot Although a hilly city and northern climate, Pittsburgh has high rates of transit, walk and bicycle mode share. However, not all communities have close access to high frequency transit lines. Emerging shared mobility services provided an opportunity to expand last -mile connections to transit, but only if these multiple separate mobility services could be integrated into a convenient, intuitive, and easy to use mobility system. In 2018, the City issued a Request for Demonstration. In this call, the City asked that shared mobility providers self organize into a coalition providing a diversity of mobility services. Any proposed coalition must integrate with and be additive to the existing public transit system and nonprofit bikeshare. Cityfi served as a strategic advisor to both the City Department of Mobility and Infrastructure and the selected coalition - the Pittsburgh Mobility Collective (PMC) led by Spin. The PMC was hailed as the nation's first Mobility as a Service (MaaS) deployment. Cityfi facilitated the program aiding in design of Service Level Agreements for equitable distribution of services, physical and virtual mobility hubs, state level authorizations for operations, and public engagement. The MaaS program enabled another important demonstration - one of the country's first Guaranteed Basic Mobility (aka UBM) programs. The demonstration targeted a neighborhood with residents that experienced transportation insecurity - the inability to reliably meet the travel necessary to satisfy basic household needs. The GBM program provided participating residents with multiple services offered by PMC partners as well as "coaching" to use them (such as adult bicycle riding lessons and training in how to unlock a scooter). Cityfi advised program design as well as design of the associated academic research project. CLIENT Spin, Pittsburgh Mobility Collective TIMELINE September 2019 - Present LEAD Karina Ricks TEAM Cityfi, with New Urban Mobility Alliance (NUMO) REFERENCE Kim Lucas Director, Department of Mobility and Infrastructure kimberly.lucas@pittsburghpa.gov (412) 255-8850 irn LADOT Strategic Plan Cityfi The LADOT 2021-2023 Strategic Plan Update aims to provide a roadmap to help the agency carry out its vision and mission of building a safe, affordable, and equitable transportation system that supports economic vitality and contributes to a thriving city. Cityfi supported the prime consultant, Nelson Nygaard, on the development of the LADOT 2021-2023 Strategic Plan Update, which serves as a guiding document for how the Los Angeles Department of Transportation continues to advance its mission to deliver mobility services grounded in equity, health, safety, sustainability, and economic growth. Cityfi led the performance management component of the project, advising on LADOT's TRANSTAT process and developing a dashboard to build accountability and transparency. The tool tracks the agency's progress on goals pertaining to organizational development, social equity, health & safety, sustainability, economic growth, and COVID-19 response among others. The LADOT 2021-2023 Strategic Plan is available for the public, and being considered for implementation. CLIENT Los Angeles Department of Transportation LOCATION Los Angeles, CA TIMELINE 2020 - 2021 LEAD Chelsea Lawson TEAM Cityfi REFERENCES Sydia Reese Sr Management Analyst II sydia.reeseCa)lacity.org 213.972.8492 1nR Jarrett Walker is an international consultant in public transit planning and policy. His clients include transit authorities, cities, developers, and non- profits - anyone who wants to make better use of public transit as a tool to support resilient communities, individual liberty, and social inclusion. He has led network design projects in more than 50 cities, many of which have been implemented successfully. Jarrett has built a strong track Professional Experience record over a range of transit planning issues, including local -regional President and Principal Associate transit integration, flexible services planning, and innovative public Jarrett Walker + Associates involvement. His work covers a range of planning altitudes, from visionary 2011 - present urbanism to operational detail. Senior Consultant MRCagney Consultants 2006-2011 Policy and Planning Specialist TransLink 2005-2006 Partner Nelson\Nygaard 1996-2006 Years of Experience: 31 Education/Certification PhD, Humanities and Theatre Arts, Stanford University Bachelor of Arts, Mathematics and Computer Science, Pomona College Publications Human Transit: How Clearer Thinking about Public Transit Can Enrich Our Communities and Our Lives. Island Press, 2011. Selected Project Experience Miami Better Bus Project I Network Designer I Miami -Dade County, FL As an advocacy -led process, the Better Bus Project was a unique network redesign for Miami -Dade County. As lead network designer, Jarrett led a series of workshops with local, regional, and agency staff to develop a series of network concepts, a draft recommended network, a final recommended network, and a series of "resilience" options to be implemented in the short term. Palm Tran Route Performance Maximization Initiative I Lead Network Designer I Palm Beach County, FL Palm Tran hired JWA to lead Phase 1 of its Route Performance Maximization Initiative which intended to improve the usefulness of the transit system and ultimate stimulate the agency's ridership. As Lead Network Designer, Jarrett led a series of workshops with Palm Tran and county staff to develop contrasting network concepts for the Palm Tran system and led workshops with community stakeholders. West Palm Beach Citywide Transit Study I Lead Network Designer I West Palm Beach, FL Sensing the need for a major expansion, West Palm Beach hired JWA to develop a citywide transit plan with the goal of optimizing city transit services to complement county -provided service and assess options for a new downtown transit center. As Lead Network Designer, Jarrett led a series of workshops with staff to develop a revised city network Forward Together System Analysis I Lead Network Design I Portland, OR Location This project is an update to the bus network in Portland, responding Portland, Oregon to changes in travel demand, funding, and shifts in community values. Jarrett is leading the network design process for this project, including the creation of the equity -focused network design concept and the refinement of network concepts after initial public and stakeholder engagement. BusConnects Dublin Network Redesign I Lead Network Design I Dublin, Ireland This project was a bus network redesign for Dublin, the largest city in Ireland. Jarrett led the network design phase of this project, which included development of network concepts, draft networks, and a final recommended network. This process required the cooperation and input from a wide variety of local stakeholders, including five local governments. JARRETT WALKER + ASSOCIATES ing Scudder Wagg is a consultant in public transit and multimodal transportation planning. His focus is on transit network redesign, facilitating conversations q11F about multimodal planning issues, and applying innovative mapping tools to enrich conversations about transit issues. Scudder has led network planning, multimodal transportation analysis, and environmental studies for state agencies, metropolitan planning Professional Experience organizations, local governments, and transit agencies. Principal Associate Jarrett Walker + Associates Selected Project Experience 2017 - present Miami Better Bus Project I Project Manager I Miami -Dade County, FL Project Manager &Transportation As an advocacy -led process, the Better Bus Project was a unique network Planner redesign for Miami -Dade County. As project manager for the technical Michael Baker International efforts, Scudder coordinated and organized the team, contributed to 2005-2017 network design workshops, led stakeholder workshops, and led the Years of Experience: 17 development of a Resilience Plan to respond to changes brought about by the pandemic in the network design planning process. Education/Certification Palm Tran Route Performance Maximization Initiative I Project Manager Master of Urban and Regional Palm Beach County, FL Planning, Virginia Commonwealth As project manager, Scudder led a route optimization study for Palm Tran University intended to improve the usefulness of the transit system and ultimate stimulate the agency's ridership. Scudder led project coordination, Bachelor of Arts, History and including analysis of the existing system, development of network Political Science, Queens University of charlotte concepts, and coordinating all aspects of the project with Palm Tran staff. West Palm Beach Citywide Transit Study I Project Manager I West Palm Location Beach, FL Arlington, Virginia Sensing the need for a major transit expansion, West Palm Beach hired JWA to develop a citywide transit plan with the goal of optimizing city transit services to complement county -provided service and assess options for a new downtown transit center. Scudder led the coordination of this project, including design of the city transit network, workshops with key stakeholders, and visioning exercises with City staff. Multimodal Norfolk Network Redesign I Project Manager I Norfolk, VA This was a citywide study of transit service within the city of Norfolk as part of a multimodal transportation study with the goal of enhancing transit and active transportation within the City. Scudder led conversations with municipal staff and regional stakeholders on the role of transit in their community, facilitated workshops to discuss trade-offs for a potential redesign of the network for the city, and led development of short and long-range networks. Suffolk County Reimagine Transit I Project Manager I Suffolk County, NY Responding to changes in travel patterns, JWA worked with Suffolk County to redesign their bus network. As Project Manager, Scudder led the coordination of the project, including an intensive public and stakeholder outreach program and workshops with agency and County staff to develop the proposed and final network plans. JARRETT WALKER + ASSOCIATES 11n Professional Experience Senior Associate Jarrett Walker + Associates 2019 - present Alvaro Caviedes is a transit planner and data analyst at Jarrett Walker + Associates. He brings experience in urban planning, social equity, statistical and spatial analysis, cartography, and research from his work in North and South America. He is also skilled at programming and automation of large analysis tasks. Alvaro holds a dual master's degree in Urban Planning and Civil Engineering. He has also helped JWA creating products and translating documents into Spanish to reach a broader audience. Selected Project Experience Miami Better Bus Project I Lead Analyst I Miami -Dade County, FL Data Analysis Intern As an advocacy -led process, the Better Bus Project was a unique Puget Sound Regional Council network redesign for Miami -Dade County. As lead analyst, Alvaro led the 2018 - 2019 analysis of the existing transit network, proposed alternatives, the draft Consultant recommended network, and the final recommended network. Inter -American Development Bank MST Comprehensive Operational Analysis I Lead Analyst I Monterey & 2017- 2018 Salinas, CA Research Assistant Alvaro lead transit network design, travel -time analysis, demand analysis Portland State University (to evaluate where are people traveling from and to) and cartography for 2014- 2017 this project. He also facilitated community meetings and focus groups on Spanish, and translated reports and surveys for Hispanic residents in the Years of Experience:8 service area. The Transit Plan was successfully adopted in 2022 and is in implementation. Education/Certifications DARTZoom Network Redesign I Lead Analyst I Dallas, TX Master of Urban and Regional DART hired JWA to redesign the bus network for the Dallas region, Planning, Portland State University encompassing over 13 cities in the area. Alvaro led the analysis of the existing network, conceptual networks, and draft and final recommended Master Science, civil Engineering, Portland State networks. Uniquely, this project included the analysis of a number of University on -demand transit zones both in the existing and recommended networks. Bachelor of Science, Civil Engineering, Universidad de los Andes Location Portland, Oregon Madison Metro Network Redesign I Lead Analyst ( Madison, WI This project is a bus network redesign for Madison, WI, built upon planning for a bus rapid transit system within the city. As Lead Analyst, Alvaro led the analysis of existing transit service and its relationship to local demographics and the built environment, leading to an analysis of gaps to higher access to opportunity. Alvaro then led the analysis of a number of alternatives, a draft plan, and a final recommended network. PBOT Rose Lanes & Planning Support I Lead Analyst I Portland, OR This project is a program of transit priority improvements designed to allow buses to bypass congestion and reduce travel times along some Portland's busiest corridors. As lead analyst, Alvaro led the development of an access analysis methodology that applies travel time savings (from both speed and reliability infrastructure improvements and stop optimization) to TriMet's existing network GTFS. This adjusted GTFS was used to conduct a wide variety of analyses that helped tell the story of the potential benefits the various infrastructure improvements could bring. JARRETT WALKER + ASSOCIATES M Professional Experience Senior Associate Jarrett Walker + Associates 2019 - present Transportation Planner VHB 2016 - 2019 Years of Experience: 6 Education/Certification Master of Urban and Territorial Planning Universidad Politecnica de Madrid Master of Science, Transportation and Urban Engineering University of Connecticut Bachelor of Science, Civil Engineering Universidad de Puerto Rico Location Arlington, Virginia Ricky Angueira is a transit planner and an urbanist. He has skills in project management, multimodal planning, transit network design, policy analysis, community engagement, data analysis, and cartography. He focuses on communicating complex information through illustrative graphics and clear conversations. Ricky has helped cities make decisions about transit in both English and Spanish. He has experience in Puerto Rico, the United States, and Spain in projects including transit network design, multimodal network analysis, land use planning, and strategic planning. Selected Project Experience Miami Better Bus Project I Analyst I Miami -Dade County, FL As an advocacy -led process, the Better Bus Project was a unique bus network redesign for Miami -Dade County. Ricky led the analysis and mapping to come up with a network that removes duplicative transit service between operators to make the best use of the resources available. Concluding in the midst of the Covid-19 pandemic, the project included a Resilience Plan. This plan gives the agency a framework of the service they can provide at different funding scenarios. Muni Forward Network Analysis I Lead Analyst I San Francisco, CA Seeking to move forward in its post -pandemic transit network planning, Muni hired JWA to develop and analyze several network concepts for the city of San Francisco. As analyst, Ricky analyzed the access outcomes of changes made to the bus network, includign re -routings, changes in route frequency, and changes to trips per hour in common corridors. Alexandria Transit Vision Plan I Analyst I Alexandria, VA This plan included a short-term network redesign and a long-term visionary network with additional transit service. Ricky participated in the design workshop by working collaboratively with DASH and WMATA staff to create with a network that aligns with the community's goals. Ricky led the analysis of the proposed transit service and created detailed network maps of the future networks including maps for different times of the day and week. The New DASH Network was implemented in September 2021. WATA Transit Strategic Plan (TSP) I Deputy PM I Williamsburg, VA This project is a Transit Strategic Plan (the state -mandated long-range transit plan) for the transit system in Williamsburg. As Deputy Project Manager, Ricky manages the day-to-day of the project, coordinating meetings with the agency, local partners, and staff assigned to this project. Recently, Ricky led a stakeholder workshop with over 30 participants from the region. JARRETT WALKER + ASSOCIATES 112 Palm Beach County, Florida Palm Tran Route Performance Maximization Initiative In 2017, JWA assisted Palm Beach County's transit agency Palm Tran in the first phase of its Route Performance Maximization (RPM) Initiative, an effort intended to improve the usefulness of the transit system and ultimate stimulate the agency's ridership. Since the 1990s, Palm Beach County has been one of Florida's fastest - growing areas, but bus service has expanded only incrementally in that time. With the emergence of extensive new suburban development in the urban -rural interface, and the continued densification of downtown areas of West Palm Beach and Boca Raton and the US-1 corridor more generally, new transit needs have arisen throughout the County. The first phase of the RPM designed two different Service Concepts illustrating network design changes that could be implemented to better meet these needs using the current resources available to the agency. As part of this process, JWA delivered: • A Choices Report, illuminating the trade-offs that Palm Beach County stakeholders and elected officials would need to consider to make if they wished to change their transit system; A multi -day Core Design workshop with Palm Tran staff and represen tatives of key county and municipal planning staffs, where the initial design of each Service Concept was developed. A Service Concepts Report, describing each refined conceptual network in detail, including operational cost factors, key outcomes (changes in access to jobs, etc.), and clear maps of the options. • Presentations to both the agency's Service Board, and the Palm Beach County Board of County Commissioners, explaining the process and describing the purpose and content of each service alternative. In Spring 2018, Palm Tran sought public comment on a set of changes based on JWA's "Coverage" Service Concept. A new network was implemented in October 2018. The new network was designed to maintain existing coverage, and not to concentrate service into fewer, higher - frequency and higher -ridership routes. Yet the streamlining and connection improvements have resulted in a 2% increase in ridership, at a time when ridership is falling on peer systems. Client Palm Tran Status Complete Cost $98,000 Dates May 2017 - December 2017 Key Staff Jarrett Walker, Lead Designer Scudder Wagg, Project Manager Evan Landman Gavin Pritchard Contact Steve Anderson Palm Tran Proj. Mgr., RPM Initiative snderson@pbcgov.org (561) 841-4246 11� Downtown TCIlk- Military; 0 0® n 'f` Circle 000 04D \•;GD c3cDcD 00 �. ' .r pnn � r , _CD I ,CD Norfolk, Virginia Multimodal Norfolk: Bus Network Redesign In 2019-2021, Jarrett Walker + Associates led a Bus Network Redesign process to assess and plan for the short and long-term redesign of the bus network in Norfolk, Virginia. The City of Norfolk had long supported the most robust transit network of any city in the Hampton Roads region and was the largest local funder of Hampton Roads Transit. Nevertheless, the City had not previously taken a leadership role in transit planning. In conjunction with its long-term, city-wide multimodal transportation plan, the City led a rethinking of its bus network. JWA helped city stakeholders and decision -makers understand why the existing network was not meeting their goals and felt irrelevant to the life of the city. The focus of the redesign was on a conversation around the priorities for the existing bus network and included development of two contrasting network alternatives showing how HRT's network in Norfolk network could be designed to focus on either generating more ridership or expanding coverage to new areas. JWA led a series of staff workshops to develop the key elements of the plan in an interactive and inclusive way. A Stakeholder Advisory Committee was also engaged, as well as broader public outreach. Key outcomes included: • A decision on how to balance the competing goals of high ridership and wide geographic coverage. • Discussions with stasff and key decision makers on the evolving thinking around key transit priority corridors and the connections to redevelopment areas. • Network plan for 2023 reflecting a consensus on the level of invest- ment and ridership -coverage balance in the short-term • Network plan for 2030 reflecting the new investment in service coming through a regional funding measure. The City Council adopted a resolution of support to express support for the new network in a November 2021 resolution. HRT expects to implement the new network in early 2023. Client City of Norfolk, Virginia Status Complete Cost $320,000 Dates November 2019 - May 2022 Key Staff Scudder Wagg, Project Manager Jarrett Walker, Network Design Evan Landman, Analysis Contact John Stevenson, Acting Director Department of Transit, City of Norfolk (757)664-7313 John.Stevenson@norfolk.gov 114 112ntl 68th a y� 1141h 10� a ® r 4 901ho 93rd HIALEAH L EL—iml- MEDLEY �= eer PORT Miami, Florida Miami -Dade County Better Bus Project J tt W Ik A ' t h' d b T 't AII' d M' ' D d ISCAYNE PAR al —a er+ ssoaa es was Ire y rand lance an lams- a e Client County to redesign the county bus network and work with municipalities to TransitAllianceMlami look at improvements to city trolley networks. To help stakeholders and the public understand the conflicting goals of Status transit network design, JWA worked with county and local staff to create Complete two concepts: one that kept the county's existing coverage and one that focused on allocating more resources towards high ridership goals. The Cost concepts included resources from municipal trolleys. Integrating the trolleys $350,000 with Miami -Dade Transit service showed the benefits of reduced duplication and the value of a seamless network that could get more residents to more Dates places sooner. June 2019 - November 2020 JWA guided our local partners at Transit Alliance on the surveying and Key Staff outreach efforts around these two concepts, which included dozens of Jarrett Walker, Lead Designer public meetings and thousands of survey responses. Based on public Scudder Wagg, Project Manager outreach, staff recommended a blend about half -way between the two Ricky Angueira, Analyst concepts. JWA facilitated a second Core Design Retreat to design the Alvaro Caviedes, Analyst recommended New Network that went before the public and elected Contact officials for review in February and March of 2020. Azhar Chougle In both the Concepts and the Draft Plan phases, JWA helped guide a Former Director, Transit Alliance of conversation around equitable outcomes through measures of job access Miami and proximity to service for people of color, people in poverty, as well as asmatraz.c om az@az@ 374 - az.c 3540 looking at workforce access and access to affordable housing. Carlos Cruz-Casas The Covid-19 pandemic forced the redesign process to pause during Assistant Director, Miami -Dade the spring of 2020, and presented an opportunity to develop a more County Dept. of Transportation and adaptable network to deal with the uncertainty of pandemic recovery. JWA Public Works worked with County staff to develop a Final Better Bus Network, including cruzc@miamidade.gov a Resilience Plan that prioritized routes and corridors and provided a (756) 442 - 5248 decision -making framework to help County staff prepare for an uncertain — future. In October 2020, the Board of County Commissioners endorsed the Final Better Bus Network and the Resilience Plan and directed County staff to implement the new network. County staff are currently working on the implementation of the new network. SIDE LE v m ' D DATI 2A O -- z 3 O - FERN D C m h l Q N D •N v lO / plm < Im O r I i D OKEECHOBEE I I LAKEVIEW West Palm Beach, Florida West Palm Beach Citywide Transit Study In 2018, the City of West Palm Beach, Florida retained Jarrett Walker + Associates to help develop a municipal vision and plan for public transit. West Palm Beach is a dense and walkable city in a largely suburban and car -oriented county. The transit service that the county transit agency (Palm Tran) was providing was insufficient for the level of density and walkability that the city intends. The City had been running a limited, downtown -focused trolley service, but felt it needed to expand its transit offerings city-wide and better coordinate transit services provided by the county agency. As a subcontractor to Alta Planning & Design, JWA led the development of the transit components of the plan. Key issues included: • Designing a network that complemented county services instead of competing with them. • Integrating citywide needs with downtown circulator markets. • Locating and identifying rough specifications for a new down- town transit center and revisions to the layout of the Tri-Rail transit center. • Exploring different downtown routing possibilities while still showing flexibility in response to actions the county might take. • Building understanding among civic leaders about the need for the City to lead on this issue. The work included an analysis of existing conditions, a stakeholder workshop, and an intensive staff workshop to develop network design ideas. Based on JWA's work, the City began the first phases of transit expansion in 2019; the full Final Plan was delivered in early 2020. Client City of West Palm Beach, Florida Status Complete Cost $172,000 Dates January 2018 - December 2018 Key Staff Scudder Wagg, Project Manager Jarrett Walker, Lead Planner Evan Landman, Lead Analyst Gavin Pritchard, Analyst Contact Uyen Dang, Principal DDEC (813)380-6574 uyen@ddec.com r-. 2017 to Present 2013-201i 2016-2017 2008-2013 2006-2008' 2003-2006' 4iI1B111164iAIs11111 1997-2003 Prof. Alexei Pozdnukhov Chief Scientist, Technical Lead EXPERIENCE Replica (Kansas City, MO & San Francisco, CA) Co-founder, Chief Scientist UC Berkeley (Berkeley, CA) Assistant Professor (adjunct since 2018), Civil and Environmental Engineering Lawrence Berkeley National Laboratory (Berkeley, CA) Faculty Scientist National Centre for Geocomputation (Ireland) Science Foundation Ireland Stokes Lecturer University of Lausanne (Lausanne, Switzerland) Premier Assistant, Institute of Geomatics and Analysis of Risk IDIAP Research Institute (Martigny, Switzerland) Research Assistant EDUCATION Ph.D. in Computer Science, Ecole Polytechnique Federale de Lausanne (EPFL), Switzerland. Thesis title: "Prior Knowledge in Kernel Methods", Advisor Dr. Samy Bengio Diploma with Honors in Mathematical Physics, Lomonosov Moscow State University, Russia. Thesis: "Environmental Data Mining with Statistical Learning models" 117 2020 - Present 2013 - 2020 2010 2004 John Buckholz Customer Solutions Architect EXPERIENCE Replica (New York City) Customer Solutions Architect • Serve as an expert of Replica's product and data, with a deep understanding of methodology, architecture, and processes down to a technical level • Partner with Customer Success Managers to help users unlock the power of our data by identifying and achieving customer objectives • Lead technical deep dives and discovery calls to drive users to the data they need for analysis • Collaborate with Product to shape, support, and execute product goals, elevating the voice of the user as an input into decision -making AECOM (New York City) Transportation Project Manager • PM for $7.5 million and $10 million on -call Transportation Planning and Engineering master service agreements with NYC DOT o Developed scope, staffing plans, schedule, and budget for MSA task orders • Responsible for contract performance metrics, including on -time delivery, DBE participation, and technical innovation • Managed departmental GIS data library and built Python tools to automate technical work and departmental administration • Project Controls Manager for NYC Build it Back, the city's post -Sandy recovery housing program EDUCATION University of Delaware Master of Arts in Urban Affairs and Public Policy Dartmouth College Bachelor of Arts in History 3 2021 - Present 2021 2018-2021 201E 2016 Albab Noor Transportation Modeler EXPERIENCE Replica (Portland) Transportation Modeler • Serve as an expert of Replica's product and data, with a deep understanding of methodology, architecture, and processes down to a technical level • Lead technical deep dives and discovery calls to drive users to the data they need for analysis • Collaborate with Product to shape, support, and execute product goals, elevating the voice of the user as an input into decision -making Steer (Portland) Principal Consultant • Calibrated the trip distribution model for California High Speed Rail Ridership & Revenue forecasting model (Python, Emme) • Performed scenario analysis for San Francisco Bay Area Fare Coordination & Integration study (Cube) RSG (Portland) Senior Travel Demand Modeler • Primary modeler on the development of activity -based travel demand models for SEMCOG, MWCOG and METRO. Responsibilities included developing statistical models (logit) to simulate choices, such as work/school location choice, travel mode choice and discretionary travel choices (TransCAD, GISDK, Python) • Estimated the destination choice model for MAG's 4-step travel demand model using the latest household travel survey and transit on -board survey data (ALOGIT, Python) • Estimated and calibrated destination- and mode -choice models for MAG, SANDAG, SACOG, NFTOP and SEMCOG (ALOGIT, Python, R) • Developed a toll optimization algorithm (heuristic) for SACOG to enable policy makers to evaluate the impact of tolls and HOWHOT EDUCATION University of Connecticut MS Transportation and Urban Engineering Bangladesh University of Engineering and Technology BS Civil and Environmental Engineering June 2021 - Present 2017 - 2021 2017 ?012 Shati Khan Product Specialist EXPERIENCE Replica (New York City) Product Specialist • Provide dedicated product support as an expert on Replica's product, methodology, and data architecture • Develop product specifications and identify customer use cases for new product features Metropolitan Transportation Authority of New York (New York City) Transportation Planner, Special Projects & Development • Evaluated large-scale, multi -modal development projects to strategically invest in future transit service and capacity expansion • Managed technical planning studies by developing and tracking project scope, budget, and performance measures • Analyzed ridership statistics of 6 million+ daily riders, performance metrics, and survey data to assist Planning Director with proposals and requests • Collected research on demographics, economic trends, and travel patterns of 13-county service area to inform long-range transportation planning EDUCATION University of North Carolina Chapel Hill Master of City and Regional Planning Tufts University Bachelor of Arts in Anthropology, Communications and Media 1. Replica Case Studies Replica currently partners with over 60 customers around the country to help solve pressing challenges in the built environment. Replica data fits seamlessly into existing workflows, supporting traditional analyses like corridor studies and feasibility analyses for large-scale infrastructure projects. The platform also helps its public sector customers operationalize new types of analyses, such as near -real-time monitoring of the interrelated effects of mobility and economic activity, and assessing the "before and after" impact of operational and policy decisions. Below, we've highlighted some specific ways customers have used Replica: 01 Metropolitan Transportation Authority New York's Metropolitan Transportation Authority (MTA), the country's largest public transit authority, engaged Replica to support its implementation of congestion pricing in Manhattan. When the pandemic struck, the MTA turned to Replica to better understand, and help forecast, the rapidly changing travel behavior of its riders in near -real-time, including differences among various cohorts of riders. When New York made the decision to stop 24-hour subway service for the first time in over 100 years, the MTA leveraged Replica data to design a shut -down schedule and alternative transit options that would least impact the ability for essential healthcare workers to safely and efficiently get to work. 02 Sacramento Area Council of Governments SACOG Sacramento Area Council of Governments (SACOG) engaged Replica to produce multiple seasons of a region -wide activity -based travel model. The detailed trip tables from these models are leveraged to best understand existing conditions in advance of prioritizing and investing in large-scale infrastructure and development projects. Replica data is leveraged to help SACOG assess both resident and network vehicle miles traveled (VMTs), as well as understand the breakdown of VMTs across different trip purposes, including commuting. 03 Illinois State DOT The Illinois Department of Transportation engaged Replica to build the state's first state-wide activity -based travel model, enabling both statewide and local agencies to leverage the same assumptions in their analyses. The Chicago Transit Authority (CTA) leveraged a Replica analysis of the demographic and socioeconomic breakdown of the `L' and CTA bus ridership to better understand the inequities in commute times across different cohorts of the city's population. Proprietary & Confidential I For further information email SU U DO mare D ll cah Q.com t 121 The Replica Platform Replica provides data about the built environment and how people interact with it. Our mission is to organize that information to make it accessible, valuable, and actionable. We know that making decisions about the built environment involves confronting complex challenges that don't have simple solutions. Too often, you're expected to rely on data that's out of date, incomplete, or both. Afterward, you don't have the information you need to monitor the impacts of those decisions. Replica exists to change that. We transform vast, disparate datasets into a holistic, up-to-date picture of what's happening across mobility, land use, people, and economic activity. Our customers get unprecedented insights into a world that's constantly changing. Replica Places Places simulates the complete activities and movements of residents, visitors, and commercial vehicles in a region and season on a typical day. Places are delivered as megaregions, each covering between 10 and 50 million residents and multiple states. Our customers use Places to obtain an accurate, shared baseline understanding of the world as it exists today. Replica Trends Trends is updated each week with fresh data nationwide covering mobility, ��� p 9 Y, qk economic activity, land use, and COVID-19 cases. Trends has census -tract -level fidelity with mobility data including origins and destinations, trip mode, trip purpose, and consumer spending data across a number of categories. Customers use Trends to understand the current state of the world and monitor how it's changing in near -real time. J& Replica Scenario Scenario builds on Places data to enable scenario and alternatives analysis. Coming soon our first version will accept changes to population, employment and housing. Future iterations will allow other inputs such as changes to the transportation network, land use, or behavioral preferences. Replica is subscription -based, and includes unlimited seats, with unlimited downloads, for a customer's organization. Access is provided within 24 hours. Onboarding and support is included in the subscription price. Proprietary & Confidential I For further information email supoort.areplicaha.com t 122 Durinty Counts a Rodrikas Jones 16 years of experience in transportation data collection and all Education the processes involved. He has acted as Project Manager for turning movement counts, tube counts, parking occupancy and inventory studies, Health Service Administration, and origin -destination studies. He prides himself on his history of managing a University of Central Florida, variety to innovative projects. These include, but are not limited to, curbside Orlando, FL data collection, drone studies, and Bluetooth data collection. Affiliations With the knowledge that Rodrikas has gained from his hands-on work as a technician in the field, his years of data collection knowledge, and his years of ITE Florida/Puerto Rico - seeing projects through his project life cycle, he assures that every project is Member completed efficiently and to the highest level of quality. Years of Experience Montgomery County, Turning Movement Counts - Project Manager responsible for all data collection efforts to collect 28 Turning Movement 16 Counts during the following peak periods: 6:30AM - 9:30AM,11AM -1PM, and 4PM - 6 PM in Silver Springs, MD. In addition, collected a seven-day bi- Ye a rs With QC directional volume count at one location. 7 Florida Department of Transportation, Central Office, Intersection Data Collection and Reporting Services - Project Manager responsible for this data collection efforts in which Site -Specific Roadway intersection traffic data and more than 25 characteristics were collected at a total of 400 (72-hour) turn movement counts throughout Florida. Project required a 95% accuracy for acceptance.10 purchase orders with 40 locations each were required to be completed within a five -week period. Contact Monroe, Morgan & Vigo Counties, Traffic Data Collection on State Owned and 571.585.9225 Non -State -Owned Routes - Project Manager responsible for developing and executing the data collection strategy for collection of over (635) 48 hr. Class rjones@qualitycounts.net and Volume tube locations. Each county was broken into separate work orders that were all able to be completed ahead of the 9-week schedule given. Each county was completed in 4-5 weeks. Kentucky Transportation Cabinet, Statewide Planning - Traffic Counting - Project Manager responsible for developing and executing the data collection plan to up to 250 counts statewide per year, over a 2-year period. These are a combination of Volume counts and Class counts. CCP, 3rd Street Ramp Closure Traffic Counts - Project Manager responsible for implementing the before and after data collection studies for this project. This included 21 turning movement counts, seven-day volume tube counts, and four travel time runs for the study in Washington, DC. Washington County, Tube Count Project - Project Manager responsible for all data collection services for this project which conducted 373, 24-hour class, volume, and speed tube counts. Included GPS coordinates for each location. Performed the task within the time frame set forth by the client. 12._� Noah Smith is QC's Director of Internal Operations and oversees all back -end Education processing, including that of both tube counts and video counts. Throughout his time at QC, he has played an essential role in implementing and BA, Theater, Emerson College, maintaining our comprehensive QA/QC process and procedures. Noah is also an integral part of QC's Horizontal Curve Assessment projects and serves as Boston, MA the company advisor for projects involving new technology and big data. He Certifications has extensive experience overseeing the data processing for numerous similar projects for other DOTS annually and nationwide. Depending on the number Certified CARS Instructor of active projects, Noah supervises between 5 and 40 staff members on the planning, processing, and quality control teams. CARS Advanced Training Certification Caltrans District 5, Horizontal Curve Data Collection - Processing Manager for horizontal curve and sign inventory data and performed data collection in the Years of Experience field using Rieker's horizontal curve data collection hardware. Rieker's CARS system was used to conduct data collection for horizontal curve assessment 7 on all State Routes within Caltrans District 5. The project consisted of approximately 1,100 centerline miles of roadway and 100 miles of freeway Years With QC ramps. The data collection also included an inventory of more than 1,700 existing horizontal alignment signs with geo-referenced imagery. Performed 7 post -processing using the CARS online portal to produce more than 6,000 curve reports. New York State Department of Transportation, Curve Data and Existing Sign Inventory - Data collection and quality control manager for statewide horizontal curve data collection on approximately 20,000 centerline miles of NYSDOT roadway. Trained and oversaw curve processing team to perform horizontal curve analysis of integrated GPS-BBI data to create an inventory of Contact more than 30,000 horizontal curve locations that includes curve geometry, superelevation, and MUTCD compliant recommended advisory speed 323.481.4894 calculations. nsmith@qualitycounts.net Kentucky Transportation Cabinet, Curve Data and Existing Sign Inventory - Data collection and quality control manager for statewide horizontal curve data collection on approximately 27,000 centerline miles of KYTC roadway. Trained and oversaw curve processing team to perform horizontal curve analysis of integrated GPS-BBI data to create an inventory of more than 100,000 horizontal curve locations that includes curve geometry, superelevation, and MUTCD compliant recommended advisory speed calculations. WSDOT SW Region, Curve Data Collection and Analysis - Processing Manager responsible for including oversight and systems development for the planning and processing stages of the project, and in-depth analysis and quality control on the final deliverables. Surveyed approximately 960 centerline miles of roadway and more than 50 miles of freeway ramps with Rieker's CARS system. The project covered all roads maintained by WSDOT throughout the 174 Brevard County Annual Counts September 2015 September 2020 Client: Space Coast TPO DESCRIPTION QC was awarded the annual count program for Brevard County by the Space Coast Transportation Planning Organization. The purpose of this contract was to perform special and routine traffic volume, AM/PM peak turning movement and pedestrian counts, and other related traffic data collection surveys at specified locations throughout Brevard County, Florida. This data includes signal timing characteristics including signal phase cycle length and timing. Data is used by the TPO for a variety of transportation monitoring programs, Brevard County, local government for their concurrency management systems, the Florida Department of Transportation, • • • " private citizens, and local businesses. The project so far Melbour has consisted of collecting 48-hr vehicle counts at approximately 500 locations per year, split between Fall and Winter collection periods and five regions within the TPO (North, Central, South, Beaches, and Merritt Island planning areas). Data is delivered according to strict TPO protocol in both electronic and QuaLity I hard -copy formats. City of Gainesville Annual Counts August 2015 - Present lop t�U M.IMr) 11 Client: City of Gainesville DESCRIPTION 01 QC was assigned the annual traffic counts on a Client4 continuing basis as input to the City's annual/biannual Emmanu_ traffic count data collection program. The City's count stations are comprised of approximately 90 locations collected during fall and spring terms. The task so far has included collecting nearly 100 48-hr bi-directional volume, speed, and classification tube counts at those 90 locations. Delivery includes data in electronic format with daily/AM/PM volumes, ADT, and 85th percentile speed. QC has been awarded this contract for two terms. Highlands County March 2021 Client: Highland County Board of County Commissioners DESCRIPTION Quality Counts was under contract with the Highland County Board of Commissioners to collect 30 24-hour kandersonCahilo volume, speed, and class tube locations. The traffic counts were assembled in a tabular format, a pdf format, and in the appropriate software for which the 505 South Comm Sebri equipment operates. The GPS coordinates of each count location was provided so that each count location could be mapped using GIS. In addition, for each count station the Average Annual Daily Trips (AADT), Seasonal Adjustment Factor (SF), and the Axel QuaLity 1 Correction Factor (ACF) was provided. MetroPlan Orlando Bluemac Studies September 2014 - September 2020 • T Client: MetroPlan Orlando DESCRIPTION Quality Counts served as a subcontractor to Kittelson & Associates to complete Bluetooth and Que Studies for MetroPlan Orlando. With these studies, Bluetooth devices we placed at designated points on multiple corridors per week. In addition to the Bluetooth units, QC used our drones to capture and reduce que data around the same corridors. This project required a strong communication plan with Kittelson to conduct the studies before and after changes to the designated signals. Quality Counts was able to complete all corridors on time and to the client's satisfaction. Manuel G. Vera Jr., PSM Principal -in -Charge/ Chief Surveyor & Mapper Mr. Vera Jr., a registered Land Surveyor has over 39 years of experience with the company and throughout the state of Florida. He has managed a variety of survey contracts and projects for the Florida Department of Transportation, Miami -Dade County, Miami -Dade Expressway Authority, City of Miami, and numerous Engineering and Design firms. Mr. Vera has performed and managed all types of surveying services including: Design Surveys, Right -of -Way Control Surveys, Right -of -Way Mapping, Platting, Construction Layout, Asbuilt Surveys, Drainage Surveys, etc. Mr. Vera is a Chief Surveyor and Mapper, as well as our Chief Executive Officer. He has extensive experience in the management and coordination of survey projects involving a variety of surveying techniques such as Aerial Surveys, Conventional Ground Surveying, Utilities designation, etc. Project Experience MD-DTPW, Miami to Miami Beach Light Rail 1 Modern Street Car (Miami Beach Corridor Connector) PD&E Project Limits: Miami Transit Connector from Alton Road and 5th Street in Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to Government Center station and north along NW/NE 1st Avenue and North Miami Avenue to NE 41st Street in Midtown Miami. MGV performed adequate research to graphically establish the existing right of way for planning purposes of the Miami portion of the project limits, and design survey tasks will be performed: horizontal project network control; survey baseline and right of way; topographic/DTM survey performed along the MacArthur Causeway; topographic (2D) survey will be performed from right of way to right of way and will extend to the radius return on all intersecting side -streets along the project limits; sectional survey and subdivision locations for survey baseline and right of way lines; miscellaneous survey locating vertical clearances over pavement signaling mast arms, bridges and signs; PNC sheets with horizontal values only, as well as station and off -set for the entire project limits; work zone safety; and subsurface utility engineering. Parsons Transportation Group, Inc. I Odalys Delgado, AICP (305) 507-5583, odalys.delgado@parsons.com 10612017thru 12120191 Contract Amount: $550,948.67 City of Miami Beach, Lummus Park Site Survey MGV provided a topographic survey locating all above ground features and improvements within the survey limits including: fences, walls, buildings, and appurtenances, visible above ground utilities, drainage structures, etc. Cross sections and spot elevations were also gathered along the project site. Construction services were also performed, which included stake out of proposed location of the wall every 20 feet, state out 5' offsets, and marking elevations on stakes. Metalco Active USA, Inc. I Ariel Millan, PE (305) 670-2350, amillan@bcceng.com 10912017 thru 01120181 Contract Amount: $3,000.00 M.G. VERA & ASSOMTO Office Location Miami, Florida Years of Experience 39 Years with MGV 39 Education Bachelors of Science, Legal Studies, Nova Southeastern University, 1994 Associates of Science, Land Surveying, Miami Dade College, 1988 Registrations Professional Surveyor & Mapper, Florida License No.: LS5291 01 /05/1994 Professional Affiliations Florida Surveying & Mapping Society The Transportation and Expressway Authority Membership of Florida Surveying Experience Manuel G Vera & Assoc., Inc MD-DTPW, City of Miami Beach Seawalls MGV was responsible for designating (horizontally (1983 - Present) mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6 "Scan" areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. BCC Engineering, LLC I Christian Aquino, PE (305) 670-2350, caquino@bcceng.com 11212019 thru 07120211 Subcontract Amount: $8,944.00 FDOT District 6, SR A1A I Indian Creek Drive Subsurface Utility Engineering Services from 25th Street to 41st Street MGV was responsible for designating (horizontally mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6 "Scan" areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. Ribbeck Engineering, Inc. I Carlos Ribbeck, PE (305) 383-5909, cribbeck@gmail.com 10212019 thru 09120191 Subcontract Amount: $82, 980. 00 129 Manuel G. Vera Jr., PSM M.G. VERA Principal -in -Charge/ Chief Surveyor & Mapper If &A.ssocuTEs City of Miami, Miscellaneous Surveying and Mapping Services (No. 16-17-027) Task driven contract performing miscellaneous surveying and mapping services. Projects under this contract include: Boundary Survey for Sewell Park; Boundary Survey for Riverside Park; Boundary Survey for Coral Gate Park; Boundary Survey for Fern Isle Park; and Boundary Survey for Lemon Park. City of Miami Fernando Ponassi (305) 416-1902, fponassi@miamigov.com 10212018 thru On -Going I Contract Amount: $250,0001 Total Value: N/A City of Miami, NW 24th and 25th Avenues, and NW 32nd Street MGV provided the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Alignment (Project Survey Baseline), creation of Topographic survey and Digital Terrain Model (DTM/3D) in 3D laser scanning, Cross Sections, Drainage Survey, and Subdivision Locations. RS&H, Inc. Samuel Gonzalez, PE (786)-31388-0234, Ext. 3215, samuel.gonzalez@rsandh.com 1 02/2016 thru 05/2016 1 Subcontract Amount: $15,293.60 1 Total Value: N/A City of Miami, NW 15th Ave from S. of NW 30th Street to NW 59th Street MGV was responsible for providing the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Survey Baseline and Right of Way Lines, Topographic Survey, Cross Sections, Drainage Survey, and Subdivision Locations for Survey Baseline and Right of Way Lines. RS&H, Inc. I Douglas Green, PE(954)-236-7371,douglas.green(a)rsandh.com 1 01/2016 thru 12/2016 1 Subcontract Amount: $17,958.80 1 Total Value: N/A FDOT District 6, Districtwide Miscellaneous Location Survey Consultant (C-AF57) Task driven contract performing miscellaneous Location Surveys in Miami -Dade and Monroe Counties, and all municipalities within the district. MGV is responsible for all necessary professional surveying and mapping services to support topographic and mapping projects. Most of these services utilize a combination of mobile surveying and mapping technologies with GNSS and conventional survey technologies for ground control, quality assurance, and supplementary topographic map data when necessary. The surveys will include, but not be limited to: terrestrial mobile LiDAR surveying & mapping, ground control, scheduling of activities, drainage information, design level surveys, specific purpose surveys, acquisition parcel stakeout, project control network, right of way control survey maps, acquisition right of way maps, maintenance maps, retracement, recovery, and analysis of historical baselines of survey, boundary surveys, parcel sketches, legal descriptions, and properties title analysis. FDOT District 6 1 Zurelys Perez de Alejo (305) 470-5194, zurelys.perezdealejo@dot.state.fl.us 10912021 thru On -Going I Contract Amount: $1.5 Million FDOT District 6, Districtwide Right of Way Monumentation Consultant Contract (C-A146) Task driven contract performing Right of Way Monumentation and Right of Way Monumentation Mapping services in Miami -Dade and Monroe Counties, and all municipalities within the district. These services include, but are not limited to the preparation of Right of Way Control Surveys, Right of Way Maps, Boundary Surveys, Title Search Reviews, and Right of Way Monumentation to include annotation and recordation of Right of Way Maps once the Monumentation is complete. FDOT District 61 Victor Marrero (305) 470-5249, victor.marrero@dot.state.fl.us 11012018 thru On - Going I Contract Amount: $1.5 Million FDOT District 4, Districtwide Continuing Services for Survey, Mapping, and SUE (C-9T24) Surveying and mapping services for this contract include, but are not limited to: Mobile Lidar, Field Surveys, Maintenance of Traffic (MOT), Historical Baseline and Existing Right of Way Determination, Global Positioning System (GPS) Surveys, Monumentation Surveys, Bathymetric surveys (which includes single beam, multi beam and side scanner sonar capabilities), Utility Designation and Excavation (including Underwater Utilities), Tree Surveys (trees identified by an Arborist or Landscape Architect), Right of Way Control Survey Maps, Right of Way Maps, Maintenance Maps, Right of Way Monumentation Maps, Boundary Surveys, Quality Assurance Reviews, Expert Witness Testimony, Title Search Plotting Maps, Title Document Review and Analysis, Sketched, Parcel Staking, and Legal Descriptions, FDOT District 4 1 Jeffery Smith (954) 777-4560, jeffery.smith@dot.state.fl.us 10212017 thru 02120221 Contract Amount: $5 Million FDOT District 6, Districtwide Right of Way Mapping & Survey (C-9M05) Task driven contract performing miscellaneous survey tasks in Miami -Dade and Monroe Counties, and all municipalities within the district. Recent tasks for Right of Way Mapping and Surveying services have included the preparation of Right of Way Control Surveys, Right of Way Control Maps, Right of Way Surveys, Right of Way Maps, Boundary Surveys, Geographic Information System (GIS) Mapping, preparation of Parcel Sketches and Legal Descriptions, Quality Assurance Reviews, Title Searches, Title Search Review, plotting Legal Descriptions, and miscellaneous surveying and mapping. Right of Way surveys may include, but not be limited to, the following: Geodetic Control / Project Network Control (PNC), Alignments, Section Ties, Subdivision Ties, Maintained Right of Way Survey, Building Ties, Jurisdictional Line Survey, and Side Street Surveys. FDOT District 6 ( Victor Marrero (305) 470-5249, victor.marrero@dot. state. fl.us 109/2015 thru 10120161 Contract Amount: $1.5 Million IM Mark R. Sowers, PSM M.G. VERA SUE Director / Chief Surveyor & Mapper & ASSOCIATES Mr. Sowers is a Professional Surveyor & Mapper with 35 years of experience throughout the state of Florida. His responsibilities include managing field operations and establishing standards for Office Location consultants as well as final quality assurance / quality control of all deliverables before client Jupiter, Florida submission. He is proficient in the latest industry technology, as well as developing and implementing successful management strategies. Mr. Sowers worked for the Florida Department Years of Experience of Transportation (FDOT), District IV for eight years, four of them as District Surveyor. During his 35 FDOT tenure, Mr. Sowers actively participated in statewide process improvements. He was a chairperson for FDOT's Survey Technical Advisory Committee and a member of the committees Years with MGV responsible for the development and implementation of the staff -hour estimating form and project 7 network control sheet. Education Project Experience Bachelors of Science, MD-DTPW, Miami to Miami Beach Light Rail I Modern Street Car (Miami Beach Corridor Land Surveying, University of Florida,1988 Connector) PD&E Project Limits: Miami Transit Connector from Alton Road and 5th Street in Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to Government Center station and north along NW/NE 1st Avenue and North Miami Avenue to NE Registrations 41st Street in Midtown Miami. MGV performed adequate research to graphically establish the Professional Surveyor & existing right of way for planning purposes of the Miami portion of the project limits, and design Mapper, Florida survey tasks will be performed: horizontal project network control; survey baseline and right of License No.: LS5266 way; topographic/DTM survey performed along the MacArthur Causeway; topographic (2D) 07/19/1993 survey will be performed from right of way to right of way and will extend to the radius return on Professional Affiliations all intersecting side -streets along the project limits; sectional survey and subdivision locations for Florida Surveying & Mapping survey baseline and right of way lines; miscellaneous survey locating vertical clearances over Society pavement signaling mast arms, bridges and signs; PNC sheets with horizontal values only, as well as station and off -set for the entire project limits; work zone safety; and subsurface utility The Transportation and engineering. Parsons Transportation Group, Inc. I Odalys Delgado, AICP (305) 507-5583, Expressway Authority odalys.delgado@parsons.com 1 0612017thru 12120191 Contract Amount: $550,948.67 Membership of Florida City of Miami Beach, Lummus Park Site Survey MGV provided a topographic survey locating Surveying Experience Mann Manuel Vera &Assoc., Inc all above ground features and improvements within the survey limits including: fences, walls, (2015 -Present) buildings, and appurtenances, visible above ground utilities, drainage structures, etc. Cross sections and spot elevations were also gathered along the project site. Construction services Cardno TBE were also performed, which included stake out of proposed location of the wall every 20 feet, (2001 - 2015) state out 5' offsets, and marking elevations on stakes. Metalco Active USA, Inc. I Ariel Millan, PE (305) 670-2350, amillan@bcceng.com 10912017 thru 01120181 Contract Amount: $3, 000.00 Florida Department of Transportation, District 4 MD-DTPW, City of Miami Beach Seawalls MGV was responsible for designating (horizontally (1993 - 2001) mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6 "Scan" areas depicted on the plans provided by the client utilizing electromagnetic geophysical Kimley Horn & Assoc., Inc prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to (1991 -1993) 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by Avirom & Hall the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. BCC Engineering, LLC I Christian (1990 -1991) Aquino, PE (305) 670-2350, caquino@bcceng.com 112/2019 thru 07120211 Subcontract Amount: Keith & Schnars $8, 944.00 (1988 -1990) FDOT District 6, SR A1A I Indian Creek Drive Subsurface Utility Engineering Services from 25th Street to 41st Street MGV was responsible for designating (horizontally mark on the surface) known existing toneable and non- toneable subsurface utilities found within 6 "Scan" areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. Ribbeck Engineering, Inc. I Carlos Ribbeck, PE (305) 383-5909, cribbeck@gmail.com 10212019 thru 09/20191 Subcontract Amount: $82,980.00 Manuel G. Vera & Associates, Inc. I 1 Mark R. Sowers, SUE Director / Chief PSM Surveyor & Mapper M.G. VERA & City of Miami, Miscellaneous Surveying and Mapping Services (No. 16-17-027) Task driven contract performing miscellaneous surveying and mapping services. Projects under this contract include: Boundary Survey for Sewell Park; Boundary Survey for Riverside Park; Boundary Survey for Coral Gate Park; Boundary Survey for Fern Isle Park; and Boundary Survey for Lemon Park. City of Miami Fernando Ponassi (305) 416-1902, fponassi@miamigov.com 10212018 thru On -Going I Contract Amount: $250,0001 Total Value: N/A City of Miami, NW 24th and 25th Avenues, and NW 32nd Street MGV provided the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Alignment (Project Survey Baseline), creation of Topographic survey and Digital Terrain Model (DTM/3D) in 3D laser scanning, Cross Sections, Drainage Survey, and Subdivision Locations. RS&H, Inc. Samuel Gonzalez, PE (786)-31388-0234, Ext. 3215, samuel.gonzalez@rsandh.com 1 02/2016 thru 05/2016 1 Subcontract Amount: $15,293.60 1 Total Value: N/A City of Miami, NW 15th Ave from S. of NW 30th Street to NW 59th Street MGV was responsible for providing the following Design Survey Services: the establishment of horizontal and vertical primary control networks, Survey Baseline and Right of Way Lines, Topographic Survey, Cross Sections, Drainage Survey, and Subdivision Locations for Survey Baseline and Right of Way Lines. RS&H, Inc. I Douglas Green, PE(954)-236-7371,douglas.green(Drsandh.com 101/2016 thru 12/20161 Subcontract Amount: $17,958.80 J Total Value: N/A FDOT District 6, Districtwide Miscellaneous Location Survey Consultant (C-AF57) Task driven contract performing miscellaneous Location Surveys in Miami -Dade and Monroe Counties, and all municipalities within the district. MGV is responsible for all necessary professional surveying and mapping services to support topographic and mapping projects. Most of these services utilize a combination of mobile surveying and mapping technologies with GNSS and conventional survey technologies for ground control, quality assurance, and supplementary topographic map data when necessary. The surveys will include, but not be limited to: terrestrial mobile LiDAR surveying & mapping, ground control, scheduling of activities, drainage information, design level surveys, specific purpose surveys, acquisition parcel stakeout, project control network, right of way control survey maps, acquisition right of way maps, maintenance maps, retracement, recovery, and analysis of historical baselines of survey, boundary surveys, parcel sketches, legal descriptions, and properties title analysis. FDOT District 6 1 Zurelys Perez de Alejo (305) 470-5194, zurelys.perezdealejo@dot.state.ft.us 10912021 thru On -Going I Contract Amount. $1.5 Million FDOT District 6, Districtwide Right of Way Monumentation Consultant Contract (C-A146) Task driven contract performing Right of Way Monumentation and Right of Way Monumentation Mapping services in Miami -Dade and Monroe Counties, and all municipalities within the district. These services include, but are not limited to the preparation of Right of Way Control Surveys, Right of Way Maps, Boundary Surveys, Title Search Reviews, and Right of Way Monumentation to include annotation and recordation of Right of Way Maps once the Monumentation is complete. FDOT District 61 Victor Marrero (305) 470-5249, victor.marrero@dot.state.fl.us 11012018 thru On - Going I Contract Amount: $1.5 Million FDOT District 4, Districtwide Continuing Services for Survey, Mapping, and SUE (C-9T24) Surveying and mapping services for this contract include, but are not limited to: Mobile Lidar, Field Surveys, Maintenance of Traffic (MOT), Historical Baseline and Existing Right of Way Determination, Global Positioning System (GPS) Surveys, Monumentation Surveys, Bathymetric surveys (which includes single beam, multi beam and side scanner sonar capabilities), Utility Designation and Excavation (including Underwater Utilities), Tree Surveys (trees identified by an Arborist or Landscape Architect), Right of Way Control Survey Maps, Right of Way Maps, Maintenance Maps, Right of Way Monumentation Maps, Boundary Surveys, Quality Assurance Reviews, Expert Witness Testimony, Title Search Plotting Maps, Title Document Review and Analysis, Sketched, Parcel Staking, and Legal Descriptions. FDOT District 4 1 Jeffery Smith (954) 777-4560, jeffery.smith@dot.state.fl.us 102/2017 thru 02120221 Contract Amount: $5 Million FDOT District 6, Districtwide Right of Way Mapping & Survey (C-9M05) Task driven contract performing miscellaneous survey tasks in Miami -Dade and Monroe Counties, and all municipalities within the district. Recent tasks for Right of Way Mapping and Surveying services have included the preparation of Right of Way Control Surveys, Right of Way Control Maps, Right of Way Surveys, Right of Way Maps, Boundary Surveys, Geographic Information System (GIS) Mapping, preparation of Parcel Sketches and Legal Descriptions, Quality Assurance Reviews, Title Searches, Title Search Review, plotting Legal Descriptions, and miscellaneous surveying and mapping. Right of Way surveys may include, but not be limited to, the following: Geodetic Control / Project Network Control (PNC), Alignments, Section Ties, Subdivision Ties, Maintained Right of Way Survey, Building Ties, Jurisdictional Line Survey, and Side Street Surveys. FDOT District 61 Victor Marrero (305) 470-5249, victor. marrero@dot. state. A us 10912015 thru 10120161 Contract Amount: $1.5 Million Manuel G. Vera & Associates, Inc. 12 1_�2 F r,� M.G. VERA a ASSOCIATES, Inc. Miami to Miami Beach Light Rail / Modern Street Car (Miami Beach Corridor Connector) PD&E Agency: Miami -Dade Department of Transportation and Public Works (MD-DTPW) Sub Consultant to: Parsons Transportation Group, Inc. Contact: Odalys Delgado, AICP Contact No. (305) 507-5583 Contact Email: odalys.delgado@parsons.com Duration: 06/2017 thru 12/2019 Location: Miami -Dade County, Florida Survey Cost: $550,948.67 Project Description: Project Limits: Miami Transit Connector from Alton Road and 5th Street in Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to Government Center station and north along NW/NE 1st Avenue and North Miami Avenue to NE 41st Street in Midtown Miami. MGV is performing adequate research to graphically establish the existing right of way for planning purposes of the Miami portion of the project limits, and design survey tasks will be performed: horizontal project network control; survey baseline and right of way; topographic/DTM survey performed along the MacArthur Causeway; topographic (2D) survey will be performed from right of way to right of way and will extend to the radius return on all intersecting side -streets along the project limits; sectional survey and subdivision locations for survey baseline and right of way lines; miscellaneous survey locating vertical clearances over pavement signaling mast arms, bridges and signs; PNC sheets with horizontal values only, as well as station and off -set for the entire project limits; and provide work zone safety. SR AIA / Indian Creek Drive Subsurface Utility Engineering Services from 25th Street to 41st Street Agency: FDOT District 6 Sub Consultant to: Ribbeck Engineering, Inc. Contact: Carlos Ribbeck, PE Contact No.: (305) 383-5909 Contact Email: cribbeck@gmail.com Duration: 2/2019 thru 09/2019 Location: Miami -Dade County, Florida Survey Cost: $82,980.00 Project Description: MGV was responsible for designating (horizontally mark on the surface) known existing toneable and non-toneable subsurface utilities found within 6 "Scan" areas depicted on the plans provided by the client utilizing electromagnetic geophysical prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, type, material and general direction of each found utility. 177 M.G. VERA & ASSOCIATES, Inc. City of Miami Beach Seawalls Agency: Miami -Dade County, DTPW Sub Consultant to: BCC Engineering, LLC Contact: Christian Aquino, PE Contact No.: (305) 670-2350 Contact Email: caquino@bcceng.com Duration:12/2019 thru On -Going Location: Miami -Dade County, Florida Survey Cost: $17,740.80 Project Description: MGV was responsible for providing survey services in 4 Seawall sites. Surveys were performed from right of way to right of way and extend 50 feet down the street, and will include canal soundings extending 25 feet from the sea wall. Horizontal and vertical control was also established. Topographic surveys located all above ground features and improvements, and the wet face of each seawall was identified. Right of ways were established within the survey limits, and were also shown on the topographic survey. Indian Creek Bridge - Sovereign Submerged Lands Public Easement (SSLE) Agency: South Florida Water Management District Sub Consultant to: New Millennium Design Consultants Contact: Kathy Herrera Contact No.: (305) 667-4772 Contact Email: kherrera@nmdceng.net Duration: 4/2016 thru 05/2016 Location: Miami -Dade County, Florida Survey Cost: $6,115.00 Project Description: MGV was responsible for providing a design survey including the following deliverables: establish Point of Commencement (POC) for SSLE sketch and legal description; Establish in the field an interpolated MHW elevation and locate necessary topographic features required to complete SSLE sketch and legal descriptions; Create parcel sketch for legal description depicting proposed easement along with existing and proposed bridge structures; and provide work zone safety as required by FDOT standards. Y34 0 ROBERT RUANO CELL (305) 962-6142 • E-MAIL RIRI' \NQCa,I'.COSTR \ 11S.00M CUSTOMER SERVICE ORIENTED EXECUTIVE WITH 24 YEARS OF BUSINESS MANAGEMENT AND DEVELOPMENT EXPERIENCE IN DIVERSE, FAST -PACED ENVIRONMENTS WORK EXPERIENCE 2010-Present — Ecostrata Services, Inc. Miami, FL President ■ Founded successful fundraising and government consulting company ■ Assist nonprofit, municipal, private clients with fundraising or business goals ■ Develop strategic fundraising goals for clients ■ Research, prepare and submit grant and private funding documents ■ Facilitate contract negotiations between private companies and government entities ■ Liaison with clients and government officials at all levels ■ Raised over $6 million in grant and contract funding for clients ■ Coordinate and raise funds for community cyclovia event (now in its fifth year) ■ Prepare federal and state legislative funding requests 2003-2010 - City of Miami Miami, FL Director, Grants and Sustainable Initiatives (dual role beginning February, 2007) ■ Director overseeing City's Grants and Environmental Departments ■ Oversaw design and funding framework for environmental job training/resource center ■ Negotiated public/private partnerships that netted $2.5M in green projects in just 3 years ■ Supervised energy retrofit, solar installation, and landscaping redesign for historic City Hall ■ Drafted building and zoning legislation to improve building efficiency ■ Responsible for department that secured over $63 million in competitive grant dollars ■ Completed Sustainability Plan which included mitigation and adaptation recommendations ■ Oversaw GreenMiami tree marketing, planting, and protection campaign ■ Created ongoing AmeriCorps VISTA member program to 21 area nonprofits ■ Chaired first ever Bike Action Committee charged with creating safter streets ■ Developed Bike Action Plan as a framework of cycling initiatives that city would pursue ■ Created first Tree Master Plan calling for expansion of urban forest and natural areas ■ City liaison for $45 million Miami River Dredging Project ■ Advised City Manager, Mayor, and Commissioners as member of executive leadership team ■ Regular speaker at conferences regarding City's environmental and funding accomplishments EDUC,1TION 2004 Florida International University Miami, Fl Management Certificate, Center for Strategic Management 1989 Virginia Commonwealth University Richmond, VA Bachelors of Science, Mass Communications INS 0 Douglas Thompson Principal and Landscape Arcjiitcct, Landscape DE, LLC EDUCATION Douglas Thompson has 15 years of experience in landscape architectural design and planning and has been a licensed landscape architect since 2010. He has been Principal of the Landscape Architecture firm Landscape DE since 2012. His experience includes design and management of a variety of project types, including government, commercial, and residential projects. LICENSES & CERTIFICATIONS Master of Landscape Architecture, May 2007. Louisiana State University, Baton Rouge, Louisiana. Bachelor of Science in Business Administration, May 1999. Central Michigan University, Mount Pleasant, Michigan. PROFESSIONAL EXPERIENCE Registered Landscape Architect (RLA), State of Florida, LA6667063. Registered Landscape Business, Landscape DE, LLC, State of Florida, LC26000451. LEED Accredited Professional, 2009. Principal, Landscape Architect. April 2011— present. Landscape DE, LLC. South Miami, FL Landscape Architect —Project Manager. October 2009 — March 2011. Raymond Jungles, Inc. Miami, FL Landscape -Urban Designer. July 2007 —July 2009. EDAW-AECOM. Miami Beach, FL SELECT EXPERIENCE Pinecrest Gardens Upper Garden (2019 — 2022) Role Lead Designer and Project Manager (Landscape DE). Client: Village of Pinecrest Landscape DE was landscape architect and prime consultant for this multidisciplinary park project. The project scope included the development of an inclusive children's garden along with associated facilities for Pinecrest Gardens. City of Miami Beach Flood Pump Station. Miami Beach, Florida (2016) Client: City of Miami Beach. Role: Landscape Architect (Landscape DE). Landscape DE worked with William Lane Architects to develop design concepts for screening of flood pump stations in Miami Beach at Purdy Pump Stations, Venetian Islands Pump Stations, and Palm/Hibiscus Islands Pump Stations. Designs consisted of a combination of architectural and landscape architectural elements. The City approved the designs as a template for a planned design -build contract. Douglas Thompson designed and managed the project for Landscape DE. North Miami Downtown Key Developments Plan. North Miami, Florida. (2014) Client: City of North Miami Role: Landscape Architect and Illustrator (Landscape DE). The City of North Miami completed the Downtown Development and Major Corridor Master Plan in May, 2013 to guide redevelopment and infrastructure improvements of the City's Downtown along 125th Street and along the major corridors of West Dixie Highway, Biscayne Boulevard, NE 6th Avenue, NW 119th Street, and NW 7th Avenue. Landscape DE, with the Corradino group, was hired to generate ideas for strategic development and civic improvement within the boundaries of the Downtown District (C-3). The work scope included conceptualizing designs for public and private redevelopment opportunities, designs for landscape/streetscape enhancements, park improvements, and architectural explorations. l�h LandscapeDE Relevant Project Experience City of Miami Beach Flood Pump Stations Douglas Thompson, project management Landscape DE Project by LandscapeDE with William Lane Architect M �i �f /t _ �rdy Street Plan A2\ Palm Island Plan Location: Miami Beach, Florida Role: Landscape architect Client: City of Miami Beach Contact: Bruce Mowry, Phone: 305-673-7080 ext. 6565 Contact Address: Miami Beach Public Works Dept., 1700 Convention Center Dr. Miami Beach, FL 33139 Dates: 2016 (Status: Design completed, construction TBD) Key Personnel Involved: Douglas Thompson, Project Manager and Designer Total budget of $3,000 Project Narrative: Landscape DE worked with William Lane Architects to develop design concepts for screening of flood pump stations in Miami Beach at Purdy Pump Stations, Venetian Islands Pump Stations, and Palm/ Hibiscus Islands Pump Stations. Designs consisted of a combination of architectural and landscape architectural elements. The City approved the designs as a template for a planned design -build contract. 1W LandscapeDE Relevant Project Experience North Miami Downtown Development ME Douglas Thompson, project management, design, and illustration Landscape DE Project by LandscapeDE and Corradino Group NW 125 Street mixed -use New sidewalk cafe concept NE 8th Ave, sculpture park, and city hall New Dixie Green Trail recreational path Location: North Miami Florida Client: City of North Miami Role: Landscape architect and illustrator Contact: Alex David, Corradino Contact Address 275 NW 2nd Street, Miami, Florida 33128 Dates: 2014 (Status: Design complete, construction TBD) Key Personnel Involved: Douglas Thompson, Project Manager (Landscape DE) Project Narrative: The City of North Miami completed the Downtown Development and Major Corridor Master Plan in May, 2013 to guide redevelopment and infrastructure improvements of the City's Downtown along 125th Street and along the major corridors of West Dixie Highway, Biscayne Boulevard, NE 6th Avenue, NW 119th Street, and NW 7th Avenue. LandscapeDE, with the Corradino group, was hired to generate ideas for strategic development and civic improvement within the boundaries of the Downtown District (C-3). The work scope included conceptualizing designs for public and private redevelopment opportunities, designs for landscape/streetscape enhancements, park improvements, and architectural explorations. Tip LandscapeDE Relevant Project Experience Camp Matecumbe Park South Miami Dade, Florida Log obstacle course Climbing hill with slide 5 years and under play area Entry walkway to playground Landscape DE Location: 13841 SW 120th St, Miami, FL 33186 (South Miami -Dade) Client: Miami Dade County Parks, Recreation, and Open Spaces Contact: Leah Davis Bonsenor, Phone: 305-755-6115, Email: Leah.Davis-Bonsenor@miamidade.gov Contact Address: P.O. Box 025504, Miami, Florida 33102-5504 Dates: Oct. 2016 - August 2020 Key Personnel Involved: Douglas Thompson, Project Manager (Landscape DE) Total budget of $945,000 Project Narrative: Camp Matecumbe Playground is a new nature -focused play space located in an existing 98-acre park in western Miami Dade County. Landscape DE was landscape architect and prime consultant for this completed project. The design included new play equipment, generous pathways and open spaces, new walkways, earthworks, a new parking lot, large new trees, xeric native planting, wood benches, and trash cans. A significant feature of the new playspace is a new 120' x 90' x 10' tall constructed earthwork hill covered with native pineland plantings including, slash pines, saw palmettos, fakahatchee grass, and cocoplum shrubs. Children can scale the hill via stepped native oolite blocks or by a gentler slope covered in mortared river rock. They can then slide down on a super -size 20' long embankment slide. 1.19 LandscapeDE Relevant Project Experience Upper Garden - Pinecrest Gardens am Pinecrest Village, Florida Landscape DE Anolr Play area with native planting throughout Inspiration Center with native oolite facade Restroom buildings with native oolite facades Location: Pinecrest Gardens, 11000 SW 57 Ave, Pinecrest, Florida 33156 Role: Prime consultant, landscape architect Client: Village of Pinecrest Contact: Yocelyn Galiano, Village of Pinecrest Manager Phone: 305.234.2121 Email: ygaliano@pinecrest-fl.gov Key Personnel Involved: Douglas Thompson, Project Manager (Landscape DE) Dates: Oct. 2019 - present (Status: under construction) Total project cost of $6.5 million Project Narrative: The Upper Gardens is a new family -oriented garden that includes a playground, a petting zoo, a sensory garden, a new restroom building, and new classroom facilities. LandscapeDE served as the prime consultant, oversaw the design and development of the site master plan, detailed design development, and construction documentation. The multi -disciplinary project team included architects, engineers, a zoo designer, artists, accessibility consultants, and others. The design utilizes local materials, a native plant palette, and state-of-the-art custom designed structures. 140 LandscapeDE Illustration Experience Brickell Market Station Concept (Underline) Client: Underline (pro-bono) Design and Illustrations by LandscapeDE LandscapeDE TVIW f r Aye* �T � 1 ••1 ,*jYYe 4 r lk N �r;u a.rwuq—� :M�. YiMgON1 Hw AbRon DeSantis, Governor blar a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary BOARD OF ARCHITEC�PV INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES J��7z- GARCIA, ANTHONY TEPEDIN� STREET PLANS COLLABORATIVE)IN2�' 6815 SW 57TH TERRACEIAMI Flr3,3 43 -LICENSE NUMBER: A67,rgg EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 Ron DeSantisGovernor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HER$tU IS LICENSED UNDER THE PROVISIONS OF CHAPTER 47t-fLORIDA STATUTES tAWWAD, ALIA " �rr� 825 W ROYAL PALM RD ;. d V `BOCA RATON FL 3348¢Y, �► LICENSE NUMBER: PE76279 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. IIII, This is your license. It is unlawful for anyone other than the licensee to use this document. EBPE t LORIDA HOARD OI PROf I'%10N 1 f —II I N' Ron DeSantis, Governor 0 STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CAPUANO, MEAGHAN I„ 1960 DUBLIN RDr,�-b PENFIELD NY 14526".,.� LICENSE-NUMBER:1151 3M7 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFloridaLicense.com t•. , Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ` Vikas Jain has met the stance rtfrfor etktealconduct amfmro%arrionalyractur as rstab(ubedly the tj7S C&rt 'ovation rnrtitutefor recagnit6m as a Certified Geographic Information Systems (GIS) Professional (GISP) and -if therefore entitledto allthe riHhts and p?vcAges tfre?e deer. 7lirgrant ofcertocatian s!wlle ryire or Se deemedmactrve on 2/2s/2o24 unless, 6y that dat& fhe indtvtdualshaQhaw succes&Cudy complttedrecrrlrwation. Certification .Vunt e? S aen Date oflnitutl Certtfrcattan 1/a5/zoo8 .atartm Rocfw, yrsy yrSCJ9r.4&d t J*m 70��*E� anys y'rs,- 4rsCr%r P tlV Dir-t- FBPE I LORIDA BOARDOf F 44IONAr FN *fRt 0 Ron DeSantis, Governor Julie I. Brown, Secretary dbr a p STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE AK HITECTURE THE LANDSCAPE ARCHITECT HEREIN HASFEGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDAAJ TUTES - - THOMPSON, DOUGLAS TRENTON lu LANDSCAPE DE, LLCQ� V 937 SUNSET ROAD �1 xCQRAL GABLE, FL 33143 # LICENSE NUMBfiCLR6667063= EXPIRATION DATE: NOVEMBER 30, 2023 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. ~k This is your license. It is unlawful for anyone other than the licensee to use this document. Da• Ron DeSantis, Governor lip STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES k, ORALES, RAMRS774 225 E. ROBINSON STREET SUITE 490 ORLANDO FL 32801 # LICENSE NUMBER: PE62065 EXPIRATION DATE: FEBRUARY 28, 2023 Always verify licenses online at MyFloridaLicense.com 0 0 Do not alter this document in any form. l �r?Gtir, m•., ;1 This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE I LORIDA BOARD OI I'NnrESS10N'AI [Y .INI I N1 Florid, Depwmenl of Agriculture and Consumer Services Di,lslOn of Consumer Services _ Board of Professional Surveyors and Mappers 2005 Apalachee Pk— Tallahassee• Florida 32399.6500 800HELPFL-A(435-7352)or(850)48&2223 January 20, 2021 MANUEL G VERA JR 13960 SW 47TH ST MIAMI, FL 33375-4404 SUBJECT. Prufessronal Surveyor and Mapper Li.ensc4LS52`rl Dmam Nero Florida Department of Agriculture Yme appbcr0on/renewal asa professmnal 1—yor end mapper gird Coruume'Servces as required by CMprer 472. Flonda Suwre.. ha. been received and Bwtd of Prde®a1W surve)vn praessed. and Mappers The license appurs beWw aM a rA d Ihmui h February 2A. 2021. L55291 You are eq.oed m kecpyoorinfa 1m urtl. the Huard curtem' pI_evrsd mu_t,6ter wwu.8lghlplla mrpipsm to ereate your Roreulonal SurveyoraM Mapper onikre accawlt. Hyeu hart already c ed)ouronllne a[:wnt. you use 0, web_ to m .wn your license. You c¢n also find rnher MANUEL G VERA JR vduablc inkrmnion oe the _b'ne. It— have arse gaesnons,plea.�dp nA hesiust rocall the Divtsrun IS LICENSED, the provisions of f h. 472 FS of Consumer Services, Hneld of prokssio¢al S...eyora end Mappers ,1800435 7352 or 85W88-2221. Esprnrion dare: February 2A. 2g21 4lodda Ikpar1-1, or Agd[ullure and Consumer Services Division of Coruvmer tiervicrs License No.: LS5291 Rnard of Profes Tonal S... e raand Mappers 3005 Apalrcbn Pkxayl'allalsa Florida32399.6500 ExpirationDw Febmwy28.2023 Professional Surveyor and Mapper License Under the pnvisions of Chap- 472, Florida Statures MANUEL G VERA JR 13960 SW 41TH ST ,,{ MIAML FL 33175.4404 ' yy I i L'U Vf- NICOLE'NIKM FRIED COMMISSIONER OF AGRICULTURE 7rmuwann.:w ue vp ..�ma m.wv wmyp., ross.+rm+Name+. a..ro.v xe..nem.�vdrmm:� e.mmm �Flmm sump 11ond¢ 0-nrlrr'd of A--,"R aM Conwrner Ser r DIs saNrn oI Csmsunw`r Sen'Kes P—W srf Pruk..i[vuI smseynr. am1 Mapper. ?M5;\prl>:M\Awn TalWaseec. }'{aide 7219r1.6500 1110HLLPFI.A1415-735211N tBiH) 4SR--2221 Ja ) 20. 21121 MARK R SOWFRS 14663 HAMFTON DRIVF 1K1<A RATON. FT. 34434 tiltlU6Cl IYcN[s+Waal Sw.Cyre aeJ ilalryc lacemr el \5266 lRnidaD¢nsm:.f aerm.rlr,.r. D )w Mre an}y F y lT2. l4rrue No., 4ti5266 Wurd.4 Pndnswa.l. +m arse Mappm .`90.s ApalveM. Pk•a I a14W.rn, IL:rm1a 121Va.a..u61) I:apw1M ntlr r[croary 2e. 2or Professional Surveyor and Mspp&r Lfufa* LsYr tn. )ao.,.rrar. +d t'Jayar, m. Flteida u..n. AIARK K MIWP:RS IM6I HANPT(KS DRIVE ROCA RATOK. YI. 134M NKTIIi Tiltl[I' F11PD (YN.IafIlSIMER OF AIiIICI'LltneE ANTHONY GARCIA, R.A. I PROJECT MANAGER Tony Garcia, RA is a co-founder of Street Plans and leads the day-to-day operations of the firm's Miami office. With over 18 years experience, he is a leader in the field of urban planning, and balances day-to-day management of the firm with writing, speaking, and advocating for great streets and public spaces. Tony is coauthor of the globally acclaimed series Tactical Urbanism: Short -Term Action, Long -Term Change, coauthor of Tactical Urbanism, published by Island Press in March 2015, and together with Mike Lydon is the recipient of the 2017 Seaside Prize. Later in 2018, Tony was awarded the CINTAS Foundation Fellowship for Architecture & Design for contributions to the field of urban design. Tony's work has appeared in, or been featured by Forbes, Atlantic Cities, and Next City, among many others. Below is a select list of project Tony Garcia has managed: • Miami Beach Bicycle Master Plan, Miami Beach, FL • Miami Beach Street Design Guide, Miami Beach, FL • North Beach Master Plan, Miami Beach, FL • Washington Avenue Bus Platform Analysis, Miami Beach, FL • Village of Pinecrest U.S. 1 Mobility Plan, Pinecrest, FL • University of Miami Pedestrian Safety Plan, Coral Gables, FL • Miami 2030 Bicycle Master Plan, Miami, FL • Crosstown Greenway Pilot Project, Key West, FL • Miami -Dade Transportation Quick -Build Program, Miami, FL • Biscayne Green Pilot Project, Miami, FL • A Safer Prospect Quick Build Project, Hermosa Beach, CA • Move Culver City: Reimagining Mobility in Culver City, CA. ADDITIONAL PROJECT REFERENCES JOSIEL FERRER-DIAZ, P.E. Chief Operations and Maintenance Officer Miami -Dade County DTPW Phone: (305) 679-0090 Email: Josiel.Ferrer-Diaz@miamidade.gov CARLOS CRUZ-CASAS Chief Innovation Officer Miami Dade County DTPW Phone:786-442-5248 Email: cruzc@miamidade.gov MILOS MAJSTOROVIC Transportation Manager City of Miami Beach Transportation and Mobility Department Phone: 305-673-7000 Email: MilosMajstorovic@miamibeachfl.gov DIANA CHANG Transportation & Mobility Planning Manager City of Culver City Phone: (310) 253-6500 Email: diana.chang@culvercityorg 147 MIAMI BEACH BIKE/WALK MASTER PLAN For the past 1S years, Tony has been the main point of contact for all Miami Beach projects and has in-depth relationships with city staff, community members, and county and state agencies. From the city's bicycle master plan to design guidelines, and ongoing presentations and workshops, Tony has an encyclopedic of knowledge of the city's planning documents, having authored several of them, and have an understanding of how to take projects from initial concept, to completion that is unmatched by any other local firm. MOVE CULVER CITY CORRIDOR REDESIGN Since 2020, Tony Garcia has collaborated alongside Sam Schwartz and TYLin on the MOVE Culver City Mobility Lane efforts. Tony led the design and implementation of a 1.3 mile shared mobility lane along Culver and Washington Blvd, as well as the public engagement activities and stakeholder management efforts. After the project was implemented, Tony managed the production of the mid -pilot report and continues to work with the city on the final report and identifying opportunities for new mobility lane projects across the city. MIAMI DADE QUICK BUILD PROGRAM Tony collaborated with the Miami -Dade County Department of Transportation and Public Works to create the county's first program dedicated to making it easy for citizens to make placemaking projects in their neighborhoods. Tony helped secure funding from the Green Mobility Network and local partner The Miami Foundation to create the Miami Dade Quick Build Program. He worked alongside county staff to build the program's marketing and outreach materials and application process, and select the projects. MIAMI-DADE TPANSPOPTATIOP,, QUICK BUILD PP C,P',Li,1 The following pages have a selection of past experience working with our core team of subconsultants. Street Plans has a multi -year relationship with Sam Schwartz, TYLin, and Alta, spanning a dozen projects around the country including a regional bicycle master plan in North Carolina and a series of transportation pilot projects for the Southern California Association of Governments with Alta; and ongoing work for mobility lane construction projects in Culver City with Sam Schwartz and TYLin. ,r- Ong Street Plans worked with Sam Schwartz and TYLin to implement a shared mobility lane along Culver and Washington Boulevard in Culver City, CA. 1 ,,q SCAG: HERMOSA BEACH TRAFFIC CALMING Client: City of Hermosa Beach (CA) Reference: Douglas Krauss, Environmental Programs Manager, City of Hermosa Beach 1 310-750-3603, dkrauss@hermosabeach.gov Year: 2020-2021 Description: The city of Hermosa Beach was awarded grant funding through the Southern California Association of Government's (SCAG's) Sustainability Planning Grant program to enhance safety, walkability, and encourage use of active modes. The city hired Alta Planning and Design and Street Plans as the consultant team to lead the design and development of this project. The Prospect Avenue safety improvement project, dubbed "A Safer Prospect," was developed in response to community concern about traffic safety along the corridor. This project was originally conceived to include in -person engagement events, such as traditional open houses to share ideas and collect community feedback but due to the COVID-19 pandemic, the project team led virtual community engagement activities that helped determine the locations for the demonstration elements and refined the design of temporary infrastructure treatments. Street Plans designed the types of infrastructure to be installed and developed an implementation plan that was presented to the City Council on January 2021. In May, the project team installed a number of temporary infrastructure enhancements along Prospect Avenue which include curb extensions, high visibility crosswalks, pedestrian islands and a traffic circle. To evaluate the demonstration project, the project team analyzed the general public surveys, public comments received directly, and general observations to assess its effect on safety for the Prospect Avenue Corridor as well as the community's sentiment regarding the installed infrastructure. may. rs The project focused on improving the rate of vehicles yielding and stopping for pedestrians, and managing and reducing vehicle speeds to keep students and younger residents safe. iSn SCAG: BICYCLE & PEDESTRIAN EDUCATION & SAFETY CAMPAIGN Client: City of Beverly Hills (CA) Reference: Christian Vasquez, Transportation Planning Analyst, City of Beverly Hills 1 (310) 285-1161, cvasquez@ beverlyhills.org Year: 2020-2021 Description: Together with Alta Planning and Design, and thanks to funding from the Southern California Association of Government's (SCAG's) Sustainability Planning Grant program, Street Plans led the development and implementation of the Beverly Hills demonstration project. The project focused on advancing the city's goal to enhance safety, walkability, and encourage the use of active modes. The project team engaged residents,'stakeholders, community partners, and visitors through a series of online surveys, and met with owners within the immediate vicinity of the project area to discuss the project. Street Plans also hosted two interdepartmental charrettes to discuss design concepts, material durability, and seek guidance about the implementation. Several design options were considered for the street mural, each inspired by a different aspect of Beverly Hills' architectural history. The street mural pattern selected by the Traffic and Parking Commission is an homage to the iconic wallpaper found in the Beverly Hills Hotel that depicts banana leaf fronds against a pink background. The final design included 4 curb extensions at the Camden Drive/Brighton Way intersection with delineators and planter boxes to provide greater separation between people and moving vehicles. Bike racks were also placed on the northeast and southeast curb extensions, making this project a more bike -friendly destination. Street Plans developed an installation guide with step-by-step instructions for paint applications and worked closely with Public Works staff on to the installation of the demonstration, supporting traffic control as well as striping, stencil application, and installing the bollards, planters, and bike racks. The day of the installation, Street Plans trained city Public Works staff on stencil application, building the city's internal resources to replicate a similar project in the future. �S� ALBEMARLE REGIONAL BICYCLE MASTER PLAN Client: North Carolina Department of Transportation (NC) Year: 2012-2013 Description: Street Plans assisted the North Carolina Department of Transportation, the Albemarle Rural Planning Organization (RPO), and Alta Planning + Design team with the creation of a Regional Bicycle Master Plan. Located in northeast North Carolina, the predominantly rural 10-county Albemarle region is comprised of natural preserves, productive farmland, and a scattering of hamlets, villages, and small towns and cities. The region is also home to the beaches of the Outer Banks, which attract hundreds of thousands of people each summer, many who enjoy and desire safe and attractive bicycling conditions. To more closely coordinate regional and local land use and transportation planning decisions, Street Plans established a regional framework comprised of 7 common place types. This framework was used to guide context -appropriate local and regional policy and infrastructure investment recommendations - from inland natural areas, to village centers, to the beach districts commonly found in the Outer Banks. .. FAcury CONTINUUM `"Hen Cevebang D'e roost ep[«rnnpnCofi«^ ill lolowirg coniw,um ibvslrates Ind rape o I« o p«ncvb sneer. In <omtlas. II may ba acvck lociex canmrrveyy applcade fo aenobk to 1-lacitks to a rvgher kvN of tetlknlent types m Bre Albemarle reawly irys heplment Mon moss r- in cannnwm 9G d Ble f«sty recommenrioliom of pbmirq tlocvmenh in atler to ennonce user saetY tce dm od ca, ce aed m cwm ma terms Ins a canton In olner <mes. ear mg aal« wn..e I recortrMrgvlipe b RiecM< tardws m ibey ae m�ola sWrr:b NieeA Ob vdunws may rot justify krokmmka. Erpineenng iatlgnrnl. oast steak,. the r«a.m,eww keel or sepaolgn, ono o ksl vous mostspa lslalrvlg alrah. connu1-1 �ntenslveveatmaningvbeacceplobk- ad be a oonlM rnoutb aq w a,ea to rxx <maq sa.ww e.. ur ew..ee.. Nw»u,e,ra fills♦ , Street Plans produced the above continuum, which illustrates the range of bicycle facilities commonly applicable to various settlement types in the Albemarle region, from least to most separated. NORTH Or SOUND CT' ae m aI, govanmenlal, commercial. old eCvcaliono"'centers 1« a gven replan. ,bey leotae Me hgnest d—Fty antl Denvly of brd Imes. necfe by a network of steels Ibot encourage DicYcirg all watgg. Gettnl oalenkC Oevebpmenl aeatea by cIW use regMfim ae aomalpng rql Dory the fringe. butaho the core. wtvcb walling ontl brc dw ctgkHQN wbere it snoub ba tI>z eosiesl. b EIL.— CiN 11 NaNd IartrB,M Igrrrbt vbae nwn BEACH DISTRICT Punch 1- rage twolM a boa tleUaatetl to SOUTH OF SOUND o sirgk purpose. In nq Outer Banks. bvs inCUtlBs eirne. rentlemiai « comme.cbl rues. Beam askgD repivR rpgnvBN bign derory Dul bck. Me mRxLuse negnD«bootl structwe fountl in Ba6nonol towns antl <Nies. os afscribetl above. Ex. KII Dewl wm SUBREGION SETTLEMENT TYRES Cy 0—F B+N wwol romans um 'ranver awn Beam pynkr vaugr )own Street Plans analyzed six different settlement types in the region (Natural, Farmland, Hamlet, Village, Town, and City), and applied a various number of bikeway programs and policies to each type (below). e l� sl�kly ad yWbily al Ill raaonpl "" W kblenien»rp approprbte ary all waybMp slgrwpe maovemenis. ronwd IlarrYl vkine loin I 15? SCAG: GO HUMAN CAMPAIGN Client: City of Ojai (CA) Reference: Stephen Patchan, Assistant Director Planning & Environment (Southern California Association of Governments), (213) 236-1923, patchan@scag.ca.gov Year: 2016-2017 Description: Street Plans, together with Alta Planning + Design, developed and implemented nine Tactical Urbanism demonstration/placemaking projects as a part of the Southern California Association of Governments' (SCAG) Go Human region -wide safety and encouragement campaign. The primary goal of the Tactical Urbanism approach to the campaign was to promote region -wide walking and biking, and to allow residents to temporarily experience streets that are designed for people walking, cycling, and using transit. Project types ranged from open streets events, to protected bike lanes demonstrations, to temporary traffic circles curb extensions, and parklets). The selection of project types depended entirely on the local municipal partner's existing plans and community goals. For all nine projects Street Plans was tasked with leading community engagement (TAC meetings, volunteer coordination etc.) and leading the design, materials procurement, and implementation of the demonstration project elements. The temporary treatments allowed event attendees to experience an enhanced walking and biking boulevard, catalyzing momentum towards permanent change in the future. The first of the nine projects was completed on October 2016 in Long Beach, CA. Dubbed "Activate Uptown," the project featured an open streets event as well as a temporary bicycle boulevard. Street Plans led design and materials procurement for the bicycle boulevard, which included art crosswalks, a traffic circle, and other features. Following Long Beach, Street Plans implemented demonstration projects in Cudahy, Garden Grove, Rancho Cucamonga, Rialto, Westminster, Riverside, and Fullerton. The project series ended in June of 2017 with an Orange County project, in partnership with OC Parks and the cities of Anaheim and Yorba Linda. The demonstration projects for each city were tailored to garner support for existing planning efforts, address challenges along each particular corridor, or increase public engagement in an upcoming planning process. Interventions ranged from parklets and programming (top + middle) and pedestrian infrastructure like crosswalks and median refuges (bottom). 1ST 4-P AP 141199411.4 Its MOVE CULVER CITY CORRIDOR REDESIGN Client: City of Culver City Transportation Department (CA) Reference: Diana Chang, Transportation & Mobility Planning Manager diana.chang@culvercity.org Year: 2020-Ongoing Description: Street Plans, Sam Schwartz and TYLin were hired by the City of Culver City Transportation Department to develop and implement the MOVE Culver City project. The project implemented the guiding principles set forth in the city's Transit Oriented Development Visioning Plan and the Bicycle and Pedestrian Action Plan. The Tactical Mobility Lane Pilot Project created dedicated bus and bike lanes in both directions on a 1.3 mile stretch of Culver Blvd. and Washington Blvd. Street Plans worked closely with Sam Schwartz and TYLin to develop technical striping plans for the mobility lane construction. Street Plans also created pedestrian amenities with asphalt art designs inspired by the local flora and fauna of the Ballona Creek on various locations across the corridor. In addition to the corridor redesign, Street Plans led the branding, and public outreach of the project. Our team created a project website to update the community on the project's progress and hosted over 20 in -person and virtual public workshops as the design was developed. The 1.3 mile project included dedicated bus lanes, bus priority signals, custom bus and bike boarding platforms, protected bike lanes, new bike signals, micro -mobility parking hubs, the launch of City Ride, a free battery -powered electric minibus to supplement other transit services, and over 30,000 sq. ft. of asphalt art murals. In November 2022, Street Plans published the project's Mid -Pilot Report, a six-month summary of its performance. Since installation, bus ridership has increased by 52%, cycling activity has increased by 32%, and pedestrian activity has increased by 18%. Street Plans continues to work with Culver City to implement future mobility corridors across the city. With more than 30,000 sq. ft. of murals representing the flora and fauna of the nearby Ballona Wetlands, this is the largest asphalt art installation in North America. 1SS --------------------- ............ � twtY i.� lPw < MCY�Mwn��w� iOir• .ao.e ,. r�'w Nu •.y.a•aArw< r w LM tc swro m v�i uoa"w Nye. tw ..n ro - CULVERBOULEVARD a y _ Iwo m .a+ •moo w, p L =A— �.o ms r» I .<0..s we• ti � 9a. m ne'sm Sc wsc:a+ls.xa.n watso+otans[ooim saf .wB sor rwxu ytw .,...,o.nron�wsywc CITY OF CULVER CITY WMAP M-wM i.1MLfLTk WBI[t 15 WIlrY.i N.6le lnd o.nuM[usw ?.Nwwtl',O,M-09 aHA>oY� •.01-IC WOHIfS O<P�RTMtN1 �r.,•._� w,a�-1r K[ocN.r i4�,rl»P4W4OI('P e wo w.,.vs.w,�srro N�wsm(py <.w vncrc � dwosroeNr„wasonn u.rma.a.maMwnr..mr o+orwsrnn owsae.o __ .. ��• osn-R•v.o�sness onan�a oueo s /u a+l..otwasroN+uxr rrNvsN oen.oMwurroNnwt _ �,p r...n . .u�newsroN+we� rnor.nooae000m.uw.ot+nn s Mrwacwa+o�w.asro.a�vn. v,snvnes� +oM STRIPING PLAN „/N`� w...w. •w• • r Y�� Yun we r6�W Yf . .wwsao CULVERCTY,CALIFORMA r -.+aeP.n � ir1,�(IENN?iNN1A1. >i/K W/JVII Street Plans developed striping permit plans for the 1.3 mile long mobility lane. MOVE CULVER CITY BUS PLATFORM CONSTRUCTION + RFP DEVELOPMENT Client: City of Culver City Transportation Department (CA) Reference: Diana Chang, Transportation & Mobility Planning Manager diana.chang@culvercity.org Year: 2020-2021 Description: As part of the Move Culver City Corridor Redesign Project, Street Plans and Sam Schwartz were tasked with supporting the city in the creation of a public bid for the bike and bus platforms used on the corridor. Street Plans wrote the scope for the final design, fabrication and field installation of bus/bike platforms at 14 locations as part of the larger MOVE Culver City Mobility Lanes Project. Our firm also provided design standards for the design of the platform that the selected contractor had to adhere to. EXHIBIT A BUS/BIKE PLATFORM ENSEMBLE DIAGRAM • b4. . doh Yr�a. • arm-•r.. 1.57 LOOKING AT VEHICULAR TRANSPORTATION Vehicle activity on the Downtown Corridor and surrounding streets was analyzed through vehicle speeds, travel time, and volume. Vehicle travel time on Downtown Corridor saw minimal changes compared to pre - implementation, Peak hour travel times decreased during morning and increased during evening, with � p,M PEgk evening peak hours expanding to 3PM - 71'M. Vehicle travel times were analyzed for streets running parallel or nearby the Downtown Corridor and compared to September 2019 baseline. It was Q found that the diversion of local traffic from the Downtown Corridor has not resulted in ass M major Increases In vehicle travel times on Venice Blvd, Jefferson Blvd. Duquesne Ave, Higuera St. decrease in travel time 1 and Lucerne Ave. D , , , , , , 10 mm em n. oZ 6 mi n n. O 4 minF 2 minug 0 mm. 10m 8 min. O Z 6 m. 3 4 in.r 2 min. 3: 0 in. -2 min. decrease - C min. decrease I_ tt.t,m,u N tl P•.:• MOVE CUX ACITY (7�,b (� ,,;&, It's how we get there. Sam Schwartz STREETPLANS '1'tLin Vehicle volumes are measured by GRIDSMART detection cameras located at six intersectionsMehicle travel time is P M PEgk measured using cell -phone data collected by Waze. +2 min. increase 0140LUMCS G September 2019 January - July 2022 12AM IAM 2AM 3AM 4AM 5AM 6AM 7AM 8AM 9AM IOAM IIAM 12PM IPM 2PM 3PM 4PM SPM 6PM 7PM 8PM 9PM IOPM IIPM AM Peak Hour PM Peak Hou, 8AM 9AM 4 3OPM - 5.3OPM WEEKDAY VEHICLE TRAVEL TIME ALONG DOWNTOWN CORRIDOR Culver Boulevard at Duquesne Avenue to Washington Boulevard at La Clenega Avenue 8 9 BROADWAY ALL THE WAY CORRIDOR MASTER PLAN Client: Public engagement was conducted on the street for Louisville Downtown Partnership, Move Louisville (KY) each corridor segment, using movable posters and temporary materials to engage passersby at various Reference: times of the day. Louis Johnson, Gresham Smith louis.johnson@greshomsmith.com J 9 +l► +r. �` i r #; ;. A Year: 2020-2022 Description: Street Plans worked with Jarret Walker and Associates to produce interim- and long-term designs for Broadway between Shawnee Park and Baxter Avenue in Louisville, KY, as a part of Broadway All The Way, a visionary transportation planning process to re -imagine the corridor to address the community's mobility needs. For the four corridor segments, Street Plans produced permanent conceptual designs, each with pilot project design to accelerate the long-term improvements. The Broadway Master Plan included recommendations for Quick Build implementation, including case studies, a materials palette, and cost estimations. Permanent project plan S 43rd Street to S 41st Street a y_ Interim Plaza Provides additional amenity and community gathering apace while also facilitating safe. protected right turns for people cycling southbound on Barrett Avenue. Pilot project plan for Barret intersection Amenity Zone Small seating areas are located along the corridor to provide a place for rest and relaxation and neighborhood placmaking opportunities like public art. Curb ExtensI Curb extenei s shorten crossint distances, h slow turning vehrcles.and make pedestrians more visible at intersections. Tactile warning pads and vertical barrier elements support ADA- compliance. —.—_159 — Maintain Existing Tree Canopy Within Segment One there are an abundance of mature trees that should be preserved. Pedestrian Refuge Sustsinble Landscapes Pedestrian refuge's provide safe Large rain garden areas provide an opportunity for beautiful landscapes which crossing areas for pedestrian, capture and clean stormwater runoff while while providing traffic calming along Broadway. improving the heat island effects. -dwillik. A111111,11L aft I., All I -qow law • i I I Widened Sidewalk Improved Bus Stops Multi -Use Trail Widening the existing 6ft sidewalk along the north side of Broadway to 10' ft allows people on bikes and scooters, as well as walkers and loggers more comfortable space that is in shade and protected from vehicular traffic. By widening the existing sidewalk from 6' ft to 6 ft the path will allow for more comfortable pedestrian usage. Improved bus stops will provide seating, shade, route information, in a new well lit and more comfortable space. - Page Left Intentionally Blank - 161 TAB 3: APPROACH & METHODOLOGY One of the things that sets the Street Plans team apart from others is that we know how to help city staff identify projects that are meaningful and that are aligned with the existing city transportation master plan and bicycle -pedestrian master plan. We know what the community is looking for when it comes to these projects, and we also know how to translate those desires into projects that can be implemented and approved by Miami -Dade County and FDOT. In the pages that follow we will detail out some general scope items that may be included in our work. PROJECT MANAGEMENT Work orders received under an awarded contract would receive immediate review by both the Project Manager (Tony Garcia) and Deputy Project Manager (Vanessa Lira), followed by scoping and project staffing. For all types of potential projects within the areas of work listed in the RFQ, Tony Garcia and Vanessa Lira will work closely with the city to first establish a work plan, schedule, and division of roles and responsibilities between Street Plans, subconsultants, and the client. A set of internal project management documents will help guide project kick-off, and ensure the City of Miami Beach, Street Plans, and Subconsultants, are aligned on project expectations, major milestones, and deliverables. Typical to any project kick-off is also the setting of regular check -ins, during which Street Plans will update the client on individual deliverable progress and overall project strategy over the course of the contract. To maintain quality and timely completion of deliverables, Street Plans' Project Manager will review all draft and final and project deliverables, like guidelines, master plans, technical drawings, analysis, and other documents. As a thought leader and highly sought after practitioner, Tony is a close manager of client relations, overall project strategy, and quality of work product. CORE SERVICES 1. COMPLETE STREETS Mike Lydon, CNU-A, will lead all Complete Streets related work orders. From the block scale, to multimile corridor plans, Mike's work has centered on creating streets and public spaces that are safe and accessible for all users. Street Plans has been at the forefront of the Complete Streets movement. We offer planning, operations and design experience and help our clients envision complete streets, and implementation -focused plans with context - sensitive design. Street Plans is also familiar with national Complete Streets practices, the NACTO Urban Street Design Guide, as well as the Florida Department of Transportation (FDOT) Complete Streets Handbook and FDOT Design Manual. As co-author of the Miami Beach Bicycle and Pedestrian Master Plan and having created detailed guidance for the implementation of Complete Streets, Mike is thoroughly familiar with the city's transportation priorities. Asheville Coxe Avenue Corridor Design Charrette & Workshop Our subconsultant, Sam Schwartz, has authored FHWA and NACTO best practice guides and led groundbreaking strategic transportation plans, regional mobility plans, and new mobility strategies across the country. With a growing daily population, we understand that current and future transportation infrastructure projects in Miami Beach must be executed with the following goals in mind: 165 1. Increasing Mobility and Safety for All Users 2. Ensuring Social Equity and Accessibility 3. Prioritizing Resiliency and Sustainability 4. Advancing Economic Development Mike Lydon will work with the city and a team of transportation planning experts and engineers from Street Plans and Sam Schwartz to: • Study and identify gaps within the existing street network • Analyze existing street safety data • Create a list of Complete Streets projects • Build a project prioritization list to assess and rank the lists of potential projects • Review and update Complete Streets design standards and best practices • Coordinate shared -use mobility, mobility evaluation frameworks, first -and -last mile connections, mobility hubs, new travel behaviors, and data sources. 2. BICYCLE & PEDESTRIAN PLANNING Street Plans is excited to lead the scope of work under Bicycle and Pedestrian Planning. We have a long history of working in South Florida, and welcome the opportunity and challenge of making Miami Beach a better city for walking and cycling. Street Plans' Tony Garcia will be the leader for this task. Our firm's vast experience analyzing existing networks to identify, evaluate, and fill network gaps with best practice facilities, combined with the technical expertise of our partners at TYLin and Alta Planning and Design, makes us well -suited to offer a full range of bicycle and pedestrian planning services. Our approach to bicycle and pedestrian plans goes beyond recreation and focuses on how to enable people to use the modes for meaningful transportation. We will examine existing systems, how bicycle and pedestrian planning can complete or complement the existing network and, more importantly, the degree of comfort with which people use existing systems. Our process begins with understanding the existing conditions from the perspective of people walking and bicycling through a review of the crash history and the physical conditions of the network based on GIS data as well as field data collection, observation, and public input. PROJECT CRITERIA CONNECTIVITY VISIBILITY rrcuM'aOapMrvn from plaur.o+ SAFETY rrer muca oe,a r . n'�.rr .nvew In,ytllaV:an aYtNV vAtn- aM � RETAIL POTENTIAL a,i.y>er.�r..,r.acrnl«r.n.nla COST rrox'Mrt1r Or 1^ 1f1,1a111uan1 Mn If,aqK, a n I,mr, swpn allww, ...a ao.rl,om MATERIALS -ao,rnnwr,e.rurm-Irw on.: .I>IKt •aqu • . 0 COMPLEXITY DF INSTALLATION bx caTam .T rM roy:slln tc n„N .nnrr% PUBLIC ENTHUSIASM },at IM Myacl r1.N1 ,r. , rn.a. •. n,a IR p-bye rpta! 4PARTNERSHIP IDENTIFICATION aw oaaa:nl. P.m..n: o... �x�,ea. ,na co,..ra>, a.. ,uo., n+ o-ona Ilan wa,+;w�� STE WARDSN IP/MAINTENANCE •nw osnwa. a,-..Irnr.n+rca., Project Criteria Matrix developed for Wexford Grounded Placemaking Strategy Street Plans will provide location -specific and detailed recommendations for improvements, which may take the form of intersection reconfiguration, bicycle facilities, traffic calming interventions, and roadway redesigns. All recommended improvements will account for the real -world conditions of the street and/or existing facilities, and build upon existing programs and active city projects. Our technical support team members from TYLin and Alta will review the recommendations, provide comments, and add additional insight based on local expertise. TYLin will use context sensitive solution (CSS) approach and best practices to integrate all modes of transportation within a limited right-of-way while adhering to local and state standards. The team's approach will ensure that future travel demand is accommodated on parallel corridors as warranted, safety/ADA features are incorporated in any proposed modification, and that concept design meets the project's purpose. While balancing needs for all modes is important, our team understands that prioritizing pedestrians, cyclists, transit users, vehicular and freight traffic in that order is generally warranted in highly urbanized areas, such as Miami Beach. 164 With their extensive background in work involving active transportation, Alta's traffic engineering skills provide just as much consideration into the safety of all users as is done to ensure efficient vehicular traffic operations. Alta will also provide expert analysis and roadway design to develop a comprehensive network that includes secure bicycle parking that meets latent demand, protected crossing of transit lines, shared mobility integration, and well -designed and effective wayfinding signage. Finally, it is critical that all bicycle & pedestrian planning projects are thoroughly vetted through a public involvement process and have community buy -in. 3. TRAFFIC ENGINEERING & TRAFFIC CALMING Vikas Jain, ACID, GISP from TYLin will lead traffic engineering task work orders assigned through this on -call continuing services contract. Changes to the built environment often involve implications to existing and future traffic operations. Accurately predicting how these changes influence heavy vehicle turning, queuing at intersections, and overall level -of -service can be challenging to understand. TYLin and Alta's traffic engineers understand how these complex issues can impact the surrounding community. Their staff is equipped to accurately model the impacts of new or extended signal phases, new or modified intersection and roadway geometry, and the reduction of travel and/or vehicle turning lanes at a variety of intensities of use. Over the past 10 years, TYLin has served several municipal clients and MPOs/TPOs as their on -call transportation planning and traffic engineering consultant in South Florida. Through these contracts, TYLin has prepared traffic impact analysis for different types of projects, such as lane repurposing studies, development projects, land use plan amendments, and analyzed operational and safety impacts of roadway and transit improvements. In addition, TYLin has reviewed more than 50 traffic impact analysis studies on behalf of cities as part of their Development Review Proposed Corridor Design for 71st Street in North Beach. Dover Kohl and Street Plans. Committee (DRC) process. Together with Alta and TYLin, our team will select appropriate traffic simulation software application based on proposed improvements to identify right- of-way needs as concept plans are developed. Our traffic engineering team is prepared to offer the following services: • Traffic operations safety analysis • Signalization and pavement markings • Benefit/Cost Analysis • Roadway lighting studies • Capacity analysis • Access Management • Traffic volume forecast consistent with FDOT's Project Traffic Forecasting Handbook • Direction Design Hour Traffic (DDHV) • Peak hour turning movement • Volumes using design K, D, and T factors derived from FDOT Traffic • Model calibration and validation • Traffic signal design and timing • Design of pedestrian beacons and crossing enhancements • Safety analyses of intersections or networks • Traffic calming studies and designs • Traffic impact analyses • Development of mitigation measures • Parking studies • Site plan access and parking layout development 1hS • Street geometric layouts • Construction staging and phasing • Specification of traffic signal enhancements such as emergency vehicle preemption, railroad preemption, and integration with existing ITS infrastructure 4. SMART GROWTH AND LAND USE INTEGRATION As longtime advocates of the Smart Growth Movement, Street Plans will lead this task. Firm principal Mike Lydon, co -wrote The Smart Growth Manual in 2009, and has delivered over 300 keynotes, workshops, and trainings on the subject. Our firm works in large cities and small towns to help communities reimagine their streets and transportation thoroughfares to create new public spaces. At the some time, Street Plans strives to guide the development and expansion of communities with the goal of better coordination of land use and transportation that accommodates pedestrian and bike safety, mobility, enhances public transportation service, improves road network connectivity, and integrates new mobility. Street Plans will produce context -sensitive data and research to inform the city's decision making process. We will integrate smart growth principles to re -shape policy and catalyze change in the Miami Beach community. Amid the rapid change in demographics, population size, and new technologies available, Street Plans will leverage data and metrics to support thoughtful decisions about funding and investment for transportation and land use projects. S. LIVABLE CITIES Street Plans brings national and international industry leadership around traffic safety and strategic planning, and planning and policy around emerging modes and technologies. Mike Lydon of Street Plans will be leading Livable Cities. Sam Schwartz's interdisciplinary project teams identify mobility and infrastructure challenges across all modes and provide creative plans that are grounded in technically rigorous analysis and industry -accepted design standards, supporting larger community goals such as economic development, social equity, environmental health, and quality of life. Street Plans will support Sam Schwartz on this task by providing guidance for transportation and mobility planning decisions. Our team has championed complete streets projects, greenway network projects, smart parking projects and transit improvement projects; all while keeping neighborhoods and commercial areas vital, diverse, and walkable. We will work with the community to identify additional areas for open streets, car -free space, for community health and connection, for the people, by the people. Given our experience working in Florida, Street Plans has the ability to advocate to Miami -Dade County or the State for policy changes, programs, and projects which will make Miami Beach more sustainable, livable, and equitable. 6. SMART CITY PLANNING Over the next several years, the transportation industry will be greatly impacted by changing technology and different user habits, and an increasing need to create more sustainable and equitable systems. SoHo Broadway Public Realm Plan. Street Plans. 166 A team led by CityFi and supported by staff from Alta and Sam Schwartz brings the right mix of experience and ingenuity to help navigate this period of change and plan for the future. Cityfi is a global thought leader in urban mobility, resiliency, technology, and data innovation. Cityfi integrates public policy, urban design, economic development, capacity building, and civic innovation to achieve measurable outcomes to create more livable, sustainable, and efficient communities. Alta has been helping communities explore the appropriate technologies that coordinate active transportation, transit, and new mobility options to meet community goals. Through robust civic engagement, applied research and thoughtful planning, they are harnessing technology benefits while managing risks. Sam Schwartz has experience with rapid transportation innovation and planning for tomorrow. When rideshare services first arrived in the US and driverless vehicles seemed relatively imminent, Sam Schwartz began helping cities plan for potential futures through the use of scenario analysis. Modeling out a range of potential future conditions allowed cities to begin to grapple with what initially seemed like an insurmountable number of unknown factors. Together, these teams will work to: • Create strategies for scaling successful pilots • Propose a governance structure for overseeing smart city efforts • Design an internal and external communications strategy to build awareness and support implementation • Facilitate introductions to local and national organizations, as well as private sector partners for assistance in plan execution • Guide community discussions on goals and vision regarding new technologies such as autonomous vehicles • Conduct impact analysis of new mobility on bicyclists and pedestrians Implement electric vehicle infrastructure plans 7. MULTIMODAL TRANSIT PLANNING A team led by Vikas Jain, AICP, GISP from TYLin and Jarret Walker from Jarret Walker + Associates (JWA) will lead all multimodal and transit planning efforts. TYLin specializes in redesigning existing services to make them more effective, developing new services such as light rail, commuter rail, BRT, and streetcar, and crafting transit master plans that set practical strategies to move transit from today into the future. TYLin has assisted several MPOs throughout the country in developing their long range transportation plans (LRTPs) to meet federal and state funding requirements. While the 20SO LRTP will be developed by Miami -Dade TPO, our team can assist Miami Beach with coordination, identify projects that can be funded through the LRTP process as well as serve as technical advisors. TYLin's experience include preparing multimodal plans for various geographies from neighborhoods to citywide plans to county and regional master plans. TYLin has exhaustive experience using multiple data sources, such as Regional Integrated Transportation Information System (RITIS), Replica, 167 Move Culver City Shared Mobility Lane Pilot Project. Led by Sam Schwartz, Street Plans, and TYLin. Signal Four Analytics, FDOT's CARS amongst others to synthesize information that can be used for decision making. Our approach is to identify CMP supply side and demand side strategies improve efficiency, increase person throughout, and enhance safety for all users of the transportation system. TYLin is mindful of "good congestion" vs. "bad congestion" and will prioritize safety and multimodal improvements over automobile speeds and increasing roadway capacity. TYLin's expertise in mobility management includes developing plans for first and last mile connections, intermodal systems planning and design, congestion management, and mobility hubs. As a result of these efforts, individuals with more limited mobility options gain enhanced access to a broader array of transportation services that better meet their needs. JWA is a leader in transit network planning, policy development, and expert advice. JWA offers the combination of the technical skill to bring together data from across the enterprise, the investigative know-how to produce the most important indicators to inform service design, and the planning expertise to translate that monitoring into concrete, actionable service proposals. JWA offers a number of unique approaches and tools for use in a major service planning processes like the ones requested for in this RFQ: Core Design Retreats. One way that JWA can collaborate with agency staff is through an intensive, creative network design retreat. We worked with Miami Beach staff in developing ideas for route changes for the Beach Trolleys during our work on the Better Bus Network with Miami -Dade Transit and have a deep understanding of the opportunities and challenges in routing and network design in Miami Beach. Interactive web -based reference maps. JWA can put much of the data we use in service planning into an online, interactive format, accessible from any device. This is an excellent tool for clients and their partners to use as they participate in the service planning process. V L sr Alameda Avenue Concept Plan for Onward Alameda, El Paso. Street Plans. • Visualizations of access and opportunity. JWA provides a range of visualization tools to help people grasp the benefits of network design proposals. Operational costing tools. JWA has a detailed set of operational costing tools to assess short and long-term operating costs for small and big network changes. Our detailed costing model has proven successful and estimating revenue hours within 2-3% for major network changes for many clients across the country. Performance Standards. JWA has deep experience working with transit agencies and communities on service and performance standards for transit. We believe that a robust set of performance measures or service standards includes an explanation of why these standards have been chosen, why they matter, and how the standards implement higher level goals or values that matter deeply to the Board, the funding partners, or the public. In short, standards should be about something that matters, and should explain why, if you care deeply about A, you should be interested in performance standard X. 1()R JWA's approach to transit planning in Miami Beach will therefore be driven by the following big imperatives. 1. Break out of silos. While certain mode -specific planning tasks can be done in parallel, an overly segmented approach will fail. Work on transportation planning in Miami Beach will require an especially high level of group thinking: charrettes, working sessions, and other processes that keep everyone focused on the collective space where the only real solutions will occur. 2. Articulate big ideas, but make them meaningful. Big visions get people to see beyond their immediate interests and fears, but they must be more than rhetoric. A useful vision has specific consequences for the difficult trade-offs that must be made. 3. Engage the public in the real choices. Useful public input arises from the public having to think about the real problem. Outreach must say: "Here is the planning problem? What would you do in our place?" Effective outreach must have the courage to frame problems clearly, even if this isn't always what participants want to here. This is in many ways the most critical challenge, and the one on which plans succeed or fail. 8. ACTIVE TRANSPORTATION & MICROMOBILITY Transportation is always evolving, and there are more mobility options than ever before including ride -hailing services, bikeshare, scooter share, e-bikes, and more. It is critical to think about these options not only as new applications of technology but also new ways to connect people. These new micromobility modes of transportation represent innovative responses to the demand for new options and offer an opportunity to: • Provide more mobility choices • Offer last mile and first mile connections • Reduce traffic congestion • Mitigate various forms of pollution • Reduce transportation costs • Improve efficiency of transportation networks • Provide options for those who cannot afford to buy and maintain a vehicle • Offers accessible mobility options for persons of all ages, abilities, and skill levels Street Plans was hired by the City of Jersey City to lead the bikeway design guide. The document outlines the design strategies and infrastructure types that are helping the city rapidly advance cycling and mobility. Street Plans will lead active transportation task work orders assigned through this on -call continuing services contract. For over 10 years, Street Plans has served municipal and regional clients as their on -call active transportation planning consultant. We have prepared over 30 bicycle and pedestrian master plans, strategic trails plans, corridor master plans, and striping plans to advance walking, biking, and transit infrastructure in cities across the United States. In addition, our active transportation work has included key contributions to the bicycle and pedestrian network in South Florida through our Miami Beach Walk/Bike Master Plan, North Beach Master Plan, Coral Gables Bicycle Pedestrian Master Plan, Miami Bicycle Master Plan, and the US 1 Bicycle/Pedestrian Master Plan. In this work, Street Plans will be assisted by staff from Alta Planning & Design and Sam Schwartz. Alta brings the same skillset to the current transportation landscape, combined with the experience of having helped numerous cities navigate their way to the forefront of managing Mobility as a Service according to well established goals, objectives and key performance indicators. Sam Schwartz has also worked with cities and agencies across the country to develop 169 groundbreaking initiatives that helped pave the way on the transition to the management of mobility services according to data -driven decision -making processes in support of established public goals. Amid the COVID-19 crisis, Sam Schwartz has provided additional thought leadership on when and how to restart transit ridership and other mobility services according to established science and drawing from our on -the -ground experience in crisis transportation planning during the aftermaths of 9-11, Superstorm Sandy and other major events. With the emergence of micromobility, the bicycle and pedestrian transportation field itself has expanded to include modes of transportation that are completely new to the planning and engineering industry. Sam Schwartz is proud to have collaborated with multiple cities to integrate Bikeshare and scooter share systems and pilot programs. Together, this team will provide national expertise on multimodal safety and integration of transit, bicycles, pedestrians, and new mobility technologies. The team will begin any active transportation work with a thorough review of the city's existing policies, ordinances, documents, plans, and programs to help the project team get an idea of where the city has been, and what the potential is for network improvement and expansion. In addition to reviewing the above, Street Plans will collect and review the city's existing conditions data, such as high crash intersections and corridors, vehicle volume and speed data, topography, transit and neighborhood centers, schools, open space, and any existing repositories the city may have regarding sidewalk, pavement, ADA access, and striping conditions. This data will highlight existing challenges to walking and bicycling across Miami Beach and inform short- and long-term project and program recommendations. Our approach will be coupled with extensive community engagement efforts to identify a vision and vet the strategies that will be most effective and equitable for the community. Once a robust existing conditions analysis and public engagement process has been completed, Street Plans and its subconsultant team will work with the city to identify improvements, projects and programs in the following areas: • Bicycle, Pedestrian, Trails, and Micromobility Plans • Transit First/Last Mile Access • Parking Policy • Design and Implementation of Vision Zero • Complete Streets Policy and Guidelines • Travel Demand Management • New Mobility Technologies • Mobility Hubs • Bikeshare Programs and Bicycle Parking • Wayfinding and Signage 9. TRANSIT ORIENTED DEVELOPMENT Transit -oriented development (TOD) planning requires a deep understanding of the complex system of factors that go into creating successful places. Successful and meaningful TOD planning depends on not only transit and land use expertise, but a deep understanding of multimodal � f!'EAD Protected Bike Lane New Signage designed and installed by Street Plans for the Broward MPO Cor6plete Streets Pilot Program in Deerfield Beach, FL. 17n connectivity that is crucial to developing spaces where people can rely less on cars and more on sustainable and active transportation modes. Improved sidewalks and streetscapes for people walking, enhanced facilities and parking for people biking, upgraded amenities for transit riders, and the right amount of and location for vehicle parking can all increase the long-term success of TOD projects. As demand rises for transit -oriented lifestyles, TOD planning will increasingly require expertise in strategies and tools that ensure everyone benefits and that systems can be flexible in a fast - changing and ever-growing urban landscape. Street Plans Principal Tony Garcia will lead a team of his firm's staff along with team members from Sam Schwartz to provide TOD planning services. Developing specific, implementable transportation recommendations for TOD plans requires in-depth data collection and analysis, as well as robust community engagement. Street Plans and Sam Schwartz bring unmatched expertise in analyzing crash data to identify existing safety issues, conducting gap analyses for people walking and biking, assessing transit performance and operations in existing systems, and evaluating parking supply and demand. We also believe that community and stakeholder engagement is critical for any plan so that we, the planners, can tap into existing knowledge. For this, our team has created several interactive tools (both online and in -person) to gather input on existing transportation issues and opportunities. Once the existing issues and opportunities have been identified, this analysis is used to develop complete, achievable, useful, and realistic recommendations. To do this, we use advanced street design tools, multidisciplinary collaboration, advanced computer modeling, and resource toolkits to create a range of strategies for improving multimodal connectivity within TOD projects. These strategies include: • Policy strategies like eliminating minimum parking requirements or lowering posted speed limits near major transit stations; • Street design improvements such as more frequent and higher -visibility crossings for pedestrians or re -designed intersections that slow turning vehicles and improve safety for people walking and biking; and Public realm enhancements like improved wayfinding and repurposing excess street space for public space. SUPPORT SERVICES 10. SURVEY & SUBSURFACE UTILITY ENGINEERING Manuel G Vera & Associate Inc. (MGV [qualified as DBE, and prequalified in 8.1, 8.2, 8.3, and 8.41), has been providing design survey and right of way mapping services to the Central and South Florida area for over 40 years, servicing FDOT Districts 4 and 6 for over 30 years and the Florida Turnpike Enterprise for over 20 years. This experience includes both stand alone and Districtwide Continuing services contracts. MGV has a thorough understanding of the critical Survey, Right of Way mapping and Subsurface Utility Engineering requirements that will be associated with continuing services (task work order driven) contracts just like this one and more importantly how to successfully address them while meeting and exceeding the city's standards and expectations. With this project, providing comprehensive full design surveys (including Graphic produced for Broadway All The Way Corridor Master Plan. Street Plans. 171 Mobile/Static LiDAR for roadways, buildings, bridges, utility facilities, etc.), establishing/verifying the existing right of way as well as accurately locating existing subsurface utilities within the subject corridors will be critical to the success of this contract. The design survey requirements for this contract will included a variety of design survey and right of way mapping needs. Having a surveying firm with not only the equipment, but just as importantly, the experience gathering, processing, and delivering the scanned information in a detailed, manageable format is critical for the end user/ designer. With over 45 years of providing survey services in the South Florida area, MGV has this experience. MGV will work with the design team to extract only the information they require, in the proper format, allowing for an efficient exchange of accurate information required for a successful design. In addition to the design and right of way survey that may be required, Subsurface Utility Engineering (SUE) may also be needed. If required, and to accurately locate the existing utilities along the corridor, MG Vera will follow the ASCE 38-02 "Standards Guideline for the Collection and Depiction of Existing Subsurface Utility Data". MGV will provide Quality Level B Utility Designates to horizontally map these utilities and Quality Level A locates (test holes - vertical/horizontal) as required for utility conflict resolution/avoidance. 11. STRIPING PLANS AND SIGNAL DESIGN A technical team formed by TYLin, Sam Schwartz, and Street Plans will lead work related to striping and signing plans and traffic signal design. With technical assistance from TYLin and Sam Schwartz, Street Plans will develop striping plans for projects that involve lane repurposing to accommodate active transportation modes in constrained right-of-way. Our team member, TYLin will provide technical expertise and best practices to integrate all modes of transportation within the right-of-way while adhering to local and state standards. -- ,- vulva IOUIEVARD F 72. 4E 9EF] ]i) (� ffET M Striping Plans produced by Street Plans and TYLin for the Move Culver City Pilot Project. Sam Schwartz has extensive experience in developing context sensitive traffic signalization designs, Signal Operation Plans (SOP), and providing traffic signal construction inspection and support. The traffic signal designs will follow the guidance set forth in the City of Miami Beach Street Design Guidelines, the Miami -Dade County Traffic Signals and Signs design standards, and the FDOT Design Manual, 232 Signalization. We will use our experience accrued on projects across the country to determine the most context sensitive design that safely accommodates all travel modes. Our approach would start with field visits to identify geometric design considerations and behavior trends, collection of survey data and existing signal and roadway plans, coordination with local power companies to determine electrical service parameters, and consistent communication with city staff throughout the design process. Bicycle lane signalization will be designed in accordance with MUTCD Chapter 9D, NACTO Urban Bikeway Design Guide (Signal Section), and the City of Miami Beach Street Design Guidelines. Bicycle signal heads will be used where standalone bicycle path or multiuse path crosses the street, at complex intersections, at intersections with a high number of bicycle and motor vehicle crashes, at intersections near schools, etc. Hybrid warning beacons will be used where bicycle routes intersect 172 a major street, where off-street bicycle facilities intersect major streets without existing signalized crossings, and at midblock crossings of major roadways with high bicycle or pedestrian volumes. Signal detection and actuation will be used and will be consistent with Miami -Dade County's (TS&S Division) upgraded ATMS to support smart city initiatives. We will provide crosswalks, bike boxes, queue boxes, audible/dynamic pedestrian signals, and Leading Pedestrian Intervals (LPIs) when possible. Detectable warning signals will be provided at all edges of all street and bike crossings. Signal timings will be developed to favor bicycle and pedestrian use over traffic flow and will be a function of multimodal network connectivity. Our ultimate deliverable would be a set of construction documents suitable for bid with special provisions, engineers estimate of cost, and traffic signal design plans. Sam Schwartz is quite familiar with the components of traffic signal controller cabinets, ranging from electromechanical to varying types of digital cabinets, encompassing NEMA TS-1, TS-2 (Types I and II), 170 and 2070 ROM models and ATC controllers. SSE is adept at converting timing plans from software solutions such as SYNCHRO to actual on -street controller timings and can make the "tweaks" necessary for a successful conversion. Finally, SSE regularly works with signal equipment vendors as a back -check to verify that a signal is indeed operating as intended. 12. LANDSCAPE DESIGN Team member Landscape DE has extensive experience collaborating with communities, stakeholders and agencies to design high -quality urban environments that respond to the local needs and surrounding areas is a priority for our clients and thus emphasized through design to create great places. LandscapeDE's governmental clients include Miami -Dade County, FDOT, City of Miami Beach, Village of Pinecrest, City of North Miami, City of Hialeah, and City of Port St Lucie. LandscapeDE also has played roles in several major South Florida public space initiatives including the Ludlam Trail, the Underline, and Brickell Bay Park. Brickell Market Station Concept by LandscapeDE Central to LandscapeDE's design approach are beliefs in sustainability and environmental resiliency. Through our designs, we seek ways to promote natural ecologies and support wildlife habitat for insects, birds, and mammals. We believe that biodiverse designs provide a healthy environment for people and nature alike. In addition to our consciousness of sustainability and environmental resiliency, our approach to each project includes careful consideration of site conditions. Our design process begins with inventory and analysis of the project site, which includes documentation of data gathered by direct observations and measurements on site. LandscapeDE also looks beyond the boundaries of a given project site and considers larger urban and ecological patterns. We believe a proper and well -considered landscape design must consider the various elements affecting the project site and utilize them in a positive and connective manner. LandscapeDE services include: • Park Planning and Design • Streetscape Design • City Wide Parks Master Planning • Environmental Planning 13. TRAFFIC DATA COLLECTION AND ANALYSIS Quality Counts (QC), will lead Data Collection. Quality Counts is a full service traffic data 17.� collection firm founded in 2003 in Portland, Oregon. Since its inception, QC has grown to a nationwide data collection firm with offices around the country. QC has a well -trained and dedicated team that uses the most advanced Data Collection technology, including BlueMAC Bluetooth MAC readers, GPS Cameras, and Wavetronix radar to collect accurate and dependable numbers that the City of Miami Beach can rely on. Every piece of equipment is carefully tested, calibrated, and set up according to exact manufacturer specifications and best practices we have developed in our 18 years of data collection experience. When collecting data with video, our dedicated Field Technicians verify that cameras have an unobstructed view of all vehicles, pedestrians, and cyclists. Approaches are also captured to allow for upstream traffic reporting; this includes queues, unusual traffic behavior, and accidents. Pneumatic tube counters and radars are set up where traffic is free flowing and queuing is infrequent. These set up procedures allow for a complete report of traffic conditions that enhances data accuracy and minimized confusion from traffic abnormalities among survey locations. Quality Counts provides the following data collection services: • Turn Movement Counts • Tube Counts • Specialty Surveys • Streetline • BlueMac Sam Schwartz will assist QC in this task. Using the latest traffic analysis software and technology, including simulation software that models the movement of automobiles and pedestrians in three dimensions, Sam Schwartz's engineers can demonstrate future results to clients, agencies, and community members, providing an effective tool to gain community support as demonstrated in recent projects such as the US41 PD&E, the Fowler Avenue Streetscape, Palm Avenue Road Diet, and City of Sarasota Orange at Ringling Roundabout. 14. TREND ANALYSIS / GIS MAPPING Replica will lead all trend analysis efforts while Street Plans and TYLin will provide in-house GIS capabilities. Replica provides data about the built environment and how people interact with it. Our mission is to organize that information to make it accessible, valuable, and actionable. We transform vast, disparate datasets into a holistic, up-to-date picture of what's happening across mobility, land use, people, and economic activity. Our customers get unprecedented insights into a world that's constantly changing. Replica supports a wide range of analyses, including: • Residential Profile Conditions • Origin -Destination Flows • Parking Studies • Corridor Studies • Transit Studies Miami Beach, FL Trip Purpose Trip volume in this geography, typical C nTngo Data weekday Week of Apr 2e. 2022 to the week of Oct 27.2022 6 Selections t20k 90k 60k a0k 0 May 2022 Jun 2022 Jut 2022 Aug 2022 Sop 2022 Oct 2022 Nov 2022 . Home 0 Work a Eat N Social 0 Shop Im Recreation V Stay W home order issued Miami Beach, FL Replica's Trends product is able to show a weekly breakdown of movement within the City of Miami Beach. 174 • Pandemic Recovery • Workforce Profiles • Environmental Justice • Active Transportation • Economic Impact • Freight Studies • Tax Forecasting Replica Places simulates the complete activities and movements of residents, visitors, and commercial vehicles in a region and season on a typical day. Replica Places are high-fidelity activity -based travel models, with data outputs down to the network -link level. The output of each Replica Places model is a complete, disaggregate trip and population table for an average weekday and weekend of the subject season in the selected region. Each row of data in the simulation output reflects a single trip, with characteristics about both the trip (e.g., origin, destination, mode, purpose, routing, duration) and trip taker (e.g., age, race/ethnicity, income, home location, work). Replica Trends is updated each week with fresh data nationwide covering mobility, economic activity, land use, and COVID-19 cases. Trends has census -tract -level fidelity with mobility data including origins and destinations, trip mode, trip purpose, and consumer spending data across a number of categories. Replica Scenario builds on Places data to enable scenario and alternatives analysis on changes to population, employment, transportation network and housing. 15. PARKING MANAGEMENT Key to providing successful accessibility in any community is the presence of a parking system that enables a friendly, walkable downtown core to support a strong quality of life, economic development, and sense of place. Sam Schwartz has led and managed parking studies throughout the country that right -size 0 Map • oataaet 57.2k trips by 37.7k trip takers • Medium cc: i..,:;Iy 0 H d. � .............. Mmp Layers 0 Trarim V.— As Trarnit Routes 0 Daft: Trips by Ouq,n Ley, 0 MTrips by Origin Geo tTreskda Vh AS Total Trips Co.ur Pao e N..b- of &eeMs 7 Opociiy People Primary Mode 0u W"i.^.p 9Nh Trip Purpose O 1u Sup I MT Hone 71.6% WO. n8% Ear m]b 01 Replica data can to demonstrate walking/biking trips that end within the City of Miami Beach. As expected with walking/biking, most trips start and end within the city, but we see a number of individuals from outside the city limits, most likely biking to Miami Beach. Within Replica, more factors like route used to get to destination, public transportation used to get to destination, purpose of traveling to this destination can all be given. 17S parking by bringing supply, demand, pricing, and location into the proper balance, prioritizing the pedestrian experience in central business districts, managing curb space across an increasing number of competing users, and creating a "park - once" community are all critical to our approach and proven to create happier, healthier urban environments. Our staff is at the forefront of transportation demand management, parking technology, data analytics, adaptive reuse, and parking management policies. Sam Schwartz has an unmatched ability to accurately analyze and present parking data in an engaging and comprehensive manner. Depending on client preferences, a combination of the following datasets will be requested: • Available supply data for on- and off-street facilities • Available historic utilization data for on- and off-street facilities, and when applicable during special events • Existing and historic enforcement data, including hours of enforcement, fine rates, and violation data and trends • Upcoming development projects or plans within and surrounding the community which would affect parking demand • Multimodal data regarding applicable ridership growth or upcoming transit projects in and surrounding, where applicable Based on the goals of the study and available data, Sam Schwartz will plan on working with the client staff to identify and prioritize the most applicable parking surveys. Parking surveys include systemwide inventory and utilization surveys of over 100,000 spaces; 8-hour turnover (license plate) surveys, curbside use monitoring for individual user groups; mode split questionnaires; and vehicle code violation identification. These data can then be used to project future parking needs (ranging from 5 to 30 years) to identify the impact of future development, determine points of absorption, and predict how future commuting trends and emerging technologies will affect long-term parking demand. After working with the community and the client staff to identify a preferred scenario, key Sam Schwartz completed a parking, curbside, and transportation demand management plan for West Palm Beach, FL. patterns, trends, and inconsistencies in parking perceptions can be identified that will guide the recommendations. Based on our analysis and expertise, Sam Schwartz will work with the community and the client staff to evaluate specific strategies to achieve short and long-term parking solutions. This may include the following: • Zoning regulations (including parking maximums) • Curbside management strategies that increase turnover • Off-street strategies that attract more long- term customers • Partnerships with Transportation Network Companies (TNCs) • Transit connection improvements • Operational procedures • Pricing structuring/restructuring, including demand -based pricing • Valet services • Altering enforcement procedures, rates, and technologies • Pursuing shared parking agreements with private parking owners • Parking Access and Revenue Control (PARCS) upgrades and improvements • Signage and wayfinding 176 • Transportation benefit programming • Funding policies and financial tools • Changes or updates in organizational and management procedures • Enforcement parking policy changes such as fee structure, time limits, permits and fines • Transportation benefit programming • Identification of site locations appropriate for new parking facilities Final deliverables will include an implementation matrix outlining steps to execute each recommendation. A summary will be provided of the feasibility, ease of operation, parties involved, community impact, funding opportunities, and time frames ranging from immediate, short-term, and long-term for each line item. Future Proofing Parking: One of the key challenges is achieving a balance between the need to provide adequate parking for the near term and designing for a less auto -dependent future. Accordingly, understanding and accounting for commuting changes associated with emerging transportation technologies will be a key factor in planning for the future parking needs. Sam Schwartz is a national leader in this field, with an entire department dedicated to creating 21st century transportation strategies and advising public and private clients on how to effectively integrate shared mobility services and leverage mode changes to shape sustainable development long-term. We will apply our expertise in this field to determine the long-term parking demand anticipated and develop strategies to incorporate emerging transportation technologies. 16. PUBLIC OUTREACH & GRAPHIC SUPPORT Street Plans is a leading firm in designing, implementing, and evaluating multimodal transportation campaigns, with marketing and communications experts and a team of graphic designers and web developers who specialize in branding, design, and web development for projects. We work with our clients and stakeholders to tailor each program to the community's unique setting and culture. OUTDOOR DINING Street Plans was engaged by NACTO to collaborate on and produce a Quick Build guide for cities to use in response to the 2020 COVID-19 pandemic. Our experience in community engagement and stakeholder facilitation ranges from focus groups and advisory committee meeting facilitation to day -long installations and events. We are a team committed to conducting fun and engaging digital and in -person public outreach activities, and often integrate Tactical Urbanism and/or temporary activations into projects to create opportunities for hands-on participation. Street Plans will lead this task and use strategic communication processes to identify audience, messaging, and communication tactics to shape the story of each project, bring people together, and create meaningful conversations throughout planning and implementation. Our team will begin each project by creating a Community Engagement Plan that will outline the engagement approach and methods and will serve as a guide throughout the project to ensure all stakeholders have a seat at the table. All Public Outreach tasks will be structured by a combination of the following efforts: • Creating Community and Technical Advisory Committees • Hosting Design and Pop -Up Studios • Community Touchpoints through workshops and presentations • Pop -Up Demonstration Events 177 • Door -to -Door Outreach and Project Promotion • Outreach Collateral (flyers, press releases, social media support) Graphic Support: A key component of building public ownership over a plan is creating a final product that everyone can understand and use. Creating visually engaging, professional and easy -to -digest public -facing documents is not just an optional service Street Plans brings —it's our standard. Our design guidelines, vision plans, and form - based design guidance are often accompanied by visualizations like renderings, infographics, 3D models, plan view and section drawings, and other illustrations. 18. GRANT WRITING Ecostrata Services, Inc. (ESI) was founded in 2010 and builds on years of experience in the private, government, and non-profit sectors creating funding solutions. Their primary service is geared to organizations facing shortages in their funding streams or that are looking for ways to grow. Ecostrata's Founder and President, Robert Ruano has over 26 years of management experience, both in the private and public sector. His experience includes many years in City of Miami government, overseeing all grant applications and environmental initiatives. Services offered by Ecostrata Services include: Grants and Fundraising: Their staff has helped bring over $70 million dollars in funding to South Florida in the last 15 years. That is thanks to meticulous funding research, attention to detail, and highly competitive funding applications. While they work on many types of grant applications, they specialize in capital projects for municipalities: parks, tree plantings, large equipment purchases, transportation infrastructure, and stormwater projects. Government Services: Ecostrata personnel have experience working with local, state and federal bureaucracies and can therefore negotiate an agreement or access unpublicized funding. 19. ECONOMIC & EQUITY ANALYSIS This work will be led by Jarret Walker & Associates (JWA), and supported by Alta. In many of cities where we work, we are joining a conversation about historical or current injustice. People are demanding a more just or equitable city, and want the transit system to be part of that change. JWA will use cutting -edge analysis and visualization tools to help the City of Miami Beach understand the potential impacts of a transportation network change, especially on vulnerable people. JWA will also carry out studies of access to places people value such as grocery stores or medical enters; and capture details like timed connections between infrequent buses or different speeds for different transit lines. Alta will provide economic evaluation tools to help express the full range of health, environmental, economic, and mobility benefits of multimodal transportation plans and projects. Alta delivers compelling economic analyses to help communicate the value of active transportation costs and benefits in clear, practical terms to build broad -based support from residents, businesses, local leadership, and potential funders. Our tools and models help supplement grant applications by making the case for future investments in walking and bicycling infrastructure and they provide a data -driven process for project prioritization. For trail and greenway projects, Alta can forecast future use of a planned alignment and translate projected walking and bicycling activity into potential community health benefits, tourism expenditures, and changes in property values. For regional and citywide active transportation plans, Alta can estimate regional vehicle emissions reductions and transportation cost savings that would result if bicycling and walking mode share goals were achieved. 17R