Loading...
Agreement between CMB & Kimley- Horn and Associates, IncDocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, 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-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS.........................................................................................................3 ARTICLE 2. BASIC SERVICES.................................................................................................8 ARTICLE 3. THE CITY'S RESPONSIBILITIES........................................................................12 ARTICLE 4. INTENTIONALLY OMITTED................................................................................14 ARTICLE 5. ADDITIONAL SERVICES....................................................................................14 ARTICLE 6. REIMBURSABLE EXPENSES.............................................................................16 ARTICLE 7. COMPENSATION FOR SERVICES.....................................................................16 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS................................18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS........................................................18 ARTICLE 10. TERMINATION OF AGREEMENT.....................................................................19 ARTICLE 11. INSURANCE REQUIREMENTS........................................................................20 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS...................................................22 ARTICLE 13. ERRORS AND OMISSIONS.............................................................................22 ARTICLE 14. LIMITATION OF LIABILITY..............................................................................23 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 2 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, 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 KIMLEY-HORN AND ASSOCIATES, INC., a North Carolina corporation having its principal office at 421 Fayetteville Street, Suite 600, Raleigh, NC 27601 (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 KIMLEY-HORN AND ASSOCIATES, INC., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the 3 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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-86B14905-8A11-A6D39EOE4B50 Contract No.23-030-08 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. Proiect 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 1.1 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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. 7 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 L-*3 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 6t DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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: C237413AC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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: C23746AC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the subconsultants. The Consultant shall not retain, add, or replace any subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the subconsultant. Payment of subconsultants shall be the sole responsibility of the Consultant and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and 12 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any subconsultants (and any replacements). 3.7.2 The City Manager shall decide and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean 14 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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-86B1-4905-8All-A6D39EOE4B50 Contract No.23-030-08 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 ailowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its subconsultants, and courier, postage and handling costs between the Consultant and its subconsultants). • Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions 16 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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(aD-miamibeachfl.gov 17 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City, but only to the extent the City has paid for that portion of the Work performed by Consultant. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. Notwithstanding any other terms in or applicable to this Agreement, subject to the City's prior approval, the Consultant may retain an irrevocable, worldwide, nonexclusive license to reuse the documents. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 18 DocuSign Envelope ID: C2374BAC-86B1 -4905-8A1 1 -A6D39EOE4B50 Contract No.23-030-08 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re -use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's 19 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE REQUIREMENTS 11.1 The vendor shall maintain the below required insurance in effect prior to awarding the Contract and for the duration of the Contract. The maintenance of proper insurance coverage is a material element of the Contract and failure to maintain or renew coverage may be treated as a material breach of the Contract, which could result in withholding of payments or termination of the Contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this Contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's 20 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 profession, with limit no less than $1,000,000. 11.2 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 11.4 Waiver of Subrogation — Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 11.5 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 11.6 Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(aD-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-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction or design changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 22 DocuSign Envelope ID C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE Until changed by notice in writing, all such notices and communications shall be addressed as follows: All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina T. Hudak, City Manager Email: alinahudak(a�miamibeachfl.gov With a copy to: Transportation & Mobility Department City of Miami Beach 1700 Convention Center Drive 3" 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: KIMLEY-HORN AND ASSOCIATES, INC., 421 Fayetteville St. Suite 600 Raleigh, North Carolina, 27601 23 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 Attn: Ian Rairden, P.E. Ph: 954-535-5139 Email: Ian. Rairden(cDKimley-Horn.com All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (a) Keep and maintain public records required by the City to perform the service; (b) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (d) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute 24 DocuSign Envelope ID: C237413AC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 Consultants 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(c-DMIAMIBEACHFL.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 25 DocuSign Envelope ID: C2374BAC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 26 DocuSign Envelope ID: C2374BAC-8681-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 (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 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 27 DocuSign Envelope ID: C2374BAC-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 exemptfrom 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 28 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.3.5.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 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, 29 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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 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 30 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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. 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 31 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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] 32 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No,23-030-08 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 Docu Signed by: FABBBA� BFBSE4CF Ratael E. Granado, City Clerk Date 7/19/2023 1 3:46 EDT CONSULTANT: KIMLEY-HORN AND ASSOCIATES, INC. Oil Rom Sign ture/Presi nt —St AIV Print Name Date w30a o a 3 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date 33 CITY OF MIAMI BEACH: Alin Hudak, City Manager DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 SCHEDULE A SCOPE OF SERVICES The General Planning Consultant shall assist in the planning, technical, managerial, and administrative efforts related to transportation studies and/or other planning -related activities of the City of Miami Beach, including but not limited to the following activities: 1. Short and Long Range Transportation Planning a. As directed, conduct planning and feasibility studies for bicycle, pedestrian, transit, traffic management, and other projects. b. Conduct transportation corridor studies along arterials and collectors within the City of Miami Beach to identify mobility improvements and develop a capital plan to facilitate efficient transportation movements of goods and services. c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. 34 DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; c. Funding Source Identification (new and existing) for the City of Miami Beach program of projects; d. Project Budget Estimates; e. Project Expenditure forecasts; and f. Preparation of the required reports for these processes, if requested. Environmental Sustainabilitv Analvsis 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: C237413AC-86131-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 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. 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-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 SCHEDULE B CONSULTANT SERVICE ORDER AT Services Contract * Dept. CSO # - Change Ckder # C Ay awarded oontinuxV contract for AIE sennoes for a protect whose estimated cast of oonstructior does not exoeed $4 rrAw. C#y awaroed oontvLwV oontract for study, plowing activity or other services whose oost< are estimated to not exceed W0,CO3. City awarded protect specific corwraa not subject to CCNA irritations for oonYrxang oontracts Q', Scephr j this CSG, Ca KiLint agues to prmide sePHCCs purm I to the AturfICd proposal dined=.TICS ft term, a detxn% Zvi .r'�'.'s stied in floe ocntm [2 beftme'V' F ft Otyf and ItL CorrA M. CcnsAwa Cxpir.30v bwees *W w arw [emu and corAbws " w0y b the xark rep 11, s dl vAwleer said other kstra atd oDniborss me cxlxk!i heron or in airy atlachmvR to fm CSO Jerry d--Amm born lie scrape of work as , -1 to herein stall resyJire a charge order appa ed lri the Ckv 37 Docu Sign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 SCHEDULE B-1 CONSULTANT COMPENSATION Schedule of Payments Planning Services Design Services* Bidding and Award Services Construction Administration ** Reimbursable Allowance*** $XXXXXXXX $XXXXXXXX $XXXXXXXX $XXXXXXXX $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. NN DocuSign Envelope ID: C2374BAC-86B1-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 SCHEDULE C CONSULTANT HOURLY RATE SCHEDULE MwFwdMwiiL 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-8661-4905-8A11-A6D39EOE4B50 Contract No.23-030-08 SCHEDULE D APPROVED SUBCONSULTANTS Subconsultants: 1. Zyscovich, LLC 2. National Data & Surveying Services, Inc. 3. Clary Consulting Company 4. Manuel G. Vera & Associates, Inc. 5. Infinite Source Communications Group, LLC (DBE/SBE/MBE) 6. Marlin Engineering, Inc. (DBE/MBE) 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 Kimley-Horn and Associates, Inc., as the tied seventh -ranked proposers; and, further authorize the City - Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this a 7 day ATTES MAR 3 1 2023 Rafa I E. 6rpnado, City Clerk RPl; ORAT Gelber, Mayor APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ✓ , -3 City Attomey - - 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 CORRADI NO GROUP, I NC., 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 Engineedng Company Kimley-Hom and Associates, Inc. Kittelson & Associates, Inc. Martin Engineedng, 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, Inc. 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, I nc. 11(tie) Nelson/Nygaard Consulting Associates, Inc. 11(tie) Florida Transportation Engineering, Inc. 13 Kittelson & Associates, Inc. 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)/Acount(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 I nc., Gannett Fleming, I nc., H.W. Lochner I nc., and Kimley-Hom and Associates, I nc. 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-Hom 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 Right Does this item utilize G.O. to Know" item, pursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Transportation and Mobility/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 48 of 1292 ATTACHMENT A RFQ2023030-ND GENERAL TRANSPORTATION AND TRAFFIC ENGINEERING CONSULTANT SERVICESc - _ Danl Fawaz Y Rogello Madan of .5 c 12 Luis Soto of .5Collin c a Worth to c ,^ LowPLANNING - Aggregate Totals - pl Y c QuaNtative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Marlin Engineering, 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 + Desi n Inc. 85 5 90 1 41 76 5 81 10 81 5 86 4 93 5 98 1 19 3 The Street Plans Collaborative Inc. 79 5 84 9 84 5 89 3 79 5 84 6 92 5 97 2 ' 20 4 Calvin Giordano 8 Associates Inc 90 3 93 2 83 3 86 7 93 3 96 1 88 3 91 12 - 22 5 Gannett Flemin Inc. 86 3 89 7 85 3 88 4 so 3 83 8 90 3 93 10 29 6 H.W. Lochner Inc. 87 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 4 87 0 87 5 75 0 75 17 95 0 95 5 1 7 EXP U.S. Services Inc. 78 5 83 10 70 5 75 13 75 5 80 11 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 9 " 40 10 Choice Engineering Consultants Inc 65 5 70 12 68 8 73 15 75 5 80 11 91 5 96 4 : 42 11 Nelson/Nygaard Consulting Associates, Inc. 65 5 70 12 71 5 76 12 78 5 8 88 5 93 10. 42 11 Florida Transportation Engineering, Inc. 65 5 70 1 85 5 90 2 72 5 77 16 63 5 88 13 43 13 Kittelson 8 Associates Inc. 65 3 68 16 78 3 81 10 76 3 79 13 92 3 95 5 '. 44 14 HBC En ineerin Com 71 5 76 11 63 5 68 16 79 5 84 8 80 5 85 18 51 15 Callran Enoineering Group, Inc. 65 5 70 12 69 5 74 14 74 5 79 13 83 5 BB 13 52 16 Meldc Engineering Inc. 60 3 63 18 61 3 84 18 78 3 81 110183 3 86 16 62 17 Prosser Inc. 60 5 85 17 60 5 65 17 70 5 75 17 83 5 88 13 .. 64 18 Page 49 of 1292 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION MIAMSEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'1 Floor Miami Beach. Florida 33139 www.miamibeachfi.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES December 15, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). ATTACHMENTS. Exhibit A: Pre -Proposal Sign -in Sheet RESPONSES TO QUESTIONS RECEIVED. Q1: Are respondents required to cover all areas of prequalification listed in the solicitation? 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. 03: 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. 1 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMI BEACH PROCUREMENTDEPARTMENT 1755 Meridian Avenue, 3,1 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. Q10: In the prebid meeting, there was mention that this contract will be replacing the existing contract due to end in 2023. Can you please provide the name(s) of the incumbent? A10: The incumbents are Alta Planning & Design, Inc., H.W. Lochner, Inc., Kittelson & Associates, Inc., Marlin Engineering, Inc., Calvin, Giordano & Associates, Inc., Gannett Fleming, Inc., HNTB Corporation, and Nelson -Nygaard Consulting Associates, Inc. Q11: Should we include the RFQ pages in our proposal response? A11: The electronic submittal should be tabbed as enumerated in Section 0300, Proposal Submittal Instructions and Format, Sub Section 4, Electronic Proposal Format, and contain a table of contents with page references. 012: 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 N0.2023-030-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. Q15: In the sample contract, please change 2.8 to "Consultant shall use reasonable efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Consultant, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project." A15: When submitting a proposal, the bidder shall indicate any exceptions it wishes to take to any of the terms in the solicitation and outline what, if any, alternative is being offered. Q16: In the sample contract in 2.10, please change "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida." to "The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a consultant with respect to the disciplines required for the performance of such Services in the State of Florida and pursuant to the Standard of Care defined in Section 2.4 of this Agreement. A16: See response to Q15 above. Q17: In the sample contract in 2.11, please remove the sentence "The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule." A17: See response to Q15 above. Q18: In the sample contract, please replace 4.1 with "The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant will design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. The need for additional compensation will be based on the extent of the changes and mutually agreed by the City and the Consultant." A18: See response to Q15 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d 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, 3Fd 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. Q29: City is supported by Institute of Sustainable Infrastructure, will the City be looking to certify projects? A29: The City does not have a policy that requires infrastructure projects to be certified through Envision. However, the City encourages all projects to incorporate elements of sustainability and resiliency such as those in the Envision framework developed by the Institute for Sustainable Infrastructure (ISI). Q30: Is DBE/LGBT required? A30: No. Q31: Is Veteran preference only if the Prime is veteran -owned? Or are preferences given towards a team with a veteran -owned sub consultant? A31: Only the prime consultant is eligible for Veteran's Preference points. Q32: Will submitting teams have the opportunity to bring in subconsultants that aren't included in this submittal for specific task orders? A32: Please refer to the RFQ Appendix A, Special Conditions, Section 4 Sub -Consultants. Q33: Should the Bid Submittal Questionnaire be submitted within our proposal response or is it just submitted through the Periscope portal? A33: See response to Q13 above. ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO, 2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 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 natal iadelgado@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 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Pre -Proposal Sign -in Sheet 7 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES MIAMIBEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET DATE: Thursday, November 17, 2022 TIME: 9:30AM RID NO. AND TITLE: RFQ 2023-030-ND GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES NATALIA DELGADO TITLE CONTRACTING OFFICER COMPANYNAME CMB NATALIADELGADO@MIAMIBEACH FL.GOV • 305-673-7000 X26263 MILOS MAJSTOROVIC ASSISTANT DIRECTOR TRANSPORTATION MilosMaistorovic@miamibeachfl.aov 305-673-7000 X26855 MARIA GOUVEIA MARKET DEVELOPMENT SPECIALIST CHA mgouveia@chacompanies.com (786) 749-6790 JASON HIGNITE SENIOR PROJECT MANAGER CHA ihienite@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 enQ@corradino.com (305) 594-0735 Ext. 1022 IRENE BALZA PROJECT MANAGER THE STREET PLANS COLLABORATIVE irene@streetplans.ora 305-587-4484 TONY GARCIA PRINCIPAL THE STREET PLANS COLLABORATIVE tone@streetplans.ora 305.978.6426 VIVEK REDDY PROJECT MANAGER AECOM vivek.reddv@aecom.com 305.704.6440 HAIDER TALIB CIVIL ENGINEER AECOM haider.talib@aecom.com 613.899.8187 MARK MINNERY MARKETING MANAGER AECOM mark.minnery@aecom.com 305.804.6689 CAROLINA PACE CALTRAN ENGINEERING GROUP, INC. cpace@caltrangroup.com 786-456-7700 JULI CAMPBELL SENIOR PROPOSAL WRITER CALVIN, GIORDANO, AND ASSOCIATES JCampbell@caasolutions.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 ymisuel@chenmoore.com 954-324-1987 JENNIFER BORGES TRAFFIC OPERATIONS MANAGER EXP iennifer.bor¢es@exp.com 786-774-4845 JESUS FUENTES TYLER BLAIR FERNANDO CRAVEIRO BUSINESS DEVELOPMENT DIRECTOR HBC ENGINEERING COMPANY FCraveiro@hbcen&neerinQco.com 305-232-7932 IAN RAIRDEN KIMLEY HORN Ian.Rairden@kimley-horn.com 954-535-5139 HEATHER HANNAFORD JUNIOR MARKETING COORDINATOR KITTELSON AND ASSOCIATES, INC. hhannaford@kittelson.com 407-373-1161 BRANDY PLEAS IMARKETING COORDINATOR MI TRIC Brandy.Pleas@metriceng.com 850-321-7871 MICHAEL RIEBE NELSON/NYGAARD mriebe@nelsonnyxaard.com 510-506-7587 RAFIQALClASEM IPROSSER ralgasem@prosserinc.com 904-739-3655 JEANNIE FABIAN JACCOUNT MANAGER ISAFEBUILT JFabian@SAFEbuilt.com 786-481-8366 MIAMI BEACH Procurement Department 1755 Meridian Ave, 31d Floor, Miami Beach, Florida 33139 www,miamibeachfl.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 adogmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, xatZ�)ZOWZI,6� 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# 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 RafaelGranadoomiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adogmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, � VJ �WA, W i s Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-030-ND Addendum #2 12/5/2022 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2023-030-ND FOR GENERAL TRANSPORTATION PLANNING AND TRAFFIC ENGINEERING CONSULTANT SERVICES November 8, 2022 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISION: PRE -PROPOSAL MEETING DATE AND TIME. Due to Tropical Storm Nicole, the pre -proposal meeting is being postponed. The pre -proposal meeting will take place on Thursday, November 17, 2022, at 9:30 a.m. ET. PUBLIC MEETING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 992197 065# Tojoin on your computer or mobile app Click here to join the meeting If. 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 RafaelGranadoCa)miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoCa)miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Z�)Z6�� 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 c. Review the technical traffic impact studies submitted by land developers for proposed projects in Miami Beach, and provide prompt input to the Administration on the accuracy of information provided in the studies. d. Develop demand or market forecasts, including utilizing transportation forecasting models. e. Prepare project layouts and capital cost estimates necessary to support planning studies. f. Evaluate transit operating scenarios utilizing operational models and other tools. g. Develop cost estimates for implementation, operations, and maintenance. h. Conduct daily and peak hour turning movement counts for vehicular traffic, bicycles, and pedestrians. These counts can be either manual or automated. In addition, most of the studies mentioned above will require staff resources, degree of specialization, and equipment availability that can be provided only by consulting firms. Tasks require demonstrated experience in current Complete Streets, Smart Growth, multi -modal transportation planning, and livability practices. Experience in the integration of transportation and land use is critical to the success of these studies. 2. Transit Operations Planning The City may require that the Consultant provide transit operations plans related to existing and future Trolley services. This may include conducting transit feasibility studies to include modifications to existing trolley operations, potential new route alignments, and ridership projections. 3. Facilities Planning and Development Plan and develop transportation -related facilities for the City of Miami Beach. 4. Public Participation The Consultant will establish and implement comprehensive public participation programs and outreach activities for planning studies and projects that meet the requirements of federal, state, regional, and local processes. The Consultant team should be knowledgeable in: a. Issues affecting urban development/ redevelopment; b. Issues affecting environmentally sensitive environments with significant land use constraints; c. Stakeholder identification and communication; d. Meeting facilitation; e. Group decision -making processes; f. Establishing effective working relationships with community and team members; and g. Executing successful media strategies, products, and events. 5. Financial Planning and Analysis As requested, the Consultant will support City of Miami Beach projects by providing financial planning and analysis. Tasks may include but not be limited to: a. Market and Development Analysis - national experience in: economics, real estate development (as a successful real estate developer or expertise in analyzing projects that were constructed); station area/transit real estate development/financial analysis; economic and fiscal impact; economic (re)development; and new transit system development or evaluation; b. Financial Feasibility Studies; 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. 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 qLtl- 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. 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 tojoin 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 tojoin 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 Delgado 305-673-7000 x26263 NataliaDelgado@miamibeachfl The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-4. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 6. PRE -PROPOSAL MEETING OR SITE VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to join the meeting MIAMI BEACH Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: # 992197 065 Proposers who are participating should send an email to the contact person listed in this RFQ expressing their intent to participate. 7. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through Periscope S2G. Any prospective proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 8. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoC�miamibeachfl,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 support@bids, ny c.com or 800.990.9339, option 1, option 1. 15. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE NSS). 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.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupportgmiamibeachfl.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. o�y-hall/procurement/standard-terms-and-conditions/ TERMS & CONDITIONS — GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a proposal in response to this solicitation, Proposer agrees to be bound by and in compliance with the Terms and Conditions for Grants and Federal Requirements (dated 8.20.2020), incorporated herein, which may be found at the following link: htttps://www.miamibeachfl. ov/city-hall/procurement/standard-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 S2Ggperiscopeholdings,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 Ex erience & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the of 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. Transportationitransit 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 and Methodol 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/qraphics Balance of Page Intentionally Left Blank MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE INITIAL REVIEW OF PROPOSALS. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate and rank each responsive Statement of Qualifications received in accordance with the criteria set forth in Sub -section 4 below. The Evaluation Committee may complete the initial review of proposals with or without presentations. The Evaluation Committee's scores and rankings are only advisory to the City Manager, who will utilize the results to take one of the following actions: a. Recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub -section 12; or b. Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee; or c. Recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience and Qualifications Veterans Preference Prime Proposer Volume of Work (0-5 Points). Points awarded to the Proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 — $2,000,000 3 Greater than $2,000,000 0 70 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation MIAMI BEACH Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third -party in developing an award recommendation in accordance with Section 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Qualitative Points Proposer A 82 Proposer • 74 Proposer C 80 Committee Quantitative Points 5 5 0 Member 1 Total 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee Quantitative Points 5 5 0 Member 2 Total 95 79 66 Low Aggregate Rank 1 1 2 1 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 /01AM1 BEACH Special Conditions 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 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). 4. 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. 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, 3,d 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 ARTICLE1. DEFINITIONS...........................................................................................................4 ARTICLE2. 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 2 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXXXXXXX FOR 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 5 required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be performed through subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the subconsultant has been engaged by Consultant to perform professional services in connection with the Project. The subconsultants in Schedule "D", attached hereto, are hereby approved by the City 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, R 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. Proiect 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 7 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. ilK 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 11VA 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@miamibeachfl.gov 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's 20 office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its subconsultants to the requirements of this Article and ensure compliance therewith. ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re -use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate 21 this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination, "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant (including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 22 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE Insurance requirements will be determined on a project by project basis at the time of Consultant Service Order (CSO). 11.1 The maintenance of proper insurance coverage is a material element of the Agreement and failure to maintain or renew coverage may be treated as a material breach of the Agreement, which could result in withholding of payments or termination of the Agreement. 11.2 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Consultant's insurance. 11.3 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach 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-miamibeach 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.gov With a copy to: City Manager's Office 25 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alina Hudak, Assistant City Manager Email: alinahudak@miamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to: XXXXXX 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 92 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: RAFAELGRANADOOMIAMIBEACH 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. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 31 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure 32 delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by subconsultants, subject to the prior written approval of the City Manager. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.10 INTENT OF AGREEMENT: 18.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 33 18.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.10.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 34 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest RAFAEL E. GRANADO, CITY CLERK Date Attest Signature/Secretary Print Name Date 35 CITY OF MIAMI BEACH: DAN GELBER, MAYOR 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 Estimated calendar days to complete this work: to be considered part of this Agreement. 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 Days 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 gue 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-miamibeachgriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank ATTACHMENT SUNBIZ & PROPOSAL RESPONSE TO RFQ DIVISION OF CORPORATIONS ,4;,W.org rl lip I I" rw uyrW Suoe u/ Flwidd ovrbWe Department of State / Division of Corporations / Search Records / Search y FEI/EIN Number / Detail by FE ON Number Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/24/2021 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 821359 56-0885615 04/24/ 1968 NC ACTIVE Changed: 04/24/2021 RegisteredAgent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Director Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 111 West Jackson Blvd. Suite 1320 Chicago, IL 60604 Title Director Mufti, Brent H. 7740 N 16th Street Suite 300 Phoenix, AZ 85020 Title VP McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Treasurer McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Danielson, Paul B. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Montanye, Emmeline F. 817 West Peachtree Street, NW, Suite 601 Atlanta, GA 30308 Title Director Hall, James R. 12750 Merit Drive, Suite 1000 Dallas, TX 75251 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Peed, Brooks H. 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Harry, Jennifer L. 401 B Street Suite 600 San Diego, CA 92101 Annual Reports Report Year Filed Date 2020 04/15/2020 2021 04/24/2021 2022 02/10/2022 Document Images 02/10/2022 -- ANNUAL REPORT 04/24/2021 -- ANNUAL REPORT View image in PDF format View image in PDF format 04/15/2020 -- ANNUAL REPORT View image in PDF format 11/25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format O6/21/2018 -- AMENDED ANNUAL REPORT 03/15/2018 -- ANNUAL REPORT 04/28/2017 -- ANNUAL REPORT 08/02/2016 -- AMENDED ANNUAL REPORT 01/28/2016 -- ANNUAL REPORT 09/09/2015 -- AMENDED ANNUAL REPORT 04/15/2015 -- ANNUAL REPORT 04/22/2014 -- ANNUAL REPORT 01114/2013 ANNUAL REPORT 03/29/2012 -- ANNUAL REPORT 02/17/2011 --ANNUAL REPORT 04/21/2010 -- ANNUAL REPORT 04/30/2009 -- ANNUAL REPORT 05/14/2008 -- ANNUAL REPORT 04/12/2007 -- ANNUAL REPORT 04/21/2006 -- ANNUAL REPORT 06/02/2005 -- ANNUAL REPORT 04/26/2004 -- ANNUAL REPORT 04/30/2003 --ANNUAL REPORT 08/12/2002 -- Reg. Agent Changg 05/08/2002 -- ANNUAL REPORT 02/06/2001 -- ANNUAL REPORT 03/02/2000 -- ANNUAL REPORT 03/17/1999 -- ANNUAL REPORT 02/12/1998 -- ANNUAL REPORT 02/27/1997 -- ANNUAL REPORT 03/05/1996 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Fieo":e, a^,e,: d SiatE _ ,i_.,. - _, i-_ BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted Solictation No Solicitation TRW BID NUMBER PROJECT TITLE BIDDER'S NAME. Klmley-Hom and Associates, IM. NO OF YEARS IN BUSINESS. 56 Y-. NO. OF YEARS IN BUSINESS LOCALLY. 27 years NO OF EMPLOYEES 6,797 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS' BIDDER PRIMARY ADDRESS (HEADQUARTERS) 421 Fayetteville St Suite 600 CITY. Raleigh STATE. NC ZIP CODE. 27601 TELEPHONE NO. 919.677.2000 TOLL FREE NO 888.542.4636 FAX NO. 919.677.2060 BIDDER LOCAL ADDRESS. 2 Alhambra Plana. Suite 500 CITY. Coral Gables STATE FL ZIPCODE 33134 PRIMARYACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT lan Rairden, P.E. ACCOUNT REP TELEPHONE NO 964.535.5139 ACCOUNT REP TOLL FREE NO. WA ACCOUNT REP EMAIL. 41.Rairdsn®Kimiry-Hpn— FEDERAL TAX IDENTIFICATION NO.: 56-0886615 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: Stewart Robertson, P.E., Senior Vice Stewart Robertson President 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 SR Addendum 1 Addendum 6 Addendum 11 SR Addendum 2 Addendum 7 Addendum 12 SR Addendum 3 Addendum 8 Addendum 13 SR 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 c r indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its aff FIRST AND LAST NAME RELATIONSHIP 1 NIA 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY liates. At time of re uest by the -City bidder shall request that Dun & Bradstreet submit its SuQ li r ualifier Report directly to h ity., with bid or within three (3)_dgys 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/servieVSupplierPortal?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 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: South Florida Regional Transportation Authority/Tri-Rail Contact Individual Name and Title: Natalie Yesbeck Pustizzi, AICP, Transportation Planning Manager Address: 801 NW 33rd Street, Pompano Beach, FL 33064 Telephone: 954.788.7957 Contact's Email: yesbeckn@sfrta.fl.gov Narrative on Scope of Services Provided: Kimley-Horn provided professional consulting services for the second phase of this effort, a PD&E Study. The proposed station will increase mobility for residents and commuters and will also provide access to a variety of local community features. Kimley-Horn evaluated location alternative that met the project objectives in an environmentally responsible, socially acceptable, and cost feasible manner, consistent with public and agency input. Reference No.2 Firm Name: Miami -Dade Transportation Planning Organization Contact Individual Name and Title: Kevin C. Walford, Transportation Planner III Address: 150 West Flagler Street, Suite 1900, Miami, FL 33130 Telephone: 305.375.2642 Contact's Email: kevin.walford@miamidade.gov Narrative on Scope of Services Provided: Kimley-Horn developed Safe Routes to School plans for six schools. The plans included safe route determinations, infrastructure improvements, cost estimates, and a walking map. Our team also reviewed the data collected in the previous year for Horace Mann Middle school and provided an updated report. Based on our findings, Kimley-Horn prepared FDOT FY 2021 Safe Routes to School infrastructure funding applications for the selected schools. Kimley-Horn also provided a summary of the status of previous SRTS projects to monitor implementation. Reference No.3 Firm Name: Miami Shores Village Contact Individual Name and Title: Chris Miranda, Public Works Director Address: 10050 NE 2nd Avenue, Miami Shores, FL 33138 Telephone: 305.796.2210 Contact's Email: mirandac@msvfl.gov Narrative on Scope of Services Provided: Flakler Trail Greenway Studyy A=AAA❑A❑A❑A❑A❑A❑A❑A❑A❑ALA"A A A¢A AuAOA❑A❑A❑A❑A❑A❑A❑A❑A❑A❑A❑A❑A❑AOA❑AOA❑A❑A❑AC Village of Miami Shores. Kimley Horn performed a feasibility study for pedestrian and bicycle facilities within Club Drive between NE 6th Avenue and NE 100th Street in the Village of Miami Shores. The purpose of the project was to: Identify a set of non -motorized transportation options - Develop a conceptual rendering of the Flagler Trail - Develop a final report that will support the Village in seeking funding for implementation The conceptual renderings and final report results were presented to the Village Council where the recommended preferred alternative received unanimous approval. 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? 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 Q� NO SECTION 8 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? 0 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: Stewart Robertson, P.E., Senior Vice Stewart Robertson President 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: Stewart Robertson, P.E., Senior Vice Stewart Robertson President 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://library.municode.com/fl/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.gay/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? YES O NO Bidder adopts the City of Miami Beach Code of Business Ethics? 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://Iibrarv.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:Hlibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) 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: https://Iibrary.municode.com/fl/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: hftps://www.fisenate.qov/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, fps://library.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? O YES 0 NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? YES p� NO CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley>))Horn Cover Table and tents CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 1, Cover Letter and Table of Contents December 23, 2022 City of Miami Beach Kimley-Horn Procurement Division 2 Alhambra Plaza, Suite 500 1755 Meridan Avenue. 3rd Floor Coral Gables, FL 33134 Miami Beach, FL 33139 TEL 305.673.2025 Dear Natalia Delgado and Members of the Evaluation Committee: On behalf of Kimley-Horn, we are excited about this opportunity to partner with the City of Miami Beach once again to improve transportation, bicycle, and pedestrian facilities throughout the City. We offer the personal commitment and demonstrated experience from transportation professionals who know the City and understand the City's needs. As one of the largest traffic and transportation engineering firms in Southeast Florida, we have the expertise and staff capacity to meet demanding workloads. Kimley-Horn has extensive experience in all aspects of this Transportation Planning and Traffic Engineering contract, and we have the particular qualifications needed to serve you on this contract. We Know Miami Beach. The City requires a highly -qualified and reliable partner you can trust to support implementing projects from the Transportation Master Plan and the Bicycle Pedestrian Master Plan. Through previous projects within the City, both public and private, our staff has become very familiar with the unique needs of the City. Additionally, through our previous work efforts we have formed solid relationships with City staff to know their individual requirements and preferences. We will meticulously document consistency with engineering guidelines and standards for proposed recommendations to achieve necessary approvals from regulatory agencies. 000 Experienced Multidisciplinary Team. The people who serve you are the most important element in the Wjsuccessful completion of your projects. You will recognize many of our team members —they have worked with the City on traffic, transit, and program management services over the years. In addition, with nearly 400 professionals and support staff in our Southeast Florida offices, we have the depth of staff required to be responsive to the City's needs and timelines under this contract. Furthermore, we have strengthened our team by partnering with firms possessing key expertise including Zyscovich, LLC, National Data & Surveying Services, Inc., Infinite Source Communications Group, LLC, Clary Consulting Company, Marlin Engineering, Inc., and Manuel G. Vera & Associates, Inc. p Experienced Manager. Like most of my team, I have spent my entire career at Kimley-Horn, which demonstrates the stability our team provides. Our team of profess' this contract, is highly qualified in the scope of services, and is pe which we live and work. As your project manager, I will be your pc and will identify, establish, and maintain the project goals, scopes, budgets, a with the City's expectations. I will rapidly mobilize my project team with apprc the task and proficiently coordinate all efforts on this project. Our team recogi types of contracts require quick action, flexibility, experience, creativity, and it our company culture aligns with this approach. Traffic and Transportation Experts. Since #10 in 2022 Top our founding in 1967, transportation, roadway, traffic, and related engineering U.S. Design Firm services have been Kimley-Horn's traditional by Engineering News -Record area of strength. In 2022, Engineering News -Record ranked Kimley-Horn #10 of the top 500 U.S. design firms. Additionally, Kimley-Horn was ranked 7th in transportation, 6th in pure design, and 12th in mass transit and rail. These distinctions are a result of our uncompromising Kimley>Morn TRTP26038.2022 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND commitment to excellence. Throughout the years, our staff has completed thousands of traffic impact studies and reviews, ranging from traffic impact statements to Developments of Regional Impact (DRIs). We are proficient in current industry transportation analysis programs. We are industry leaders in evaluating site -related traffic impacts and actively seek to determine realistic solutions to solve engineering problems that may arise through the development process. Traffic Engineering, Analysis, and Modeling. Now more than ever, transportation agencies are forced to 0�0® maximize the efficiency and effectiveness of their limited resources. This means doing more with less —and sound traffic engineering is one of the best ways to accomplish this goal. Our team has seasoned staff that is ready to help clients strategize, analyze, and optimize the operations and safety of their transportation network and recommend constructable solutions. From complex ITS and traffic signal systems to simple pavement marking or signing plans, our team has the experience, training, and knowledge to break up the bottlenecks and keep traffic moving while also making sure to keep pedestrians and bicyclists safe. Safe and efficient traffic flow is no accident —it results from experienced and trained traffic engineers paying attention to many details to provide functional traffic control systems. Our diverse team has the people and experience to handle a wide range of traffic engineering solutions for the City. Summary. The Kimley-Horn team is confident that our understanding of your needs, our extensive local �= knowledge, and our hands-on approach will comprehensively serve the City and the goals of its staff and G = residents. As a firm, we understand the key to our success is your success —we are committed to exceeding your expectations and providing exceptional service on this contract. We sincerely appreciate the opportunity to present our qualifications, and we look forward to a strong working partnership to contribute to the growth and betterment of the City. Sincerely, KIMLEY HORN Ian Rairden, P.E. Project Manager (Primary Contact) ian.rairden@kimley-horn.com OF W'dowpcwaffl�p"Kwm'. Stewart Robertson, P.E. Senior Vice President stewart.robertson@kimley-horn.com _A& V TABLE OF CONTENTS 1. Cover Letter and Table of Contents........................................2 • Cover Letter.........................................................................................2 • Table of Contents.................................................................................4 • Bid Submittal Questionnaire, Statements of Qualifications Certification, Requirements Affidavit....................................................5 • State of Florida Certificate of Authorization.......................................15 • Exceptions to RFQ.............................................................................16 • Firm and Team Licenses....................................................................18 • FDOT Prequalification Letter..............................................................27 • Certification of Liability Insurance......................................................29 2. Experience and Qualifications..............................................31 • 2.1 Qualifications of Proposing Firm..................................................31 • 2.2. Qualifications of Proposer Team.................................................43 • 2.2.1. Relevant Experience of the Project Manager ........................115 • 2.2.2 Evidence of Prior Working Experience....................................117 • 2.2.3. Financial Capacity.................................................................119 3. Approach and Methodology................................................147 TRTP26038.2022 4 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND BID SUBMITTAL QUESTIONNAIRE Solicitation No: Solicitation Title: 2023-030-ND General Transportation Planning and Traffic Engineering Consultant Services BIDDER'S NAME: Kimley-Horn and Associates, Inc. NO, OF YEARS IN BUSINESS: 55 years NO. OF YEARS IN BUSINESS LOCALLY: 27 years NO. OF EMPLOYEES: 6,797 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS, BIDDER PRIMARY ADDRESS (HEADQUARTERS): 421 Fayetteville St Suite 600 CITY Raleigh STATE: NC ZIPCODE. 27601 TELEPHONE NO. 919.677.2000 TOLL FREE No 888.542.4636 FAX NO. 919.677.2050 BIDDER LOCALADDREss: 2 Alhambra Plaza, Suite 500 CITY Coral Gables STATE: FL ZIP CODE, 33134 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Ian Rairden, P.E. ACCOUNT REP TELEPHONE NO.: 954.535.5139 ACCOUNT REP TOLL FREE NO.: NIA ACCOUNT REP EMAIL. Ian. Rairden@Klmley-Horn. corn FEDERAL TAX IDENTIFICATION NO.. 56-0885615 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 10/28/2022 9:27 AM p. 5 TRTP26038.2022 5 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND 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: Stewart Robertson, P.E., Senior Vice President 10/28/2022 9:27 AM p. 6 TRTP26038.2022 6 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND SECTIONACKNOWLEDGEMENT 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 SR Addendum 1 Addendum 6 Addendum 11 SR Addendum 2 Addendum 7 Addendum 12 SR Addendum 3 Addendum 8 Addendum 13 SR Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15dditional confirmation of addendum is FIRST AND LAST NAME RELATIONSHIP RTP260382022 7 CITY OF MIAMI EEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach SECTION 5 - REFERENCES AND PAST PERFORMANCE Bid 2023-030-ND Project No. 2023-030-ND Project Title I General Transportation Planning and Traffic Engineering Consultant Services I 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 bids submittal. Reference No.1 Bidder may submit additional references as part of its Firm Name: South Florida Regional Transportation Authority/Tri-Rail Contact Individual Name and Title: Natalie Yesbeck Pustizzi, AICP, Transportation Planning Manager Address: 801 NW 33rd Street, Pompano Beach, FL 33064 Telephone: 954.788.7957 Contact's Email: yesbeckn@sfrta.fl.gov Narrative on Scope of Services Provided: Kimley-Horn provided professional consulting services for the second phase of this effort, a PD&E Study. The proposed station will increase mobility for residents and commuters and will also provide access to a variety of local community features. Kimley-Horn evaluated location alternative that met the project objectives in an environmentally responsible, socially acceptable, and cost feasible manner, consistent with public and agency input. Reference No.2 Firm Name: Miami -Dade Transportation Planning Organization Contact Individual Name and Title: Kevin C. Walford, Transportation Planner III Address: 150 West Flagler Street, Suite 1900, Miami, FL 33130 Telephone: 305.375.2642 Contact's Email: kevin.walford@miamidade.gov Narrative on Scope of Services Provided: Kimley-Horn developed Safe Routes to School plans for six schools. The plans included safe route determinations, infrastructure improvements, cost estimates, and a walking map. Our team also reviewed the data collected in the previous year for Horace Mann Middle school and provided an updated report. Based on our findings, Kimley-Horn prepared FDOT FY 2021 Safe Routes to School infrastructure funding applications for the selected schools. Kimley-Horn also provided a summary of the status of previous SRTS projects to monitor implementation. 10/28/2022 9:27 AM P. 8 TRTP26038.2022 8 CITY OF WAMi BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND Reference No.3 Firm Name: Miami Shores Village Contact Individual Name and Title: Chris Miranda, Public Works Director Address: 10050 NE 2nd Avenue, Miami Shores, FL 33138 Telephone: 305.795.2210 Contact's Email: mirandac@msvfl.gov Narrative on Scope of Services Provided: Flagler Trail Greenway Study — Village of Miami Shores. Kimley Horn performed a feasibility study for pedestrian and bicycle facilities within Club Drive between NE 6th Avenue and NE 100th Street in the Village of Miami Shores. The purpose of the project was to: - Identify a set of non -motorized transportation options - Develop a conceptual rendering of the Flagler Trail - Develop a final report that will support the Village in seeking funding for implementation The conceptual renderings and final report results were presented to the Village Council where the recommended preferred alternative received unanimous approval. 10/28/2022 9:27 AM P. 9 TRTP26038.2022 9 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an ublic sector a enc ? I � I YES I x NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): 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 b Miami -Dade County? YES Li NO • ... • 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 b the NGLCC? YES NO 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 10/28/2022 9:27 AM P 10 TRTP26038.2022 10 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND 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: Stewart Robertson, P.E., Senior Vice President 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: 10/28/2022 9:27 AM P. 11 TRTP26038.2022 11 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND Stewart Robertson, P.E., Senior Vice President I w A-441�- 10/28/2022 9:27 AM p. 12 TRTP26038.2022 12 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND 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/fl/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. 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) da s of request by the City? U YES NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES © NO 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? nodeld=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. 10/28/2022 9:27 AM p. 13 TRTP26038.2022 13 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Miami Beach Bid 2023-030-ND SECTION• ' ' • 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. SECTION15 —FAIR REQUIREMENTCHANCE The Fair Chance Ordinance No. 2016-4012 is available at: https://library. municode.com/fl/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. SECTIONCRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: https://www.flsenate.gov/Laws/Statutes/20121287.133 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 • -ENTERPRISESPREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://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? 0 YES 0 NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? 0 YES U NO 10/28/2022 9:27 AM p. 14 TRTP26038.2022 14 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND State of Florida Department of State I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES, INC. is a North Carolina corporation authorized to transact business in the State of Florida, qualified on April 24, 1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on February 10, 2022, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tenth day of February, 2022 Secretary of'State Tracking Number: 9701669894CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/Certif icateOfStatus/CertificateAuthentication TRTP26038.2022 15 CITY OF MIAMI LEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn requests that section 2.8 of the sample contract be changed 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." Kimley-Horn requests that section 2.10 of the sample contract be changed to "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. Kimley-Horn requests that the sentence be removed from section 2.11: "The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule." Kimley-Horn requests that section 4.1 of the sample contract be changed to "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." Kimley-Horn requests that "Consultant's services required to bring costs within any limitation established by the Client will be paid for as Additional Services." be added to the end of section 4.3. Kimley-Horn requests that section 4.7 be created in the sample contract: "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." Kimley-Horn requests that "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." be added to the end of section 9.1. Kimley-Horn requests that article 12 of the sample contract be replaced 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." Kimley-Horn requests that Article 13 be removed from the sample contract. Kimley>Morn TRTP26038.2022 16 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn requests that Section 18.7 of the sample contract be replaced 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." Kimley-Horn requests the following language to be added to the sample contract 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." Once selected, our insurance provider will allow us to add the City of Miami Beach as an additional insured to our general liability and business auto insurance. We are not permitted to add City of Miami Beach to our professional liability or worker's compensation insurance, which is standard practice in the industry. KimleyoHorn TRTP26038.2022 17 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn dbpr�� ONLINE SERVICES LICENSEE DETAILS Licensee Information Apply la a License Name Verily a Licensee View Food 8 Lodging inspections Main Address Foe a Complaint County Continuing Education Course Search License Information View Appticabon Status License Type Find Exam Information Rank Unlicensed Actvty Search License Number Status AB&T Delinquent Invoice 8 ActrvM List Search Licensme Date Expires dbpr ONLINE SERVICES LICENSEE DETAILS Licensee Information Appxy for a License Name Verily a Licensee View Food 8 Longing inspections Main Address File a Complaint County Continuing Education Course Search License Information View Apphcatnn Status License Type Find F .am Information Rank. Unlicensed Activity Search License Number Status AB$T Dreiquent Invoice 8 Aclrvdy List Search Licensure Date Expires HOMF CONTACTUS KIMLEY-HORN AND ASSOCIATES, INC. (Pnmary Hamel KIMLEY-HORN AND ASSOCIATES, INC. (DBA N—) 421 FAYETTEVILLE STREET SUITE 600 RALEIGH North Carolina 27601 OUT OF STATE Registry Registry 35106 Current 0511012021 103117AM 12r14/"I HOME CONTACT Js == I MINGONET, MILTON SCOTT (Primary Namr) KIMLEY-HORN AND ASSOCIATES INC (00A Name) 189 SOUTH ORANGE AVENUE SUITE 1000 ORLANDO Florida 32801 ORANGE Registered Landscape Architect Landscape Arc LA0001428 Cu rrem.Actwe. 1011411991 1113012023 6 46 39 AM 4/2&202, florida Department n(Agriaullum and Canutimr Servhvs Divisiuo of Cnrounrer 4rvices Licensc No.: LB696 hoard nI Pnrlesurinnl Iur eyurs and Mappers 21NIS Apulurtrrr, Pkevu)- Tallahwisee, Florida 32399-65f)(I i' pi�dit+n Dak E rtn uun ZB, 2U23 Professional Surveyor and Mapper Business License Under 11w provisions of Chapter 472. Hornlu Slalulcs K[hH EY-HORN AND ASSOCIATES, INC. 423 FAYETTEV ILLE ST STE 600 RALFIGH. NC 27A01-1777 n I NICt)L.B'NUCKI' FRIED ( nMMISSIONSROFAGRICULTURE II .... i,.,.,ru,rlw, Iio p••Iw,iu.uur,.cwr stir•ra�ner---- esluNrtnam•wwnNnvr ii 1-1—of r,t Olyllulava72.FlunmS,-- TRTP26038.2022 18 CITY OF MIAMI BEAC` General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn Continued F BPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS nl( PROF[SSghAi C7R.+NEER ({[ Rfln' IS ECCM1S(D UNDER TsR RROVISKNISUf CHAPTER 471. F1DMElASTATUTES RAIRDEN. IAN M. 575b NW MI,, WAV COPAL Es'RI _ FF MA 1 11CLBIM F{Er4Mt Kb"24 OOMAIgN CAM$IBW VIR= hs.-s.�nry Iaa�asa,R�Y MiwW tw�eas � �, fb mr Rrr np Braswn.n am rom �4 STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS .i.' ENGINEER SN RHHIt IICCN �I'.... ..� .II ..�, v(OIAPTER 4]1-FLDNliA STnrL 1(. DABKOWSKI, ADRIAN K. 1724 SW 165TH AY L n.R R Rl S3R1) lKENSE NUAFW P[7B62e ExPHATgH DATE. iEMUARY IB. 202J a•. rrnew4F.sse enuwMl�barnw+aw ��R�a l�minrerowen S�su.wn. ®�FBPE STATE OF FLORIOA BOARD OF PROFESSIONAL ENGINEERS ENESNUMMREIN I11ICE1. .I r vFOvi�v�Nca CHAPTER 471. F1 ORIL?A SF A T"ll s BALDO, BURT LUIS )15 u IrAMRR� CVKLF sUrtE 1PDR F y. GRAl r.4flaE5 it ill I,., SE NUneRFR All— OOMAIaLNaDATE.FERRUARV30.2 3 � A+F�as-Ben4 ��1 .�.. De,var e�eeu..4a4w�n F�rr� R4rwklbanFer.arr Pon Rr NF-resr RrA RHs4ea4 STATE OF FLORIDA �-.dbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE •nI '. A..... nn Alx wn:r HE1K:N HA; Rrasu Ru, r„,. [.: �,� .�N•� CF [HAPT[A M1. Ft OR5L4 SLAT.. t 1' HAIGH. JONATHAN DAVID Lop wExNn WAM EXB svFa]PAW BFACN iL SH11 1K[H5L NW KA lANr46h5 [%AMATgH WtE NOHFa4MP AE 2R2E� hrM '� �• Frnnpa De ba an ew ea.a�.�n mr.rLLb HnwRwurBM�Jb wprrtaMrM1r Ar laer.ue rnwrMJx✓rvnn A�f3�I� STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS 1�, P 'sr(i';'OMI ENE+ RH[p(IN It 11L[ ( r Ulf rif I F I kGVT.S1'JNS a CHAPTER 471. 11,OR1OA SIATJTI ROBERTSON. STEWART E 215 iF BTN AVENLE AFT :d]0 F:xr 4AsR1fRDAlF R}9YH lK[HBE NUxFREA OE4H79 {%PFRAIFOH DATE F[RRWRV N, 2023 O�Do ❑ en,�wa ms sRa. eon eav+e,n rr bm Nnw B�uYwRlb roan n�wrM Fne Nwnwmw MRR.n• ®D STATE OF FLORIDA dbpr EPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE ,I'll'.:. n. E Nn: HIMLI HEAL'. 111.1 RYGS1f I• ., r.'.ft ER'_VJNSOFCHAPTER4R1. FLOIFIDASTAT­1 PUIG, GEORGE EDWARD 355 Al IIAMRFf. ;,RICI E F F4RP 'GRAI [:MIkS F1 J21 ]r LIEENY HwRfR LAEOP1N11 f %NRATIONDATE HOVFMB[R ]D.2Rll ® FN..wrn..4.,ulra.+ri�a`•.�wr�aan. Raw. Ne„r. ,. . ®... F BP_E STATE OF FLORIDA BOARD OF PROFE�IMRNAL ENGINEERS rH OFEESIONAL ENGINEER HEREIN 151,ICENSED UNDERTHE u V,10NSOFC_ TATUTES Lii CAPELLI, TILL ANN > B2BCR(SNIENCIRCLE ""lF WESTON FL 33327 LICENSE NUMBER PEA2365 E%PIRATIONDATE. FEBRUARV 2e. 202J OR ❑ iMsls Yourlkmu.B is unwHwlul rlReanyone Prn�Nnlne li mstt to use FMs eaummt. TRTP26038.2022 19 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn Continued ® �FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HER FIN 15 UCiNSED UNDER IHi PROVISIONS OF CHAPTER 4)1. F.OMOA STA. U it < MCWILLIAMS, JOHN JOSEPH VhSTON FL 33331 HCENSE NUMBER. —2541 EXPIRATION DATE: FEBRUARY lB. 113 Anv+vs x.iry Ikmxs w,liix a, NyFxxpaU«me.aam DR,.Rr.rcn, mH ao+,mx�[ m ,m Iwm. 1' rnlnNrR•NReme.uHunl+xrw lx+,IYo,x onx.cm•mnliu•+•n 1P •,e ml, �Pnx•1. • F. I Bill �STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS - I NIFORATOS, CHRISTOPHER A. III, WNNaN:.E. CWP.'t ODES•A Ft "5% ufCNlE CiU4B[A OL1A!!1 (%ARAigH DATF. FFNUARY n.ODY3 Awn, ♦ .nn ,M taW1 I�. Nlb n+n•wE,wrRw„nwnwanrP•ewrlw,e+e4mx.,owm. •cal Ilw Rya ea<w,++n ., wry am m.�..n 0 THE AMERICAN INSTITUTE OF CERTIFIED PLANNERS CLARENCE ENG Has gwhfied as a with all benefits of s Cctnfieti Planner and tril onsibihry to the AICP Code of Ethics and Proteuional Conduct. Membership Certificate Number 013595 July 1, 2000 STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS STONE. LISA K 19Y Y!E%Aa wAY wrtT Opp ::FS: PALM RFAO+ i433— I KinS[ MUI�4R PEie�'M C%RMTgNpAT[. FFNUAR. }!. 30I3 wwn wH, kw, vrr w <Nn la W lww.w <a. •»= nm ;�a(S•�'i� rn<a.nA. ukaz.Nne Hwnam �<u v TINHva+lewrve.YeW+<Mw Wwm,�wnnx MllwYneae,o v,e -1+. . B. KELLEY I:I .I� ITV V k HAS �[Q'��IJA�LLIIFQFI[EED' pAAS A t YF1UYFIL7G1� AMCRI(.AN INSTITUTE Of CERTIFIED PUNN! RS MIULY 1999 J t.F.swF.. wF.F.w. Address Dolls .. NaFw+F,.w+wtF .Iww+•. �.�. E�..w..rrsw, n.Fw�..FE ,uor.r.w 1r3m +1+Foi�orw.r w.tFrrewalFr..p TRTP26038.2022 20 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn Continued I'h�, —fi— h—h, yu.h- Joseph R Crozier, AICP a•z.b-- h.11 the W-fits ttf. C.,u&d P1..— .d.eommivnrnt n the AICP Code of F6...nd Ptof—A C. d— C..r-I Plautei N-6,: 39894 J.ma.M. D..-. Gl—E I.—ucv F.—.— Drcaor P—M..' Choose Fie No file chosen APAtD:216430 Member Type: Regular Member Profile Status: Visible only to other membr APA Membership: Expires 12/31/2023 Primary Chapter: NC I Expires 12/31/202" AICP Membership: Expires 12/31/2023 CM Reporting Period Ends: 12/31/2023 CM Grace Period Ends: 04/30/2024 AICP Certification Dashboard TRTP26038.2022 21 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Clary Consulting Company Ron DeSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ACCOUNTANCY LICENSE NUMBER: AC0013831 EXPIRATION DATE: DECEMBER 31, 2024 THE CERTIFIED PUBLIC ACCOUNTANT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 473, FLORIDA STATUTES CLARY, LOWELL RANDOLPH-#'•y 2106 OLIVIA DRIVE Y TALLAHASSEE FL 32308 ❑� er.•a � ' TIA ISSUED: 11/30/2022 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. Manuel G. Vera & Associates, Inc. Florida Depart menl of Agriculture and Consumer Services Division of Consumer Services License No.: LB2439 Board of Professional Surveyors and Mappers 2.1 Apalaehee Pk—) Tallahassee, Florida 32399-6500 Expiration Dale February28, 2023 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida So, lu- MANUEL G VERA & ASSOCS INC 13960 SW 47TH ST MIAMI, FL 33175.4404 NICOLL "NIKKI" FRIED COMMISSIONER OF AGRICULTURE —„i .1, ftl 1a pofeniona su a mappn wlwse na , above a, _ry by Clyrer4 . Florida Scan Florida Department of Agriculture and Consumer Services Divi,i,,or Consumer servi— License No.: LS5291 oard of Professional Surveyors and Mappers 2lM5BApalachre Pk—, Tallahassee, Florida 32399-6500 Expiration Dale February 28, 2021 Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Slawlcs MANUEL G VERA JR 13960 SW 47TH ST MIAMI, FL 331754404 n I ctrtt _41"� NICOLE "NIKKI" FRIED COMMISSIONER OF AGRICULTLIKI Tna,a ro—, iba iN rrolessional wn<yn and n ,wMse— aM address ar sno.n abo.e ix li.em rtquirr4 by Craper 9 FlmideSon— nnridu lh perlmrnlaf Agrkultmr:uod 1-onto mrr hni— 'M C,m.onwr Srn iae. r 1 r u, No.: (' Roard of fYrdesdnnal �„n rpm and Mappen �% �� !Iq5 AIWacMe I'Kvav't allxlra.wr. f1„nda 32.PN.0411 f.pa.nnm I)JtT FelvuM) $&, 2021 Professional Surveyor and Mapper License Under ITN pa Dntus of Chaplet 472• FliNela Slann, MARK R SOWERS 19663 HAMPTON DRIVE BOCA RATON, tL 33434 n 1 eyu •--4111-1 NICOIE'NIKKI' FRIED COMMISSIONEA OF AGRIC ULTURF »...,.,. .,,,,oar ,.. ar,+aw,-k...r,.w.+.r.,...,r...abo,<nr...r�amr.*wura n. <Tw�a�-tk.,,r+urw•. Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAV 333670 RECEIPT NO. RENEWAL BUSINESS NAME/IOCATION 383570 EXPIRES MANUELGVERA & SEPTEMBER 30, 2023 ASSOCIATES INC Mast be dl,pl,y,d at place of bu,,n,,, 13960 SW 47TH ST For ,uam to county coca MIAMI, FL 33175-4404 Chapter BA - An. 9 & 10 o. OWNER EEC. TYPE OF BUSINESS PAYMENT RlCEIYED MANUELG VERA BASSOCIATES 212 P.A./CORP/PARTNERSHI BY TAIL CO" C'TOR INC P/FIRM 232.50 07/15/2022 C../rl MARIA T VFRA PPFC ElrpOyee(s) 31 LB2439 TNT-22-364601 This Wcel Bwiness Ten Reeelpl snip esrrbmm Paymertl o1 tlN Loeel Businep Tn. The Receipt is rM • IkemN, permR Or • esnlfietion al the MINr'3 gMIEkRiM. m do Iusiness NONer mot comply wiM cry EorermBYl o nonlprsrmRmel repubbry sews end NquirxnerN wbicbeplpmlM lusillsN. r TM RECEIPT NO. ebore rnaR be diaplryetl on ell comMrciel nbiclN-Miami-BeM CWe Sec le.fK M�1 B Fm more iol—Iion, ruit W Ay E emidede oorAxcollectnr TRTP26038.2022 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Infinite Source Communications Group, LLC State of Florida Department of'State certify from the records of this office that IN IIN I I L SOURCE COMMUNICATIONS GROUP, LLC is a limited liability company organized under the laws of the State of Florida. filed on June 19, 2009, effective June 19, 2009. The document number of this limited liability company is L09000059649. I further certify that said limited liability company has paid all fees due this office through December 31, 2022. that its most recent annual report was filed on May 27, 2022, and that its status is active. Given under nr hand and the Great Seal of the Slate of Florida m Tallahassee, the Capital, this the Twe"n-seventh day JMay, 2022 0 Sacretaqoj. ratr 'rnrWnT Number: "27966530CC Tu 11knitirate the«rlflkate,yeil tee fallmrMa aNgester saeamber, nitthen ,loin. the imlrnrdnna mapi.yra. ianp:I/EervkersaaNxolte/t'IllsaalCerlakateOlNtslua/CertflkateAmhemi«nn [NFtNTE SOURCE COMMUNICATION GROUP LL( r Iaa d+arery.r�:oia t..2a�ry w..r.Er..^+..,. .+E w+aasr t•� a..ar q� ar sr Inrss Na6,70116 Wells dra�awr..r�r� a`aa� Local Business Tax Receipt Miami -Dade County, State of Florida B T 6697122 +lax b rlos EXPIRES INFINITE SOURCE COMMUNICATIONS GROUP LLC SEPTEMBER 30, 2023 7270 NW 12TH ST STE 520 MIAIII 331261942 M "` cnw�u rinse NFINITESCUKE 212 CONSULTANT COMMUNICATIONS GNP LLC !'In unaiCe neT Ea:R laY,�lar�larlaaala.wnr,.,,�nalrUala.Ya�laM1arv4Yr.a u a&q 12 ,NT2236322E a,w. r.aLE•riilara.ararYNne..in.ie.a io NEa� n.aa.AiaNN.aarEw�.•u r,�rw�.il,aE.arrnwnaM nv..•men.MSAMI.A. M1aAIfA. re.m"e,.ro...n"i.xn,rvaaa.iEaa, eo. u.raMEM rYar N-m Internal Sarvicaa Dn ,ar rat M Sr"' Business o" opm " n«Lirni-1 vav MrN, xsnsonn May 13,2021 Monks Diaz Infinite Source Communications Group. LLC 1150 NW 72 Avenue Ste 11 0 Miami, FL 33126 Approval Date: February 28, 2021 - Small Business Enterprise - Goods 8 Services (SBE-G&S) Explranon Date: February 29, 2024 Dear Monica Diaz. Miami -Dade County Small Business Development (SBD), a division of Me Internal Services Department (ISD) has completed the ieav of your appllCabon and attachments submitted for certification Your firm Is officially ced rlifrtas a Miami -Dade County Small Business Enterprise - Goods a Services (SBE-G&S). The Small Business Enterprise ISBEI programs are governed by sedions 2- 8.1.1.1.1 2-8.1. 1.1.2, 2-10 4,01, 10-33.02 of MiamfDade County s Codes The Small Business Enterprise - Goods 8 Services (SBE-G8S) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, February 28, 2022. The affidavit must indicate any changes or no Csanges'm your firm pertinent to your Certification eligibility. The submittal of a "Continuing Eligibility Affldevll" annually with specific supportingwm doents on or before your Anniversary Deters required to maintain the three-year certification You will be notified of this responsibility in advance of the Anniversary Date Failure to Comply with the seed responsibilities may result in immediate act— . decertify the fimn. If at any time there is a material Change in the fine including. but not limited toownership officers oireclorscope of work being performed, daily operations, affilnabon(s) with other businesses or the physical Iodation of the firm. you must notify this office m writing within (30) days. Notification should include supporting documentation. You will receive timely Instructions from this office as to how you should proceed, if necessary This letter will be the only approval notificabon issued for the duration of your firm s three years' certification. If the firth attains graduation or bedames Ineligible dunng the three-year certification penod. you will be property notified following an administrative process that your fam a certification has been removed pursuant to the code Your firm's name and ter level will be listed in the directory for all SEE certified firths. which Can be accessed through Miami -Dade Counly's SBD vabs,te .IMww.miamidade goy/smallbusinesslceNfication-hsls.asR The categolles as listed below affords you the opportunity to bid and paniapate on Contracts with Small Business Enterprise measures. his strongly recommentled that you register your fire as a vendor with Miami -Dade County. To register, you may visa Irat./t—miamidade ggyisrowrement/ventlor-reg stration asR Thank you for your Interest in doing business with Miami -Dade County If you have any questions or concerns, you may Contact our office at 305-375-3111 or via email at yQdyaBfmiamidade.ggy Sincerely. rI Gary Hadhekf Director of Small Business Development CATEGORIES (—r turn may oil w panupale on mnu-ans only other Ilwx rane9orieal NIGP 61626. PUBLIC RELATIONS CONSULTING NIGP 91876. MARKETING CONSULTING e zee c/k_T&,UWW Woman Business Certification Infinite Source Communications Group LLC 1. �.f EaEnf vivTs lb, IA,.,N ,I Aapal6, 1B/)Q%�\\ �/)1AuarIE s ATE \ 1 i TRTP26038.2022 23 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND National Data & Surveying Services, Inc. Detail by Entity Name OewmPem a 5u1e / o-- P1 GvpPi — / Saucn Re=arae / S<•N+ov En�nr ru•me / Detail by Entity Name Foregn Profit Corporation NATIONAL DATA AND SURVEYING SERVICES. INC. FIIIm Information Document Number F14000DOW92 FEI/EIN Number 334)S08606 Date Filed 11/242014 State CA Status ACTIVE Last Event REINSTATEMENT Event Date Filed 03/042019 Pdncieg Addreaa 1414 SURRY PINES DRIVE APOLLO BEACH. FL 335T2 Changed 02/282015 M tg Add x 1535 S La Clenega Blvo Los Angeles. CA 90035 Changed 03/042019 Rpgielered Agent Name a Address ZIMMER MART LYN 4101 PINETREE DRIVE #1022 MIAMI. FL 33140 Name Changed: 10MOl6 OMB Name • Add — Title KPD Tashman, Abraham 1535 S Le Cieriega Blvd Lite Angeles. CA 90035 Title VSD ME Detail by Entity Name 2of2 Bla' Michael 1535 S. La Cbnega Blvd Loa Angeles, CA 90035 Tide 0 TASHMAN, GILA 1535 S. La Gerlepa Blvd Los Angeles, CA 90035 Title D BLITZ, MALKA 1535 S. La Catnaps Blvd, Los Angeles, CA 90035 Annual RM= Report Year Fled Data 2020 01202020 2021 02/10/2021 2022 01242022 Document lmagas idr2y]py_ ANIISIAl RE Tl aw nup•n PDF lmr�w Mimi -NLNI/ALREPQRT view nape nPDP rvmat QIRW A-ANNl1N.NEFO.Ri vw napes PDF tonal 019-.1 STATENENf Iyw --; - — a2!1e2p1Z-IVNVALAEP93T vew mep•nPOP ipmM aKtxmta-lM1uA19EPORT� vwm.p.nPOPmm�w 1D�$&tpt$.-_REINSTATEMENT VW mpe nPpF rcnvi 11rs•aau.-P>agP.Pry vew m.pe naDE mmri 12/9/2022, 10:00 TRTP26038.2022 24 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Zyscovich, LLC STATE OF FLORIDA dbpr ODEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN I THE ARCHITECT CORPOR,>1ION HEREIN IS CERTIFIED UNDER THE PROVISIONSOF CHAPTER 481, 1 LORIDA STATUTES ay ZYSCOVICH, LLC 4) 100 BISCAYNE BLVD FL 2i MIAMI FL 331322306 W LICENSE NUMBER; AA EXPIRATION DATE: DOES NOT EXPIRE Always verify licenses online at MyFlorida Licensecom 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. lfc CITY OF MIAMI IS 2 ..�, ISSUED: BUSINESS TAX RECEIPT aOct s°^ozO 2 2mr BUSINESS NAME: ZYSCOVICH INC. DBA: ZYSCOVICH INC. BTR HOLDER NAME: ZYSCOVICH INC BUSINESS ADDRESS: 100 BISCAYNE BLVD 2700 EXPIRES: Effective Year Oct. 1 2022 Thru Sep. 30 2023 ACCOUNT NUMBER: 3929 RECEIPT NUMBER: 42123 COMMENTS: PROF ASSN/FIRWCO./PTNERSHPS/CORP RESTRICTIONS: This issuance of a business tax receipt does not permit the holder to violate any zoning laws Of the City nor does ,t exempt Me holder from any hcenseor permits that may be required by law. This document does not constitute a certdicabon that the holtler i5 qualified to engage In the business. profession or occupabon specified herein. The document Indicates Payment Of the business tax receipt only. — PLEASE DISPLAY THIS CERTIFICATE IN A CONSPICUOUS LOCATION AT OCCUPANCY ADDRESS ❑I • O -FAVOR DE MOSTRAR SITE CERTIRCADO IIN UN SITIO VISIILE IN LA DIRECCION DEL CONERCIo. .! • TANPRI AFICHE SLTIFIKA SA A NAN YON KOTE KONSID98 NAN ADRFS OKIPANS. Q . www.miami9ov.com Licensee Details UIoeRISI 1wfelisn.. Name: BAUGHN, TRENTON CHASE (PHmery Neme) Mal, Address: 35 SW 24TH ROAD MIAMI Florida 33129 County: DADS license Mailing: Licenselocabon: UewI 1Rlianow011 License Type: ArchfteR Rank. Archttect Uciar— Number: AR95131 Status: Current, Active Licensure Date: I ,/ 14/ 2009 Expires: 02/ 28/ 2023 TRTP26038.2022 25 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Marlin Engineering, Inc. State of Florida DepartmeW of State I certify from the records of this office that MARLIN ENGINEERING, INC. is a corporation organized under the laws of the State of Florida, filed on August 21, 1991. The document number of this corporation is S74791. I further certify that said corporation has paid all fees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on March 8, 2022, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under mT hand and the Great Seat of the State of Florida at Tallahassee, the Capital, this the Eighth day of March, 2022 4D la Secretagy of State T—king Number: 3966126933CC To euthenticete this « ifil.I, sit the following site.enter this number, and then follow the insvuetions displayed. baps://service unbizorg/Filings/Cenif eteOESUIUS/CertificeteAuthentkBtion Local Business Tax Receipt Miami —Dade County, State of Florida -TINS IS NOT ABILL -f]0 NOT PAV �LBT 7141492 uoaT NO• RENEWAL ■U_"NwM■2«•T 7418569 EXPIRES MARLIN ENGINEERING INC SEPTEMBER 30, 2023 6840 NW 77TH CT Mull Ire aieplared et place of hwgme„ MIAMI, FL 33166-2713 purgueM Io cvvmy code Chapter SA - An. 9 8 10 OWNER BeC. TYPE OF BUSINESS FAYMlNT RlcEIVED MARLIN ENGINEERING INC 212 P.A./CORPII1AR7NERSHI Br T"GOu707 C/O RAMON SORIA, MARLIN P/FIRM F NrINFFPINr, INr 75.00 10/04/2022 Employees) 1 I H7241 FPPU04-23-OW199 TM IAcel Bus ss Tee Receiplonly colfima pay IOI Ins Local Business Ten. The Receiplis elie MA perm nificel,on of Me M1oldeys quelificetionx Ndo hutine..Holdel mum comply w.M enygo.Ummemel or nonBove nmemel repuletory Nwe end requiremenh wM1icM1 epplyN Me IT- -TIT RECEIPT NO. eberemust be tlmpleyetl on ell commercial vehicles-Miami-Oade Code Secee-27s. far more inlormetion, visit YYwnmleggdldg,pMnencollectpr THE OFFICIAL 1111a dhpr.� OF THE FLORIDA DEPARTMENT Of BUSIME.$ & PROFEIISIONAL REGULATION OPILM SERVICU LIC11111111111111111 KTAIL.S Ap/Ib91EEnM NBlB NARLW ENGINFEMNG MC Ie..myy ws+w yBFYltdlel�e g/MIpBBss JNl W c0M1EgtCAt BlW ,TNN Fledl lAq►IE ueaamB ` E tte OAT IAUDERDALE 1Ian4 3]lp sdel Co law ,4.RMN,EBA/sm C., . I-ol BROWARD FYw AM—STNv L.—lnpmmeno� •. RliN kr.w Flip y __ADM, geIPrN 9enNn Curtgm LA'Nue r,.... oanBswt aBll�Iwlwo>•+—A AHNOT Emew Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 252d537 RlcEIPr No. RENE WAL BUBINEBB NAME/LOCATION 2649243 EXPIRES SORIA RAMON PE $EPTEMBER 30, 2023 6940 NW 77TH CT MuM be di played et Piece of bueinme MIAMI, FL 33166-2713 Pursuant to County coda 0 0 chevter eA. - An. s B 10 OWIIEB sae. TYPE OF BuB " SORIA RAMON PE 212 PROFESSIONAL erveneNr FaelrveO TAx COLLEDTO" C/O MARLIN ENGINEERING INC I..10I04I2071 PE41218 I 'P1104-23 000199 This local Business Tee Receipt eely lTA. peymem of the Local Business Tes The Receipt is nm • license, perm cenificetion of die holder's quelificmioni to de business. Helder mumcomply w—Ty govemmentni ar nongore�nmenbl reguUtory lows entl requiremenn wM1mh apply to Me business. 1N The RECEIPTNa.ebaremuslbetlispleyedon ell commercial vehicles -Miami -Dade Cade Sec Be-2T6. Ep, mom m 1-10 , rsn www mi m dedngorne,couecmr TRTP26038.2022 26 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND FDOT� Florida Department of Transportation RON DESANTIS 605 Su"annee Street c.OVERNOR Tallahassee, FL 32399-0450 June 30, 2022 Cassie Sylvia KIMLEY-HORN AND ASSOCIATES, INC. 189 South Orange Avenue, Suite 1000 Orlando, Florida 32801 Dear Ms. Sylvia: JARED W. PERDUE, P.E. SECRETARY The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.3 - Complex Bridge Inspection 5.4 - Bridge Load Rating Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 - Intelligent Transportation Systems Software Development 1 TRTP26038.2022 27 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Group 15 - Landscape Architect Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2023, for contracting purposes. Annroved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense Expense 194.38% 174.06% 0.166% Reimbursed No 3.99% 7.76%' 'Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. CBHK/kw Sincerely, 3�ff Carliayn Kell Professional Services Qualification Administrator E TRTP26038.2022 28 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND KIMLHORN ACORD-v CERTIFICATE OF LIABILITY INSURANCE DAT28IMM /2'0D/VVVY' 3/8/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME, CONTACT Jerry Noyola Greyling Ins. Brokerage/EPIC nlcoNri Erd: 770-220-7699 FAX No: 3780 Mansell Road, Suite 370 E-MAIL no re Iln Alpharetta. GA 30022 ADDRESS: er rY• Yola @9 Y g•com INSURED Kimley-Horn and Associates, Inc. 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 INSURER(S) AFFORDING COVERAGE NAIC • INSURER A: National Union Fire Ins. Co. 19445 INSURER e : Allied World Assurance Company (U.S.) 19489 INSURERC: New Hampshire Ins. Co. 23841 INSURER D : Lloyds of London 085202 INSURER E : COVERAGES CFRTIFICATF NIIMRFR- 27-93 RFVISIr1N NI IMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTSRR TYPE OF INSURANCE IIN RL INVID SUB POLICY NUMBER MW NDDY� MA UID� LIMITS A X COMMERCIAL GENERALLIABILRY GL5268169 4f01f2022 04/01/2023 EACH E1 000000 CLAIMS -MADE ❑X OCCUR p�OECCCUR�RR��ENCE PREMIBES Ea om rrenee E500,000 X MED EXP (Any one person) E25 000 Contractual Liab PERSONAL 8 ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY Ii ECTPRO- LOC GENERAL AGGREGATE 52,000,000 GEN'L PRODUCTS - COMPIOP AGG S2,000,000 $ OTHER: _ CA4489663 4/01 /2022 04/01 /202 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 2,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED _ AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY BODILY INJURY (Per accident) $ _ PROPERTY DAMAGE Per accident S S 03127930 B X UMBRELLA LIAO X OCCUR 4/0112022 04/0112023 EACH OCCURRENCE $10 000 000 AGGREGATE $1 O 00O 000 X I EXCESS LIAR CLAIMS -MADE DED I X RETENTION$10000 $ `+ WORKERS COMPENSATION WC015893685 (AOS) AND EMPLOYERS' LIABILITY C ANY PROPRIETORIPARTNERIEXECUTIVE� WC015893686 (CA) OFFICER/MEMBER F�(CLUDED7 N NIA (Mandatory In NH) 4/01/2022 04/01/202 X PER oTH- 4/01/2022 04/01/202 E.L. EACH ACCIDENT E1 000 000 E.L. DISEASE - EA EMPLOYEE $1,000 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT ° 1,000,000 D Professional Liab B0146LDUSA2204949 4/01/2022 04/01/2023 Per Claim $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Umbrella Follows Form with respects to General, Automobile 8r Employers Liability Policies. Sample Certificate I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE .�'1/ v - © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S3195026IM3180847 JNOY1 TRTP26038.2022 29 Qualifications ioa TRTP26038.2022 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 2, Experience and Qualifications Kimley-Horn is a full -service, multidisciplinary consulting firm offering a broad range of engineering, planning, landscape architecture, and environmental services to public- and private -sector clients. We were founded in 1967 as a three -person transportation planning and traffic engineering firm in Raleigh, " North Carolina. In the ensuing 55 years of traffic planning and transportation projects, the firm has expanded both geographically and in a variety of additional planning, engineering, and environmental services. Today, Kimley-Horn has more than 6,700 employees in 100+ offices throughout the continental United States and Puerto Rico. We offer a full range of consulting services to local, regional, national, and international clients. In Florida alone, we have more than 1,200 employees throughout 17 offices. Kimley-Horn remains one of the few employee -owned consulting firms in the nation. Kimley-Horn's quality work environment and stable employee base has led to recognition with major employer -of -choice awards. We are recognized for the outstanding work of our consulting staff, the quality of our work environment, and our stature as a business enterprise. This year, Engineering News -Record ranked Kimley- Horn #10 of the top 500 U.S. design firms. Additionally, Kimley-Horn was ranked 7th in transportation, 6th in pure design, and 14th in mass transit and rail. The success of our rankings is a result of the firm's steadfast commitment to providing responsi\ service, pursuing continuous qualit improvement, and operating as a business -based practice. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a local dedicated professional team. • • • 55 • Years in ` Business 1,200+ Employees in Florida 6,700+ Employees Nationwide 17 Offi More than simply being "12 ces inKimley*Horn 0 0 o Florida experts in their specialty 5 fields, our staff offers the '12 - City critical insights into ,9. "5 100+ practical program approaches a .5 Offices for ongoing transportation 8 Nationwide planning and traffic engineering services. Kimley-Horn's long record of technical achievements is enhanced by our reputation for effective management and personal service. Kimley-Horn has had offices in South Florida for the past 55 years and we are proud to have worked on projects in Miami Beach and the surrounding communities during this time. Our knowledge and understanding of the area has grown significantly with our decades of service in the community. We are confident that our local presence and sensitivity to the community's concerns will benefit the City by providing you with unmatched accountability, responsiveness, and value. Kimley>>> Horn TRTP26038.2022 31 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Dedicated to Providing Service On - Time From our offices located in Miami and Fort Lauderdale, we are available to serve you by phone anytime and we can be in your office for in -person meetings with little notice. If we cannot meet face-to-face for any reason, we are adept at using video conferencing resources to maintain communication and production. Project Manager Ian Rairden, P.E. will be in command and control of the assignments always. He will have the authority to allocate resources and troubleshoot difficulties. We pledge to view the tasks from the City's perspective, examine issues in a strategic context, and provide you with tactical solutions. Meeting your schedule for deliverables is not just a goal to us —it is a mandate. A project schedule is a roadmap guiding us to a goal, completion of a project by a certain date. But experience has shown that no matter how carefully we plan, things can change. How successfully we adapt to those changes is in part a result of how well we manage our resources and understand the demands on them, both internal and external. Kimley-Horn has a track record of successfully completing projects on or ahead of schedule and within budget. This success is due, in part, to each project's schedule and budget being aggressively communicated to the project team by the project manager. Kimley-Horn takes pride in evaluating any unanticipated obstacles and making informed recommendations to overcome them before they impact the project's schedule and budget. Character, Integrity, Reputation, and Judgment Kimley-Horn uses our company core values of honesty, integrity, and ethics; exceptional client service; high expectations; and sharing and caring to guide how we operate the company in serving our clients —both external and internal. This commitment to our core values has created an environment for our employees to flourish and has placed us on FORTUNE magazine's "100 Best Companies to Work For" for 15 years. Additionally, we have listed several projects in our proposal that have received accolades and quality level certifications. We have also indicated project successes that key team members have obtained during their career on their individual resumes. Throughout our submittal we highlight our commitment to the profession and demonstrate our staff members' reputation and character in the industry. Professional Services One feature that separates Kimley-Horn from other firms is our ability to provide integrated services for a project. Kimley-Horn has outstanding in-house resources and technical expertise to provide virtually all required services. Traffic Engineering Kimley-Horn offers complete in-house traffic engineering services in the areas of preparation and review of traffic impact studies, traffic calming studies, speed zoning studies, safety and operations studies, accident analysis, pedestrian safety programs, parking studies, site access and circulation studies, traffic signal communication and system integration design, at -grade crossing operations and design, intersection geometric design, signing/striping and street improvement plans, and general consultation in traffic engineering. Kimley-Horn also has extensive experience using traffic analysis and modeling software including Synchro, SIDRA, Highway Capacity Software (HCS), Traff ix, and VISSIM. Our professionals have experience approaching a comprehensive analysis from both macroscopic (system planning) and microscopic perspectives (design issues and operations at specific locations). Using these tools, we can model a microscopic traffic network to determine the interactions between adjacent intersections and produce an animated, graphical display of traffic conditions. Our experience also includes numerous roadway design projects, including many in the City, for which we have been responsible for traffic operations improvements such as signalization, signing and marking, roundabouts, and intersection design; highway safety studies; and the full range of related traffic engineering services that enable us to address any traffic operations situation. The number of critical intersections in Florida that Kimley-Horn has evaluated or currently has under contract totals nearly 1,500. Kimley>>)Horn TRTP26038.2022 32 CITY 0= MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Transportation Planning and Engineering Services For over five decades, Kimley-Horn has been studying and improving the transportation network in Florida as a consultant to cities, counties, and transportation planning organizations (TPOs)/ metropolitan planning organizations (MPOs). Established by transportation planners and traffic engineers, Kimley-Horn has become a leading consultant in the planning of regional and statewide transportation systems, corridor studies, transportation demand management programs, and transportation impact assessments. The firm has assisted numerous local and state agencies in developing short- and long-range transportation plans and programs. Kimley-Horn's knowledge of Florida's transportation regulations, policies, and procedures is unsurpassed. As we have learned from our vast experience, agency coordination is a significant aspect of all types of transportation planning and engineering tasks. We have worked on transportation planning projects directly with TPOs/MPOs throughout the state, including Miami -Dade, Broward, and Palm Beach counties; each FDOT District, Central Office, and Florida's Turnpike Enterprise; and the cities of Miami Beach, Miami, South Miami, and Miami Gardens —to name a few. Bicycle and Pedestrian Planning Kimley-Horn has successfully represented the interests of pedestrians and bicyclists on many planning level studies and design projects throughout Florida including numerous non -motorized and complete streets studies. Drawing on expertise from around the state, we have helped the Miami -Dade County MPO, City of Miami Beach, Town of Miami Lakes, Town of Bay Harbor Islands, City of South Miami, Village of Palmetto Bay, and many others complete their bicycle and pedestrian plans and improvements. Our experience includes leading local trails, pedestrian, and bicycle master plans and development of comprehensive statewide plans and requirements for pedestrian/bicycle facilities, transit, rail, and fully integrated multimodal systems. We have also developed bicycle, pedestrian, and trail plans that emphasize interconnected networks of different types of facilities to serve multiple users. Each facility serves as a vital link between communities, resources, and destinations. Our diverse experience in trails, pedestrian, and bikeway planning includes the Underline and Safe Routes to School (SRTS) improvements and wayfinding. Kimley>»Horn TRTP26038.2022 33 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Our team will work together with agency staff to understand the local issues and prepare feasible/ constructable design concept plans, typical cross sections, and construction cost estimates to accommodate and reinforce the presence of bicycles and pedestrians along the travel corridor. Financial Planning Analysis We believe that to create a plan that is meaningful and implementable there must be an analysis to test the market and ensure that the plan is financially viable. This must be done during the Master Planning process. Communities in and around Miami Beach have experienced significant reinvestment and redevelopment in older urban areas, and pressures for similar redevelopment and infill are continuing to be felt along the southeast coast of Florida. The City faces many challenges and choices which will shape and affect its economic vitality, quality of life, and fiscal soundness. As a basis for project visioning and Master Planning, the Kimley-Horn team will undertake an analysis of threats, opportunities, and options for the future. Threats are of two types. First are the economic, social, and fiscal risks of not taking part in the reinvestment and redevelopment occurring in older communities in the region. Second are the quality -of -life risks associated with unfettered and misguided reinvestment and redevelopment. The Kimley- Horn team will identify these potential threats to provide guidance to the City in establishing goals, objectives, policies, and stimulative programs for positive infill and redevelopment that is consistent with the character and scale of the community. Opportunities refer to residential and non-residential types of redevelopment and infill that represent viable economic and fiscal market -based opportunities for the short-term and long-term future of the City. To identify these, Kimley- Horn will review individual visions and plans prepared previously for the redevelopment area in the context of current and expected market trends and opportunities. The objective is to identify achievable market opportunities and options for redevelopment and infill in all areas of the City that are in keeping with visions and concerns expressed for these areas. Identification of these opportunities and options will also include identification of financial, regulatory, and other requirements for implementation. Transportation Related Urban Design Kimley-Horn has extensive experience in downtown redevelopment and streetscaping projects. We have successfully completed more than $25 million in streetscape programs for the cities of Miami Beach, Boca Raton, West Palm Beach, Fort Myers, and Orlando. These projects include detailed work in lighting systems, banners, special paving, landscaping, integration of vehicular and pedestrian traffic, and site amenities such as street furniture, recreation facilities, fountains, and site graphics. An important aspect of competent streetscape design is meeting the requirements of the Americans with Disabilities Act (ADA) and Crime Prevention Through Environmental Design (CPTED). Kimley-Horn is on the forefront of finding creative design solutions to regulatory restrictions. We strive to provide a safe and accessible streetscape that provides a pleasant experience for all individuals. In addition, we support the active participation of City staff, special interest groups, and the general public in finding an optimum design solution. Kimley-Horn recognizes the importance of a comprehensive public involvement program. It serves to heighten local awareness of each project and often ensures its success by accurately defining the needs of each user group. Kimley-Horn's urban design experience with projects such as the South Pointe Streetscape improvements and North Shore Area improvements in Miami Beach, Palmetto Park Road in Boca Raton, and Clematis Street in downtown West Palm Beach demonstrates our capability to seamlessly merge the myriad aspects of urban planning, streetscape design, and infrastructural engineering. ..r a K, A AW CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Short and Long Range Transportation Planning Kimley-Horn brings national experience to the development and implementation of Short Range Transportation Plans (SRTP). Development of these plans typically consists of a robust effort that requires demographic and ridership analyses, extensive public involvement, and an assessment of financial constraints. Our staff has completed SRTPs across the country, where major updates to SRTPs are required every five years. The team selected for this on -call contract includes Kimley- Horn staff that has worked on developing these plans for both the private and public sectors. Our team is made up of a deep bench of specialists familiar with their particular role on Long Range Transportation Plan (LRTP) projects and the most effective ways to support the process. This familiarity comes from years spent facilitating the creation of LRTPs and plan updates for municipalities and MPOs/TPOs throughout the country. This familiarity of skills and understanding of workload are key contributors to the efficiency of our team. Each member of our project leadership and each task lead shown on our organizational chart has lessons learned they will bring to this process. Our local team is partners with specialists with experience across the nation, who work regularly with a "community of planners" that share experiences. We regularly work with MPOs/TPOs and serve on national committees that create the innovative solutions MPOs/TPOs need to develop these complex plans. We use lessons learned from previous clients and open a dialogue between existing and new clients to strengthen the knowledge base to benefit all parties involved. These connections regularly outlive single planning processes and become lasting, mutually supportive relationships. Facilities Planning and Development Facility investments require careful consideration of a number of complex planning and design issues. The Kimley-Horn design team is familiar with these "issues" because of our experience on similar projects for transit agencies throughout the United States. These design issues include: "Right -sizing" the facility - The foundation of the design will be based on the accurate space needs of the user groups and departments. It is necessary to spend adequate time meeting with the agency staff to thoroughly understand their operational and functional needs, determine current and future space needs, and brainstorm alternative methods of delivering the services and how that translates to the built environment. Phased development - It may be appropriate to develop a transit facility on a phased basis to minimize impacts on existing operations, while expansion and remodeling occur to meet current needs and future growth. Our team understands the details of creating a phasing plan that maintains existing operations and the need to establish the total project design during master planning, while implementing the project in phases. We have completed this type of project —from needs assessment and master planning though multiple phases of design and construction —on multiple similar facility projects. Sustainable design - The Kimley-Horn design team is committed to sustainable building practices and approaches and will implement sustainable practices for this project. We have a long history of designing environmentally sensitive buildings and we are very familiar with implementing sustainable guidelines in a cost-effective manner that minimizes the impact to the overall project budget. Site issues - The development of a new transit facility needs to consider a variety of site issues including site utilities, stormwater run-off, collection and treatment, landscape requirements, hazardous waste collection and disposal, fueling, and other considerations. Our team's experience addressing these types of site development issues help us to provide a functional and efficient master plan that is fully coordinated with local requirements. Kimley>Morn 35 CITY OF MIAW BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Existing building design/functionality - Existing transit facilities need to be evaluated against many of the same design criteria that would serve as the starting point for the planning and designing of a new transit facility. This includes both operational functionality as well as the function of the mechanical, electrical, and plumbing building systems and maintenance equipment. From verifying the ventilation requirements for each functional area (e.g., repair bays, bus storage bays, maintenance shops, welding, battery, wash bays, etc.), to the lighting levels and type of lighting for all interior areas, to the operational flow of repair staging and vehicle circulation areas, the existing building systems and operational design need to be addressed to provide for safe and efficient operations. Public Participation The Kimley-Horn stakeholder team will work alongside the design leads to help project partners from all backgrounds feel heard, valued, and see their stakeholder input affecting decisions and the decision -making processes. We do this using thoughtfully designed and facilitated coordination processes that deliver results. We start by defining success with input from diverse perspectives, so we deliver a shared and sustainable vision for our communities and infrastructure. Throughout the stakeholder coordination process, we help you stay flexible. Our experiences have shown us that priorities and the definition of success can change. Stakeholders and their level of involvement often change during project planning, engineering, construction, and operations. Kimley-Horn carefully watches for these shifts and gently refines the definition of success to include new perspectives in ways that honor stewardship. We build on or strategically update past decisions. Environmental Sustainability Analysis The Kimley-Horn sustainability advantage is the close coordination of all disciplines under one roof. Our staff includes landscape architects and urban designers; civil, transportation, and systems engineers; environmental specialists; urban and land planners; and computer/systems specialists. Because an ecologically sound site design is a blend of engineering and natural sciences, we create a project team with a senior representative from each of our key disciplines, including landscape architecture, environmental resources, and civil engineering to perform sustainability analyses and conduct sustainability reviews. Kimley>>> Horn TRTP26038.2022 36 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Transit Intermodal Facility Development The role of multimodal hubs is quickly evolving. Previously, transit centers were often a combination of parking lots and bus bays with basic amenities for riders. But with emerging technologies, changes in transportation needs, and societal concerns about equity and affordability, the role of multimodal hubs now includes providing a variety of transportation services as well as creating a sense of place and shared environment for communities. Kimley- Horn is at the forefront of this evolution. By integrating a team of experts not just in transit operations, but also in placemaking, emerging technology, active transportation, and development, we assist our clients in creating a true multimodal hub that has both the flexibility to adapt to changing transportation needs and the opportunity to leverage public -private partnerships to achieve implementation. Transit Oriented Development Kimley-Horn's transit experts guide our clients through all phases of a project, from the early planning stages through final design and construction administration. For urban, regional, and statewide transit systems all over the country, we provide comprehensive analysis, planning and design services such as major investment studies (MIS), major route planning, alternatives analysis, line - by -line analyses, on -board surveys, demand modeling, environmental documentation, and comprehensive consensus -building activities. Our team includes specialists in new transit systems, major system expansions, multimodal transportation analysis, transit development programs, new technologies (GPS, AVL, Civis System, and NextBus), rail planning, specialized transportation programs, and special planning studies. Kimley-Horn understands that the benefits of transit -oriented design standards improve the efficiency of the transportation system. Successful transit -oriented design involves creating complementary transportation design and services. Critical supporting infrastructure includes: • A Well -Connected, Pedestrian -Scaled Circulation System — a system of urban blocks that are walkable with appropriate pedestrian facilities such as lighting, street furniture, landscaping, urban design, wide sidewalks and public spaces. Visual interest is an important factor in encouraging people to walk, and walk longer distances than in auto -oriented places. Kimley>Morn TRTP26038.2022 37 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND • Transit Orientation - a successful mixed -use district should be well served by transit with bus stops designed for convenience, comfort, and safety. • Adequate Parking - depending on the types of land uses, a convenient supply of public and private parking is necessary to ensure economic vitality • An Efficient Street System - one that serves local and community needs for longer distance travel, goods movements, and emergency services. • A well -integrated multimodal transportation system - one that requires a coordinated effort, in addition to zoning, to adopt mixed -use development guidelines, comprehensive transportation plans, and context -sensitive design standards for mixed -use areas. Kimley-Horn's team of local staff and national experts understand the difficulties associated with incorporating transit -oriented development within a mature urban environment. Grant Application Assistance Kimley-Horn understands that obtaining successful funding and the identification of potential public and private sources is critical to your projects, and we will work to identify alternative funding and financing strategies within multiple categories. The Kimley-Horn team often deals with the complex regulations tied to the local use of federal funding and has been successful in obtaining grants for a number of municipalities. The Kimley-Horn project team will provide insight into the opportunities available, and the procedures required to obtain funding. Kimley-Horn has provided assistance to our clients resulting in more than $275 million in grants and outside funding in the State of Florida. We have developed a resource library of information on state and federal funding sources and will assist you in making the most of available resources. Additionally, Kimley-Horn recently helped the City prepare and submit a grant application for the Strengthening Mobility and Revolutionizing Transportation (SMART) Grants Program. This opportunity would provide the City with the funding to enhance their current Intelligent Transportation System (ITS) by investigating ways to incorporate state-of-the-art technology to mitigate congestion and improve safety. By leveraging currently programmed projects for the City third -party funding could be used to enhance the project, broaden the scope of work, or expand the geographic footprint. Project Management Our project management approach consists of the following proven fundamentals: • Develop a clear understanding of what the project is to accomplish (what products and services we will deliver) • Develop a comprehensive work plan and schedule to accomplish the project goals (when we will deliver) • Set weekly milestones (more manageable) that support the larger milestones • Review milestones with the project team on a weekly basis • Involve stakeholders as integral members of the team • Coordinate with other consultants • Create an atmosphere that encourages clear communications and teamwork to accomplish the project goals Kimley>Morn TRTP26038.2022 W CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Relevant Experience of the Project Team Kimley-Horn and our team members have successfully completed projects through a combination of effective project management, strong technical expertise, and a steadfast quality control program. The following is a sampling of similar projects performed by Kimley-Horn and our team members. We believe these projects best illustrate our team's qualifications and relevant experience for the General Transportation Planning and Traffic Engineering Consultant Services contract. South Florida Regional Transportation Authority (SFRTA) General Planning Consultant Since 2004, Kimley-Horn has served as a General Planning Consultant to the South Florida Regional Transportation Authority, which operates the Tri-Rail commuter rail service between West Palm Beach and Miami. Tri-Rail is the only existing commuter rail service in Florida. Responsibilities include short- and long-range transportation planning, facilities planning and development, alternative analyses and major investment studies, station area/transit-oriented development and oversight, financial planning and analysis, environmental analysis, and conceptual site planning. Assignments performed under the contract have included an evaluation of FTA funds distributed to the Miami Urbanized Area, a system -wide study of existing and future parking and circulation needs at Tri-Rail stations, identification and evaluation of sites for new Tri-Rail stations, assessment of transit oriented development proposals at Tri-Rail Stations, and the development of site plans for station improvements. Client Representative: Loraine Kelly -Cargill, AICP Contact Information: 954.788.7921, cargill@sfrta.fl.gov Volume of Contract: Varies by task Miami -Dade MPO General Planning Consultant Kimley-Horn served as the General Planning Consultant for the Miami -Dade TPO (formerly Miami -Dade MPO) since June 2000. Over this course of time, Kimley-Horn was selected five separate times for three-year contracts with the MPO. Kimley-Horn's role was to provide technical support to the Miami -Dade TPO with studies/projects focused on specific issues to improve the transportation system. These studies/projects are an integral part of the TPO's UPWP. Kimley-Horn successfully completed the following 46 work orders for the Miami -Dade TPO. • Transit Contraflow Feasibility Study • Access to SW 137th Avenue to and from SR 874 (Don Shula Expressway) Local Municipal Transit Circulator Policy Study Interstate 395 Alternative Review and Development • Bicycle Project Feasibility Evaluation • Congestion Management System Update • Development of a Service Plan for Waterborne Transit Service in Miami -Dade County • Snake Creek Bike Trail Planning and Feasibility Study • Miami River Corridor Multimodal Transportation Plan • Arterial Grid Analysis Study Black Creek Trail Segment B Planning and Feasibility Study • Metrorail M-Path Master Plan • NW/NE 36th Street Study • Miami -Dade County Typical Roadway Section and Zoned Right -of -Way Update Study • South Dade Managed Lanes Study • Central Dade Transport Zone Study • Snapper Creek Trail Segment A Planning Study • Florida East Coast (FEC) Transit Connection Study • Implementation Plan for the Northeast Corridor Traffic Flow Study • Bicycle/Pedestrian Mobility Plan for Miami Downtown Development Authority (DDA) Area • Automated Bicycle Rental System and Parking Plan Study Kimley>>> Horn TRTP26038.2022 39 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND • Bicycle Boulevard Planning Study • Improving Access in Florida International University Biscayne Bay Campus Area • Safe Routes to School Plans 2011 • Development of Truck Parking Facilities in Miami - Dade County Phase II • Interactive Transportation Planning Tool • Bicycle/Pedestrian Safety Plan Update • Transportation Planning Process: Development of Computerized Techniques Project • Origin -Destination Surveys for Local Bus Service (Northeast Garage) • Application of Innovative Strategies to Improve Bicycle Safety and Mobility • NW 27th Avenue Enhanced Bus Service Concepts and Environmental Study • Transit Service Evaluation Study • Origin -Destination Surveys for Local Bus Service (Central Garage) • Arterial Grid Analysis - Phase 2 • Safe Routes to School 2013 Infrastructure Plans • Metromover System Expansion Study • Bicycle/Pedestrian Traffic Count Program • Origin -Destination Surveys for Local Bus Service (South Garage) • On -Demand Professional Services Miami Beach ITS/SMART Parking Client Representative: Wilson Fernandez Contact Information: 305.375.4507, wfernandez@miamidadempo.org Volume of Contract: Varies by task • Non -Motorized Connectivity Plan • Safe Routes to School 2014 Infrastructure Plans • Impact of PortMiami Tunnel on Downtown Traffic Congestion • Snapper Creek Trail "Segment B" Master Plan • Countermeasures for Pedestrian and Bicycle High Crash Locations • Bicycle Wayfinding System Study • Guidelines for Municipal Transit Programs in Miami - Dade County Kimley-Horn was selected to provide Program Management Project Duration: 10/2015-Ongoing Services for the Intelligent Transportation Management System Client Representative: Jose Gonzalez, P.E. and Smart Parking System for the City of Miami Beach. The Contact Information: 305.673.7000 x6768, project team provided services associated with the development josegonzalez@miamibeachfi.gov of the Project Plan and Concept of Operations (ConOps) for the Volume of Contract: $2,200,000 ITS and Smart Parking Systems program. Tasks included ITS and Smart Parking System device inventories and assessments, field observations and data collection, agency stakeholder meetings, device selection and placement, a summary of the benefits, and constructability issues of each alternative considered and assistance with development of procurement documents and advertisements. Miami -Dade County Miami River Greenway Design Kimley-Horn developed a master plan for six sites owned by Miami -Dade County. Two design options were developed for each site and presented to the public and the Miami River Committee for discussion and concurrence for the recommended alternative to proceed with the design phase. Design included site development, drainage, permitting (DERM and FDEP), lighting, structural design new seawalls, and repairs of existing landscape and irrigation. Locations include: • SW 2nd Avenue Bridge Kimley>>)Horn TRTP26038.2022 40 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND • 54th Street Metromover Station • Miami Avenue Bridge • Beneath County Metrorail, adjacent to FPL Riverwalk • Beneath County Metrorail, adjacent to "Neo Vertika" • M-D WASD pump station and connection to North River Drive Previously, Kimley-Horn had been retained to redesign North and South River Drives in the City of Miami to incorporate a continuous greenway along the Miami River. In addition to landscape architecture and urban planning, Kimley-Horn also provided civil engineering, roadway design, and stormwater retrofitting services for this project. With these in-house capabilities, the design team was able to produce high -quality 30 percent construction drawings for the City within the project schedule Client Representative: Octavio Marin, P.E. Contact Information: 305.375.2960, Building on these efforts, the firm also worked with the City of octavio.marin@miamidade.gov Miami to prepare design guidelines for the entire corridor that Volume of Contract: S1,650,000 establishes a set of standards for properties and segments of the Miami River Greenway. These guidelines ensure that as sections of the greenway and adjacent properties are developed over time, a consistent theme will be maintained that is unique to the character of the Miami River Greenway. Kimley-Horn is currently providing construction phase services and other miscellaneous professional engineering services. City of Fort Lauderdale General On -Call Traffic Engineering Services Kimley-Horn is providing general traffic engineering and transportation planning services as part of an on - call contract with the City. Kimley-Horn serves as an extension of the City of Fort Lauderdale staff reviewing traffic impact studies and parking analyses. Duties to date have included peer review of traffic impact and parking studies, site plan review, and representation at public hearings. Additional projects have included development of a corridor study to support lane reductions along SR Al A and development of a Greenways Plan to complement multimodal transportation options within the corridor. Other projects include: • Citywide Parking Study • The Riverside Hotel - Traffic Impact Study (TIS) review • Cabi New River - TIS review • Concentra Medical - Parking analysis review • Sunrise Boulevard Publix - TIS review • Sistrunk Surface Parking Lot Design • First Presbyterian Church of Fort Lauderdale - TIS review rrofeci uuranon: i uizuuu-ungoing Client Representative: Karen Warfel Galt Contact Information: 954.828.3798, Mile kwarfel@fortlauderdale.gov Volume of Contract: Varies by task Seafood - Parking study review El Ad North Tower - TIS review • South Andrews Tower - TIS review • Sunrise Harbor - Parking study review KimleyOHorn TRTP26038.2022 41 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Miami -Dade County Complete Streets Design Guidelines Kimley-Horn prepared the Miami -Dade Complete Streets Design Guidelines to provide the unifying design document for local governments in Miami -Dade County to be able to identify and incorporate Complete Streets elements into road projects. The Design Guidelines are targeted toward engineers, planners, and developers. The Design Guidelines were made possible through a Centers for Disease Control and Prevention (CDC) grant administered by the Florida Department of Health (FDOH) in Miami -Dade. Kimley-Horn collaborated with local government staff to identify and incorporate key principles into the documentation— Safety, Health, Modal Equality, Context Sensitivity, and Sustainability. A unique street typology was developed specific to Miami -Dade streets and land use types to structure design guidance and criteria. Additional guidance is provided on a range of topics including bus stops, access to transit, Client Representative: Patrice Gillespie Smith landscaping type and spacing, bike parking, traffic calming, goods Contact Information: 786.897.1386, movement and deliveries, accommodating transportation network pgsmith@miamidda.com entities (TNEs), and preparing for autonomous vehicles (AVs). Volume of Contract: S115,500 The resulting Design Guidelines present standards and design guidance for local officials to achieve a vision of implementing Complete Streets principles, which aim to design streets for people of all ages and physical abilities and safely accommodate all travel modes. Working together with Urban Health Solutions (UHS), a public engagement strategy was developed and executed to inform local government officials, key decision -makers, and the public while also gathering ideas and input toward the development of the Design Guidelines. Miami -Dade County The Underline Kimley-Horn, as part of an ongoing contract with Miami -Dade County, served as the lead traffic engineer for the development of the overall Underline Master Plan, and served as the lead design engineer for Phase 1/Brickell Backyard. As part of our Master Plan services, Kimley-Horn developed innovative engineering techniques for providing intersection crossing safety for this iconic bicycle and pedestrian greenway and urban linear park under the Miami -Dade Metrorail corridor. Improvements included wide path crossings with separate space for bicyclists and pedestrians, pavement markings, colored pavement treatments, and bicycle traffic signals. Kimley-Horn prepared a traffic engineering study that forecast the potential usage of Client Representative: Irene S. Hegedus The Underline and estimated the amount of motor vehicle trip Contact Information: 786.469.5395, reduction on the adjacent U.S. 1 corridor, which resulted in irene.hegedus@miamidade.com the approval for the use of Miami -Dade Road Impact Fee (RIF) Volume of Contract: S589,872 funding for The Underline. Kimley-Horn also provided civil and traffic engineering services for the construction documents for the Phase 1 "Brickell Backyard" section of The Underline including traffic signal warrant analyses, signal operating plan,,development, signalization plans, and roadway/shared use path construction plans. Kimley-Horn provided professional services to Miami -Dade County to develop a design - build criteria package for Phase II of the project which includes a 10-mile linear trail and urban park underneath Miami's elevated Metrorail line and was selected to complete Phase III. Kimley>>> Horn TRTP26038.2022 42 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Transportation Planning Stewart Robertson, P.E. (Task Leader) Short and Long Range Transportation Planning Bicycle and Pedestrian Planning Stewart Robertson, P.E. Allison Fluitt, P.E. (NC), AICP Complete Streets Planning and Design Stewart Robertson, P.E. George Puig, PLA Jonathan Haigh, PLA, ASLA Travel Forecasting Ian Rairden, P.E. Zhiyong Gun, P.E. (TN), PTOE, Ph.D. Tim Padgett, P.E. (NC) Transit Operations Planning Greg Kyle, AICP Clarence Eng, FAICP John Lafferty Don Do Subconsultant Legend CITY OF MIAMI BEACH Principal -in -Charge Project Manager Burt Baldo, P.E. Ian Rairden, P.E. Deputy Project Manager Adrian Dabkowski, P.E., PTOE Transportation Engineering Jill Capelli, P.E. (Task Leader) Bicycle and Pedestrian Planning Stewart Robertson, P.E. Allison Fluitt, P.E. (NC), AICP Complete Streets Planning and Design Stewart Robertson, P.E. George Puig, PLA Jonathan Haigh, PLA Travel Forecasting Ian Rairden, P.E. Zhiyong Guo, P.E. (TN), PTOE, Ph.D. Tim Padgett, P.E. (NC) Transit Operations Planning Greg Kyle, AICP Clarence Eng, FAICP John Lafferty Don Do 1- Zyscovich, LLC 2- National Data & Surveying Services, Inc. 3- Clary Consulting Company 4- Manuel G. Vera & Associates, Inc. 5- Infinite Source Communications Group, LLC (DBE/SBE/MBE) 6- Marlin Engineering, Inc. (DBE/MBE) Quality Assurance/Quality Control Greg Kyle, AICP Integration of Transportation and Land Use John Lafferty (Task Leader) Facilities Planning and Development Clarence Eng, FAICP Stephen Stansbery, AICP Christopher Boyette' Transit Intermodal Facility Development Kyle Baugh, PLA Trent Baughn, AICP, LEED AP' Christopher Boyette' Transportation Related Urban Design Clarence Eng, FAICP Kelley Klepper, AICP Suria Yaffar, AIA, LEED AP' Grace Perdomo. AIA' Transit Oriented Development John McWilliams, P.E. Clarence Eng, FAICP John Lafferty Public Participation Monica Diaz' Lisa Stone, P.E. Financial Planning and Analysis Lowell Clary3 Lucas Clary' Environmental Sustainability/Analysis Chris Niforatos, P.E. Joe Crozier, AICP Brady Walker Ton Bacheler, GTA, PWS Computer Visualization/Graphics Stan Russell Darys Avila' Grant Application Assistance Jill Capelli, P.E. Joe Crozier, AICP Jonathan Ford, IMSA II Data Collection Services Kevin Deal' John Greist' Harold Pantaleon' Surveying Services Manuel Vera, Jr., PSM° Mark Sowers, PSM' Kimley >)) Horn TRTP26038.2022 43 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Key Staff Qualifications Ian Rairden, P.E. I Project Manager Ian has 19 years of experience with a focus on transit and traffic operations studies. Ian's transit experience includes serving as the Deputy Project Manager for a continuing services contract with the SFRTA/TriRail. Specific tasks include completing the Boca Raton II TriRail Station Project Development and Environment (PD&E) project for a new commuter rail station, the Miami River — Miami Intermodal Center Capacity Improvement (MR-MICCI) project for a new rail bridge across the Miami River, and multiple grant applications. Additionally, Ian served the Miami -Dade Transportation Planning Organization (TPO) completing three on -board transit origin -destination (O-D) studies covering almost all of the bus routes operated by Miami -Dade Transit. He also led the traffic operations tasks for Kimley-Horn's services on the FDOT District Four 1-95 Interchange Master Plans in Palm Beach County and Broward County and FDOT District Six 1-95 Corridor Planning Study in Miami -Dade County. He is proficient with the Federal Transit Administration's Simplified Trips -on -Project Software (STOPS) transit ridership model, Highway Capacity Software (HCS), and Synchro software packages as well as the Southeast Regional Planning Model (SERPM) based on the Florida Standard Urban Transportation Model Structure (FSUTMS) for both transit and vehicular travel demand forecasting. Adrian Dabkowski, P.E., PTOE I Deputy Project Manager Adrian has over 20 years of traffic/transportation engineering experience in the areas of transportation planning, traffic operations, preparing traffic impact studies, traffic operational studies, signal warrant analyses, roadway/lane closures, mechanical and robotic parking operation studies, vehicle maneuverability analysis, valet operation studies, parking studies, site circulation analysis, access management analyses, alternative intersection development, and preparing traffic study reviews. He is also proficient with Highway Capacity Software (HCS), Synchro, AutoCAD, AutoTURN, VISSIM, ART -PLAN, HIGH -PLAN, FREE -PLAN, and Cube software programs. Adrian serves as project traffic engineer for the City of Miami Beach's Traffic Engineering Consultant Services contract, providing traffic study reviews for Planning Department applications. Adrian has worked on a multitude of projects in the City, with, and for the City of Miami Beach including the Alton Road Project Development and Environmental (PD&E) Study, Traffic Calming studies throughout the City, West Avenue Bridge PD&E Study, Collins Park Garage, Faena District, One Hotel, 69th Street Publix, New World Symphony, Edition Hotel, Thompson Miami Beach, Cibo/Continuum restaurant, Fisher Island, 5th Street Citibank, The Fresh Market, and 420 Lincoln Road Garage. Burt Baldo, P.E. I Principal -in -Charge Burt has 30 years of extensive experience in the fields of highway design, drainage design, and traffic operations plans. He has worked on projects for FDOT Districts Three, Four, and Six. His principal areas of practice include roadway design, preliminary engineering studies, drainage design, stormwater permitting, pavement design, utility coordination, maintenance of traffic, roadway lighting design, signing and pavement marking, traffic signalization, and traffic planning. Greg Kyle, AICP I QAIQC Greg has 29 years of diverse statewide experience in transportation planning and traffic operations serving public agencies throughout Florida. As project manager and planner, Greg has played a key role in the successful completion of high -profile projects. His particular areas of interest and expertise include traffic forecasting, corridor studies, PD&E studies, area -wide and long-range transportation plans, traffic calming, traffic impact studies, transit planning, and neighborhood traffic management. Greg has led the preparation of planning and environmental studies for a number of projects including the Alton Road PD&E Study, Wave Streetcar Alternatives Analysis/ Environmental Assessment, FDOT District Six 1-95 Corridor Planning Study (Miami -Dade County), Miami River - Miami Intermodal Center Capacity Improvements Environmental Assessment, and the Boca Raton II Tri-Rail Station PD&E Study. KimlepMorn TRTP26038.2022 44 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Stewart Robertson, P.E. I Transportation Planning (Task Leader) Stewart has 23 years of experience specializing in transportation engineering, with an emphasis in multimodal planning and design and bicycle/pedestrian planning. Stewart's extensive experience includes municipal and countywide multimodal planning, travel demand analysis, corridor studies, and geographic information systems (GIS). Along with serving as project manager for the development of the Miami -Dade Complete Streets Guidelines. Stewart worked on the Miami -Dade MPO (now TPO) Bicycle Project Feasibility Evaluation, which analyzed several corridors for prioritizing bicycle improvements and developed a detailed plan for enhancing Commodore Trail along Main Highway and South Bayshore Drive. Stewart has served several Miami -Dade County municipalities to develop transportation master plans with strong multimodal components. Examples include the South Miami Hometown Intermodal Study and the Miami Lakes Transportation Master Plan, which recommended a program of bicycle lanes and shared - use paths. Stewart has been involved with several neighborhood traffic studies throughout Miami - Dade and Broward Counties in which public involvement with residents was crucial to the study process. In addition, Stewart developed bicycle recommendations as part of the Hollywood/Pines Boulevard Multimodal Corridor Study for the Broward County MPO that network of bicycle and pedestrian facilities. Jill Capelli, P.E. I Transportation Engineering (Task Leader) Jill is a transportation engineer who specializes in traffic engineering and transportation modeling/ planning. She has 23 years of experience in project management, security and communications design, and deployment of communications networks and their subsystems that comprise computer control and management systems. She also is experienced with simulation modeling, intersection analysis, and training in multimodal simulation software. Key projects include bus rapid transit/transit signal priority planning and implementation, access control with CCTV design and implementation, and numerous transportation studies evaluating pedestrian, transit, and vehicle access through simulation modeling. John Lafferty I Integration of Transportation and Land Use (Task Leader) John has 26 years of professional experience in project management, multimodal transportation planning, and stakeholder outreach. John has successfully managed more than 12 General Planning Consultant contracts and successfully completed nearly 100 transit planning task order assignments over the course of his career. John has also served as Project manager for six major transit capital improvement corridor studies which involved the development and evaluation of transit alignment alternatives, transit mode analyses, operational analyses, extensive public and stakeholder outreach, environmental planning, and financial planning. He brings a strong background and practical experience with National Environmental Policy Act (NEPA) and Federal Transit Administration (FTA) project development requirements. He has worked extensively with the Florida Department of Transportation, South Florida Regional Transportation Authority, MPOs, and transit operators. Suria Yaffar, AIA, LEED AP I Transportation Related Urban Design (Task Leader) With nearly 35 years of experience, Suria is experienced in all phases of the planning process including community outreach, consensus building, strategic vision planning and urban design for downtowns, transit -oriented design and all phases of land development. Having designed a broad range of architectural projects from concept to occupancy, she has a comprehensive understanding of the physical implications of the options and choices made during the vision and conceptual phases of the planning process. This has become an integral element of the team's approach, generating plans that can be implemented by the private development community. Suria has served on regional ULI Advisory boards and conducted university lectures on master planning and architecture. Her work has been published in the ACSA Journal. Kimley>>)Horn TRTP26038.2022 45 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Subconsultant Firms Z Y S C O V I C H Zyscovich, LLC Zyscovich, LLC (Zyscovich) is a 160+ person integrated Urban Design, Architecture, and Interior Design firm headquartered in downtown Miami with seven additional offices throughout Florida and in New York City and Boston, MA. Since 1977, the firm has focused on creating places that positively impact communities with award - winning designs throughout the country and around the world. For over 45 years, the firm has worked on a variety of planning and design projects for both the public and private sectors, including transportation, aviation, educational, mixed -use, retail, entertainment, hospitality, governmental, and residential facilities, and is nationally recognized for its work in architecture, urban planning, interior design, master planning, sustainable design, historic preservation, and site analysis. Zyscovich's team approach as planners, architects, and interior designers is to rationalize and facilitate the process from a project's conception through its successful completion. National Data & Surveying Services, Inc. NS Founded in 1989, National Data & Surveying Services, Inc. (NDS) was established `,1. to deliver accurate and cost-effective solutions for traffic, transit, and GIS/GPS data I collection. NDS has an outstanding team of professional employees that will ensure National Data & Surwying Services the successful coordination and completion of any project. With local field crews in 15 major cities throughout the Southeast, West Coast, and the Mid -Atlantic, NDS can quickly respond to all project needs. Clary Consulting Company GLARY CONSULTING Clary Consulting Company (CCC) provides advisory services to governmental and COMPANY private sector clients on transportation finance, developing transportation projects, 400 public -private partnerships (P3s), procurement, transit oriented development and assisting in negotiations of complex projects and agreements. A sample of Clary Consulting clients includes local entities such as the City of Homestead, Jacksonville Transportation Authority, Hood River Port Authority (Oregon), South Florida Regional Transportation Authority, Palm Beach County, Miami -Dade County TPO; state entities including Arkansas Department of Transportation, Colorado Department of Transportation, Connecticut Department of Transportation, Florida Department of Transportation, Nevada Department of Transportation, North Carolina Department of Transportation, State Auditor of Colorado, and State Auditor of North Carolina; and private entities developing toll roads and developing Transit Oriented Development projects. M.G. YERA Manuel G. Vera & Associates, Inc. (DBE/SBE/MBE/CBE) &ASSOCIATES Manuel G. Vera & Associates, Inc. (MGV) is qualified as DBE, SBE, MBE, and CBE, located in Miami -Dade County with additional offices in Orange County and Palm Beach County. MGV was established in Miami -Dade County in 1977 as a survey and mapping specialty firm. MGV can perform all survey tasks using methodologies such as EFB data collection, Electronic Total Stations/levels, hydrographic [sonar/GPS], GPS/RTK, and the latest in 3D Lidar Static Scanning. All MGV office support staff are well versed and trained in Caice, Microstation, Geopak, AutoCAD Civil 3D, FDOT EFBP, and Pedds, and will continue to parallel the industry's software advances. KimleyOHorn TRTP26038.2022 46 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Infinite Source Communications Group, LLC (DBE/SBE/MBE) cc Infinite Source Communications, LLC (ISC) is a full -service communications firm, specializing in public relations, marketing, public information, website development and graphic design on a local, regional and national level. ISC is 100 percent local with INFINITE SOURCE their main office located only 15 minutes from City Hall. Their team has conducted COMMUNICATIONS GROUP public outreach on more than 300 projects ranging from all phases of transportation and infrastructure improvement projects, disparity studies, special events, and public safety marketing campaigns for a number of transportation driven government agencies, businesses, non-profit organizations and municipalities in South Florida and Nationwide. They have executed outreach in every municipality and census designated neighborhood in Miami -Dade County, and possess relationships with municipal representatives, major stakeholders and community groups throughout the area. MARLIN Marlin Engineering, Inc. (DBE/MBE) — ENGINEENINS— MARLIN Engineering Inc. (MARLIN) is an award -winning multidisciplinary transportation planning and engineering firm providing services for all modes of transportation. The firm uses technology and innovation to deliver transportation solutions connecting communities and supporting growth and economic development. Founded in August 1991 in Miami, Florida, MARLIN is a certified MBE and DBE with offices in Miami, Fort Lauderdale, Palm Beach Gardens, Orlando, Tampa, and Tallahassee. Their local presence allows them to respond quickly to local needs and have the stability to expand resources. MARLIN employs a talented and motivated team of professionals, including engineers, planners, urban designers, data scientists, and public involvement specialists, supported by a deep bench of technicians who have experience servicing many stakeholders on a broad basis range of projects throughout the State of Florida. Kimley)))Horn TRTP26038.2022 47 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Ian Rairden, P.E. Project Manager �-.. Relevant Experience A/E Services in Specialized Categories on an As -Needed Basis, Miami Beach, ` FL — Project engineer. As part of a continuing services contract, Kimley-Horn has been providing professional services for civil engineering to the City since 2015. Under this task work order contact, we have served the City on numerous projects, including pedestrian mid -block crossings, signalization plans, intersection improvements; Professional Credentials rectangular rapid flashing beacons (RRFB), and sidewalk connections. South Florida Regional Transportation Authority (SFRTA) General Planning • Master of Civil Engineering, University of Florida, Consultant, Palm Beach, Broward, and Miami -Dade Counties, FL — Deputy Transportation Engineering project manager. Since 2004, Kimley-Horn has served as a General Planning • Bachelor of Science, Consultant to the South Florida Regional Transportation Authority (SFRTA), which University of Florida, Civil operates the Tri-Rail commuter rail service between West Palm Beach and Miami. Engineering Tri-Rail is the only existing commuter rail service in Florida. Responsibilities include • Professional Engineer in short- and long-range transportation planning, facilities planning and development, Florida #69224 alternative analyses and major investment studies, station area/transit-oriented development and oversight, financial planning and analysis, environmental analysis, Special Qualifications and conceptual site planning. Ian's recent assignments performed under the contract have included the identification and evaluation of a new Tri-Rail station in • Has 19 years of project engineering experience Boca Raton, a NEPA study for the Miami River - Miami Intermodal Center Capacity • Experience in Highway Improvement (MR-MICCI) rail and bridge improvement project, and the South Florida Capacity Software (HCS) Rail Corridor Optimization Capital Project Consolidated Rail Infrastructure and Safety and Synchro software Improvements (CRISI) grant application. packages • Experience with the Districtwide General Planning Consultant, FDOT District Four — Project Simplified Trips on Projects engineer. Kimley-Horn is performing a variety of tasks in support of systems and Software (STOPS) transit policy planning functions four FDOT District Four. A summary of tasks performed is model and the Southeast listed below: Regional Planning Model (SERPM), Treasure Coast Lane re ur osin proposal reviews, supporting the District's lane re ur osin � p p g p p pp g p p g Regional Planning Model committee meetings, refinements to the review process and guidelines, and (TCRPM), and Northeast conducting phase 1 of the District's Before and After Study. Regional Planning Model • Traffic study reviews, capacity and operational analysis, sub -area model (NERPM) based on the analysis, and traffic forecasting. Florida Standard Urban Transportation Model • Over 360 Right -of -Way reviews including donations, plats, surplus and Structure (FSUTMS) lease requests from systems planning perspective and coordination with the stakeholders. 0 Comprehensive Plan reviews and provided comments on behalf of the District. i Palm Beach County Arterial Connectivity Study to identify potential roadway network connectivity enhancements to address future mobility needs in a proactive manner. Miami -Dade TPO General Planning Consultant (GPC) Contract, Miami -Dade, FL Project engineer for the Kimley-Horn team on the Miami -Dade TPO GPC VII contract. Current Work Orders range from Mobility Hub Studies to Virtual Public Engagement Support to Safe Routes to School Infrastructure Plans. The Kimley-Horn team has supported the TPO on several significant management initiatives such as Fiscal Services Support, three TPO Annual Reports, and the Unified Planning Work Program (UPWP) for FYs 23-24. On prior Miami -Dade TPO GPC contracts, Kimley- Horn also completed various work orders including the Miami -Dade Bicycle and Pedestrian Safety Plan, Application of Innovative Strategies to Improve Bicycle afl CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Ian Rairden, P.E. Safety and Mobility, Automated Bicycle Rental System and Parking Plan Study, Bicycle and Pedestrian Mobility Plan for the Downtown Development Authority (DDA) Area, FEC Transit Connection Study, M-Path Master Plan, South Dade Managed Lanes Analysis, Arterial Grid Analysis Study, and numerous greenway trail corridor studies. Ian has managed multiple Work Orders under the current and past contracts including the South Dade Transitway Intersection Existing Conditions Analysis, Safe Routes to School (SRTS) Grant Applications, and Origin -Destination Survey for Local Bus Service at the Northeast, Central, and South Garages. 1-95 Corridorwide Planning for Operational Deficiencies, US 1 to Broward County Line, FDOT District Six Project engineer. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. Districtwide Traffic Operations Studies, FDOT District Six — Project manager for continuing on -call services contract. The contract focused on the development of various traffic operations and safety studies including signal and left -turn phase warrant analyses, data collection, traffic signal and arterial analyses, and safety tasks including fatal crash reviews and high crash site safety studies. NE 203rd Street and NE 215th Street Intersection PD&E Study, FDOT District Six — Project engineer. Kimley- Horn was part of a consultant team studying the potential grade separation at the Florida East Coast (FEC) Railway line crossings of NE 203rd Street/Ives Dairy Road and/ or NE 215th Street. The purpose of the study was to eliminate vehicle conflicts with existing freight and future passenger trains of the FEC Railway while enhancing traffic operations and safety conditions in the area. The consultant team identified existing and expected deficiencies due to proposed improvements in the study area. The consultant team developed an alternative to avoid demolition of the existing overpass. Citywide Neighborhood Traffic Calming Plan and Traffic Calming Study, North Miami, FL — Project engineer. The City of North Miami retained Kimley-Horn to develop a Citywide Neighborhood Traffic Calming Plan to reduce speeding and cut -through traffic, and preserve the character and functionality of residential streets. This traffic management plan is developed to improve safety and quality of life for the City's residents. The study is being conducted in two phases. Phase 1 consists of a feasibility assessment for lowering speed limits on the residential streets from 30 mph to 25 mph. Phase 2 will include the development of traffic calming strategies for select residential streets based on the findings of Phase 1. To date, we have completed Phase 1. There was also a traffic calming study to assess the feasibility of lowering speed limits and the need for traffic calming measures on the following two streets within the City of North Miami: Keystone Boulevard between Biscayne Boulevard and North Bayshore Drive and North Bayshore Drive between Keystone Boulevard and north of NE 123 Street. To date, we have conducted traffic data collection, field reviews, and speed data analysis. Pine Tree Drive and 46th Street Roundabout, Miami Beach, FL — Project engineer. Kimley-Horn was retained by the City of Miami Beach to perform Traffic Operational Analysis for the intersection of Pine Tree Drive and West 46th Street and analyze the installation of a roundabout to serve as a traffic calming treatment. As part of the scope of services, the following tasks were performed: Roundabout Conceptual Design and Operational Analysis; Traffic Data Collection; Operational Analysis; and Conceptual Plan and Preliminary Opinion of Probable Cost. After the initial phase was approved, Kimley-Horn continued to prepare construction documents for the removal of the existing signal and the installation of the roundabout. The project involves key Complete Streets features such as increased mobility for the modes that use this neighborhood. Kimley#>Horn 49 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Adrian Dabkowski, P.E., PTOE Deputy Project Manager Relevant Experience US 1/SR 5/Biscayne Boulevard at Ives Dairy Road Intersection Operational Analysis, Miami, FL — Project engineer responsible for developing intersection alternatives, operational analyses, and determining the preferred alternative. Kimley- Horn examined the intersection of Ives Dairy Road/NE 203rd Street and US 1/SR 5/ Biscayne Boulevard, identified operational deficiencies and safety concerns, and recommended short-term (year 2015) and long-term (year 2035) improvements. Professional Credentials General On -Call Traffic Engineering Services (2008), Fort Lauderdale, FL — • Master of Civil Engineering, Transportation Engineering, Project engineer for general traffic engineering and transportation planning services Florida International as part of an on -call contract with the City. Kimley-Horn serves as an extension of the University City of Fort Lauderdale staff reviewing traffic impact studies and parking analyses. • Master of Business Projects to date have included peer review of traffic impact and parking studies, site Administration, Marketing, plan review, and representation at public hearings. Additional projects have included Rochester Institute of development of a corridor study to support lane reductions along SR Al A and Technology development of a Greenways Plan to complement multimodal transportation options • Bachelor of Science, Civil within the corridor. Engineering Technology, Rochester Institute of Las Olas Boulevard Corridor Improvements and Parking Garage, Fort Technology Lauderdale, FL — Project engineer. Kimley-Horn is providing preliminary design, • Professional Engineer in evaluation, and due diligence services for this mixed -use project for the City of Florida, #78828 Fort Lauderdale Community Redevelopment Agency. The project consists of the • Professional Engineer in redevelopment of several pieces of City property from existing surface parking lots Louisiana, #33206 to a new multi -story parking garage; active park and plaza areas; and general open • Professional Traffic space to enhance the pedestrian and beachgoer experience in the Fort Lauderdale Operations Engineer, #2309 beach area. Las Olas Boulevard is being improved to provide a "Complete Streets" • Institute of Transportation design to better connect the shops, restaurants, and other businesses with the new Engineers (ITE) Oceanside Plaza on the south side of Las Olas Boulevard. The design of Oceanside Plaza includes space for special events such as festivals and concerts; play areas for Special Qualifications children; and a convenient porte-cochere drop off. Kimley-Horn is providing the initial site civil engineering design, roadway design, permitting coordination, stormwater, • Has 20 years of traffic/ transportation engineering utility, franchise utility coordination, and other services. experience related to transportation planning, Miramar Historic Downtown Revitalization, Miramar, FL — Project engineer. traffic operations, corridor The Historic Downtown Revitalization is a streetscape project on Miramar Parkway studies, toll road revenue between SW 68th Avenue to SW 69th Way within the City of Miramar. The project studies, long-range improvements include landscaping, sidewalks, street lighting, ADA improvements at transportation improvement the intersections, and a mid -block pedestrian crossing. Additionally, SW 69th Way plans, access management, had minor flooding issues which were addressed during this project. and alternative intersection development Continuing Services Agreement for Planning, Utilities, Engineering, and • Proficient inAutoCAD, Roadways, North Bay Village, FL — Project engineer. Kimley-Horn provides Highway Capacity Software general engineering services for the City of North Bay Village on an ongoing basis. (HCS), Synchro, VISSIM, Services have included water and wastewater studies, planning, design, permitting, ArcGISART-PLAN, HIGH- and construction phase services. PLAN, FREE -PLAN, and StreetEVAL SR 826 Connector at Golden Glades Interchange and Various Ramps, FDOT District Six — Project engineer. Kimley-Horn is providing drainage, ITS, signalization, lighting, and minor structural design services as a subconsultant to another firm. 50 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Adrian Dabkowski, P.E., PTOE The Golden Glades Interchange (GGI) provides connectivity to six major arterials and limited access expressway facilities including 1-95, SR 826/Palmetto Expressway, Florida's Turnpike, SR 7/US 441, and NW 167th Street. The GGI has a direct impact on inter -county travel between Miami -Dade, Broward and Palm Beach counties and serves as the backbone for the transportation of goods, services, and the traveling public in South Florida. The South Florida Rail Corridor (SFRC) also traverses the interchange area. City of Miami Transportation Program Support Services (2013-2015), Miami, FL — Project manager for general traffic engineering and transportation planning services as part of an on -call contract with the City. Kimley-Horn served as an extension of the City of Miami staff preparing traffic operations analyses, transportation planning, traffic calming and complete streets improvements; transit planning and operations; geographic information system (GIS)/database management design of street; and parking analysis and design. NE 36th Street and Biscayne Boulevard/SR A1A Intersection Roadway Improvements, Miami, FL — Project engineer to prepare a traffic study and determine intersection improvements at NE 36th Street and Biscayne Boulevard/ SR Al A. This analysis included traffic data collection, design traffic forecasts, intersection operational analysis, and the development of long-term improvements for the study intersection. The operational analysis examined existing and future traffic conditions during the weekday peak hours. Significant coordination was held with FDOT, City of Miami Beach, and Miami Dade County Public Works and Waste Management Department's Signal and Signs Division. Park -and -Ride Facility Traffic Assessment, Miami Lakes, FL — Project manager for a traffic assessment to analyze the potential benefit to vehicular traffic flow that is anticipated by the proposed park -and -ride transit facility. As part of this assessment, Kimley-Horn is assessing the potential Miami -Dade County Department of Transportation and Public Works (DTPW) transit route benefit and single -occupant vehicle traffic reduction from the park -and -ride facility. A conceptual design of the park -and -ride transit facility with the NE 77th Avenue realignment is also being prepared based on the evaluation of existing DTPW transit and Town of Miami Lakes Moover routes. Las Olas Boulevard and Colee Hammock Neighborhood Traffic Calming, Fort Lauderdale, FL — Lead traffic engineer responsible for the one-way analyses of SE 15th Avenue, SE 12th Avenue, and SE 13th Avenue; and lane reduction/road diet analysis of Las Olas Boulevard. Our services include development of 100% plans including roadway plans, profiles, drainage design, signing and pavement markings, ADA compliance, and lighting for short- and mid-term improvements recommended in the Las Olas Boulevard Safety Study. Districtwide Pedestrian and Bicycle Consultant, FDOT District Six — Project engineer. Kimley-Horn was hired by the FDOT District Six Pedestrian and Bicycle Coordinator to perform professional engineering reviews of design plans and engineering reports through an ongoing districtwide contract. Kimley-Horn's duties include conducting an engineering review of plans and reports for incorporating, extending, and/or enhancing bicycle and pedestrian facilities, submitting project review comments within the Electronic Review Comment (ERC) process, presenting current FDOT projects to the Miami -Dade BPAC on a monthly basis for review and comment, providing non -motorized transportation expertise at stakeholder meetings, and coordinating with design engineers and FDOT project managers as necessary. Shared Mobility Assessments, Miami -Dade County — Project engineer. Kimley-Horn was tasked with executing the discussions and analyses necessary to envision the future of public transportation in Miami -Dade County and to develop recommendations to integrate emerging shared mobility solutions into the planning and development of the of six (6) corridors of the Strategic Miami Area Rapid Transit (SMART) Plan. Shared mobility solutions include first-mile/last-mile transportation options, on -demand and fixed route microtransit, mobility -as -a -service (MaaS), ridesourcing, and dynamic and on -demand carpooling among others. Kimley>>)Horn 51 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Bachelor of Science, Florida International University, Civil Engineering • Professional Engineer in Florida #53120 • Adv Work Zone Traffic in FDOT #69595 • American Society of Highway Engineers • American Society of Civil Engineers (ASCE) Special Qualifications • Has 30 years of experience in civil engineering with 20 years of extensive experience in the field of highway design, drainage design, and traffic operations plans • Experience includes construction supervision for highway and port facilities • Worked on projects for FDOT Districts One, Three, Four, Five, Six, Florida's Turnpike Enterprise, and MDX • Principal areas of practice include roadway design, preliminary engineering studies, drainage design, stormwater permitting, pavement design, utility coordination, maintenance of traffic, roadway lighting design, signing and pavement marking, traffic signalization, and traffic planning Burt Baldo, P.E. Principal -in -Charge Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL Project engineer. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. SW 137th Avenue from US 1 to SW 200th Street, Miami -Dade County, FL Project manager responsible for developing the master plan for SW 137th Avenue from US 1 to SW 200th Street adjacent to farmland. The project included extensive public involvement and right-of-way acquisition to avoid impacts to a Miami -Dade County natural forest community. We developed an alignment to minimize right-of- way acquisition. Consideration was given to the proposed use of the new roadway by farming equipment, equestrian usage, and large trucks. Our team also developed a traffic study for the corridor. Kimley-Horn provided professional services to develop the master plan for SW 137th Avenue from US 1 to SW 200th Street adjacent to farmland. The project included extensive public involvement and right-of-way acquisition to avoid impacts to a Miami -Dade County natural forest community. We developed an alignment to minimize right-of-way acquisition. Consideration was given to the proposed use of the new roadway by farming equipment, equestrian usage, and large trucks. Our team also developed a traffic study for the corridor. Reconstruction of Krome Avenue from South of SW 296 St to South of SW 232 St, FDOT District Six — Project manager for the team that provided roadway, signing and marking, signalization, lighting, structures and landscape design. This project is part of the Krome Avenue South Corridor and has several environmentally sensitive areas. This segment of Krome Avenue, a SIS facility, handles part of the main freight activity in South and West Miami -Dade County, with a daily truck percentage of 15%. The project finished construction in 2020, two years ahead of schedule. Kimley- Horn received a Consultant Quality Evaluation score of 4.2 with perfect 5.0 scores in several other evaluation areas. Kimley-Horn is provided roadway, signing and marking, signalization, lighting, structures and landscape design. This project is part of the Krome Avenue South Corridor and has several environmentally sensitive areas. This segment of Krome Avenue handles part of the main freight activity in South and West Miami -Dade County, with a daily truck percentage of 15%. North Ponce Streetscape Phase I, Coral Gables, FL — Project principal. Kimley- Horn is providing improvements to three local roads in Coral Gables: Madeira, Majorca, and Navarre Avenues. Ultimately, these roadway improvements will enhance the pedestrian experience, safety, and connectivity within the City. Improvements along this 1.16-mile stretch of roadways include bulb -outs, raised pedestrian crossings, and landscaped areas. Kimley-Horn will perform a preliminary cross - sectional analysis to determine constructability, impact, and opinion of probable cost of two design alternatives. A preliminary drainage analysis will determine which alternative minimizes impact to the existing corridor, specifically pavement reconstruction, milling, resurfacing, and overbuild. 52 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Burt Baldo, P.E. 1-95 Corridorwide Planning for Operational Deficiencies, US 1 to Broward County Line, FDOT District Six Project engineer. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. NE 203rd Street and NE 215th Street Intersection PD&E Study, FDOT District Six — Project engineer. Kimley- Horn is part of a consultant team studying the potential grade separation at the Florida East Coast (FEC) Railway line crossings of NE 203rd Street/Ives Dairy Road and/ or NE 215th Street. The purpose of the study is to eliminate vehicle conflicts with existing freight and future passenger trains of the FEC Railway while enhancing traffic operations and safety conditions in the area. The consultant team identified existing and expected deficiencies due to proposed improvements in the study area. The consultant team developed an alternative to avoid demolition of the existing overpass. NE 203rd Street/Ives Dairy Road intersects the FEC Railway line between W. Dixie Highway and US 1/SR 5/Biscayne Boulevard; NE 215th Street intersects the FEC Railway line between W. Dixie Highway and E. Dixie Highway. Both railroad crossings/ intersections are located in the City of Aventura, Miami -Dade County. Kimley-Horn is providing traffic and transportation engineering, grade separation analyses, design traffic, access management, roadway design, environmental analyses, and development of conceptual alternatives as part of our subconsultant services on this PD&E study. The study is analyzing potential improvements to the intersections of NE 203rd Street and NE 215th Street at West Dixie Highway. The objective is to eliminate vehicle conflicts with existing and future freight and passenger trains in the Florida East Coast (FEC) Rail Corridor while enhancing vehicular and pedestrian traffic flow and safety conditions in the area. SR 826 Palmetto Expressway from N Canal C-8 Bridge 162 Street to East of NW 67 Avenue, FDOT District Six — Project engineer. The project includes full roadway construction of SR 826, eastbound and westbound frontage roads including the interchange for SR 826 at NW 67 Avenue as a Single Point Urban Interchange (SPUI). SR 826 is to be widened to one Express lane, one inside auxiliary lane, three general purpose lanes, and one outside auxiliary lane with 12-foot inside and outside shoulders. Frontage Road typical section includes two lanes with a bike lane, curb and gutter and sidewalk. Florida Gas Transmission (FGT), numerous overhead and underground utilities are located within project limits. Services provided include lighting analysis and design and drainage analysis and design. The project includes full roadway construction of SR 826, eastbound and westbound frontage roads including the interchange for SR 826 at NW 67 Avenue as a Single Point Urban Interchange (SPUI). SR 826 is to be widened to one Express lane, one inside auxiliary lane, three general purpose lanes, and one outside auxiliary lane with 12-foot inside and outside shoulders. Frontage Road typical section includes two lanes with a bike lane, curb and gutter and sidewalk. Florida Gas Transmission (FGT), numerous overhead and underground utilities are located within project limits. Services provided include lighting analysis and design and drainage analysis and design. West Avenue Bridge PD&E Study, Miami Beach, FL — Project engineer responsible for developing maintenance of traffic concepts. Kimley-Horn was a subconsultant to another firm for the West Avenue PD&E Study in Miami Beach. The study was performed to develop a preferred alternative for a bridge connecting West Avenue between Dade Boulevard and 17th Street. Team duties included project traffic development using Turns5, traffic analysis for no -build and bridge design alternatives, and preparation of the Design Traffic Memorandum. Kimley>Morn 53 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Gregory Kyle, AICP Quality Assurance/Quality Control Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL — igEhiRelevant Project manager. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing Professional Credentials the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, • Master of Science, Florida State University, Urban operate, maintain, and finance the project. Miami Beach Streetcar is a 3.5 to 4 mile Planning double -tracked light rail transit (LRT) or modern streetcar system circulating through • Master of Business the Art Deco District of Miami Beach, and providing connectivity between South Administration, Florida Atlantic University, Business Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the Administration prime consultant overseeing the project through project development, conceptual • Bachelor of Science, Florida engineering, environmental impact analysis, and procurement of a P3 developer that State University, Political would design, build, operate, maintain, and finance the project. Science • American Planning Shared Mobility Assessments, Miami -Dade County, FL — Project manager. Greg Association (APA) managed this study that identified how shared mobility and emerging technologies should be harnessed in the coming years to advance the overall mission of providing Special Qualifications safe, reliable, equitable, and sustainable public transportation in Miami -Dade County. This study analyzed the impacts of shared mobility in Miami -Dade County, • Has 29 years of transportation planning identified national public sector and private sector best practices in creating mobility and transit operations experience working on a partnerships, and coordinated with local jurisdictions and regional organizations. This wide range of projects, study identified the opportunity for emerging modes such as microtransit, micro - including transit alternatives mobility, ride sourcing (transportation network companies [TNCs]), and the evolution analysis (AA), PD&E/NEPA of autonomous, connected, and electric vehicles. Publicly funded and operated transit studies, corridor studies, services are the backbone for shared mobility service in Miami -Dade County. In the transit systems evaluation and service operating plans, last few years, the availability and popularity of shared mobility services offered by transit -oriented development, private sector providers has grown dramatically. The transportation paradigm in this stations and intermodal period of rapid change is how these various public- and private -sector shared mobility facilities, and project services relate to each other. Although change brings about uncertainty in anticipating implementation and oversight how the future will play out, change also creates the opportunity to shape the future • Expertise in multimodal in a desired direction. Now is the time to evaluate how shared mobility and emerging transportation planning, technologies should be harnessed in the coming years to inform development of the including travel demand forecasting, traffic simulation, SMART Plan and to advance the overall mission of providing safe, reliable, equitable, and traffic operations and sustainable public transportation for Miami -Dade County. analysis • Further expertise in South Florida Regional Transportation Authority (SFRTA) General Planning intermodal facilities, freight Consultant, FL — Project manager. From 2004 through 2019, served as project and goods movement, and manager for the general planning consultant to the South Florida Regional alternative transportation Transportation Authority. Responsibilities include short- and long-range modes transportation planning, facilities planning and development, alternative analyses and • Extensive experience major investment studies, station area/transit-oriented development and oversight, in public outreach and interagency coordination, financial planning and analysis, environmental analysis, and conceptual site planning. including presenting findings Notable assignments completed under the contract have included the NEPA study to decision -making boards for the double -tracking of the South Florida Rail Corridor for a portion within Miami - of elected and appointed Dade County, which includes a new bridge crossing of the Miami River, NEPA study officials and preliminary engineering for an in -fill train station in Boca Raton, final design 54 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Gregory Kyle, AiCP for the reconstruction of the Pompano Beach Tri-Rail Station (LEED Gold), and preliminary engineering and program management for SFRTA's new administrative headquarters and operations control center. South US 1 Bus Rapid Transit (BRT) Improvements Study, Broward County, FL — Principal -in -charge. This project focused on Bus Rapid Transit improvements for South US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). The study developed a package of short -and medium -term implementation projects and identified long term investments to improve transit service, mobility, livability, and support economic development along the corridor. Multijurisdictional coordination included an advisory committee consisting of five municipalities, two counties, two state agencies, an international airport, and eight additional stakeholder agencies. The solutions included transit infrastructure, traffic signalization, intelligent transportation systems (ITS), and complete streets to support transit - oriented development, multimodal facilities, and improved surface transportation. Boca Raton II Tri-Rail Station PD&E Study, Boca Raton, FL — Project planner. Since an initial phase deemed a second Tri-Rail station feasible, Kimley-Horn is providing professional consulting services for the second phase of this effort: a Project Development and Environment (PD&E) Study. The proposed station will increase mobility for residents and commuters and will also provide access to a variety of local community features, such as Town Center at Boca Raton mall, downtown Boca Raton, several recreational facilities, and colleges/schools nearby. Kimley-Horn is evaluating location alternative that meet the project objectives in an environmentally responsible, socially acceptable, and cost feasible manner, consistent with public and agency input. The scope includes public involvement, engineering analyses and considerations, environmental analysis and reports, environmental documents, and 30 percent documents. General Planning Consultant, Palm Beach County, FL — Principal -in -charge. Kimley-Horn has served the Palm Beach Transportation Planning Agency (TPA) as General Planning Consultant (GPC) since 2016. Our services on this work order based contract include urban transportation planning, transit planning, complete streets, multimodal corridor studies, safety studies, GIS mapping, and regional coordination. Specific projects completed on this contract include Complete Streets Policy, Transit Development Plan (TDP) Phase 1, Bicycle and Pedestrian Safety Study, Bicycle Suitability Map, Complete Streets Design Guidelines, US-1 Multimodal Corridor Study, and Safe Streets Summit support. Kimley-Horn has served the Palm Beach Transportation Planning Agency (TPA) as General Planning Consultant (GPC) since 2016. Our services on this work order based contract include urban transportation planning, transit planning, complete streets, multimodal corridor studies, safety studies, GIS mapping, and regional coordination. Specific projects completed on this contract include Complete Streets Policy, Transit Development Plan (TDP) Phase 1, Bicycle and Pedestrian Safety Study, Bicycle Suitability Map, Complete Streets Design Guidelines, US-1 Multimodal Corridor Study, and Safe Streets Summit support. Kimley-Horn has developed and utilized innovative techniques on this contract such as the "Build -a -Street' set, which allows public workshop attendees to build their own street designs using typical section elements on cardboard "puzzle pieces" that are cut to scale and placed in a frame that includes the right -of -width. General Planning Consultant, Miami -Dade County, FL — Principal -in -charge. Kimley-Horn served as General Planning Consultant (GPC) for the Miami -Dade TPO for five consecutive contract terms between 2000 and 2016. Work orders that have been performed under these contracts include congestion management system plan updates, multimodal corridor studies, bicycle/pedestrian plans, transit studies, transit passenger surveys, freight and goods movement analyses, and sub -area mobility plans. Projects performed for this contract have included Transit Contraflow Feasibility Study, Local Municipal Transit Circular Policy Study, Development of a Service Plan for Waterborne Transit Service in Miami -Dade County, Snake Creek Bike Trail Planning and Feasibility Study, Metrorail M-Path Master Plan, Florida East Coast (FEC) Transit Connection Study, Automated Bicycle Rental System and Parking Plan Study, Safe Routes to School Infrastructure Plans, Origin -Destination Surveys for Local Bus Service, NW 27th Avenue Enhanced Bus Service Concepts and Environmental Study, Non -Motorized Network Connectivity Plan, Impact of PortMiami Tunnel on Downtown Traffic Congestion, Snapper Creek Trail Segment B Planning and Feasibility Study, Metromover System Expansion Study, Bicycle Wayfinding Study, and Guidelines for Municipal Transit Programs in Miami -Dade County. Kimley>Morn 55 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Science, University of Kentucky, Civil Engineering • Bachelor of Science, University of Kentucky, Civil Engineering • Professional Engineer in Florida #63939 • National Society of Professional Engineers (NSPE) • Institute of Transportation Engineers (ITE) • Association of Pedestrian and Bicycle Professionals • American Society of Civil Engineers (ASCE) Special Qualifications Has 23 years of experience specializing in transportation planning and engineering, with an emphasis in multimodal planning and design including Complete Streets and bicycle/ pedestrian planning, safety and mobility Project management experience includes multimodal master planning; complete streets planning, design, and implementation; design plan reviews; bicycle corridor studies; pedestrian and bicycle network plans; pedestrian safety studies; transit studies; transit ITS implementation; corridor analysis; intersection capacity analysis; travel demand analysis; and geographic information systems (GIS) Stewart Robertson, P.E. Transportation Planning (Task Leader) Relevant Experience Little Havana Bicycle and Pedestrian Mobility Plan, Miami, FL — Project manager. Kimley-Horn supported development of the Little Havana Bicycle Pedestrian Mobility Plan for the City of Miami, in partnership with the Miami -Dade MPO. Kimley-Horn developed the plan to achieve complete streets goals and non -motorized mobility objectives in conjunction with the Miami Comprehensive Neighborhood Plan. The plan was developed in coordination with many partners and allied efforts including Live Healthy Little Havana, an initiative of the Health Foundation of South Florida. Recommended projects included bicycle and pedestrian mobility, complete streets, placemaking, and access to public transit by connecting the area's neighborhoods, activity centers, and community facilities. Public meetings were held to solicit input regarding local travel patterns, key destinations, and perception within the community. The plan laid out the foundation to enhance the opportunity for residents and visitors alike to enjoy active transportation while gaining the health and social benefits that bicycling and walking have to offer. Kimley-Horn developed the plan to achieve complete streets goals and non -motorized mobility objectives in conjunction with the Miami Comprehensive Neighborhood Plan. The Underline Phase I, II, and III Design Criteria Package, Miami, FL — Project engineer. Served as quality control reviewer and task manager for traffic engineering aspects of the Underline Master Plan and final design services. Developed innovative engineering techniques for providing intersection crossing safety for The Underline, an iconic bicycle and pedestrian greenway and urban linear park under the Miami -Dade Metrorail corridor. Improvements included wide path crossings with separate space for bicyclists and pedestrians, pavement markings, colored pavement treatments, and bicycle traffic signals. Prepared a traffic engineering study that forecast the potential usage of The Underline and estimated the amount of motor vehicle trip reduction on the adjacent U.S. 1 corridor, which resulted in the approval for the use of Miami -Dade Road Impact Fee (RIF) funding for The Underline. Provided traffic engineering services for the Phase 1 "Brickell Backyard" section of The Underline construction documents and the Phase 2 design -build criteria package. Complete Streets Initiative, Broward County, FL — Project manager for the Kimley-Horn team on the Broward MPO Complete Streets Initiative contract. Managed all aspects of the contract including the Complete Streets Master Plan, facilitating Complete Streets Advisory Committee (CSAC) meetings, conducting Walking Audits, developing an updated Complete Streets Design Guidelines 2.0, and facilitating technical training, and development of the MPO's updated Bike Map. Managed a multi -disciplinary team of professionals including planners, engineers, GIS professionals, public health professionals, and ADA experts, while providing the MPO with personalized project management services. Kimley-Horn's multidisciplinary team of technical experts and dedicated safe streets advocates assisted the Broward MPO to enhance and implement Complete Streets projects and programs. Kimley-Horn initially prepared the Complete Streets Master Plan in 2013, which defined a program of investment and identified specific projects through a unique analysis of identifying "project bundle areas" that will create a network of Complete Streets in areas of greatest need and social equity challenges. Kimley- Horn conducted Walking Audits and developed an updated Complete Streets Design Guidelines 2.0. 56 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Stewart Robertson, P.E. Complete Streets Program, Miami Lakes, FL — Project engineer. Kimley-Horn assisted the Town of Miami Lakes in developing a Complete Streets program consistent with the Miami -Dade County Complete Street Guidelines. The plan included an analysis of all town roads, development of roadway typologies including cross sections, recommended improvements along targeted corridors and preliminary cost estimates. The plan helped coordinate the Town's efforts with their comprehensive plan, strategic plan, and the trails master plan. Kimley-Horn assisted the Town of Miami Lakes in developing a Complete Streets program consistent with the Miami -Dade County Complete Street Guidelines. The plan included an analysis of all town roads, development of roadway typologies including cross sections, recommended improvements along targeted corridors and preliminary cost estimates. The plan helped coordinate the Town's efforts with their comprehensive plan, strategic plan, and the trails master plan. Miami -Dade County Complete Streets Design Guidelines, Miami, FL — Project manager for the Kimley-Horn team that prepared the Miami -Dade Complete Streets Design Guidelines, which is the unifying design document for local governments in Miami -Dade County to be able to identify and incorporate Complete Streets elements into road projects. Collaborated with local government staff to identify and incorporate key principles into the documentation — Safety, Health, Modal Equality, Context Sensitivity, and Sustainability. Led the development of a unique Street Typology specific to Miami -Dade streets and land use types to structure design guidance and criteria. Preferred and minimum widths and dimensions were established for key street design elements including sidewalks, furnishing/landscaping zones, frontage zones, bicycle facilities, transit lanes, general purpose travel lanes, turn lanes, and medians. Additional guidance was developed on a range of topics including bus stops, access to transit, landscaping type and spacing, bike parking, traffic calming, goods movement and deliveries, accommodating transportation network entities (TNEs), and preparing for autonomous vehicles (AVs). Kimley-Horn prepared the Miami -Dade Complete Streets Design Guidelines to provide the unifying design document for local governments in Miami -Dade County to be able to identify and incorporate Complete Streets elements into road projects. The Design Guidelines are targeted toward engineers, planners, and developers. The Design Guidelines were made possible through a Centers for Disease Control and Prevention (CDC) grant administered by the Florida Department of Health (FDOH) in Miami -Dade. Multimodal Mobility Plan, Miami Shores, FL — Project manager. The primary focus of this Mobility Plan was to improve the bicycling and walking mobility and safety within Miami Shores Village. The Mobility Plan identified a comprehensive network of improved multimodal mobility for bicyclists and pedestrians by linking key Village destinations together, including downtown Miami Shores, Barry University, Bayshore Park, Miami Shores Recreation Complex, charter school, Miami Country Day, and Miami Shores Elementary School. This plan also included traffic analysis for proposed lane elimination. The primary focus of this Mobility Plan was to improve the bicycling and walking mobility and safety within Miami Shores Village. The Mobility Plan identified a comprehensive network of improved multimodal mobility for bicyclists and pedestrians by linking key Village destinations together, including downtown Miami Shores, Barry University, Bayshore Park, Miami Shores Recreation Complex, charter school, Miami Country Day, and Miami Shores Elementary School. This plan also included traffic analysis for proposed lane elimination. South Miami Intermodal Transportation Plan (ITP), South Miami, FL — Project engineer for a plan to enhance the existing transportation system and mobility choices available to residents, workers, and visitors to the City. An integral component of this effort is to establish and implement the SMITP, which identifies an interconnected network of mobility and safety improvements based on smart growth and Complete Streets principles. The goal of the SMITP is to identify and prioritize pedestrian and bicycle projects throughout the City, as well as to enhance access to public transportation. Some of the improvements included in the plan are bike paths, neighborhood greenways, sidewalks, crosswalks, on - street bike lanes, buffered bike lanes, enhanced shade landscaping and tree canopies, traffic calming to help make streets safer, and improving the timing for pedestrian crosswalk signals. Kimley>>)Horn 57 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Science, University of Texas, Austin, Civil Engineering • Bachelor of Science, University of Tennessee, Civil Engineering • Professional Engineer in North Carolina #033262 • American Planning Association (APA), Member Special Qualifications • Has 19 years of transportation planning experience specializing in long-range transportation planning, financial planning, performance measurement, multimodal planning, and public involvement • Involved with the long-range transportation planning process at all stages, including specialization in financial planning, crash histories and analyses, bicycle and pedestrian planning, and public involvement • Specializes in bicycle and pedestrian planning, regional financial planning, and public outreach • Trained air quality specialist with extensive experience in air quality conformity and the EPA MOVES software • Proficient in numerous air quality software platforms including MOVES, CAL3QHC, Mobile 6.2, EMIT, PAL 2.0, EMFAC, URBEMIS, COFlorida2004 Allison Fluitt, P.E. (NC), AICP Short and Long Range Transportation Planning; Bicycle and Pedestrian Planning Relevant Experience Connections 2040 Regional Mobility Plan and StarMetro Transit Development Plan, Tallahassee, FL — The Capital Region Transportation Planning Agency (CRTPA) selected Kimley-Horn to prepare the 2040 Regional Mobility Plan and Transit Development Plan for the Tallahassee region. The Regional Mobility Plan provides a comprehensive look at the multimodal transportation needs of the area and how they relate to the forecasted economic growth. This process is designed to respond to growth and development pressures through a transportation network that responds to land use and includes provisions for all modes of travel. The StarMetro Transit Development Plan is a 10-year planning effort for the region's primary transit agency that was conducted in tandem with the Regional Mobility Plan development. This plan allows the region to consider long-term transit strategies, such as bus rapid transit, alongside the multimodal needs identified through other elements of the planning process. Transportation Planning and Engineering Services Termin Contract (aka Term Contract for Traffic Engineering), Charlottesville, VA — Project engineer. Kimley- Horn provided ambient noise monitoring, traffic noise modeling, and a technical memorandum for the Nameless Field noise study. This study was needed for the University's planning study for a potential new building in the southwest quadrant of the intersection of Emmet Street and Ivy Road/University Avenue in the area of the Snyder Tennis Center and Nameless Field. The University wanted to better understand the existing traffic noises and other ambient noise environment of the proposed site to assist in planning for the building. The existing noise environment is dominated by traffic noise from the surrounding roadway network, a cooling tower, and intermittently by marching band practice conducted on Carr's Hill Field. Study was completed in March 2014. Kimley-Horn provided traffic and transportation engineering services on an on -call basis and has completed more than 50 tasks for the University. Projects involved several different University departments including Facilities Management, Transportation and Parking, Office of the Architect, and the Medical System. Projects included transportation studies, traffic analyses, parking analyses, conceptual layouts for parking garages, traffic signal design, roadway feasibility studies, traffic calming planning/design, pavement marking plans, circulation studies, data collection, pedestrian/bicycle studies, and streetscape design concepts. Tenth Street Corridor Study, Greenville, NC — Project engineer. Kimley-Horn, in conjunction with NCDOT and the City of Greenville, is working to develop a series of recommended improvements to the 3-mile section of Tenth Street from Evans Street to Oxford Road. The focus of the study is to enhance safety along the corridor for all modes of transportation, provide additional and better bicycle and pedestrian access, and improve aesthetics and access management while maintaining the roadway capacity for the over 20,000 vehicles that use the corridor on a daily basis. The study process involved several rounds of public workshops, stakeholder interviews, and extensive coordination with a steering committee consisting of City and NCDOT staff, East Carolina University faculty and staff, and members of the public. Kimley- Horn developed scenarios; coordinated the public involvement; performed traffic capacity, safety, and multimodal analyses; and prepared conceptual roadway exhibits and cost estimates for the proposed improvements. 58 CITY CF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Allison Fluitt, P.E. (NC), AICP Bicycle and Pedestrian Plans, Laurel Park and Flat Rock, NC — Project manager. Working with the NCDOT Division of Bicycle and Pedestrian Transportation through our statewide on -call, Kimley-Horn is developing the bicycle and pedestrian plans for the Village of Flat Rock and the Town of Laurel Park in western North Carolina. Both communities are adjacent to the City of Hendersonville, for whom Kimley-Horn prepared bicycle and pedestrian plans. These studies represent a unique opportunity within the state to not only consider bicycle and pedestrian solutions for each community, but also to explore the larger regional context and opportunities for collaboration. Kimley-Horn led an extensive public involvement process for each plan, including steering committee participation, public workshops, stakeholder engagement, and two online questionnaires. The outcomes for these plans focus on near -term implementable solutions that can maximize involvement from the municipalities, NCDOT, and local advocates. Connect 2045 (Formerly PlanCheyenne 2019-2045), Cheyenne, WY — Project engineer. Kimley-Horn was retained by the Cheyenne MPO to complete PlanCheyenne, the city's long-range transportation master plan (LRTP). This project involves producing updated economic, demographic, traffic, and land demand forecasts; conditions assessments of roadway and interchange needs and deficiencies; developing short- and long-term transportation and land use plans for walking, biking, and trail facilities; incorporating public transportation services and freight corridors; and addressing corridor safety and evacuation routing. Extensive communication with community, external, and elected stakeholders is crucial to the success of this project, which we addressed through community workshops and charrettes, pop-up events at farmers markets and other local events, youth engagement, and the development of a project website. Additionally, our team is developing the funding strategy for the project by identifying existing funding sources, potential uncertain funding sources for planned improvements, and new sources of revenue. Livability 2050 Regional Transportation Plan (RTP) and Congestion Management Plan (CMP), Memphis, TN Project manager. Kimley-Horn developed the Memphis region's Livability 2050 Regional Transportation Plan (RTP) in conjunction with the region's travel demand model and intelligent transportation system (ITS) architecture. This RTP served as an opportunity to integrate many recently completed and ongoing planning efforts for the area, such as a new regional bicycle and pedestrian plan and a comprehensive plan for the City of Memphis. Our team implemented FAST Act performance measures and RTP and Transportation Improvement Program (TIP) prioritization criteria. We also performed an in-depth financial constraint assessment. Our team examined the existing transportation network and performed environmental, social, cultural, and air quality conformity analysis. Following the adoption of the RTP, Kimley- Horn assisted the MPO with the preparation of their Congestion Management Process. Raleigh Downtown Transportation Plan (RDTP), Raleigh, NC — Project planner. Kimley-Horn led the Raleigh Downtown Transportation Plan that focused on transit, transportation, and urban design recommendations for the urban core of Downtown Raleigh. The 2016 Wake Transit Plan created a vision for transit to connect the region and all Wake County communities by providing frequent, reliable urban mobility and enhancing access to transit. The RDTP builds on the Wake Transit Plan by further developing the vision for transit and transportation in Downtown Raleigh by creating a multimodal transportation network that reflects a diverse spectrum of transportation needs including automobile, bicycle, pedestrian, and public transportation users. Asheville Mobility Plan (Asheville in Motion), Asheville, NC — Project engineer. Kimley-Horn is assisting the City of Asheville through the process of developing a Mobility Plan. The process includes a progressive approach that blends land use, urban form, and mode split aspirations into an integrated strategy. The emphasis is on the development of decision tools that help refine the design of improvements as well as strategies for different context areas of the community. A new street typology, priority design matrix, and community -types coupled with priority tools, such as mobility indexing and the creation of a mobility district, will influence future decision making and ensure compatibility with other community initiatives. An innovative performance -based planning approach focused on identifying the geographies within the study area that would benefit the most from transportation improvements. The mobility indexing tool helped to quantify those areas in greatest need of improved transit, bicycle, and pedestrian service. This performance -based process provides a framework for the City to evaluate transportation recommendations and guide funding decisions. Kimley>))Horn 59 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Bachelor, University of Florida, Landscape Architecture • Prof Landscape Architect in Florida #0001706 • American Society of Landscape Architects (ASLA) • Urban Land Institute Special Qualifications • Has 33 years of landscape architecture experience • Chair of the Miami - Dade County Waterfront Development Review Committee • Citizens for a Better South Florida Executive Board Member • Neat Streets Miami - Board Member George Puig, PLA Complete Streets Planning and Design Relevant Experience The Underline Master Plan, Miami -Dade County, FL — Project manager. The Underline is an iconic bicycle and pedestrian greenway and urban linear park under the Miami -Dade Metrorail corridor. Our services included site analysis, mobility recommendations, transportation safety recommendations, framework plan support, key agency review meetings, and public meeting support. One of the key results of Kimley-Horn's participation in The Underline Master Plan was developing innovative engineering techniques for providing intersection crossing safety; improvements included wide crossings with separate space for bicyclists and pedestrians, innovative pavement markings, colored pavement treatments, and recessed stop bars for motor vehicle traffic to accommodate the wide crossings. Kimley-Horn provided transportation engineering services in the development of two demonstration projects including the "Brickell Backyard" and the "University Colonnade" sections of The Underline. As a subconsultant to James Corner Field Operations, Kimley-Horn led the transportation planning and civil engineering support areas of The Underline Master Plan. Intermodal Transportation Plan (ITP), South Miami, FL — Project manager on the Kimley-Horn team that prepared the South Miami Intermodal Transportation Plan (SMITP). The City of South Miami desired to enhance the existing transportation system and mobility choices available to residents, workers, and visitors to the City. An integral component of this effort was to establish and implement the SMITP, which identified an interconnected network of mobility and safety improvements based on smart growth and complete streets principles. Kimley-Horn prepared detailed recommendations for pedestrian facilities, bicycle facilities, intersection design, and sustainability. We developed an implementation plan that respects the limits of affordability and provides a strategy the City could potentially follow to maximize the user benefit while keeping costs within reason of available funding sources. • Team oriented with a unique University Bridge Residences, Sweetwater, FL — Landscape architect. The blend of design knowledge under -construction development consists of one residential building tower that and management experience includes ground floor retail/restaurant, five levels of parking and 19 residential levels. • Critical involvement in The project is anticipated to have 311 residential units and approximately 7,000 recreational and streetscape square feet of retail/restaurant space once completed. Kimley-Horn was retained by type projects from concept the client to provide assistance during the site planning process including a traffic through construction study, maneuverability analysis for the loading areas, geometric layout for proposed administration on -street parking, drop-off areas and project entrance. Kimley-Horn's services • Executive Board Member, included design and permitting of the on -site paving, water, sewer and drainage Citizens fora Better South systems and coordination with the architect and other disciplines. Kimley-Horn's Florida services also included design and permitting of approximately 660 linear feet of a 12-inch water main extension along the adjacent street to provide domestic and fire service to the proposed building. Biscayne Green, Miami, FL — Project manager. Working with the Miami Parking Authority and in collaboration with the Miami Downtown Development Authority, Kimley-Horn is actively developing a long-term vision for the redesign of a portion of Biscayne Boulevard in downtown Miami. The segment of Biscayne Boulevard between SE 1 st Street and NE 6th Street will be transformed from parking lots and travel lanes into a dynamic linear park and promenade linking downtown and CITY OF WAW BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND George Puig, PLA Bayfront Park. The intent is to narrow the vehicular corridor along this stretch from 8 lanes to 4 lanes of traffic and remove the NE 1 st and 4th Streets intersections to increase connectivity and meet the transportation needs of all street users in a safe and enjoyable manner. Throughout the visioning process, from information gathering and consensus building to program planning, the Kimley-Horn team engaged the public as well as advisory and stakeholder committees to inform the design. Working with the Miami Parking Authority (MPA) and in collaboration with the Miami Downtown Development Authority (DDA), Kimley-Horn is actively developing a long-term vision for the redesign of a portion of Biscayne Boulevard in downtown Miami. The segment of Biscayne Boulevard between SE 1 st Street and NE 6th Street will be transformed from parking lots and travel lanes into a dynamic linear park and promenade linking downtown and Bayfront Park. Throughout the visioning process, from information gathering and consensus building to program planning, the Kimley-Horn team engaged the public as well as advisory and stakeholder committees to inform the design. The Underline Phase I, II, and III Design Criteria Package, Miami, FL — Landscape architect. Kimley-Horn is providing professional services to Miami -Dade County to develop a design -build criteria package for the Underline, a 10-mile linear trail and urban park underneath Miami's elevated Metrorail line. Services included utility coordination, development of design standards, schematic layouts for six intersection crossings, including bike lanes and pedestrian crossings, signage, pavement markings, and signal modifications. Design criteria for landscape architectural features and amenities was also included. Miami Worldcenter, Miami, FL — Project manager. Landscape architecture project manager. Kimley-Horn partnered with a private developer, the City of Miami, the Miami Community Redevelopment Agency (CRA), and other stakeholders in preparing typical sections for streetscapes for the City's largest proposed downtown project. Kimley-Horn also partnered with numerous utility companies to determine existing underground conditions. Once this information was obtained, we worked with multiple stakeholders to develop and evaluate various streetscape options for roads and avenues within the multi -block project limits. Wave Streetcar Alternatives Analysis/Environmental Assessment, TIGER and Small Starts Grants, and Project Management Consultant, Fort Lauderdale, Florida — Project manager. Kimley-Horn completed the Alternatives Analysis (AA)/Environmental Assessment (EA) for the Wave Modern Streetcar, a new fixed guideway modern streetcar transit service within Downtown Fort Lauderdale. Modern streetcar technology was selected as the locally preferred alternative (LPA) for the project. The length of the project's alignment is approximately 2.8 miles. Ten streetcar stations will be provided approximately every two to four city blocks. The project will provide frequent service throughout the day and will use a traffic signal prioritization system to facilitate movements. The outcome of the effort was FONSI for the project's Locally Preferred Alternative in 2012, satisfying the requirement of the NEPA. In 2015, a Supplemental EA was prepared to address design changes developed in the Project's Preliminary Engineering (PE) phase of Project Development, including siting the Project's vehicle maintenance and storage facility (VMSF) at a different location and providing an alternative end -of -line treatment on the northern end of the alignment known as the Flagler Loop. South Florida Regional Transportation Authority (SFRTA) General Planning Consultant, Palm Beach, Broward, and Miami -Dade Counties, FL — Landscape architect. Since 2004, Kimley-Horn has served as general planning consultant to the South Florida Regional Transportation Authority. Serving as landscape architect for the Downtown Mobility project that is being performed under our current general planning consultant contract with the South Florida Regional Transportation Authority, which operates the Tri-Rail commuter rail service between West Palm Beach and Miami. Tri-Rail is the only existing commuter rail service in Florida. Team responsibilities include data collection, short - and long-range transportation planning, facilities planning and development, alternative analyses and major investment studies, station area/transit-oriented development and oversight, financial planning and analysis, environmental analysis, and conceptual site planning. KimleyoHorn 61 CITY OF MIAW BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Bachelor of Landscape Architecture, University of Arkansas, Landscape Architecture • Prof Landscape Architect in Florida #6666795 • American Society of Landscape Architects (ASLA), Past President Special Qualifications • Has 27 years of experience as a practicing professional landscape architect • Experienced in applying a practical and budget -friendly, yet creative design approach to each project • Proficient in applying sustainable principles in project design and incorporating the design of Florida -friendly landscapes and water -efficient irrigation systems • Skilled designer with streetscape and roadway - related project experience throughout the South Florida for various municipalities, FDOT, and Florida's Turnpike Enterprise. • Contributed, managed, and/ or produced three recent "road diet" projects in Palm Beach and Broward Counties. • Directed the preparation of numerous streetscape- related construction drawings, detailing, and specifications. Jonathan Haigh, PLA Complete Streets Planning and Design Relevant Experience Design -Build Criteria Packages for Broward MPO Regional Complete Streets Initiatives, FDOT District Four — Landscape architect for the development of five design -build criteria packages for the following locations in Broward County: Hammondville Road from Powerline Road to W. of 1-95; NW 31st Avenue from Commercial Blvd to McNab Road; Powerline Road from Oakland Park Blvd to Commercial Blvd.; Lauderdale Lakes Greenway from NW 31 st Ave to NW 29th Ave.; and Riverland Road from SR-7/US-441 to SR-842/Broward Blvd. The MPO requested the construction of new bicycle and pedestrian facilities in the existing right-of-way to improve safety and access for Broward's residents and provide more transportation alternatives. Design services included milling and resurfacing, utility coordination, signing and pavement marking, signal improvements, landscaping, and public involvement. Kimley-Horn provided professional engineering services for the development of five design -build criteria packages for the following locations in Broward County: Hammondville Road from Powerline Road to west of 1-95; NW 31 st Avenue from Commercial Boulevard to McNab Road; Powerline Road from Oakland Park Boulevard to Commercial Boulevard; Lauderdale Lakes Greenway from NW 31 st Avenue to NW 29th Avenue; and Riverland Road from SR 7/US 441 to SR 842/Broward Boulevard. The MPO requested the construction of new bicycle and pedestrian facilities in the existing right-of-way to improve safety and access for Broward's residents and provide more transportation alternatives. Design services included milling and resurfacing, utility coordination, signing and pavement marking, signal improvements, landscaping, and public involvement. Bicycle Lane Addition on NW 64th Avenue from Sunset Strip to Oakland Park Boulevard, Sunrise, FL — Project manager for the design of bicycle lanes and street improvements on NW 64th Avenue from Sunset Strip to Oakland Park Boulevard. Kimley-Horn will provide LAP coordination assistance. Kimley-Horn is providing design and landscape services for the addition of bicycle lanes on NW 64th Avenue in Sunrise. SW 67th Avenue Design, Davie, FL — Landscape architect for an extension of the Town's existing roadway from NW 41 st Court south to Orange Drive. The expansion provided approximately 1,400 linear feet of a new 2-lane roadway that included roadway swales and exfiltration trench for drainage. Along with the roadway and drainage improvements, the project included an 8-foot-wide sidewalk addition to improve pedestrian and equestrian traffic through the Town. Once completed the project will provide additional access to the area schools and help alleviate the traffic on Davie Road extension. The Town of Davie's SW 67th Avenue project serves an extension of the Town's existing roadway from NW 41 st Court south to Orange Drive. The expansion provides approximately 1,400 linear feet of a new 2-lane roadway that includes roadway swales and exfiltration trench for drainage. Along with the roadway and drainage improvements, the project includes an 8-foot-wide sidewalk addition to improve pedestrian and equestrian traffic through the Town. The project provides additional access to the area schools and will help alleviate the traffic on Davie Road extension. Kimley-Horn is now providing construction phase services. 62 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Jonathan Haigh, PLA Melaleuca Drive Roadway Improvements, Margate, FL — Landscape architect. Kimley-Horn provided civil engineering and landscape architectural services for this project to design new sidewalks, accessible crossings, landscape, and provide irrigation improvements for this residential street that connects Atlantic Boulevard to NW 9th Court. The project focused on preserving existing trees and adding pockets of colorful plantings along the sidewalk to create a pleasant pedestrian experience. Kimley-Horn provided civil engineering and landscape architectural services for this project to design new sidewalks, accessible crossings, landscape, and provide irrigation improvements for this residential street that connects Atlantic Boulevard to NW 9th Court. The project focused on preserving existing trees and adding pockets of colorful plantings along the sidewalk to create a pleasant pedestrian experience. Fern Street Streetscape and Complete Streets Design, West Palm Beach, FL — Project manager. Provided civil engineering and landscape architectural design services for this project, which features complete street pedestrian and bicycle enhancements within portions of the Fern Street corridor between Tamarind Avenue and Flagler Drive in Downtown West Palm Beach. The design program includes curbside bioswale planters, pedestrian -level lighting, replacement of portions of existing sidewalk to remediate pedestrian hazards, restriping of the roadway to better organize parking and add a combination of dedicated bike lane and shared -use bicycle markings (sharrows), and decorative crosswalks. Kimley-Horn's design team provided civil engineering and landscape architectural design services for this project, which featured complete street pedestrian and bicycle enhancements within portions of the Fern Street corridor between Tamarind Avenue and Flagler Drive in Downtown West Palm Beach. The design program included curbside bioswale planters, pedestrian -level lighting, replacement of portions of existing sidewalk to remediate pedestrian hazards, restriping of the roadway to better organize parking and add a combination of dedicated bike lane and shared -use bicycle markings (sharrows), and decorative crosswalks. This federally funded project was administered through FDOT's Local Agency Program (LAP). As part of the grant process, Kimley-Horn produced environmental Categorical Exclusion (CATEX) documentation and a subconsultant performed a Cultural Resource Assessment Survey (CRAS) to determine if any National Register eligible or listed historic resources would be affected by the improvements. Kimley-Horn also provided construction phase services. Historic Miramar Complete Streets, Miramar, FL — Project manager for the development of design concepts and a phasing plan for the City to implement their Complete Streets vision utilizing a Broward County Redevelopment Program grant. Opinions of probable construction cost were developed in support of the phasing plan, along with a narrative detailing the design and cost differences between the initial grant application and current anticipated construction pricing. The Complete Streets improvements, designated for the 255-acre project area, include 7 miles of sidewalk improvements with accessible ramps and crosswalks, potential biking facilities, decorative crosswalk treatments, street trees, sodded swale improvements, irrigation, and pedestrian level lighting. Kimley-Horn was selected to develop design concepts and a phasing plan for the City to implement their Complete Streets vision utilizing a Broward County Redevelopment Program grant. Opinions of probable construction cost were developed in support of the phasing plan, along with a narrative detailing the design and cost differences between the initial grant application and current anticipated construction pricing. The Complete Streets improvements, designated for the 255-acre project area, include 7 miles of sidewalk improvements with accessible ramps and crosswalks, potential biking facilities, decorative crosswalk treatments, street trees, sodded swale improvements, irrigation, and pedestrian level lighting. Miramar Historic Downtown Revitalization, Miramar, FL — Landscape architect. The Historic Downtown Revitalization is a streetscape project on Miramar Parkway between SW 68th Avenue to SW 69th Way within the City of Miramar. The project improvements include landscaping, sidewalks, street lighting, ADA improvements at the intersections, and a mid -block pedestrian crossing. Additionally, SW 69th Way had minor flooding issues which were addressed during this project. The Historic Downtown Revitalization is a streetscape project on Miramar Parkway between SW 68th Avenue to SW 69th Way within the City of Miramar. The project improvements include landscaping, sidewalks, street lighting, ADA improvements at the intersections, and a mid -block pedestrian crossing. Kimley>Morn 63 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Doctor of Philosophy, Vanderbilt University, Civil Engineering • Master of Science, Vanderbilt University, Computer Science • Master of Science, Vanderbilt University, Civil Engineering • Bachelor of Science, Xi'an University of Architecture and Technology, Transportation Engineering • Professional Engineer in Tennessee #112073 and Ohio #70327 • Pro Traffic Ops Engineer in #2849 • Institute of Transportation Engineers (ITE) Special Qualifications • Experience includes travel demand and transportation network modeling, transportation engineering, traffic signal and signal systems design, and development of signal system timing plans • Project experience includes TransCAD model development, transportation planning and travel demand modeling, traffic signal timing and coordination, traffic impact study, and design for highway corridors and improvements • Software engineering experience includes adaptive traffic control system, traffic simulation framework, and database models for travel survey, traffic operations, and inventory management, and Microsoft Certified Database Administrator (MCDBA) Zhiyong Guo, P.E. (TN), PTOE, Ph.D. Travel Forecasting Relevant Experience Continuing Planning and Design Consultant Services, Osceola County, FL Project engineer. Kimley-Horn provided a variety of transportation planning services to the County under this continuing contract. Served as team member for the Osceola Model task. Kimley-Horn provided a variety of transportation planning services to the County under this continuing contract. Assistance has included conducting the countywide data collection and analysis program, support for participation with MetroPlan Orlando, travel demand modeling and toll feasibility analysis for the Southport Connector, analysis and coordination with review agencies to support the approval of the County's Master Plan Districts, coordination with the Florida Turnpike, and the Orlando -Orange County Expressway Authority relating to potential Osceola Expressway Authority projects, and assisted the County with the update of the Transportation Element of the County's Comprehensive Plan.(Contract PS# 09-139-LM). Kimley-Horn provided a variety of transportation planning services to the County under this continuing contract. Assistance has included conducting the countywide data collection and analysis program, support for participation with MetroPlan Orlando, travel demand modeling and toll feasibility analysis for the Southport Connector, analysis and coordination with review agencies to support the approval of the County's Master Plan Districts, coordination with the Florida Turnpike, and the Orlando -Orange County Expressway Authority relating to potential Osceola Expressway Authority projects, and assisted the County with the update of the Transportation Element of the County's Comprehensive Plan. On -Call Traffic Engineering 2018, Collierville, TN — Project engineer. Since 1998, Kimley-Horn has provided miscellaneous engineering services for the Town of Collierville. These services include the design of traffic signals, the development and implementation of traffic signal timing and phasing plans, the review of proposed site development plans, and the preparation of traffic impact studies. Connect 2045 (Formerly PlanCheyenne 2019-2045), Cheyenne, WY Project engineer. Kimley-Horn was retained by the Cheyenne MPO to complete PlanCheyenne, the city's long-range transportation master plan (LRTP). This project involves producing updated economic, demographic, traffic, and land demand forecasts; conditions assessments of roadway and interchange needs and deficiencies; developing short- and long-term transportation and land use plans for walking, biking, and trail facilities; incorporating public transportation services and freight corridors; and addressing corridor safety and evacuation routing. Extensive communication with community, external, and elected stakeholders is crucial to the success of this project, which we addressed through community workshops and charrettes, pop-up events at farmers markets and other local events, youth engagement, and the development of a project website. Additionally, our team is developing the funding strategy for the project by identifying existing funding sources, potential uncertain funding sources for planned improvements, and new sources of revenue. Livability 2050 Regional Transportation Plan (RTP) and Congestion Management Plan (CMP), Memphis, TN — Project engineer. Led the effort developing the new regional travel demand model for the MPO and provided traffic forecasts for RTP, TIP, and congestion management plan development. Kimley-Horn 64 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Zhiyong GUO, P.E. (TN), PTOE, Ph.D. developed the Memphis region's Livability 2050 Regional Transportation Plan (RTP) in conjunction with the region's travel demand model and intelligent transportation system (ITS) architecture. This RTP served as an opportunity to integrate many recently completed and ongoing planning efforts for the area, such as a new regional bicycle and pedestrian plan and a comprehensive plan for the City of Memphis. Our team implemented FAST Act performance measures and RTP and Transportation Improvement Program (TIP) prioritization criteria. We also performed an in-depth financial constraint assessment. Our team examined the existing transportation network and performed environmental, social, cultural, and air quality conformity analysis. Following the adoption of the RTP, Kimley-Horn assisted the MPO with the preparation of their Congestion Management Process. Virginia DOT TMPD, Project Management for the 1-64 Hampton Roads Bridge -Tunnel (HRBT) Expansion, Hampton Area, VA — Project engineer. Responsible for developing traffic volume forecasts for various project scenarios using Hampton Roads Transportation Planning Organization (HRTPO)'s regional travel demand model. The HRBT expansion includes 13 miles of interstate 64 widening, approximately 1 mile of two two-lane bridge trestles, and four additional lanes of immersed tube tunnel or bored tunnel under the Hampton Roads channel. The purpose of the project is to expand the bridge tunnel and associated roadways from four lanes to eight. This project is a complex transportation project on the federal interstate system that intersects a major marine navigation channel of the Hampton Roads area, a channel that has national defense, commercial, and historic significance since it serves four major marine terminals and the U.S. Navy. Much of the project is bordered by federal property including the Norfolk Naval Base, one of the largest in the world. Connections to five interchanges are included within the project's scope and managed lanes are being considered as a part of the funding and technical strategy. This project is being administered as a Design -Build P3 project. Kimley-Horn served VDOT as the owner's representative as part of a GEC conglomerate. Kimley-Horn was largely responsible for oversight of the engineering effort being performed on the bridging documents, authoring the technical requirements as part of the RFP, and supporting traffic analysis. Germantown Western Gateway Traffic Study, Germantown, TN — Project engineer. The City of Germantown selected Kimley-Horn to evaluate the traffic impact of a proposed redevelopment option identified in the City's small -area growth plan for the corridor. Kimley- Horn performed a traffic study of the Western Gateway, a heavily traveled corridor along Poplar Avenue and Poplar Pike that stretches from the City's western limits east to Poplar Estates Parkway. Through a set of models developed by the team, the evaluation identified the public improvements required for each phase of the plan. The recommendations of this study are being implemented as the property within the Western Gateway area develops. Connections 2040 Regional Mobility Plan and StarMetro Transit Development Plan, Tallahassee, FL — Project engineer. The Capital Region Transportation Planning Agency (CRTPA) selected Kimley-Horn to prepare the 2040 Regional Mobility Plan and StarMetro Transit Development Plan for the Tallahassee region. The Regional Mobility Plan provided a comprehensive look at the multimodal transportation needs of the area and how they relate to the forecasted economic growth. This process responded to growth and development pressures through a transportation network that fit land use and included provisions for all travel modes. This plan also included a diagnostic assessment of the successes and failures of recent MPO planning efforts with the ultimate objective being to create a more nimble and adaptable plan for the future. Based on the findings of this diagnostic assessment, the outreach strategy for the Regional Mobility Plan embraced a bottom -up approach, involving intensive up -front work sessions with staff and policy makers from local jurisdictions. This approach, paired with close coordination with the region's Policy Board, helped the region move toward a series of prioritized recommendations that were generated directly from local needs while creating a process that was embraced by state and federal agencies. KimlepMorn 65 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Civil Engineering, North Carolina State University, Transportation Engineering • Bachelor of Science, North Carolina State University, Civil Engineering • Professional Engineer in North Carolina #024881 • Transportation Research Board (TRB) Special Qualifications • Has 27 years of experience as a transportation engineer, the vast majority of which has been focused on the development and application of travel demand models • Has been an integral part of forecasting, application, and postprocessing of travel demand forecasts for area and corridor studies • Focuses on how the model can be used to answer the big questions for a region and recognizes that the best answers often involve combining model data with microsimulation or other nontraditional spatial analysis tools • Has assisted in development and maintenance of nearly two dozen models in the southeast and nationwide • Proficient in TransCAD, TransCAD GISDK, TRANPLAN, CUBE/ VOYAGER/TP+, ORS Il, and ESRI GIS software packages Timothy Padgett, P.E. (NC) Travel Forecasting Relevant Experience Connections 2040 Regional Mobility Plan and StarMetro Transit Development Plan, Tallahassee, FL — Project engineer. Tim was responsible for model application during the course of the project. The Capital Region Transportation Planning Agency (CRTPA) selected Kimley-Horn to prepare the 2040 Regional Mobility Plan and StarMetro Transit Development Plan for the Tallahassee region. This four -county region contains notable destinations, such as Florida State University, Florida A&M University, the Florida State Capitol, and the Apalachicola National Forest. The Regional Mobility Plan provided a comprehensive look at the multimodal transportation needs of the area and how they relate to the forecasted economic growth. This process responded to growth and development pressures through a transportation network that fit land use and included provisions for all travel modes. This plan also included a diagnostic assessment of the successes and failures of recent MPO planning efforts with the ultimate objective being to create a more nimble and adaptable plan for the future. Based on the findings of this diagnostic assessment, the outreach strategy for the Regional Mobility Plan embraced a bottom -up approach, involving intensive up -front work sessions with staff and policy makers from local jurisdictions. This approach, paired with close coordination with the region's Policy Board, helped the region move toward a series of prioritized recommendations that were generated directly from local needs while creating a process that was embraced by state and federal agencies. The StarMetro Transit Development Plan was a 10-year planning effort for the region's primary transit agency that was conducted in tandem with the Regional Mobility Plan development. This plan allows the region to consider long-term transit strategies, such as bus rapid transit (BRT), alongside the multimodal needs identified through other elements of the planning process. Travel Demand Model Update and VMT/SB 743 Implementation, Mammoth Lakes, CA — Project engineer and modeler. Kimley-Horn updated the Town's travel demand model and used it to complete VMT analysis and Threshold development in support of SB 743 policy implementation. The model analysis included development of both a typical weekday and weekend model reflective of peak winter tourism conditions. The model development included the application of big data to understand origins and destinations as they relate to resident and visitor trip making characteristics. Connect 2045 (Formerly PlanCheyenne 2019-2045), Cheyenne, WY — Project engineer. Kimley-Horn was retained by the Cheyenne MPO to complete PlanCheyenne, the city's long-range transportation master plan (LRTP). This project involves producing updated economic, demographic, traffic, and land demand forecasts; conditions assessments of roadway and interchange needs and deficiencies; developing short - and long-term transportation and land use plans for walking, biking, and trail facilities; incorporating public transportation services and freight corridors; and addressing corridor safety and evacuation routing. Extensive communication with community, external, and elected stakeholders is crucial to the success of this project, which we addressed through community workshops and charrettes, pop-up events at farmers markets and other local events, youth engagement, and the development of a project website. Additionally, our team is developing the funding strategy for the project by identifying existing funding sources, potential uncertain funding sources for planned improvements, and new sources of revenue. CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Timothy Padgett, P.E. (NC) 2045 Goldsboro Urban Area Metropolitan Transportation Plan, Goldsboro, NC — Project engineer. Kimley-Horn was selected by the Goldsboro Urban Area MPO to develop the Goldsboro MPO Metropolitan Transportation Plan. Tasks included project administration, community involvement, development of guiding statements, an existing conditions assessment, development of multimodal transportation recommendations, refinement and application of the regional travel demand model, a financial analysis, and report documentation. Key deliverables included a project work plan, engagement activities and tools, website and social media content, MTP goals, project sheets, performance measure documentation, financial analysis spreadsheet, and summary report. Key components of this planning process included updating the travel demand model to reflect new major connections in the region, pivoting the focus of the planning process away from major infrastructure initiatives to smaller strategic projects that have a higher likelihood of near -term implementation, and developing a project prioritization process that reflected local needs but best positioned the region to be competitive in the state's project scoring system. Kimley-Horn was able to accomplish these key components and prepare the entire MTP under a tight timeframe of less than four months. Ultimately, the plan was adopted by the MPO and accepted by NCDOT and FHWA with no modifications. Austin Strategic Mobility Plan (ASMP), Design Guide, and CodeNext (2018 Update), Austin, TX — Project engineer. In January 2019, Kimley-Horn completed the City of Austin's Strategic Mobility Plan (ASMP). This effort involved creating a vision for the City's transportation facilities that incorporated several long-range planning initiatives, including the . transportation element of the Comprehensive Plan, the Urban Rail Program, and the Downtown Plan. The Kimley-Horn team updated the City's Street Network Plan to integrate the City's form -based code (CodeNext) and advance their Complete Streets program. The ASMP required an innovative approach to consider how transportation investments would affect a variety of City priorities. The result was a scenario -driven process, organized around community -identified priorities, which include affordability, travel choices, commuter delay, economic prosperity, sustainability, health and safety, placemaking, and innovation. 1-265 Widening Traffic Forecasting and Quantitative MSAT Analysis (aka 1-265 Widening Forecasting, Capacity Analysis, and Air Quality Analysis), Jefferson County, KY — Project engineer. Kimley-Horn provided traffic engineering and environmental services for the widening of 1-265 in Jefferson County. With traffic expected to increase due to major transportation and development changes in the Louisville Metro area, this roadway widening was essential to decrease congestion and improve safety, operations, and traffic capacity. Kimley-Horn provided traffic forecasting, capacity analysis, traffic modeling, operational analysis, and air quality analysis for the corridor that consists of 8 interchanges and 42 ramps. A VISSIM traffic simulation model was developed for 1-265 and associated interchange ramps and the baseline traffic simulation model was developed and calibrated to represent existing conditions for AM and PM peak periods along the corridor. The analysis results were documented in a Traffic Forecasting Memorandum, technical and executive Traffic Forecast Reports, and a Traffic Operations Report. Exit 8/1-64 Mixed Use Development and Traffic Mobility Study, Huntington, WV — Project engineer. Kimley-Horn was retained by the KYOVA Interstate Planning Commission to evaluate various land uses and mobility near the 1-64/ WV 152 interchange from downtown Huntington to the Beech Fork Lake access roads. After taking inventory of the existing conditions by performing a capacity analysis and safety analysis, our team evaluated the potential for future development by means of an economic study and market analysis, focusing on mixed land use opportunities for lodging and a visitor's center. Building on this information, Kimley-Horn evaluated the traffic mobility and circulation at the 1-64/WV 152 interchange and gateway access from 1-64 to downtown via 5th Street and 8th Street, with specific consideration given to truck traffic and bicycle/pedestrian accommodations. Improvement recommendations for the interchange and gateway improvements were provided in a final mobility plan presented to the KYOVA board and steering committee. Kimley o Horn 67 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Clarence Eng, FAICP Transit Operations Planning; Transit Operations Planning; Facilities Planning and Development, Transportation Related Urban Design; Transit Oriented Development Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL AMA Served as senior planner supporting project development and environmental documentation. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit Professional Credentials (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach • Master, University of Convention Center. Kimley-Horn is serving as the prime consultant overseeing the Southern California, Planning project through project development, conceptual engineering, environmental impact • Master, University of analysis, procurement of a P3 developer that will design, build, operate, maintain, and Southern California, Urban finance the project. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail Design transit (LRT) or modern streetcar system circulating through the Art Deco District of • Bachelor of Landscape Miami Beach, and providing connectivity between South Beach hotels and the Miami Architecture, University of Beach Convention Center. Kimley-Horn served as the prime consultant overseeing Montreal the project through project development, conceptual engineering, environmental • American Institute of Certified impact analysis, and procurement of a P3 developer that would design, build, operate, Planners (AICP), Fellow maintain, and finance the project. • American Planning Association (APA) Miami Trolley Efficiency Study, Miami, FL — Project manager. The Miami Trolley • Congress for New Urbanism Efficiency Study was prepared to identify the potential ways to improve Miami Trolley service and operational efficiency, identify areas in greatest need of improvement, and • Urban Land Institute to guide how the City of Miami should approach future service changes to their 12 Special Qualifications routes. The study completed an initial review of the existing trolley service conditions, evaluated individual route performance using available data, documented the operating • Has 32 years integrating transit, transit -oriented statistics (i.e., weekday and weekend productivity, ridership, on -time performance development, transportation, and operating speed), and identified overall systemwide improvement and specific urban design, land use, route recommendations. The study recommended route modifications to include and economic revitalization simplifying and streamlining lower performing routes, consolidating or removing in urban and large stops, consolidating routes, and modifying operating schedules. The Miami Trolley redevelopment areas Efficiency Study was prepared to identify the potential ways to improve Miami Trolley • Expertise in transit systems service and operational efficiency, identify areas in greatest need of improvement, and evaluation and service to guide how the City of Miami should approach future service changes to their 12 operating plans, multimodal routes. The study completed an initial review of the existing trolley service conditions, transportation corridors, alternatives analysis, and evaluated individual route performance using available data, documented the operating PD&E/NEPAstudies statistics (i.e., weekday and weekend productivity, ridership, on -time performance • Experience coordinating and operating speed), and identified overall systemwide improvement and specific multidisciplinary teams for route recommendations. The study recommended route modifications to include complex multi -jurisdictional simplifying and streamlining lower performing routes, consolidating or removing stops, strategic visioning and consolidating routes, and modifying operating schedules. implementation action plans Sun City Center Pedestrian Mobility Study, Sun City Center, FL — Project • Has 15 years of experience manager. The Sun City Center Mobility Study was conducted to address community conducting community design charrettes concerns for needed infrastructure and safety improvements in Sun City Center. The study goals included improving safety, enhancing mobility, connecting residents Recipient of of Charter Award for• ipien oriented and local businesses, and prioritizing projects for the Hillsborough County Capital development plan in the Improvement Program (CIP). Coupled with community stakeholder input, these Washington, D.C. region goals served as the framework for determining mobility, safety, and operational from the Congress for New improvements for golf carts, pedestrians, and bicyclists in Sun City Center. The Sun Urbanism City Center Mobility Study was conducted to address community concerns for needed CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Clarence Eng, FAICP infrastructure and safety improvements in Sun City Center. The study goals included improving safety, enhancing mobility, connecting residents and local businesses, and prioritizing projects for the Hillsborough County Capital Improvement Program (CIP). Coupled with community stakeholder input, these goals served as the framework for determining mobility, safety, and operational improvements for golf carts, pedestrians, and bicyclists in Sun City Center. Wave Streetcar Alternatives Analysis/Environmental Assessment and Small Starts Application, Fort Lauderdale, FL — Project planner for an Alternatives Analysis (AA) and Environmental Assessment (EA) toward advancing the Downtown Transit Circulator (DTC) Project (Wave Streetcar) into the Project Development (PD) phase as a Small Starts project. The Wave Streetcar involves constructing a new fixed guideway streetcar transit service within Downtown Fort Lauderdale in Broward County, Florida. Detailed demographic, ridership, affordable housing, land use, and economic development analyses were prepared to identify and document transit dependent populations and transit supportive areas in proximity to the planned major transit improvements. Kimley-Horn provided engineering, planning, and environmental services for an Alternatives Analysis (AA) and Environmental Assessment (EA) toward advancing the Downtown Transit Circulator (DTC) Project (Wave Streetcar) into the Project Development (PD) phase as a Small Starts project. The Wave Streetcar involves constructing a new fixed guideway streetcar transit service within Downtown Fort Lauderdale in Broward County. South US 1 Bus Rapid Transit (BRT) Improvements Study, Broward County, FL — Project manager for Bus Rapid Transit improvements for South US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). This project focused on Bus Rapid Transit improvements for South US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). The study developed a package of short -and medium -term implementation projects and identified long term investments to improve transit service, mobility, livability, and support economic development along the corridor. Multijurisdictional coordination included an advisory committee consisting of five municipalities, two counties, two state agencies, an international airport, and eight additional stakeholder agencies. The solutions included transit infrastructure, traffic signalization, intelligent transportation systems (ITS), and complete streets to support transit - oriented development, multimodal facilities, and improved surface transportation. Miami -Dade TPO General Planning Consultant (GPC I-V) Contracts, Miami -Dade County, FL — Project planner responsible for transit planning. Kimley-Horn served as General Planning Consultant (GPC) for the Miami -Dade TPO for five consecutive contract terms between 2000 and 2016. Kimley-Horn completed forty-seven (47) work orders during the course of GPCs I-V. Work orders that have been performed under these contracts include congestion management system plan updates, multimodal corridor studies, bicycle/pedestrian plans, transit studies, transit passenger surveys, freight and goods movement analyses, and sub -area mobility plans. Projects performed for this contract have included Transit Contraflow Feasibility Study, Local Municipal Transit Circular Policy Study, Development of a Service Plan for Waterborne Transit Service in Miami -Dade County, Snake Creek Bike Trail Planning and Feasibility Study, Metrorail M-Path Master Plan, Florida East Coast (FEC) Transit Connection Study, Automated Bicycle Rental System and Parking Plan Study, Safe Routes to School Infrastructure Plans, Origin -Destination Surveys for Local Bus Service, NW 27th Avenue Enhanced Bus Service Concepts and Environmental Study, Non -Motorized Network Connectivity Plan, Impact of PortMiami Tunnel on Downtown Traffic Congestion, Snapper Creek Trail Segment B Planning and Feasibility Study, Metromover System Expansion Study, Bicycle Wayfinding Study, and Guidelines for Municipal Transit Programs in Miami -Dade County. Miami -Dade TPO Strategic Miami Area Rapid Transit (SMART) Plan General Planning Consultant, Miami -Dade County, FL — Project planner. Kimley-Horn was retained by the Miami -Dade TPO to perform planning studies in support of the Implementation of the Strategic Miami Area Rapid Transit (SMART) Plan. Two work orders have been issued to Kimley- Horn so far: Beach -Northeast Corridors Land Use Scenario and Visioning Planning, and Factors Affecting Transit Ridership in Miami -Dade County. The Beach -Northeast Corridors Land Use Scenario and Visioning Planning study is developing transit supportive land use visions for the Beach and Northeast SMART Corridors. These land use visions are developed to complement the engineering and environmental assessments performed through the Project Development and Environment (PD&E) studies. As part of the study, Kimley-Horn team conducted three well -attended visioning charrettes to obtain public input, provided updates to the Study Advisory Committee (SAC) and Technical Oversight Committee (TOC), and developed alternative land use scenarios. The study is ongoing. The Factors Affecting Transit Ridership in Miami -Dade County study is identifying potential factors for transit ridership decline in Miami -Dade County. As part of the study, Kimley- Horn team conducted a survey, which generated over 1,750 completed responses from Miami -Dade County residents. Kimley>))Horn 69 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master, University of Maryland, Environmental Policy • Bachelor of Science, State University of New York, Environmental Biology Special Qualifications • 26 years of professional experience in project management, multimodal transportation planning, and stakeholder outreach. His experience includes technical analyses/assessments for various government agencies to evaluate transit capital improvement projects in compliance with NEPA and FTA project development requirements. • Has managed and consulted on numerous Transit projects (Bus Rapid Transit, Light Rail transit, Heavy Rail Transit, Commuter Rail) • Led a variety of projects related to transit feasibility analyses, corridor analysis, station area planning, market assessment, transit development plans and financial planning for bus and rail transit modes • Extensive experience with the Florida Department of Transportation, South Florida Regional Transportation Authority, metropolitan planning organizations, transit operators throughout Southeast Florida John Lafferty Integration of Transportation and Land Use (Task Leader) Relevant Experience National Transit Database (NTD) Passenger Counts, Pompano Beach, FL Project manager. Kimley-Horn completed on -board passenger counts of the SFRTA Tri-Rail passenger rail system for purposes of reporting passenger miles traveled (PMT) to the National Transit Database (NTD) to maintain eligibility for the Federal Transit Administration's (FTA) Urbanized Area Formula Grant Program. A primary task was the development of a sampling plan in accordance with NTD Sampling Manual requirements and NTD approval. The sampling plan included an approach for random sample selection, sample frequency, and the necessary sample size that meets the FTA's 95% confidence and 10% precision levels. Additionally, Kimley- Horn was responsible for extensive coordination with SFRTA, surveyor training, logistics coordination, data collection, data validation and the preparation of report that presents survey findings. Kimley-Horn completed on -board passenger counts of the SFRTA Tri-Rail passenger rail system for purposes of reporting passenger miles traveled (PMT) to the National Transit Database (NTD) to maintain eligibility for the Federal Transit Administration's (FTA) Urbanized Area Formula Grant Program. A primary task was the development of a sampling plan in accordance with NTD Sampling Manual requirements and NTD approval. The sampling plan included an approach for random sample selection, sample frequency, and the necessary sample size that meets the FTA's 95% confidence and 10% precision levels. Additionally, Kimley-Horn was responsible for extensive coordination with SFRTA, surveyor training, logistics coordination, data collection, data validation and the preparation of report that presents survey findings. Transportation Surtax Services General Planning Consultant (GPC) Services Task Work Order (TWO) 1, Fort Lauderdale, FL — Project planner. Kimley-Horn was selected to assist the Broward MPO in the development of a GIS based analysis tool, using the existing Complete Streets and other Localized Initiatives (CLIP) process to evaluate and rank over 500 projects submitted by municipalities for Broward County Transportation Surtax funding. The output of the application was a ranked list of projects for used in programming funding as well as an interactive web -based Esri project Dashboard for sharing project location information with the public. As part of this project an application user guide on how to edit and maintain the application was created as well as a training workshop for staff. The project also included in-house professional engineering services support to assist in the review of the municipal surtax projects prior to ranking. Kimley-Horn was selected to assist the Broward MPO in the development of a GIS based analysis tool, using the existing Complete Streets and other Localized Initiatives (CLIP) process to evaluate and rank over 500 projects submitted by municipalities for Broward County Transportation Surtax funding. The output of the application was a ranked list of projects for used in programming funding as well as an interactive web -based Esri project Dashboard for sharing project location information with the public. As part of this project an application user guide on how to edit and maintain the application was created as well as a training workshop for staff. The project also included in-house professional engineering services support to assist in the review of the municipal surtax projects prior to ranking. 70 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND John Lafferty SW 244th Street Mobility Hub Study, Miami, FL — Project manager. Kimley-Horn led this TPO Mobility Study to provide connectivity, mobility, and safety for pedestrians, bicyclists, and transit users. The mobility plan identifies the appropriate scale of transportation technology, infrastructure, and amenities to facilitate the usage of the bus rapid transit (BRT) station as well as efficient multimodal connections within study area. Kimley-Horn's services included an evaluation of land use, multimodal infrastructure, and mobility options for the development of site -specific recommendations. An implementation plan also was developed that included conceptual design and visualization of improvement recommendations, estimated costs, and the identification of funding sources. Transit Asset Management (TAM) Plan Update, Fort Lauderdale, FL — Principal -in -charge. Kimley-Horn is assisting SFRTA in creating its second -generation TAM Plan. This work focuses on updating the TAM policy framework for the agency, based on a status assessment of the current TAM program. In addition, our team is aligning the TAM plan with the recent SFRTA 20-year Capital Plan and updates to SFRTA's decision support tool process. As part of this plan, the Kimley-Horn team is reviewing use of TransAM and making recommendations to improve SFRTA's inventory and annual activities to better inform decision -makers. 20-Year Capital Plan, Plantation, FL — Project manager. Project manager. Under an on -call contract, Kimley-Horn is assisting SFRTA with the development of a 20-year capital plan of agency -prioritized needs. The purpose of the plan is to identify capital needs, establish priorities, and schedule projects. The resulting plan will identify improvement initiatives, capital projects, and state of good repair projects that SFRTA intends to adopt during the next 20 years. Kimley- Horn's services include developing prioritization criteria and a scoring matrix; creating a prioritized list of funded and unfunded capital projects including a detailed description of each; and developing an engineering capital cost estimating methodology for major capital projects. Under an on -call contract, Kimley-Horn developed SFRTA's first 20-year capital plan by engaging agency stakeholders in developing prioritization criteria aligned with the agency's goals and objectives. These criteria were used to prioritize projects submitted through a call for projects survey. The resulting database scored projects for both state of good repair (SGR) and expansion projects. Working closely with the SFRTA planning and finance teams, Kimley-Horn refined the projects list to include the appropriate timing and to include unconstrained SGR projects for a long-term view of needs out to 2041. Pembroke Pines Mobility Hub Planning, Phase II, Pembroke Pines, FL — Project manager for development of near -term concepts to prepare the project for FTA grant capital funding. The Master Plan recommends crosswalk improvements along Pines Boulevard to facilitate pedestrian movements and transit connections; transit improvements, such as bus bays and shelters, on Pines Boulevard; the addition of three community shuttle stops; and other improvements such as a multi -use path with lighting to improve transit connections. Since FTA 5307 funds will be used for design and construction, these concept plans will help confirm the costs, feasibility, and constructability of the proposed improvements in order move forward to the design and construction phase. SW 244th Street Mobility Hub Study, Miami, FL — Project manager. Kimley-Horn is leading this TPO Mobility Study to provide connectivity, mobility and safety for pedestrians, bicyclists, and transit users. The mobility plan will identify, the appropriate scale of transportation technology, infrastructure and amenities to facilitate the usage of the BRT station as well as efficient multimodal connections within study area. Kimley-Horn's services include an evaluation of land use, multimodal infrastructure and mobility options for the development of site -specific recommendations. An implementation plan is also being developed to include conceptual design and visualization of improvement recommendations, estimated costs as well as the identification of funding sources. KimlepMorn 71 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Urban and Regional Planning, University of Minnesota • Bachelor of Science, University of Minnesota, Architecture Special Qualifications • Experience working with municipal & state agencies on transportation projects such as with the Washington County (Minnesota) Microtransit Feasibility Report and Florida Department of Transportation (FDOT). • Experience generating graphics to communicate planning ideas and concepts on project reports and for public stakeholders. • Proficient in design and rendering software such as AutoCAD, Rhinoceros, Lumion, and Adobe Creative Suite products. • Involved with different phases of project development and stakeholder engagement and outreach. Don Do Transit Operations Planning SUN Trail Implementation Plan, West Palm Beach, FL — Project analyst. Kimley-Horn was selected by the TPA to help verify the existing shared use path SUN Trail Network in Palm Beach County and identify missing segments and alignments feasible for implementation. The purpose of the evaluation is to provide an updated map and GIS layer of the SUN Trail corridors that identifies each segment as existing, programmed/funded, partially funded for pre -construction, or as an unfunded gap. This project also identified segments and alignments that are feasible for implementation and provided cost estimates so the TPA can work with local municipalities to advance implementation of the SUN Trail in Palm Beach County. Kimley-Horn was selected by the TPA to help verify the existing shared use path SUN Trail Network in Palm Beach County and identify missing segments and alignments feasible for implementation. The purpose of the evaluation is to provide an updated map and GIS layer of the SUN Trail corridors that identifies each segment as existing, programmed/funded, partially funded for pre -construction, or as an unfunded gap. This project also identified segments and alignments that are feasible for implementation and provided cost estimates so the TPA can work with local municipalities to advance implementation of the SUN Trail in Palm Beach County. Districtwide Modal Development Consultant, FDOT District Four — Project analyst on the team selected by the District Four Office of Modal Development (OMD) districtwide contract to assess and recommend mobility enhancements for all transportation modes. Completed a broad range of projects during the contracts encompassing all major modes of transportation and coordination with project stakeholders and local governments. Specific project types included multimodal master plans, Multimodal Scoping Checklist (MMSC), Context Classification analysis, pedestrian and bicycle design plan reviews, regional freight transportation mobility, implementation of intelligent transportation systems (ITS) applications for public transit, managed use lane studies and monitoring, express bus studies, park -and - ride studies, preparation of grant applications, railroad crossing delay analyses, transit mobility studies, and intergovernmental coordination support. Multimodal Technical Services, FDOT District Four — Project analyst. Kimley- Horn is providing professional engineering services to help the District deliver a safe and efficient multimodal transportation system providing mobility for people and goods movement. This includes creating a new Context Classification process for projects in their work program. Kimley-Horn is analyzing State Highway System (SHS) corridors and comparing the results to the systemwide provisional context classification GIS files to make an initial Context Classification recommendation. Also, our team is helping organize and conduct multiple Education Bike Rides for FDOT staff. These rides serve as "rolling field reviews" designed to let riders experience various types of bicycle facilities on the SHS to help inform future planning and design activities. Other services include gathering metadata from external sources for the Modal Viewer application which involves coordinating with local transit agencies, SFRTA, MPOs, CRAs, and other local agencies. Multimodal Scoping Checklist (MMSC) Services, FDOT District Four — Project analyst. The purpose of this task work order is to provide Multimodal Scoping Checklist (MMSC) services to the Department. The support includes the completion of MMSCs for projects identified by the Department's Project Manager. Kimley- 72 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Don Do Horn is utilizing the MMSC for the collection of data and coordination with relevant agencies required for this purpose. MMSCs are being prepared in an effort to identify potential concerns or opportunities within the specific project corridor. Downtown Intermodal Transportation Plans Compilation and Workshops, Palm Beach County, FL — Analyst. Kimley-Horn was selected for this Task Work Order under our general planning consultant contract to compile Downtown Transportation Plans into a coherent vision, conduct workshops with stakeholders, and create illustrative deliverables such as renderings and a project summary map. 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. Coastal Link & Tri-Rail Veterans Administration Medical Center Extension Study, Palm Beach County, FL Serving as a project analyst for a study and cost analysis to assess the feasibility of linking the Veterans Administration Hospital in Riviera Beach with the existing Tri-Rail Station in Mangonia Park. The cost analysis will be performed in compliance with all Federal Transit Administration (FTA) Standard Cost Categories for Major Capital Improvement Projects. Our team will identify where potential R/W may be needed beyond the existing limits of the CSX rail corridor. Kimley>>)Horn 73 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Science, University of Kentucky, Civil Engineering • Bachelor of Science, U.S. Coast Guard Academy, Civil Engineering • Professional Engineer in Florida #62365 • Women's Transportation Seminar (WTS) Special Qualifications • Has 23 years of experience with traffic engineering and multimodal transportation modeling/planning • Project management experience with the planning, design, and deployment of communications networks and their subsystems that comprise computerized traffic control and management systems and security systems • Specializes in use of the Advanced Land Transportation Performance Simulations (ALPS) for multimodal simulations • Proficient with data analysis methods and applications • Experience with the design and deployment of communications networks and their subsystems that comprise computerized traffic control and management systems • Experienced with simulation modeling, intersection analysis, and training in multimodal simulation software Jill Capelli, P.E. Transportation Engineering (Task Leader); Grant Application Assistance Relevant Experience ITS and Smart Parking System Program Management, Miami Beach, FL Program manager. Kimley-Horn is serving as the owner's representative for a design, build, operate, and maintain (DBOM) deployment for the City of Miami Beach. The project will deploy cameras, arterial dynamic message signs, vehicle detection, parking occupancy information to communicate real time traffic and parking conditions throughout the City. As Program Manager, Jill developed a project system engineering management plan, concept of operations, project plan, and procurement documents for a Smart Cities initiative combining ITS and smart parking. She is currently assisting the city in negotiations with the DBOM firm. In addition, through this contract, Kimley-Horn is providing hot spot signal timing support for the City of Miami Beach in coordination with Miami -Dade County. Districtwide ATMS/ITS Consultant Contract, FDOT District Three — Project manager. Kimley-Horn served as an ATMS/ITS consultant for FDOT District Three. Recent services include acting as an extension of District Three staff, support of the Transportation Incident Management program, Trailblazer Feasibility Study, development of an Active Arterial Management (AAM) Joint Participation Agreement (JPA), and providing other various TSM&O support to the District. Kimley-Horn served as an ATMS/ITS consultant for FDOT District Three. Recent services include acting as an extension of District Three staff, support of the Transportation Incident Management program, Trailblazer Feasibility Study, development of an Active Arterial Management (AAM) Joint Participation Agreement (JPA), and providing other various TSM&O support to the District. ITS Master Plan (2018), Tallahassee, FL — Project manager. Kimley-Horn developed the ITS Master Plan for the Tallahassee -Leon County region. The project's intent was to identify strategies and tools to enable the City to manage the regional transportation network more efficiently. The Master Plan documents existing conditions/infrastructure, summarizes the information gathered from the series of stakeholder workshops; identifies ITS needs; identifies applicable ITS strategies; establishes a business case for the recommended strategies; develops a Staffing Plan; and includes a prioritized plan with an implementation strategy for the near -term and future deployment, maintenance, and operations of the ITS. The Master Plan accounts for emerging technologies in vehicles and devices used in transportation infrastructure and communication systems. Kimley- Horn developed the ITS Master Plan for the Tallahassee -Leon County region. The project's intent was to identify strategies and tools to enable the City to manage the regional transportation network more efficiently. The Master Plan documents existing conditions/infrastructure, summarizes the information gathered from the series of stakeholder workshops; identifies ITS needs; identifies applicable ITS strategies; establishes a business case for the recommended strategies; develops a Staffing Plan; and includes a prioritized plan with an implementation strategy for the near -term and future deployment, maintenance, and operations of the ITS. The Master Plan accounts for emerging technologies in vehicles and devices used in transportation infrastructure and communication systems. Freight Automated Vehicle Pilot Project, Miami -Dade County, FL — Project engineer for this statewide initiative to plan for the early implementation of 74 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Jill Capelli, P.E. autonomous and connected vehicles on Florida's public roadways. Kimley-Horn assisted Florida to be a national leader in preparing for how these emerging technologies will operate and integrate into existing transportation systems. Assisted the Department with organizing stakeholder Working Groups through a pilot project in Miami, Florida. General Planning Consultant (GPC I-V) Contracts, Miami -Dade County, FL — Deputy project manager. Kimley- Horn served as General Planning Consultant (GPC) for the Miami -Dade TPO for five consecutive contract terms between 2000 and 2016. Kimley-Horn completed forty-seven (47) work orders during the course of GPCs I-V. Work orders that have been performed under these contracts include congestion management system plan updates, multimodal corridor studies, bicycle/pedestrian plans, transit studies, transit passenger surveys, freight and goods movement analyses, and sub -area mobility plans. Projects performed for this contract have included Transit Contraflow Feasibility Study, Local Municipal Transit Circular Policy Study, Development of a Service Plan for Waterborne Transit Service in Miami - Dade County, Snake Creek Bike Trail Planning and Feasibility Study, Metrorail M-Path Master Plan, Florida East Coast (FEC) Transit Connection Study, Automated Bicycle Rental System and Parking Plan Study, Safe Routes to School Infrastructure Plans, Origin -Destination Surveys for Local Bus Service, NW 27th Avenue Enhanced Bus Service Concepts and Environmental Study, Non -Motorized Network Connectivity Plan, Impact of PortMiami Tunnel on Downtown Traffic Congestion, Snapper Creek Trail Segment B Planning and Feasibility Study, Metromover System Expansion Study, Bicycle Wayfinding Study, and Guidelines for Municipal Transit Programs in Miami -Dade County. Kimley-Horn served as General Planning Consultant (GPC) for the Miami -Dade TPO for five consecutive contract terms between 2000 and 2016. Kimley- Horn completed forty-seven (47) work orders during the course of GPCs I-V. Work orders that have been performed under these contracts include congestion management system plan updates, multimodal corridor studies, bicycle/pedestrian plans, transit studies, transit passenger surveys, freight and goods movement analyses, and sub -area mobility plans. Districtwide Traffic Operations Signal Retiming Services, FDOT District Four — Project manager. Project manager for contract focusing on retiming several congested corridors in Broward County and Palm Beach County. Conducted field observations, travel time runs, and signal timing optimization utilizing collected traffic data, time -space diagrams, Synchro analyses, and Tru-Traffic analyses. As part of this contract, the project team prepared recommended signal timings including modifications to splits, offsets, phase sequencing, left -turn phasing, and other signal controller parameters. Kimley-Horn serves as the District's Signal Retiming consultant. Task Work Order efforts include development of rail signal timing technologies and strategies, identification and development of context sensitive signal timing strategies for Broward County's top congested corridors, and miscellaneous support on other signal timing initiatives. 1-75 Managed Lane Project (Segment C) Design -Build from South of Miramar Parkway to South of Sheridan Street, FDOT District Four — Project engineer. Project engineer for the firm's services for this design -build project as a subconsultant to another firm. Services provided include structural plans for retaining walls, toll gantries, and overhead sign structures, signing and pavement marking plans, ITS plans, and post -design and construction phase services. Kimley-Horn prepared a PSEMP and was responsible for the design of DMS for general purpose lanes, status and tolling DMS signs for managed lanes, design of CCTVs, MVDSs, Permanent Traffic Monitoring Sites (PTMS), power conductors, generators, and all associated equipment power. Kimley-Horn provided professional engineering services for this design -build project as a subconsultant to another firm. Services provided include structural plans for retaining walls, toll gantries, and overhead sign structures, signing and pavement marking plans, ITS plans, and post -design and construction phase services. Continuing Traffic Engineering Services on a Task Authorization Basis (2017), Osceola County, FL — Project engineer. Kimley-Horn is providing a variety of traffic engineering services to the County under this continuing contract. Assistance has included signal warrant analyses, multi -way stop analyses, traffic signal design, complete streets analyses, subarea studies, arterial operational assessments, TIA reviews, and miscellaneous support. Sample projects consist of the Celebration Avenue Complete Streets Corridor Study, Osceola Parkway Arterial Analysis, speed zoning on Goodman Road, and signal designs such as at Oak Street at Central Avenue. Kimley 0 Horn 75 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Stephen Stansbery, AICP Facilities Planning and Development Relevant Experience Comprehensive Transportation Plan (CTP) (Destination2040), Gwinnett County, GA — Project engineer. Kimley-Horn prepared Gwinnett County's Comprehensive Transportation Plan (CTP), Destination204O, in the metro Atlanta region of Georgia. This effort, funded by Gwinnett County and the Atlanta Regional Commission, examined the many changes that have occurred in the County's population, Professional Credentials employment, land use and development since the adoption of the 2008 CTP and the related impacts to all modes of transportation including roadways and bridges, transit, bicycle and pedestrian facilities, and freight. Kimley-Horn established the • Master of City and Regional Planning, Ohio State existing baseline and determined transportation needs both currently and in the University future. • Bachelor of Science, Florida State University, Physical York County Thoroughfare Plan 2392/12-14-16, York County, SC — Project Geography planner. Kimley-Horn developed a thoroughfare plan for the incorporated and • American Institute of Certified unincorporated portions of the County. The thoroughfare plan involved vision Planners, #108001 coordination for the transportation facilities associated with several long-range • Institute of Transportation planning initiatives, including the previously adopted comprehensive plan —the Rock - Engineers (ITE) Hill -Fort Mill Area Transportation Study (RFATS) LRTP. This project was an excellent • Congress for New Urbanism example of how to translate vision to form and function for the roadways within York (CNU) County. • American Planning Association (APA) The York County Thoroughfare Plan will serve as a clearing house for all multimodal Special Qualifications transportation plans within York County, combining local RFATS and Catawba COG elements with other regional initiatives, including the Carolina Thread Trail. The Thoroughfare Plan is also tethered closely with the comprehensive plan, using • 29 years of experience in project management, context as a metric by which recommendations for form and function for the roadway transportation planning, and land planning typical section can be made. • 29 years of planning and Hendersonville Comprehensive Bicycle Plan, Hendersonville, NC — Project project management manager. The Hendersonville Bicycle Plan meets a key objective of the Hendersonville experience 2030 Comprehensive Plan by recognizing bicycling as both a form of transportation • Focuses on sustainable and a recreational activity. Kimley-Horn developed this bicycle plan in association with transportation solutions, strategies for urban the NCDOT Division of Bicycle and Pedestrian Transportation. Key elements of the environments, walkable plan include an extensive review of existing conditions and an engagement process communities, context that identified destinations, obstacles, and opportunities for bicycle travel. The plan sensitive solutions, and recommends on- and off-street facilities coupled with policy and program initiatives. collector street planning The plan includes an implementation and action plan that adheres to NCDOT • Noted for creative and specifications. energetic public outreach efforts Long -Range Multimodal Transportation Plan (moveDC) 2021 Update, Washington, DC — Project planner. Stephen is now working on the update the District can proactively respond to continued growth and shifts in travel expectations, and shape future mobility for residents and businesses while being respectful of vibrant neighborhoods and existing communities. When it was adopted in 2014, moveDC established a new standard for long-range multimodal transportation plans. With the mobility landscape changing, the District is updating its mobility policies and strategic direction for the years ahead. With this update, the District can proactively respond to continued growth and shifts in travel expectations, and shape future mobility for residents and businesses while being respectful of vibrant neighborhoods W. CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Stephen Stansbery, AICP and existing communities. Furthermore, the moveDC 2021 update will enhance the 2014 plan by focusing on performance goals to be tracked annually and used to select the District's future transportation investment via the Transportation Improvement Program and Statewide Transportation Improvement Program (STIP). For the moveDC 2021 update, Kimley-Horn is leading the planning elements including goals, policies, strategies, and metrics and mobility priority networks. Kimley-Horn also is supporting agency and public engagement and leading website development. Central Maryland Regional Transportation Plan (RTP), Baltimore, MD Public involvement specialist. Stephen served as an engagement specialist assisting with the identification of a shared vision and goals and objectives. Under an on -call contract, Kimley-Horn led the State of Good Repair (SGR) focus area for the Central Maryland RTP, which projects the transit reinvestment needs for Central Maryland transit agencies from 2020 to 2045. We developed a TERM Lite model to determine the SGR backlog and unconstrained needs for the study area, and budget constraint scenarios to determine the impact of a lack of funding on the condition of transit infrastructure. In addition, our team supported public engagement efforts for this high -profile plan, including commission meetings with representatives from the cities and counties included in the study area. Following the meeting, we created the goal -setting narrative and framework leading to successful adoption of goals. Livability 2050 Regional Transportation Plan (RTP) and Congestion Management Plan (CMP), Memphis, TN QC/QA reviewer. Kimley-Horn developed the Memphis region's Livability 2050 Regional Transportation Plan (RTP) in conjunction with the region's travel demand model and intelligent transportation system (ITS) architecture. This RTP servedas an opportunity to integrate many recently completed and ongoing planning efforts for the area, such as a new regional bicycle and pedestrian plan and a comprehensive plan for the City of Memphis.Our team implemented FAST Act performance measures and RTP and Transportation Improvement Program (TIP) prioritization criteria. We also performed an in-depth financial constraint assessment. Our team examined the existing transportation network and performed environmental, social, cultural, and air quality conformity analysis. Following the adoption of the RTP, Kimley-Horn assisted the MPO with the preparation of their Congestion Management Process. Morrisville Comprehensive Transportation Plan (aka Community Transportation Plan Update), Morrisville, NC Project planner. Kimley-Horn helped the Town of Morrisville update their Comprehensive Transportation Plan, which considers how the Town will improve its transportation network to support and accommodate growth in the next 25 years. The development of the plan included a robust public engagement process that included promotion at community events, social media updates, stakeholder group meetings, open house meetings, and an online interactive survey tool. Supporting the development of the plan's recommendations was a scenario planning exercise using CommunityViz. The plan offers guidance for funding through traditional and non-traditional sources. The plan is complete but is pending adoption from the Town Council. Major Thoroughfare Plan (2017), Goochland, VA — Project planner. Kimley-Horn is working with Goochland County in developing a countywide transportation plan that identifies roadway improvements necessary to manage increases in traffic volumes and ensure transportation -related decisions are effectively working toward creating a well -planned transportation infrastructure. A finite list of transportation projects with more detailed analysis (i.e., cost estimates and anticipated funding sources) will be developed to analyze transportation development impacts for a separate Capital Impact Study and Model effort underway by another consultant. Selected growth areas and transportation corridors that will be reviewed for more detailed analysis include: Designated growth area in eastern quadrant of County; interchanges along Interstate 64; U.S. Route 250 (Broad Street Road) from Ashland Road to Fairground Road; U.S. Route 522; and VA Route 632 (Fairground Road). The last countywide update to the MTP was completed in 2005. Kimley-Horn will reevaluate those recommendations. Kimley>>)Horn 77 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 61 Professional Credentials • Bachelor of Science, Purdue University, Landscape Architecture • Prof Landscape Architect in North Carolina #1752 • Prof Landscape Architect in South Carolina #1208 • Urban Land Institute Kyle Baugh, PLA Transit Intermodal Facility Development Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL Landscape architect. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. American Society of Landscape Architects (ASLA) Professional Credentials Connections 2040 Regional Mobility Plan and StarMetro Transit Development Plan, Tallahassee, FL — Landscape architect. Selected by the CRTPA to prepare the 2040 Regional Mobility Plan for the Tallahassee region containing a four - county region of notable destinations such as Florida State University, Florida A&M University, the Florida State Capitol, and the Apalachicola National Forest. • 18 years of experience, specializing in urban design, The Regional Mobility Plan provides a comprehensive look at the multimodal master planning, parks and transportation needs of the area and related forecasted economic growth. Kimley- trails, transit -oriented design, Horn has placed special focus on updating and adapting the MPO's existing and regional/area planning. land use growth plan to include a market assessment. This assessment vets the Extensive experience proposed growth plans against the potential for different market sectors to grow with LEED certification involvement or change within the region. An alternate funding assessment, developed for each of the counties in the region, further extends the focus of allocating funds to where they are most beneficial. This plan also will include a diagnostic assessment of the successes and failures of recent MPO planning efforts with the ultimate objective being to create a more nimble and adaptable plan for the future. The Capital Region Transportation Planning Agency (CRTPA) selected Kimley-Horn to prepare the 2040 Regional Mobility Plan and StarMetro Transit Development Plan for the Tallahassee region. This four -county region contains notable destinations, such as Florida State University, Florida A&M University, the Florida State Capitol, and the Apalachicola National Forest. The Regional Mobility Plan provided a comprehensive look at the multimodal transportation needs of the area and how they relate to the forecasted economic growth. This process responded to growth and development pressures through a transportation network that fit land use and included provisions for all travel modes. This plan also included a diagnostic assessment of the successes and failures of recent MPO planning efforts with the ultimate objective being to create a more nimble and adaptable plan for the future. Based on the findings of this diagnostic assessment, the outreach strategy for the Regional Mobility Plan embraced a bottom -up approach, involving intensive up -front work sessions with staff and policy makers from local jurisdictions. This approach, paired with close coordination with the region's Policy Board, helped the region move toward a series of prioritized recommendations that were generated directly from local needs while creating a process that was embraced by state and federal agencies. 78 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kyle Baugh, PLA Metro Transit Blue Line Light Rail Transit Extension, Hennepin County, MN — Landscape architect. Kimley-Horn led the preliminary engineering and final design for this 13-mile light rail transit corridor. As the prime consultant, Kimley- Horn led overall LRT guideway, engineering, and architectural design. Kimley-Horn, under a separate contact with Hennepin County, led the LPA selection through the Alternatives Analysis and prepared the Draft Environmental Impact Statement (DEIS).HDR led environmental services including the successful Final Environmental Impact Statement (FEIS) and Record of Decision (ROD) within two years. Specific challenges faced on this project include: coordination with BNSF Railway Company and Canadian Pacific (CP) railroads for right of way sale and operating agreement, accommodation of a biking/walking trail and mitigation of impacts to view shed with the Minneapolis Park Board, and incorporation of the light rail into the medians of Olson Memorial Highway and West Broadway. Thoroughfare Plan 2392/12-14-16, York County, SC — Landscape architect. Kimley-Horn developed a thoroughfare plan for the incorporated and unincorporated portions of the County. The thoroughfare plan involved vision coordination for the transportation facilities associated with several long-range planning initiatives, including the previously adopted comprehensive plan —the Rock -Hill -Fort Mill Area Transportation Study (RFATS) LRTP. This project was an excellent example of how to translate vision to form and function for the roadways within York County. Methods/Approaches/Controls: The York County Thoroughfare Plan will serve as a clearing house for all multimodal transportation plans within York County, combining local RFATS and Catawba COG elements with other regional initiatives, including the Carolina Thread Trail. The Thoroughfare Plan is also tethered closely with the comprehensive plan, using context as a metric by which recommendations for form and function for the roadway typical section can be made. South End Pedestrian/Bicycle Connector Project - Planning, Charlotte, NC — Landscape architect. Kimley-Horn is planning a location of a new at -grade pedestrian/bicycle crossing over the light rail tracks on the LYNX Blue Line in the rapidly growing South End neighborhood of Charlotte. As part of the planning process, Kimley-Horn is accommodating the potential for a new in -fill light rail station. Kimley-Horn's services include development and evaluation of station/ crossing alternatives; recommendation of an at -grade crossing protection strategy; management of the public involvement process; and coordination with the City of Charlotte, CATS, CDOT, State Safety Oversight, and project stakeholders. Upon selection of a preferred design concept, Kimley-Horn will prepare final design for the at -grade crossing, active protection systems and related trail improvements. Design Engineering and Consulting for the Westside Transit Corridor, Atlanta, GA — Landscape architect. Kimley- Horn is provided engineering support, public involvement, and designs, plans, and studies to support the environmental assessment for the completion of the appropriate NEPA documents and ultimate submittal of New Starts application to the FTA for Westside Atlanta BeltLine light rail/streetcar corridor identified as Segments 4 and 6. This corridor runs 3.7 miles north -south along the Atlanta BeltLine West Corridor from University Avenue on the south to Boone Boulevard on the north. Kimley-Horn provided conceptual design track plans in support of the environmental documents. We also conducted a route analysis study to determine the best way to connect the BeltLine transit corridor to the planned streetcar system and existing Metropolitan Atlanta Rapid Transit Authority (MARTA) system. Other tasks included developing a program for the conceptual design for a vehicle storage and maintenance facility. Engineering Services for Montford Drive/Parking Circulation Study, Charlotte, NC — Project manager. Kimley-Horn studied and evaluated the parking and circulation issues associated with all modes of transportation within the Montford Drive area and provide implementation steps to achieve necessary improvements throughout the corridor. Kimley-Horn engaged with the community and the City of Charlotte project team throughout the process to develop more than ten necessary improvement projects to appropriately accommodate future growth and existing infrastructure. Kimley-Horn's services included traffic and parking analysis, landscape architecture, streetscape design, and roadway design. Kimley>>)Horn 79 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Arts, East Tennessee State University, Geography and Urban Planning • Bachelor of Science, East Tennessee State University, Psychology • American Planning Association (APA) • Florida Planning and Zoning Association (FPZA) Special Qualifications • Has 30 years of planning experience in Florida, Kentucky, North Carolina, South Carolina, Georgia, Virginia, and Tennessee • Extensive experience working with local government agencies, community redevelopment agencies, development and redevelopment projects, master planning and plan implementation • Extensive knowledge of land and entitlements planning, comprehensive planning, development -related issues, public policy, funding coordination, urban design, mobility projects; form -based codes • Experienced in coordinating and conducting public meetings and presentations, including public involvement plans, and visioning Kelley Klepper, AICP Transportation Related Urban Design Relevant Experience Complete Streets Program, Miami Lakes, FL — Project manager. Kimley-Horn assisted the Town of Miami Lakes in developing a Complete Streets program consistent with the Miami -Dade County Complete Street Guidelines. The plan included an analysis of all town roads, development of roadway typologies including cross sections, recommended improvements along targeted corridors and preliminary cost estimates. The plan helped coordinate the Town's efforts with their comprehensive plan, strategic plan, and the trails master plan. Kimley-Horn assisted the Town of Miami Lakes in developing a Complete Streets program consistent with the Miami -Dade County Complete Street Guidelines. The plan included an analysis of all town roads, development of roadway typologies including cross sections, recommended improvements along targeted corridors and preliminary cost estimates. The plan helped coordinate the Town's efforts with their comprehensive plan, strategic plan, and the trails master plan. Immokalee Road/Randall Boulevard - Collier County Planning Study, Bonita Springs, FL — Project manager. Kimley-Horn performed a land use, transportation/ mobility, utility, and preliminary stormwater analysis for the Collier County Board of County Commissioners to evaluate the existing conditions, future conditions, and recommendations for the study area that encompassed approximately 277 acres. The purpose of this study is to identify the land use tools and infrastructure necessary to support future development within the study area and is also intended to provide generalized, guiding principles in the development of the area. The findings of the study served as a planning tool for the County to effectively coordinate land use and development. The study analyzed a number of existing plans and studies guiding land use and development within this area including the County's recently completed commercial needs and residential market study. Our study consolidated previous studies, where possible, and apply realistic growth projections using the 2020 County's Collier Interactive Growth Model to better understand the potential land use scenarios and infrastructure improvements the County could consider for this growing sector of Collier County. Kimley-Horn completed a land use, transportation/mobility, utility, and preliminary stormwater analysis for the Collier County Board of County Commissioners to evaluate the existing conditions, future conditions, and recommendations for the study area that encompassed approximately 277 acres. The purpose of this study was to identify the land use tools and infrastructure necessary to support future development within the study area and is also intended to provide generalized, guiding principles in the development of the area. The findings of the study served as a planning tool for the County to effectively coordinate land use and development. The study analyzed a number of existing plans and studies guiding land use and development within this area including the County's recently completed commercial needs and residential market study. Our study consolidated previous studies, where possible, and apply realistic growth projections using the 2020 County's Collier Interactive Growth Model to better understand the potential land use scenarios and infrastructure improvements the County could consider for this growing sector of Collier County. Comprehensive Plan Update 2040, Sebastian, FL — Project manager. Project Manager. Kimley-Horn was selected to create a Resilience Master Plan for the City including specific amendments to the City's Coastal & Conservation Element. :E CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kelley Klepper, AiCP Following the Resiliency Plan, the Kimley-Horn team prepared Phase 2 of the Comprehensive Plan which was a full Comprehensive Plan update including a diagnostic review of the City's full comprehensive plan but also an update to the Goals, Objectives and Policies (GOPs) and Data, Inventory and Analysis (DIA) for all elements (Future Land Use, Transportation & Mobility, Housing, Infrastructure, Coastal and Conservation, Parks, Recreation & Open Space, Governance & Implementation and Public Schools). The team also developed a livability section, acronyms and definitions, and a summary outline and key components at the beginning of each element). The City's Comprehensive Plan was adopted in June of 2021. Kimley-Horn was selected to create a Resilience Master Plan for the City including specific amendments to the City's Coastal & Conservation Element. Following the Resiliency Plan, the Kimley-Horn team prepared Phase 2 of the Comprehensive Plan which was a full Comprehensive Plan update including a diagnostic review of the City's full comprehensive plan but also an update to the Goals, Objectives and Policies (GOPs) and Data, Inventory and Analysis (DIA) for all elements (Future Land Use, Transportation & Mobility, Housing, Infrastructure, Coastal and Conservation, Parks, Recreation & Open Space, Governance & Implementation and Public Schools). The team also developed a livability section, acronyms and definitions, and a summary outline and key components at the beginning of each element). The City's Comprehensive Plan was adopted in June of 2021. St. Lucie County Airport Connector Land Use Pre -Study Inventory Report, Ft. Pierce, FL — Project manager. Kimley-Horn was selected by the Planning Division of St. Lucie County to perform an analysis of the existing conditions of the area between Treasure Coast International Airport and Business Park (formerly St. Lucie County International Airport) and the major highways in the region, Interstate-95, and Florida's Turnpike. The pre -study was multifaceted, consisting of an existing Future Land Use carrying capacity investigation, a transportation network analysis (both existing and future), an environmental review, and a water/wastewater availability review. This analysis was intended to serve as the basis for understanding the needs and requirements to support the continued economic development of St. Lucie County through an airport connector roadway. It serves as a snapshot of the existing conditions and assesses and reassesses the various studies and changes undertaken over the years. Comprehensive Plan, Maitland, FL — Project manager. Project manager worked with the City of Maitland on the review and update of the City's Comprehensive Development Plan (CDP) based on the evaluation and appraisal report (EAR). Kimley-Horn completed the community review, preliminary land use and population analysis, transportation and mobility analysis, infrastructure (water, wastewater, stormwater, lakes, etc.), and a review of the current Goals, Objectives, and Policies as they relate to growth management changes, consistency across the various elements, and clarification of terms/strategies. Kimley-Horn worked with the City to identify best practices in the field of Comprehensive Planning and developed a new approach to their land use designations and development. Kimley-Horn also worked with the City directly with the Florida Department of Economic Opportunity (DEO) as part of the state mandated review processes. The City adopted the CDP in 2019 and the Plan has since been recognized by the Florida Planning and Zoning Association (FPZA) for both a state planning award and also as session at their annual conference, and the Florida Chapter of the American Planning Association (FAPA) with a similar session at its annual conference. Kimley- Horn also updated the City GIS database with respect to the parcel based future land use map and related datasets. In 2019, project was awarded the Award for Outstanding Achievement in Innovation by the Florida Planning and Zoning Association and the Award of Merit by the American Planning Association in Florida. Kimley-Horn is working with the City of Maitland on the review and update of the City's Comprehensive Plan based on the evaluation and appraisal report (EAR). Kimley-Horn completed the community review, preliminary land use and population analysis and a review of the current Goals, Objectives, and Policies as they relate to growth management changes, consistency across the various elements, and clarification of terms/strategies. Kimley-Horn is also updating the City's GIS database (existing, future land use, zoning districts, etc.). Kimley O Horn 81 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Bachelor of Science, Ohio Northern University, Civil Engineering • Professional Engineer in Florida #62541 • Institute of Transportation Engineers (ITE) • Florida Engineering Society Special Qualifications • Has 24 years of experience in traffic engineering and transportation planning with a focus on access management, traffic impact studies, corridor studies, operational analyses, signalization design, and the creative development of operational improvements for roadways in constrained areas\ • Urban Land Institute (ULI) John McWilliams, P.E. Transit Oriented Development Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL Project engineer. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. All Aboard Florida - Miami Station, Miami, FL — Project engineer. Project engineer for the Kimley-Horn team that provided transportation engineering services for the proposed mixed -use transit oriented development that is generally bounded by NW 8th Street to the north, NW 2nd Street to the south, NW 2nd Avenue to the west, and NW 1 st Avenue to the east in the City of Miami. The project consisted of the All Aboard Florida train station that will serve as an intermodal hub, interconnecting with Metrorail and Metromover. The project also consisted of three overbuilds on top of the station and two additional multi -use towers that will include office, retail, entertainment, and residential components. The project also included the realignment of NW 1 st Avenue. Kimley-Horn provided transportation engineering services for the proposed mixed -use transit oriented development that is generally bounded by NW 8th Street to the north, NW 2nd Street to the south, NW 2nd Avenue to the west, and NW 1 st Avenue to the east in the City of Miami. The project consisted of the All Aboard Florida train station that will serve as an intermodal hub, interconnecting with Metrorail and Metromover. The project also consisted of three overbuilds on top of the station and two additional multi -use towers that will include office, retail, entertainment, and residential components. The project also included the realignment of NW 1st Avenue. East Transit Oriented Corridor (ETOC) Transportation Analysis, Pompano Beach, FL — Project manager. Project manager for the City of Pompano Beach CRA to provide transportation support services for a land use plan amendment along the Atlantic Boulevard corridor to allow for increased residential/mixed-use density and improve walkability/connectivity. Duties included corridor operations analysis, transportation systems management/geometric improvements, neighborhood protection and enhancement plans, and community outreach/workshops. The City of Pompano Beach CRA selected Kimley-Horn to provide transportation support services for a land use plan amendment along the Atlantic Boulevard corridor to allow for increased residential/mixed-use density and improve walkability/connectivity. Duties included corridor operations analysis, transportation systems management/ geometric improvements, neighborhood protection and enhancement plans, and community outreach/workshops. 82 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND John McWilliams, P.E. Downtown Miami Event Transportation Management Plan, Miami, FL — Project manager. Kimley-Horn prepared a series of comprehensive Event Transportation Management Plans (ETMP) for the major downtown event venues for the Miami Downtown Development Authority (DDS). The ETMP were prepared to improve traffic flow, reduce pedestrian vehicle conflicts, and reduce congestion during the time of the events. Scope of work included field reviews, data collection, review of best practices, general recommendations, schematic MOT plans, and proposed diversions. Kimley- Horn prepared a series of comprehensive Event Transportation Management Plans (ETMP) for the major downtown event venues for the Miami Downtown Development Authority (DDS). The ETMP were prepared to improve traffic flow, reduce pedestrian vehicle conflicts, and reduce congestion during the time of the events. Scope of work included field reviews, data collection, review of best practices, general recommendations, schematic MOT plans, and proposed diversions. SR 992/SW 152 St/Coral Reef Drive from SR 821/HEFT to SR 5/US 1/S Dixie Highway Corridor Study, FDOT District Six — Project engineer. Project engineer for the development and evaluation of improvement concepts and the performance of a detailed planning level operational analysis for SR 992/Coral Reef Drive corridor within District Six. The study's purpose was to identify constrained intersections and segments along the corridor and develop a series of proposed improvements to address current and future traffic demands on the corridor. Two alternative improvements were proposed for the corridor. Alternative 1 consisted of intersection improvements at constrained intersections with no additional right-of-way required. Alternative 2 proposed to widen the SR 992 corridor from the existing 4-lane section to a 6-lane section to address vehicular traffic needs. Both alternatives also proposed multimodal improvements. These improvements included pedestrian and bicycle improvements at study intersections and transit improvements to enhance and encourage transit ridership. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for SR 992/Coral Reef Drive corridor within District Six. The study's purpose was to identify constrained intersections and segments along the corridor and develop a series of proposed improvements to address current and future traffic demands on the corridor. Two alternative improvements were proposed for the corridor. Alternative 1 consisted of intersection improvements at constrained intersections with no additional right-of-way required. Alternative 2 proposed to widen the SR 992 corridor from the existing 4-lane section to a 6-lane section to address vehicular traffic needs. Both alternatives also proposed multimodal improvements. These improvements included pedestrian and bicycle improvements at study intersections and transit improvements to enhance and encourage transit ridership. NE 203rd Street and NE 215th Street Intersection PD&E Study, FDOT District Six — Project engineer. Transportation engineer for a study of a potential full -grade separation at the FEC line crossings at NE 203rd and NE 215th streets to eliminate vehicle conflicts and enhance traffic operations. Tasks include design traffic analyses & documentation, grade separation analyses, environmental assessments, pedestrian routing analysis, and public involvement. Kimley-Horn is providing traffic and transportation engineering, grade separation analyses, design traffic, access management, roadway design, environmental analyses, and development of conceptual alternatives as part of our subconsultant services on this PD&E study. The study is analyzing potential improvements to the intersections of NE 203rd Street and NE 215th Street at West Dixie Highway. The objective is to eliminate vehicle conflicts with existing and future freight and passenger trains in the Florida East Coast (FEC) Rail Corridor while enhancing vehicular and pedestrian traffic flow and safety conditions in the area. Link at Douglas Station, Miami, FL — Project engineer. The Miami -Dade County Commission has approved significant redevelopment for the South Miami Douglas Road Metrorail station. The goal is to transform the land around the train stop into an urban hub that will increase interconnectivity throughout the region and reduce the need for residents to rely on automobiles. As a subconsultant to another firm, Kimley-Horn is providing civil engineering services for this seven - acre site, which has been named the Link at Douglas Station. Plans for the redevelopment include a 150-room hotel, a pedestrian plaza, two 25-unit residential towers with more than 500 apartments, and 70,000 square feet of retail space. In addition, replacements or improvements to escalators, lighting, and flooring are also included in the redevelopment plans. KimleyOHorn 83 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND f Professional Credentials • Bachelor of Science, University of Florida, Civil Engineering • Professional Engineer in Florida #56806 • Florida Engineering Society Special Qualifications • Has 25 years of roadway design and PD&E experience in Florida • Has managed projects for FDOT Districts Two, Three, Four, Five and Turnpike Lisa Stone, P.E. Public Participation Relevant Experience Wiles Road Design from Riverside Drive to Rock Island Road, Broward County, FL — Project engineer. Project engineer for complete contract plans for the widening of Wiles Road to a 6-lane divided urban arterial from Riverside Drive to Rock Island Road. Kimley-Horn created complete contract plans for the widening of Wiles Road to a 6-lane divided urban arterial from Riverside Drive to Rock Island Road. Major accomplishments of this segment's design included working with all stakeholders to avoid issues related to private property impacts given the narrow corridor and proximity of private features and an innovative drainage solution that added new outfalls to an existing undersized drainage system to avoid reconstructing the entire Wiles Road system. We coordinated closely with the County to tackle issues related to the narrow areas of the corridor, including a balance between traffic lane, sidewalk and bike lane widths. This segment had grant funding from FDOT and the improvements included roadway design, Complete Streets design, drainage, lighting, landscaping, irrigation, bicycle lanes, signalization, utility coordination, permitting coordination with the City of Coral Springs and detailed traffic control plans. The project required extensive landscape plans and coordination to resolve issues related to private landscape encroachments into County right of way. Our team provided tree mitigation permit services and coordinated with both County and City forester. We incorporated the Broward Complete Streets guidelines on this project, which were endorsed by the Broward MPO. • Experience includes Lowson Boulevard Roadway Improvements, Delray, FL — Project engineer and transportation, PD&E, public Public Involvement Task Leader. Kimley-Horn was selected by the City of Delray involvement, roadway Beach to provide professional engineering services to assist with the initial design design, plan preparation, and final design of the roadway improvements to Lowson Boulevard between Dover utility coordination, Road and S.E. 5th Avenue. The project included shared -use paths for pedestrians maintenance of traffic, and cyclists and other improvements for a 2.5-mile segment of the roadway. The pavement design, roadway lighting design, signing project was partially funded through the FDOT LAP program. In addition, the project and pavement marking, included intensive public involvement, coordination with TPA and FDOT, shared -use permitting, long range paths, paving and drainage improvements, curbing, signing and pavement marking, estimates, specifications, and two railroad at -grade crossings, signal modifications, and lighting improvements. post -design services Kimley-Horn was selected by the City of Delray Beach to provide professional engineering services to assist with the initial design and final design of the roadway improvements to Lowson Boulevard between Dover Road and S.E. 5th Avenue. The project included shared -use paths for pedestrians and cyclists and other improvements for a 2.5-mile segment of the roadway. The project was partially funded through the FDOT LAP program. In addition, the project included intensive public involvement, coordination with TPA and FDOT, shared -use paths, paving and drainage improvements, curbing, signing and pavement marking, two railroad at - grade crossings, signal modifications, and lighting improvements. North J Street Design and Reconstruction, Lake Worth, FL — Project engineer. As part of the City's Neighborhood Bond Program, the Kimley-Horn team is providing design and roadway reconstruction drawings. Traffic calming and pavement rehabilitation measures will be strategically developed and implemented to improve the overall quality of this section of North J Street (from 3rd Avenue to 8th Avenue). The team is providing utility coordination, roadway and drainage design, signing and pavement marking, landscape architecture, and extensive public involvement services including preparing graphics and attending community events. M CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Lisa Stone, P.E. NE 203rd Street and NE 215th Street Intersection PD&E Study, FDOT District Six — Project engineer. Project engineer. Kimley-Horn is providing traffic and transportation engineering, grade separation analyses, design traffic, access management, roadway design, environmental analyses, and development of conceptual alternatives as part of our subconsultant services on this PD&E study. The study analyzed potential improvements to the intersections of NE 203rd Street and NE 215th Street at West Dixie Highway. The objective was to eliminate vehicle conflicts with existing and future freight and passenger trains in the Florida East Coast (FEC) Rail Corridor while enhancing vehicular and pedestrian traffic flow and safety conditions in the area. Kimley-Horn is providing traffic and transportation engineering, grade separation analyses, design traffic, access management, roadway design, environmental analyses, and development of conceptual alternatives as part of our subconsultant services on this PD&E study. The study is analyzing potential improvements to the intersections of NE 203rd Street and NE 215th Street at West Dixie Highway. The objective is to eliminate vehicle conflicts with existing and future freight and passenger trains in the Florida East Coast (FEC) Rail Corridor while enhancing vehicular and pedestrian traffic flow and safety conditions in the area. SR A1A Streetscape Improvements, Fort Lauderdale, FL — Project engineer. Kimley-Horn is providing full civil engineering services for the redevelopment of the existing streetscape of State Road Al A Northbound from the South Beach Parking to Alhambra Street along Fort Lauderdale Beach. The project consists of improving the sidewalk on both sides of the street outside of the curbing in order to provide a modern and cohesive look, a definitive delineation between the pedestrian zone and the outdoor restaurant cafe zone, and improve pedestrian experience while walking along the beach and to its businesses. The trees and light poles are being consolidated near the back of the curb to open up the pedestrian zone and provide a clear walking path. Kimley-Horn is the prime consultant on the project, with a team of local subconsultants, and is responsible for providing the civil engineering, permitting, coordination, and other services for the complete project. Lake Worth Neighborhood Road Program Year 1, Year 2, and Year 3, Lake Worth, FL — Project engineer. Public Involvement Task Leader on the team that provided the City of Lake Worth with civil engineering services consisting of roadway design and drainage design. The effort focused mainly on pavement rehabilitation on roadways with the lowest pavement condition index. In addition to pavement rehabilitation, Kimley-Horn designed new catch basins, additional traffic calming measures, and ADA compliant sidewalk routes to provide continuity in the neighborhood. Tasks include data collection, utility coordination, development of construction documents, bidding assistance, and observation during construction. PDBE Study for Florida's Turnpike Spur and the HEFT from NW 57th Avenue to Turnpike Mainline, Broward/ Miami -Dade Counties, FL — Project manager and public involvement leader for the Kimley-Horn team that served as a subconsultant to another firm to provide engineering services for a PD&E study for the widening of the Florida's Turnpike Spur and the HEFT from East of NW 57th Avenue to Mainline in Broward and Miami -Dade counties. Kimley-Horn's role was to provide environmental and public involvement support, as well as to assist with roadway design, structural elements, drainage design, permitting, and lighting. Osceola Parkway Extension PDBE Study, Florida's Turnpike Enterprise — Project engineer. Public involvement task leader and assistant project manager. Responsibilities included public involvement, long range estimates, and documentation. Assisted with production of the Preliminary Engineering Report. Kimley-Horn conducted a PD&E study for the extension of Osceola Parkway, which begins west of Boggy Creek Road and runs east for approximately seven miles to the proposed Southport Connector. The corridor study area is located adjacent to the Orange/Osceola County line. The study focused on developing a freeway facility that can be expanded in the future with provisions to accommodate a transit corridor and multiuse pedestrian facilities. The project included a connection to provide direct access to and from SR 417, with interchanges at both ends of the connector road —one at SR 417 and the other at Osceola Parkway. Multiple alternatives were being considered at these two interchanges. The interchange at SR 417 was developed so that it not only connects to SR 17, but also connects to the new Airport South Access Road, providing access to Orlando International Airport. There are three other interchange locations within the study area —one at Boggy Creek Road, one at Narcoossee Road, and another one at a future road at the halfway point between Boggy Creek Road and Narcoossee Road. Kimley>Morn 85 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Business Administration, University of South Florida, Business Administration • Master of Engineering. University of South Florida. Environmental Engineering • Bachelor of Science. Clarkson University, Civil Engineering • Professional Engineer in Florida #56881 • American Public Works Association (APWA) • American Society of Civil Engineers (ASCE) • Florida Engineering Society • American Water Resources Association Special Qualifications • Has 29 years of experience specializing in developing opportunities and delivering services in stormwater, watershed, and flood risk management, climate change adaptation; and asset management Christopher Niforatos, P.E. Environmental Sustainability/Analysis Relevant Experience Business Case Analysis for the City of Miami Beach Stormwater Resiliency Program Pilot Project, Miami Beach, FL — Project engineer. Kimley-Horn led an integrated flood modeling task as a subconsultant to another firm. The purpose of the task was to assess four design storm events that represented a combination of rainfall, sea level rise, storm surge, and tide stage scenarios under no -build, public investment, and private investment scenarios. The resulting flood depths for the 12 scenarios were mapped out by Kimley-Horn and provided to the City. The outcome of the project was concise communication materials to help City decision - makers articulate the business case for resilience investments backed by technical analyses, integrated flood modeling, and economic analyses. ROLE: Working as a subconsultant to assist in the development of a pilot study to re-evaluate the effects of sea level rise and storm intensification and its impacts on the economy. Reviewed numerical modeling parameters and assessed planning horizons for coastal flooding impacts based on study area. Vulnerability Assessment, Indian River County, FL — Project manager. Kimley- Horn guided the County in preparing a Vulnerability Assessment to devise adaptation strategies for unincorporated areas east of 1-95. Ultimately, the adaptation strategies proposed included a combination of gray/green infrastructure interventions, policy recommendations and community engagement. Coastal Resiliency Plan and Comprehensive Plan Updates, Sebastian, FL Project engineer. Helped client secure funding through FDEP's Resilient Coastlines Program. Leading coastal flooding analysis to assess impacts of sea level rise, rainfall and surge on City's critical infrastructure, which includes roads, emergency shelters, and city buildings. Preliminary Vulnerability Analysis, Venice, FL — Project manager. Led the development of a vulnerability assessment of the City's infrastructure with respect to coastal flooding and wind. The infrastructure included five critical lift stations, reverse osmosis water treatment plant, water reclamation facility, and several administrative buildings. Evaluated future sea level projections, rainfall, surge, and wind data and their impacts on designated infrastructure. Developed a matrix to assess criticality of the assets and identified adaptation measures to harden the assets as well as strategies to increase adaptive capacity. • Senior water engineer with Pinellas County 62nd Avenue North Preliminary Engineering Report (PER), experience providing water. Clearwater, FL — Project engineer. This segment of 62nd Avenue is a minor wastewater, stormwater construction management, and arterial roadway that falls along the border of Lealman Community and Pinellas geospatial and niche -related Park areas of unincorporated Pinellas County serving primarily commercial and services industrial businesses properties adjacent to the roadway. Engineering analysis • Successful record of leading includes a Preliminary Engineering Report depicting the roadway improvements communities through the intersection improvements including geometric alternatives, traffic analysis, drainage, resiliency planning process and environmental, utility impacts, right-of-way impacts, safety, and construction cost. designing a resiliency plan that The typical section to be evaluated for this Preliminary Engineering Report will is deliberate, customizable to include a three -lane section with one 12-ft travel lane in each direction with a 14-ft the values of the community, Two-way Left Turn Lane (TWLTL) with curb and gutter and include evaluating the and implementable need for bike lanes, wider sidewalks and a shared use path. Two pedestrian refuge CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Christopher Niforatos, P.E. islands are being considered for the project corridor as well. Kimley-Horn was selected by Pinellas County to conduct a reevaluation of recommended improvements to the 62nd Avenue Corridor in Lealman, Florida. Complete construction plans for a 4 lane divided corridor were developed prior to the 2008/2009 recession. The reevaluation was requested to address community compatibility and complete streets considerations. The evaluation included an identification of context classification and detailed traffic forecasting and analysis. The primary recommendations provided two options. One option maintained the previously planned curb to curb width to reduce redesign costs, supported enhanced multimodal improvements, and provided future flexibility to address travel demands. The second option included a complete redesign to reduce the cross section width while continuing to provide enhanced multimodal improvements. The second and third phases of the project included detailed cost estimates and high quality 3D video renderings of the two options to support the public outreach process. Lealman Mobility and Complete Street Plan (Linking Lealman Action Plan), Pinellas County, FL — Technical consultant. Kimley-Horn was retained by Pinellas County to create the Linking Lealman Action Plan to encourage mobility in Lealman with complete street and context sensitive improvements. The plan provided a road map for mobility and complete street improvements in Lealman to be programmed as part of the Pinellas County CIP. The intent was to provide a continuous network of streets, sidewalks, bike lanes and trails, and upgraded pedestrian and transit amenities. Kimley-Horn was retained by Pinellas County to create the Linking Lealman Action Plan to encourage mobility in Lealman with complete street and context sensitive improvements. The plan provided a road map for mobility and complete street improvements in Lealman to be programmed as part of the Pinellas County CIP. The intent was to provide a continuous network of streets, sidewalks, bike lanes and trails, and upgraded pedestrian and transit amenities. North J Street Design and Reconstruction, Lake Worth, FL — Project engineer. As part of the City's Neighborhood Bond Program, the Kimley-Horn team is providing design and roadway reconstruction drawings. Traffic calming and pavement rehabilitation measures will be strategically developed and implemented to improve the overall quality of this section of North J Street (from 3rd Avenue to 8th Avenue). The team is providing utility coordination, roadway and drainage design, signing and pavement marking, landscape architecture, and extensive public involvement services including preparing graphics and attending community events. As part of the City's Neighborhood Bond Program, the Kimley-Horn team is providing design and roadway reconstruction drawings. Traffic calming and pavement rehabilitation measures will be strategically developed and implemented to improve the overall quality of this section of North J Street (from 3rd Avenue to 8th Avenue). The team is providing utility coordination, roadway and drainage design, signing and pavement marking, landscape architecture, and extensive public involvement services including preparing graphics and attending community events. Mehlenbacher Road Sidewalk Improvements, Pinellas County, FL — Project engineer. Kimley-Horn is currently providing design services for the construction of sidewalks and associated drainage improvements along Mehlenbacher Rd. from Indian Rocks Road to east of Pinellas Trail, reconstruction of non-ADA-compliant sidewalk on the south side, and intersection improvements at Pineland Avenue and Palm Avenue. The approximate length of project is 4,100 feet. The challenge of the project was to accommodate the sidewalks within a narrow right-of-way corridor that contains open ditches and closely spaced driveway aprons and not negatively impact the existing storm system. Services include roadway design plans, signal modifications, environmental permitting, coordination with stakeholders, and utility coordination with owners to resolve conflicts. Other project elements included extensive stormwater modeling to limit floodplain impacts or offsite ponds, culvert hydraulics and modeling using ADICPR, new storm sewer system, pond design, as well as extensive permitting efforts with the water management district. Kimley-Horn is currently providing design services for the construction of sidewalks and associated drainage improvements along Mehlenbacher Rd. from Indian Rocks Road to east of Pinellas Trail, reconstruction of non-ADA-compliant sidewalk on the south side, and intersection improvements at Pineland Avenue and Palm Avenue. The approximate length of project is 4,100 feet. The challenge of the project was to accommodate the sidewalks within a narrow right-of-way corridor that contains open ditches and closely spaced driveway aprons and not negatively impact the existing storm system. Kimley>Morn 87 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Joe Crozier, AICP Environmental Sustainability/Analysis; Grant Application Assistance Relevant Experience NA FDOT Office of Policy Planning Consultant Contract, Statewide, FL— Project planner and in-house consultant for the Kimley-Horn team providing support to the FDOT Metropolitan Planning and Intergovernmental Program Administrators. Services that have or will be provided include Federal Discretional Grant support, transportation planning, fiscal analysis, technical analysis, public outreach, and training. Professional Credentials • Master of Science, Florida State University, Urban and Regional Planning • Bachelor of Science, Florida State University, Environmental Studies and Geography • American Planning Association (APA) Special Qualifications • Supports FDOT's statewide metropolitan planning program through planning consistency reviews, long range planning document review and support, project prioritization, fiscal analysis, internal and external partner coordination, implementation of trainings, and other services. • Leads FDOT's statewide federal discretionary grant process statewide through oversight of project identification and screening, grant writing, benefit -cost analyses, staff training, partner coordination, and state/federal compliance. Grants developed include the Advanced Transportation and Congestion Management Technologies Deployment Program (ATCMTD), Rebuilding American Infrastructure with Sustainability and Equity Program (RAISE), Infrastructure for Rebuilding America (INFRA), Commuter Authority Rail Safety Improvement (CARSI), and others. Grants Coordination and Technical Support Services, Statewide Planning Consultant, FDOT Central Office of Policy Planning — Project Manager. Kimley-Horn is providing federal discretionary grant support services, leading this statewide program for FDOT. The Kimley-Horn team has overseen the development and submission of 20+ federal grants, winning nearly $50 million in two years. Assignments under contract include the development of federal grant application packages including benefit -cost analyses, narrative development, information compilation, and graphic design; support for Fall 2022 regional planning workshops including preparation, coordination, setup, materials, and facilitation; development of federal grant press releases and other materials for the FDOT Communications and PIO offices; development and support for federal grant coordination meetings for FDOT executive leadership and the FDOT grant review team; coordination with District staff for federal grant screening and development; maintenance and improvements to the FDOT Federal Grant SharePoint site; review of federal grant applications for consistency with state and federal requirements; and development of grant fact sheets and other materials. FDOT Aviation Office Consultant Contract, Statewide, FL — Analyst. Project analyst for the Kimley-Horn team providing continuing aviation consulting for the FDOT Aviation Office. Services that have or will be provided include planning, financial, information technology, environmental, engineering, emergency response, security, and technical analysis and services related to the statewide aviation system and airports and/or spaceports. Kimley-Horn performed as lead consultant to the FDOT in the update of the Statewide Airfield Pavement Management Program (SAPMP). Specific duties on the project included personal inspection of 96 public airfield facilities throughout the seven FDOT districts in accordance to the ASTM 5340 standard and the FAA Advisory Circular 150/5380-6B. Coordinated directly with airport operations and management staff in order to schedule pavement inspection efforts. Developed pavement network definition maps utilizing GIS and GPS applications for field navigation. Utilized USACE MicroPAVER to perform condition analysis, evaluate future pavement performance, develop performance curves, and determine major maintenance/ rehabilitation (M&R) for the statewide airports. Developed detailed capital improvement budget plans for each airport assessed. State Aviation System Plan and Economic Impact Analysis, Statewide, IL Kimley-Horn is working with the Illinois DOT (IDOT) to develop the 2020 IASP and EIA to provide a detailed strategic plan to guide the programming, development, and funding of Illinois' 85 public -use airports. The concurrent EIA will quantify the economic contribution of Illinois airports as well as examine the key aviation activities supported by the state's airports including air cargo, medical flying, and aerial firefighting. The study will assess the direct, indirect, and induced impacts of airports and quantify aviation -related tax revenues. CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Joe Crozier, AICP FDOT On -Call Statewide Policy Planning, FDOT Central Office — Grant team lead. Kimley-Horn led the development of FDOT's "Interchange Area Planning Resource: Update on Local Agency Coordination." This document was drafted to support local agencies working through the process of establishing new interchanges along limited and controlled access corridors in Florida. This resource helps local governments and other stakeholders proactively ensure that growth within the vicinity of an interchange is consistent with community values as well a s access management and design best practices. Extensive stakeholder interviews took place to establish the key topics and themes. These were: • Access management and distance from intersections • Multimodal and safety considerations • Interchange as Community Gateway • Community outreach and engagement • Coordination with FDOT and neighboring jurisdictions • Working with the private sector Relevant Projects Prior to Joining Kimley-Horn: Shoreline Habitats and Resilient Coastlines, Florida Department of Environmental Protection — Project manager for a study that involved conducting a GIS analysis of the estuarine shoreline of Apalachicola Bay to identify and prioritize the best opportunities for restoration of shoreline habitats, with a special focus on coastal resiliency. The project was funded after winning a grant from the Florida Department of Environmental Protection's Florida Coastal Management Program through a NOAA grant. The study assessed approximately 274 miles of shoreline to identify areas for potential shoreline restoration, based on multiple factors. Shoreline Habitats and Resilient Coastlines, Florida Department of Environmental Protection — Project manager for a study that involved conducting a GIS analysis of the estuarine shoreline of Apalachicola Bay to identify and prioritize the best opportunities for restoration of shoreline habitats, with a special focus on coastal resiliency. The project was funded after winning a grant from the Florida Department of Environmental Protection's Florida Coastal Management Program through a NOAA grant. The study assessed approximately 274 miles of shoreline to identify areas for potential shoreline restoration, based on multiple factors. Apalachicola River and Bay Surface Water Improvement and Management Plan, Jackson, Gadsden, Calhoun, Gulf, Liberty, and Franklin Counties, FL — Project manager for the 2017 Surface Water Improvement and Management Plan for the Apalachicola River and Bay. This document shapes the restoration priorities for Florida's largest river. Historical and present water quality concerns were addressed through stakeholder engagement and academic research in the face of federal litigation between Florida and Georgia. The NWFWMD funded the project through National Fish and Wildlife Foundation funding. Kimley>>)Horn 89 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Brady Walker Environmental Sustainability/Analysis Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL Analyst. Miami Beach Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the prime consultant overseeing the Professional Credentials project through project development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. • Bachelor of Science, Denison University, Biology • Master of Arts, Harvard SW 67th Avenue Design, Davie, FL — Environmental Scientist. The Town of Davie's University, Sustainability SW 67th Avenue project serves an extension of the Town's existing roadway from NW • Society of Wetland Scientists 41 st Court south to Orange Drive. The expansion provides approximately 1,400 linear feet of a new 2-lane roadway that includes roadway swales and exfiltration trench for Special Qualifications drainage. Along with the roadway and drainage improvements, the project includes an 8-foot-wide sidewalk addition to improve pedestrian and equestrian traffic • Has 19 years of experience including extensive field work through the Town. The project provides additional access to the area schools and throughout Florida in upland, will help alleviate the traffic on Davie Road extension. Kimley-Horn is now providing freshwater, and estuarine construction phase services. The Town of Davie's SW 67th Avenue project serves an environments extension of the Town's existing roadway from NW 41 st Court south to Orange Drive. • Experience designing The expansion provides approximately 1,400 linear feet of a new 2-lane roadway that wetland mitigation and includes roadway swales and exfiltration trench for drainage. Along with the roadway restoration areas, conducting and drainage improvements, the project includes an 8-foot-wide sidewalk addition endangered species surveys, to improve pedestrian and equestrian traffic through the Town. The project provides delineating wetlands, additional access to the area schools and will help alleviate the traffic on Davie Road and permitting projects throughout Florida extension. Kimley-Horn is now providing construction phase services. • Authorized Gopher Tortoise SR 7/US 441 PD&E Study (Sample Road -Glades Road), FDOT District Four Agent Environmental Scientist. Kimley-Horn led a PD&E study for 6.4-mile segment of SR 7 • PADI-certified scuba diver from Sample Road in Broward County to SR 7 in Palm Beach County. The PD&E study evaluated a wide range of alternatives including roadway capacity improvements, multimodal and premium transit alternatives, and bicycle and pedestrian accommodations. Improvements considered included roadway widening, managed lane concepts, High Occupancy Vehicle (HOV) lanes and dedicated premium transit lanes, intersection and operational improvements, and multimodal improvements such as pedestrian ways, bicycle lanes, greenways, and transit stations. Miramar Parkway Streetscape from SW 64th Avenue to SW 68th Avenue, Miramar, FL — Environmental analyst for this FDOT LAP funded project that involves roadway, landscape, irrigation, and lighting improvements on Miramar Parkway. Additional project improvements include bicycle lanes, drainage modifications, landscaping, lighting, hardscaping, driveway apron regrading, sidewalk replacement, ADA improvements at the intersections, and a mid -block pedestrian crossing/ emergency signal modification. Kimley-Horn provided professional engineering and landscape architecture services for this FDOT LAP funded project that involves roadway, landscape, irrigation, and lighting improvements on Miramar Parkway. Additional project improvements include bicycle lanes, drainage modifications, landscaping, lighting, hardscaping, driveway apron regrading, sidewalk replacement, ADA improvements at the intersections, and a mid -block pedestrian crossing/ emergency signal modification. M CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Brady Walker Lyons Road from Clint Moore Road to Atlantic Avenue, Boca Raton, FL — Environmental analyst. As a subconsultant to another firm, Kimley-Horn provided structural design for a new bridge, utility coordination, coordination with Lake Worth Drainage District, and permit coordination services for roadway construction and improvements for Lyons Road. The project resulted in plans for a four -lane divided typical section with provisions for an ultimate six -lane section for Clint Moore Road to Linton Blvd. and a five -lane section from Linton Blvd. to Atlantic Avenue. 5th Avenue South Bikeway and Pedestrian Trail (aka The Royal Poinciana Trail at 5th Avenue South, Lake Worth, FL — Project analyst. Kimley-Horn provided services to improve pedestrian and bicycle access for a multiuse path on 5th Avenue South and striping bike lanes on B and E streets between Lake Avenue South and 6th Avenue South. Our scope included final engineering design for paving, grading, landscape, hardscape, irrigation, signage, and striping for the project. The project was LAP funded by FDOT and followed LAP guidelines. SW 49th Avenue S Phase Preliminary Engineering Report, Marion County, FL — Environmental scientist for the Kimley-Horn team that evaluated alternative alignments of a proposed 2.6 mile four -lane roadway extension to support increasing development growth in southwest Marion County. The project included project traffic forecasting, pond siting analysis, engineering analysis, environmental analysis, geotechnical analysis, utility coordination, cost estimates, alternatives analysis, and significant public involvement. Project included significant coordination with Marion County, Board of County Commissioners, Ocala/Marion TPO, community stakeholders, and the public. The project was complete in February 2018 and Kimley-Horn will be preparing design plans for the recommended alternative. Kimley-Horn evaluated alternative alignments of a proposed 2.6 mile four -lane roadway extension to support increasing development growth in southwest Marion County. The project included project traffic forecasting, pond siting analysis, engineering analysis, environmental analysis, geotechnical analysis, utility coordination, cost estimates, alternatives analysis, and significant public involvement. Project included significant coordination with Marion County, Board of County Commissioners, Ocala/Marion TPO, community stakeholders, and the public. The project was complete in February 2018 and Kimley-Horn will be preparing design plans for the recommended alternative. Comprehensive Plan, Venice, FL — Environmental Scientist. Project ecologist. Kimley-Horn worked with the City of Venice to review and update the City's Comprehensive Plan (2017-2027). Kimley-Horn completed an extensive public outreach and community review, including stakeholder interviews, online survey, and a series of community workshops; land use and population analysis; market assessment; and a review of the current goals, objectives, and policies as they relate to growth management changes, consistency across the various elements, and clarification of terms/strategies. Kimley-Horn completed the update of the GOPs in the form of vision, intent, and strategies along with the analysis required to develop the plan (population projections, level of service analysis, land use carrying capacity, housing analysis, etc.) with an emphasis on the City's Neighborhoods (geographic areas). Kimley-Horn worked with the City of Venice to review and update the City's Comprehensive Plan (2017-2027). SR 263 (Capital Circle SW) from Springhill Drive to SR 371 (Orange Avenue) Multi -lane Reconstruction, FDOT District Three — Environmental analyst for design of a four mile section of SR 263 (Capital Circle SW) which includes the conversion of the existing two-lane rural roadway to a six -lane divided urban typical section. This segment of SR 263 is a SIS facility and will complete the Capital Circle roadway improvement between 1-10 and the entrance to the Tallahassee Regional Airport. The proposed six -lane typical section will be provided within a 180-foot to 230-foot right- of-way and will provide three 12-foot travel lanes and a 4-foot bike lane in each direction, as well as a 12-foot wide meandering multi -use path along one side of the corridor. Kimley-Horn is providing a full range of roadway design services, including public involvement, traffic analysis, maintenance of traffic, erosion control, signing and pavement marking, as well as stormwater management, design, and permitting. The project will require significant coordination with the City of Tallahassee and the Tallahassee Regional Airport Authority to ensure the design includes improvements which contribute to the City's desire for the roadway to provide a gateway entry to the City. The coordination of access to the airport is vital to the operation of the airport and close coordination with the airport authority is necessary throughout the design process. Alternate (2021): Kimley-Horn is providing a full range of roadway design services for this four -mile section of SR 263. Kimley>Morn 91 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Victoria Bacheler, Pws Environmental Sustainability/Analysis Relevant Experience Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL Environmental scientist. Environmental scientist that assisted for a 3.5 to 4 mile ilu double -tracked light rail transit (LRT) or modern streetcar system circulating through the Art Deco District of Miami Beach, and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn served as the Professional Credentials prime consultant overseeing the project through project development, conceptual engineering, environmental impact analyses, and procurement of a P3 developer that would design, build, operate, maintain, and finance the project. Miami Beach • Master of Science, Nicholls State University, Marine and Streetcar is a 3.5 to 4 mile double -tracked light rail transit (LRT) or modern streetcar Environmental Biology system circulating through the Art Deco District of Miami Beach, and providing • Bachelor of Science, connectivity between South Beach hotels and the Miami Beach Convention University of Florida, Wildlife Center. Kimley-Horn served as the prime consultant overseeing the project through Ecology and Conservation project development, conceptual engineering, environmental impact analysis, and Special Qualifications procurement of a P3 developer that would design, build, operate, maintain, and finance the project. • Experience working with municipal, state and federal Lowson Boulevard Roadway Improvements, Delray, FL — Environmental agencies such as the U.S. scientist. Kimley-Horn was selected by the City of Delray Beach to provide Army Corps of Engineers professional engineering services to assist with the initial design and final design and Water Management Districts of the roadway improvements to Lowson Boulevard between Dover Road and S.E. 5th Avenue. The project included shared -use paths for pedestrians and cyclists and • Has a decade of experience other improvements for a 2.5-mile segment of the roadway. The project was partially conducting wetland delineations, Florida scrub - funded through the FDOT LAP program. In addition, the project included intensive jay surveys, gopher tortoise public involvement, coordination with TPA and FDOT, shared -use paths, paving and surveys and relocations, drainage improvements, curbing, signing and pavement marking, two railroad at - sand and blue -tailed mole grade crossings, signal modifications, and lighting improvements. Kimley-Horn was skink coverboard surveys, selected by the City of Delray Beach to provide professional engineering services Johnson's seagrass surveys, to assist with the initial design and final design of the roadway improvements to crested caracara surveys, Lowson Boulevard between Dover Road and S.E. 5th Avenue. The project included wood stork, Florida sandhill shared -use paths for pedestrians and cyclists and other improvements for a 2.5-mile crane, Florida burrowing owl, segment of the roadway. The project was partially funded through the FDOT LAP and protected wading birds program. In addition, the project included intensive public involvement, coordination surveys with TPA and FDOT, shared -use paths, paving and drainage improvements, curbing, • Experience with signing and pavement marking, two railroad at -grade crossings, signal modifications, NEPA documentation and lighting improvements. (Environmental Assessments, Categorical Boca Raton II Tri-Rail Station PD&E Study, Boca Raton, FL — Environmental Exclusions, Natural scientist responsible for writing and submittal of NEPA documentation (Natural Resource Evaluations, Sociocultural Effects Report, Resources Evaluation, Socio-cultural Effects Report, and Type II Categorical Contamination Screening Exclusion) and assisting with public involvement. This project involves the Evaluation Reports, Section construction of a second Tri-Rail station within the City of Boca Raton. The proposed 4(f) Determination of station will increase mobility for residents and commuters and will also provide access Applicability) to a variety of local community features, such as Town Center at Boca Raton mall, • Experience with downtown Boca Raton, several recreational facilities, and colleges/schools nearby. environmental permitting for a vast array of projects Delray Beach Design Services for Lindell Boulevard from Linton Boulevard to US-1/Federal Highway and Barwick Road from SR-806/Atlantic Avenue to Lake Ida Road, Delray Beach, FL — Environmental scientist. Kimley-Horn was selected 92 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Victoria Bacheler, Pws by the City of Delray Beach to provide civil engineering and design services roadway improvements for approximately 1.3 miles of Lindell Boulevard. The project limits are 200 feet south of Linton Boulevard along SW 10th Avenue to Lindell Boulevard and Lindell Boulevard from SW 10th Avenue to the west side of the Florida East Coast (FEC) Railroad crossing (not including any work within FEC R/W). This project is funded through a TPA grant and local city funds. The project will be administered by FDOT under the Local Agency Program (LAP). In addition to design, project management, and LAP coordination, the project includes pedestrian lighting photometrics design, utility coordination, subsurface utility exploration (SUE), permitting, bidding services, public. Bicycle Lane Addition on NW 64th Avenue from Sunset Strip to Oakland Park Boulevard, Sunrise, FL Environmental analyst responsible for reviewing natural and social resources within the study area to prepare a Type 1 Categorical Exclusion checklist. Analyst was responsible for conducting listed species survey, wetland/surface water delineation, and examining study area for social resources (places of worship, recreational facilities, etc.).. The City of Sunrise applied for a $927,000 Transportation Alternatives Grant administered by the Florida Department of Transportation to construct bicycle lanes and street improvements on NW 64th Avenue from Sunset Strip to Oakland Park Boulevard. The City retained Kimley-Horn for design services for landscape, lighting, drainage, pedestrian and bicycle enhancements. This includes developing schematic design, design development, permitting, and construction documents. Kimley-Horn is providing design and landscape services for the addition of bicycle lanes on NW 64th Avenue in Sunrise. Midway Road (CR 712) from Glades Cutoff Road (CR 709) to Selvitz Road (CR 615) PD&E Study, St. Lucie, FL Environmental analyst. Kimley-Horn was a major subconsultant on this 1.6-mile segment of Midway Road. The project included evaluating the widening of Midway Road from 2 to 4 lanes as well as a concept study for a new interchange with the Florida's Turnpike. Kimley-Horn was responsible for all traffic analyses, structures evaluations, and environmental (socio-cultural, wetland and endangered species - including extensive Audubon's carcara surveys) evaluations. In addition, Kimley-Horn was responsible for preparing the interchange concept report and coordinating the results with Florida's Turnpike Enterprise. Kimley-Horn was a major subconsultant on this 1.6-mile segment of Midway Road. The project included evaluating the widening of Midway Road from 2 to 4 lanes as well as a concept study for a new interchange with the Florida's Turnpike. Kimley-Horn was responsible for all traffic analyses, structures evaluations, and environmental (socio-cultural, wetland and endangered species - including extensive Audubon's caracara surveys) evaluations. In addition, Kimley-Horn was responsible for preparing the interchange concept report and coordinating the results with Florida's Turnpike Enterprise. Link at Douglas Station, Miami, FL — Environmental analyst. The Miami -Dade County Commission has approved significant redevelopment for the South Miami Douglas Road Metrorail station. The goal is to transform the land around the train stop into an urban hub that will increase interconnectivity throughout the region and reduce the need for residents to rely on automobiles. As a subconsultant to another firm, Kimley-Horn is providing civil engineering services for this seven -acre site, which has been named the Link at Douglas Station. Plans for the redevelopment include a 150- room hotel, a pedestrian plaza, two 25-unit residential towers with more than 500 apartments, and 70,000 square feet of retail space. In addition, replacements or improvements to escalators, lighting, and flooring are also included in the redevelopment plans. Midway Road (CR 712) Design and Reconstruction, FDOT District Four — Environmental scientist conducting crested caracara (federally threatened bird species) surveying. Also responsible for ERP and USACE permitting, which included wetland mitigation coordination with Bluefield Ranch Mitigation Bank. Kimley-Horn will be responsible for permitting the reconstruction of Midway Road from a two-lane, rural roadway to a four -lane, divided urban roadway from west of South 25th Street to east of SR 5 (US 1), for a length of two miles. The project includes replacement of the existing bridge over the North Fork of the St. Lucie River (Aquatic Preserve and Outstanding Florida Water) and also includes retaining walls, drainage ponds, signing, lighting, signalization, landscaping, irrigation, and wetland mitigation. The corridor is within a historic area and our design will consider right-of-way impacts, impacts to parks and schools, concerns of White City residents, access management changes, flooding and environmental concerns, 4(f) properties, utilities and, possibly, decorative lighting within the historic limits. Kimley>Morn 93 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Professional Credentials • Master of Engineering, Florida State University, Civil Engineering • Bachelor of Science, Florida State University, Civil Engineering • Traffic Signals II in IMSA #BE_127156 Special Qualifications • More than eight years of experience with Transportation System Management & Operations (TSM&O) projects, including design, construction, operations, and maintenance • Eight years of transportation engineering experience involving active arterial management and ITS project management • Experience includes ITS (Intelligent Transportation Systems) planning and design, traffic signal timing, coordinated signal networks, active arterial management, event management, and traffic signal preemption/ priority • Proficiency in TSM&O master planning, PD&E studies, corridor evaluations, network assessments, program assessments, and systems engineering • Involvement with all phases of project development, stakeholder engagement, agency outreach, and service package improvement Jonathan Ford, IMSA II Grant Application Assistance Relevant Experience ITS and Smart Parking System Program Management, Miami Beach, FL — Serves as project analyst. Responsible for facilitating project development and advising City staff on technical materials. Kimley-Horn is developing a project system engineering management plan, concept of operations, project plan, and procurement documents for a Smart Cities initiative combining ITS and smart parking. The project will deploy cameras, arterial dynamic message signs, vehicle detection, parking occupancy information to communicate real time traffic and parking conditions throughout the City. Also through this contract, Kimley-Horn is providing hot spot signal timing support for the City of Miami Beach in coordination with Miami -Dade County. Uptown Area Road and Infrastructure Improvements CDBG-MIT Grant Preparation, Indiantown, FL — Project analyst. Kimley-Horn prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of the Village of Indiantown to install stormwater infrastructure that will aid in the minimization of future flood events by facilitating the movement and drainage of water during and following a disaster, and together with improvements to the roadways, increase community resiliency in the Douglass Neighborhood. The City requested $12,864,623 in funding and will combine this funding with $700,000 in funding from the Governor's State Appropriation dollars and the Village General Fund for a total project cost of $13,564,623. Kimley-Horn prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of the Village of Indiantown to install stormwater infrastructure that will aid in the minimization of future flood events by facilitating the movement and drainage of water during and following a disaster, and together with improvements to the roadways, increase community resiliency in the Douglass Neighborhood. The City requested $12,864,623 in funding and will combine this funding with $700,000 in funding from the Governor's State Appropriation dollars and the Village General Fund for a total project cost of $13,564,623. Douglass Neighborhood Roadway and Infrastructure Improvements CDBG- MIT Grant Preparation, High Springs, FL — Project analyst. Prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of High Springs, Florida, to install stormwater infrastructure that will aid in the minimization of future flood events by facilitating the movement and drainage of water during and following a disaster, and together with improvements to the roadways, increase community resiliency in the Douglass Neighborhood. The City requested $12,734,800 in funding. Prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of High Springs, Florida, to install stormwater infrastructure that will aid in the minimization of future flood events by facilitating the movement and drainage of water during and following a disaster, and together with improvements to the roadways, increase community resiliency in the Douglass Neighborhood. The City requested $12,734,800 in funding. Wastewater Treatment Plant CDBG-MIT Grant Preparation, Crystal River, FL Project engineer. Prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of Crystal 94 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Jonathan Ford, IMSA II River, Florida. The City needs a new wastewater treatment plant. The current facility is at capacity and has exhausted its useful life. Crystal River's current wastewater treatment plant needs to be upgraded to provide a higher standard of wastewater treatment and to address the annual influx of population due to tourism. The City requested $20,450,000 in funding. 1-95 Corridorwide Planning for Operational Deficiencies, US 1 to Broward County Line, FDOT District Six Project Analyst. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. NW 27th Avenue Rapid Transit Corridor Study, FDOT District Six — Project analyst. Responsible for developing the preliminary systems engineering documentation. This PD&E study involves the implementation of rapid transit along the NW 27th Avenue corridor. Kimley-Horn is providing public involvement support, safety studies, and ITS and TSM&O operational support as a subconsultant to another firm. The NW 27th Avenue Corridor is one of six corridors that comprise the Strategic Miami Area Rapid Transit (SMART) Plan as adopted by the Miami -Dade MPO. The SMART Plan seeks to improve mobility within Miami -Dade County through the prioritization of rapid transit services. The PD&E Study serves as the next step in the planning process to make premium transit service a reality on the NW 27th Avenue Corridor. This study will evaluate the implementation of a cost-effective, rapid transit system and infrastructure within the NW 27th Avenue Corridor as part of an overall interconnected premium transit network. A focus on providing multimodal street improvements to accommodate premium transit service will be determined through an evaluation of transit options - mode, alignment, and station stop locations. A comprehensive public involvement program will consist of formal and informal meetings with the public, elected officials, and representatives of governmental agencies, municipalities, transportation providers and other interested stakeholders throughout the duration of the study. Miami -Dade County ATMS Integrator Contract - Corridor Retiming Support, Miami -Dade County, FL — Served as project analyst performing retiming for some of the most congested coordinated corridors in Miami -Dade County, including South Dixie Highway/Biscayne Boulevard, Kendall Drive, and Doral Boulevard. As part of this task, the project team calculated new cycle lengths, offsets, and time -of -day (TOD) plans, and split times for over one hundred (100) intersections within the County. To ensure successful completion of retiming tasks, corridors are actively monitored using the County's and FDOT's existing CCTV infrastructure and through the use of Regional Integrated Transportation System (RITIS) to identify travel times, bottlenecks, and incidents. Field reviews were conducted during identified peak periods, opportunities for improvement to corridor progression, and side -street delay. Crystal River Public Safety Building CDBG-MIT Grant Preparation, Crystal River, FL — Analyst. Prepared a Rebuild Florida Community Development Block Grant - Mitigation (CDBG-MIT) General Infrastructure Grant application on behalf of Crystal River, Florida, The City of Crystal River is in western Citrus County. The Crystal River Fire Department is an important essential government service provided to the community of approximately 3,219 people. The current Fire Station is outdated, too small, not hardened, and suffers from routine flooding. Additionally, City Hall was built in 1939 and routinely floods due to the region's heavy rains, storm surge, and sea level rise. The Citrus County Sheriff's Office western command is housed in City Hall which leaves them subject to flooding. Through the construction of a new Public Safety Building, the Sheriff's Office would relocate from City Hall to the new building. The City requested $11,740,000 in funding. KimlepMorn 95 SURIA YAFFAR ASSOC. AiA, LEED AP Smart Growth & Livable Cities; Transportation Related Urban Design / Station Area Planning; Integration of Transportation and Land Use; Suria brings more than 30 years of community and transportation planning experience creating distinctive architectural solutions for transportation terminals throughout the United States. As a key leader of design, Suria seamlessly manages design and planning teams, consistently bringing elegant and efficient solutions that weave community, the natural environment and building program into meaningful places. She is experienced in all phases of the design process including community outreach, consensus building, strategic planning and urban design, as well as all phases of project development. She has directed the design of the Pompano Beach Tri-Rail Station, the Brightline (All Aboard Florida) Stations, the Florida's Turnpike Plazas, and the design criteria package for the rehabilitation of Museum Park Metro Mover Station. Suria also has more than 20 years of master planning experience including the visioning and master planning of the MDC Strategic Miami Area Rapid Transit (SMART) Plan- North-East and Beach Corridors, FEC Corridor, Midtown Miami, Fort Lauderdale Downtown Mobility Hub and currently working on the Dumbarton Transportation Corridor in California. She is extremely experienced working with public transportation entities including FDOT, Miami -Dade DTPW, Tri-Rail/ South Florida Regional Transportation Authority. RELEVANT PROJECTS: • JTA Mobility Works Complete Streets • City of Jacksonville Southside Boulevard Corridor Visioning Study • City of Jacksonville Vision Plan and Future Land Use Element • MDC Strategic Miami Area Rapid Transit (SMART) Plan, Land Use Planning and Visioning • Brightline (All Aboard Florida) Master Plan, Entitlements & Architecture • Miami Beach Convention Center District Redevelopment Plan & Update • Washington Ave. Study Vision & Master Plan / Evaluation of Code & Massing Exercises • Midtown Miami Master Plan, Zoning, Architecture, Entertainment Block & Updates • Bayfront Park Capital Improvements Plan • City of Miami Omni Area Community Redevelopment Plan & Update • Downtown Hollywood (Young Circle) CRA Master Plan Update • Downtown West Palm Beach Zoning and Master Plan Update • Downtown Fort Lauderdale Mobility Hub Joint Development Initiative • Hollywood Beach CRA Vision and Zoning Master Plan • Hialeah Market Station Transit Oriented Development (TOD) District Master Plan • City of Coconut Creek Mainstreet Vision and Master Plan EDUCATION Master of Architecture Princeton University Bachelor of Architecture University of Miami REGISTRATIONS LEED Accredited Professional PROFESSIONAL AFFILIATIONS Associate Member of the American Institute of Architects Member of the Urban Land Institute PUBLICATIONS/ SPEAKING ENGAGEMENTS Lectures Nationally on Issues of Architecture and Urban Planning ULI Infrastructure Committee and frequent participant in Technical Advisory Panels for The Urban Land Institute Southeast Florida /Caribbean "Active Design Miami: Case Studies" AIA Miami "Capacity -based Regulation vs. Form -based Regulation: A New Vision for West Palm Beach", 2008 Annual Conference of the American Association of Urban Planning "Real Urbanism" Keynote of the 2008 Symposium "Revisiting the Redevelopment Plan," Public Investment Center of Florida Atlantic University "Lessons Learned in Hollywood Beach", 2006 Annual Conference of the American Association of Urban Planning ZYSCOVICH TRTP26038.202, DARYS AVILA Smart Growth & Livable Cities; Transportation Related urban Design / Station Area Planning; Computer Visualization / Graphics Darys has worked on a number of architectural and urban design projects combining a dynamic and fresh approach to project development with a deep understanding of architectural and community planning. Darys maximizes her involvement and works as an integral part of the team to achieve the best possible design outcomes for each project, respecting the unique nature of each client and community. She is highly skilled at producing conceptual design and massing, design guideline development, zoning analysis, and graphic design. Her passion for urban design, improving the quality of life of neighborhoods, and respect for the identity of a place are evident in her work. RELEVANT PROJECTS: • City of Jacksonville Southside Boulevard Corridor Visioning Study • MDC Strategic Miami Area Rapid Transit (SMART) Plan, Land Use Planning and Visioning • Brightline (All Aboard Florida) Master Plan, Entitlements & Architecture • Downtown Fort Lauderdale Mobility Hub joint Development Initiative • Washington Ave. Study Vision & Master Plan / Evaluation of Code & Massing Exercises • Bahama Village Community Redevelopment Area Visioning & Capital Projects Plan • Lafayette Parish Comprehensive Plan • Tampa Innovation Alliance Master Plan • Peary Court, Key West Master Plan • Panorama 1101 Brickell E Tower • Cocoa Beach CRA Downtown Vision and Zoning • PGA Waterfront Mixed -Use Development • Miami DDA Downtown Master Plan Study • Hialeah Market Station Transit Oriented Development (TOD) District Master Plan • City Village Riverfront District Visioning and Master Plan EDUCATION Master's of Science in Architecture and Urban Design, Columbia University Bachelor's of Architecture Universidad Iberoamericana (UNIBE) ZYSCOVICH 97 TRTP26038.202, TRENT BAUGHN RA, AICR LEES AP Integration of Transportation and Land Use Trent Baughn has worked on a variety of urban design, planning, and architectural design projects for both the public and private sectors. He has developed the expertise required to create and maintain close working relationships with governing agencies and is able to transform economic findings into bold and creative design concepts that resonate with stakeholders and community leaders. Trent has worked on numerous transportation planning and design projects including the Dumbarton Transit Corridor, The Downtown Ft. Lauderdale Mobility Hub, and the All Aboard Florida (Brightline) Station and TOD design and the)acksonville Transportation Authority "Mobility Works" complete streets Program. RELEVANT PROJECTS: • JTA Mobility Works Complete Streets • City of Jacksonville Southside Boulevard Corridor Visioning Study • City of Jacksonville Vision Plan and Future Land Use Element • MDC Strategic Miami Area Rapid Transit (SMART) Plan, Land Use Planning and Visioning • Brightline (All Aboard Florida) Master Plan, Entitlements & Architecture • Downtown Fort Lauderdale Mobility Hub Joint Development Initiative • Washington Ave. Study Vision & Master Plan / Evaluation of Code & Massing Exercises • Downtown West Palm Beach Zoning and Master Plan Update • Hialeah Market Station Transit Oriented Development (TOD) District Master Plan • Miami DDA Downtown Master Plan Study • Bayfront Park Capital Improvements Plan • Midtown Miami Master Plan and Zoning • City of Miami Omni Area Community Redevelopment Plan & Update EDUCATION Master of Architecture, University of Florida Bachelor of Science in Architectural Engineering Technology, University of Southern Mississippi REGISTRATIONS Registered Architect in: Florida #AR 95131 AICP #019084 LEED Accredited Professional ZYSCOVICH TRTP26038.202, M. CHRISTOPHER BOYETTE Smart Growth & Livable Cities; Station Area Planning Chris has more than 16 years of experience in transportation design and project management. As architectural designer and project manager for our major institutional projects, he has developed a specialization in the unique requirements of transportation facilities, including obtaining local, state and federal permits and regulatory approvals for complex phased development projects. Most recently, he has managed complex transportation projects for All Aboard Florida's Brightline passenger rail stations and associated transit -oriented development studies in Downtown Miami, Ft Lauderdale and West Palm Beach, and most recently the AAF West Aventura and Boca Raton rail stations. As Zyscovich Team's Project Manager, Mr. Boyette will serve as the primary point of contact and be responsible for daily oversight and coordination of our in-house multi -disciplinary design, technical and construction management professionals. His strengths include design and the development of construction documents from the schematic to the construction phase and is highly experienced in serving as a liaison between clients, consultants, and permitting agencies. RELEVANT PROJECTS: • Brightline (All Aboard Florida) Master Plan, Entitlements & Architecture • Brightline (All Aboard Florida) West Aventura Station • Brightline (All Aboard Florida) Boca Raton Station • Brightline (All Aboard Florida) Miami Central Station • Brightline (All Aboard Florida) Fort Lauderdale Station • Brightline (All Aboard Florida) West Palm Beach Station • Fontainebleau Aviation Fixed Base Operations Hangar, Opa- Locka Executive Airport • Fort Lauderdale Aquatic Center, Fort Lauderdale, FL • Tobago National Aquatic Center & Indoor Sporting Hall • Florida East Coast Railway Vision Plan & Midtown Miami Development EDUCATION Master of Architecture, Florida Atlantic University Bachelor of Science in Design, Clemson University ZYSCOVICH TRTP26038.202. GRACE PERDOMO ASSOC. AIA Smart Growth & Livable Cities; Transportation Related Urban Design / Station Area Planning; Integration of Transportation and Land Use; Station Area Planning Grace is an architectural and urban designer with more than 20 years of extensive mixed -use, urban redevelopment, master planning, and grant writing experience. She is committed to sustainable urbanism and has overseen a diverse group of projects centered on downtown and historic neighborhoods with a focus on community revitalization, transportation redevelopment, and mixed -use infill development. Working collaboratively in focused multidisciplinary teams and at varying scales —regional, community, downtown urban district and site -specific —Grace's expertise in visioning, integrated planning and urban design has created feasible, desirable and sustainable change in numerous communities across the country. Skilled in translating the principles of new urbanism into pragmatic planning and design solutions for developments in both the public and private sectors, Grace's use of innovative participatory processes and design tools engage public participants as active decision -makers in visioning, planning and community building. RELEVANT PROJECTS: • Market Street Station Transit Oriented Development (TOD) District Master Plan • Brightline (All Aboard Florida) Master Plan, Entitlements & Architecture • MDC Strategic Miami Area Rapid Transit (SMART) Plan Land Use Planning and • Visioning • Jacksonville Transportation Authority "Mobility Works" Complete Streets Program • City Village Riverfront District Master Plan and Zoning Recommendations • City of Jacksonville Southside Boulevard Corridor Visioning Study • Plan Z for Miami: Rickenbacker Park • Bahama Village CRA Visioning and Capital Projects Work Plan • Lafayette Parish Downtown Plan Framework and Model Nodal Development Plan • Creative Village Strategic Planning and Funding Feasibility • Opa-Locka Tri-Rail Intermodal Station Bus Shelters • Northwest Gardens Phases II, IV & V Affordable Housing • South Columbus GA: Arbor Point Neighborhood Revitalization Plan • Prospect Park Study and Planning • West Kendall Park Concept Studies • Edgewater East Master Plan • Coral Gables Sustainability Master Plan • City Village Master Plan • Miami Beach Washington Avenue Study • St. Joseph and Collins Parcel Study EDUCATION Master of Architecture in Urban Design, University of Miami Bachelor of Architecture, Universidad Nacional Pedro Henriquez Urena Associate in Arts, Miami Dade Community College PROFESSIONAL AFFILIATIONS Associate Member of the American Institute of Architects (AIA) and Congress for New Urbanism FIU Landscape Architecture Advisory Board. Coral Gables Chamber of Commerce - SEE Green Committee member Adjunct Professor, University of Miami's Urban Design and Architecture Studios ZYSCOVICH TRTP26038.202, 100 LOWELL CLARY 2910 KERRY FORREST PKWY D-4, SUITE 413 TALLAHASSEE, FLORIDA 32309 CELL 850-212-7772 lowell.cIM6y )claryconsulting com PROFESSIONAL EXPERIENCE C LARRY CONSULTING COMPANY Clary Consultant Company, December January 2008 to present Lowell R. Clary (Lowell) is the President of Clary Consulting. Clary Consulting provides advisory services to governmental and private sector clients on transportation finance, developing transportation projects, public -private partnerships (P3s), economic analysis, procurement, and assisting in negotiations of complex projects and agreements. A sample of clients includes Florida local entities such as Jacksonville Transportation Authority, St. Lucie County, City of Avon Park, City of Fort Lauderdale, City of Miami Beach, City of Homestead, South Florida Regional Transportation Authority, Broward Metropolitan Planning Organization and Miami -Dade County Transportation Planning Organization, Transportation Departments across the United States, and private developers for Transit Oriented Development projects. Lowell served in management positions in the Florida Department of Transportation including Assistant Secretary for Finance and Administration. This provided experience in transportation funding, financing, project development, economic impacts, P3s, and many other issues. Sample Projects include: Palm Beach County — George Bush Blvd Bridge Replacement — Palm Beach County began a process to evaluate the replacement of the George Bush Blvd Bridge that includes the development of funding options and a funding plan for the design and construction of the replacement bridge. Clary Consulting is developing the funding options that includes an action plan and process to achieve the funding for the replacement bridge. This process is just beginning so the best references are outlined in the following projects that are more advanced with a track record of success. City of Homestead — Federal Transit Grants/Projects — The City of Homestead received Federal transit grants for transit improvements and operations for the trolley system and associated with the Miami -Dade County South Corridor Transit Project. Clary Consulting advises the City on procurement processes and related elements associated with the Federal Transit Grants. Reference — Malia Rivera, Director of Procurement, City of Homestead, mtrivera(a-)cityofhomestead. com Miami -Dade Transportation Planning Organization "SMART Plan" — The Miami -Dade Transportation Planning Organization (TPO) adopted the SMART Plan composed of six major transit corridors in Miami -Dade County. Clary Consulting advises the Executive Director of the Miami -Dade TPO by providing funding feasibility analysis and reviewing draft funding and financing plans for several of the proposed corridors and by developing draft legislative options for consideration by the County and their state legislative and congressional delegations. These services include the development and updating the SMART Plan funding and finance plan, and identification of funding sources and finance options needed to move the six major corridors and other key projects forward. TRTP26038.2022 101 Reference — Aileen Boucle — Executive Director, Miami -Dade Transportation Planning Organization, Aileen.Boucle@miamidade.gov MTECC — The Broward County MPO and a group of local cities in Broward County are developing an interlocal agency to provide services on behalf of the cities on Federally funded projects through the FDOT Local Agency Program (LAP). It can be very costly and time consuming for induvial cities to take on a LAP program that may happen every five or so years. MTECC is being created to specialize in LAP programs on behalf of multiple cities. Clary Consulting is advising on the creation of MTECC and leading the development of policies and procedures for MTECC to be in compliance with the FDOT LAP certification process. Reference Christopher Bross, Finance and Administration — Contracts and Procurement Manager, Broward MPO, brossc@browardmpo.org Underline — The Underline in Miami is an improvement under the Metrorail system from downtown Miami south to the Dadeland Station, approximately 10 miles. This includes pedestrian and bike trail, landscaping, safety improvements, and recreational elements. Clary Consulting developed a benefit - cost analysis (BCA) and provided strategic advice on a Federal BUILD grant that was awarded for $22 million in 2019 to complete the funding of the last segment of the Underline. Reference Meg Daly, Founder Underline Foundation, meg.daly@theunderline.org City of Miami Beach — Consideration of Streetcar System — The City of Miami Beach considered an unsolicited proposal for a streetcar. Clary Consulting advised the City on the P3 process including strategy, funding and finance related to the possible project. Reference: Jimmy Morales, Chief Operating Officer, Miami -Dade County (former City Manager of Miami Beach),.Iimmy.Morales2@miamidade.gov Various Transit Oriented Development Projects — Clary Consulting advises various developers on transit oriented development projects and related projects such as Grove Central, Upland Park (Dolphin Station), Cypress Creek Park and Ride, Miami -Beach 56' Street Pedestrian Bridge, and many others. References can be provided based on the type of project desired. Florida Department of Transportation — Key positions held by Lowell Clary: • Assistant Secretary, Finance and Administration — Chief financial and administrative officer and a member of the Board of FDOT. Provided leadership on transportation program and financial development; development and management of the FDOT's Five -Year Work Program; procurement; human resources; information technology, and finance and accounting. Recognized as a national expert on transportation finance and public -private partnerships. Participated in committees and groups nationally on transportation topics including Transportation Research Board, AASHTO, US DOT, and others. Led development of major new funding and public -private partnership program, laws, rules and guidelines for Florida, spearheading P3 projects like the Miami Port Tunnel and I-595 Express. Championed "95 Express" creation of High Occupancy Toll Lanes in Southeast Florida. Led development of "finance" tool for Design -Build -Finance that has advanced over $2 billion of projects in Florida. Led traditional bonding programs such as toll revenue bonds, Right-of-Way/Bridge Bond Program, GARVEE Bond Program, and Fixed -Guideway Bond Program. Awarded Public Sector P3 Innovator of the Year by ARTBA. • Other key positions include: Manager, Financial Planning, Deputy Comptroller, Chief Internal Auditor/Inspector General PROFESSIONAL EDUCATION, CERTIFICATIONS, AND MEMBERSHIPS Education Professional Memberships Florida State University American and Florida Institutes of CPAs Bachelors in Accounting Professional Certifications Florida Certified Public Accountant Registered Municipal Advisor (Principal) Transportation Research Board (TRB) -----Former Chair Economic-Finance/P3 American Public Transit Association -----Member Funding/Finance/P3 Committee TRTP26038.2022 102 Lucas G. Clary Senior Vice President CLARY CONSULTING COMPANY 2910 KERRY FORREST PKWY DA SUITE 413 TALLAHASSEE, FLORIDA 32309 CELL 850-459-3544 Lucas.claU@claUconsulting.co PROFESSIONAL EXPERIENCE Clary Consulting Company, July 2014 to present (8 years) Lucas G. Clary (Luke) is the most recent member of the Clary Consulting team. As Vice President, he provides financial modeling and analysis services on all types of project finance transactions with an emphasis on project feasibility determination, funding alternatives analysis and go -to -market project structuring. He has received formal training in both project finance modeling and DBC modeling (municipal bonds, revenue bonds, asset backed securities, etc.). Clary Consulting provides advisory services to governmental and private sector clients on transportation finance, transportation project development, public -private partnerships (P3s), procurement, and assisting in negotiations of complex projects and agreements. A sample of Clary Consulting clients includes the Florida Department of Transportation, Fort Lauderdale Downtown Development Authority, Jacksonville Transportation Authority, South Florida Regional Transportation Authority, Miami -Dade County Expressway Authority, City of Miami Beach, City of Treasure Island, Puget Sound Regional Council (Seattle Region MPO), Colorado Department of Transportation, Connecticut Department of Transportation, Florida Department of Transportation, North Carolina Department of Transportation, State Auditor of Colorado, State Auditor of North Carolina, private developer developing a toll road in Florida and developers developing Transit Oriented Development projects. Sample Projects include: Miami -Dade Transportation Planning Organization "SMART Plan" - SMART Plan (TPO) - The Miami -Dade County Commission and MPO adopted the "SMART" Plan in 2016, which involves six major corridors for transit improvements in Miami -Dade County. These corridors are in various phases of development from concept to advanced environmental studies. The Miami -Dade County Mayor and Commission are making a major focus on advancing these corridors but are faced with identifying funding for the effort along with setting schedules for what could prove strong contingencies for each of the six corridors. Clary Consulting Company assists the Executive Director of the Miami -Dade Transportation Planning Organization by providing funding feasibility analysis and reviewing preliminary draft funding and financing plans for several of the proposed corridors and by developing draft legislative options for consideration by the County and their legislative delegation. Reference - Aileen Boucle - Executive Director, Miami -Dade Transportation Planning Organization, Aileen.Boucle@miamidade.gov Jacksonville Transportation Authority - o Skyway Modernization - The Jacksonville Transportation Authority QTA) is the lead transit agency for the Consolidated City of Jacksonville/Duval County. An elevated automated transit system was built in the 1980s that opened in 1989 in downtown Jacksonville, called the TRTP26038.2022 103 "Skyway". The Skyway route is 2.5 miles with eight stations and has 1.2 million riders per year. The Skyway transit vehicles are no longer built and are difficult and costly to maintain. JTA has been studying how best to replace the old vehicles with newer technology and also possible expansions of the Skyway system to move activity centers in Jacksonville. Mr. Clary is currently the lead financial analyst for the lead financial advisor to the Jacksonville Transportation Authority QTA) as a subconsultant to the RS&H Project Team for the JTA's Skyway Modernization Program. o JTA CNG Refueling Facility. Clary Served as the lead financial analyst for the lead financial advisor to the Jacksonville Transportation Authority QTA) as a subconsultant to the RS&H Project Team for a Compressed Natural Gas (CNG) P3 Project. Clary Consulting provided the Value for Money analysis for the CNG P3 Project, assisting in drafting procurement documents, performed due diligence analysis on the proposed financing plan, and evaluating the proposals submitted by the private teams. Clary Consulting also assisted in negotiations with the selected proposer to assist the JTA in reaching both commercial close and financial close. Reference - Greg Hayes - Chief Financial Officer, Jacksonville Transportation Authority, ghayes@jtafla.com Downtown Development Authority (DDA) of Fort Lauderdale - Clary Consulting served as municipal advisor on debt capacity analysis and upon Board approval led the procurement of a new debt (tax exempt bank loan) program to provide funds for downtown Fort Lauderdale infrastructure improvements. Lucas served as the lead financial modeler and helped develop procurement documents including term sheets, funding and repayment schedules and board presentation materials. Reference - Elizabeth Van Zandt - Executive Vice President, City of Ft Lauderdale Downtown Development Authority elizabeth@ddaftl.or� Past Work History: Senior Associate, KPMG Corporate Finance, LLC - June 2012 - June 2014 (2 years) Prior to joining Clary, Mr. Clary was the lead project modeler on several large transactions in the State of Texas and Mexico. His responsibilities included creating, maintaining and running the financial models. This included models that were used to secure indicative investment grade ratings from Standard and Poor's as well as start preliminary term sheet negotiations with TIFIA on the domestic transactions. He was responsible for the development of the finance plans and associated project documents relevant to the financial aspects of the projects such as TxDOT gain sharing, TIFIA gain sharing, project scoring mechanisms, bidder model requirements and bidder financial qualification requirements. Mr. Clary was part of a team of financial analysts and modelers at KPMG that assisted the Texas Department of Transportation in identifying and managing projects in terms of priority and financial feasibility. This effort culminated in a weekly report followed by a meeting between senior KPMG and TxDOT personnel to determine how to manage each project to ensure that all agency goals and deadlines were met. EDUCATION, PROFESSIONAL CERTIFICATIONS, AND MEMBERSHIPS Education Professional Certifications Florida State University Bachelors in Finance 'I I Bachelors in Applied Economics ` 11 Masters in Finance ' 12 Registered Municipal Advisor Registered Municipal Advisor Principal 104 TRTP26038.2022 INFINITE SOURCE amAr 00 COMMUNICATIONS GROUP Monica Diaz Community Outreach Manager (Bilingual — Spanish) Years of Professional Experience 17 Education Arizona State University — B.A. in Journalism and Mass Communication — Public Relations, 2005 — Minor — Human Communication Ms. Diaz, Principal of Infinite Source Communications (ISC), is a bilingual communications professional experienced in public involvement, public relations, print journalism and integrated marketing communications. She manages the day-to-day operations of the company, develops new business opportunities and directs a staff of trained PR professionals and graphic designers. Ms. Diaz has managed a number of PR and marketing campaigns and has over 17 years of professional experience. Under her direction, ISC has successfully provided PR and marketing service for entities such as Modani Furniture, Duck Tours Florida, and the Florida Department of Transportation as it relates to the Drive Safe Krome Aggressive Driving Campaign and other major events. She is capable of managing high profile public involvement/public relations projects, building public consensus, communicating with key stakeholders and media, and executing marketing and design efforts for multiple clients. Ms. Diaz also has the ability to handle numerous tasks quickly and successfully, ensuring goals are being attained and most importantly, that the quality assurance/quality control of the overall directed work is managed successfully. Through her years of experience in various communications projects, Ms. Diaz has built and fostered a variety of key stakeholder relationships and actively works with agencies to promote their brands and products both national and internationally. RELATIVE WORK EXPERIENCE: • 2009-Present — Owner/Principal, Infinite Source Communications Group, Miami, FL — Owns and operates the company, contract initiatives and is responsible for all financial decisions. Oversees ISC staff on projects and special events. Manages creative campaigns for businesses and agencies such as Modani Furniture, Electric Vehicle Institute, Partners In Education, Crime Stoppers of Palm Beach County, EFFIE Consulting Service, REVIV MedSpa, DuckTours, Miami -Dade County TPO, City of Oakland Park. • 2019-Present — Social Media Manager, Miami -Dade Transportation Planning Organization (TPO) — Responsibilities include planning a strategic approach to social media, create graphic designs, and assist in overall production activities for the account. Reference: TPO Chief Communication Officer Elizabeth Rockwell, 305-968-2722 • 2020-Present — Project Manager, Atlantic Isles Lagoon Bridge PD&E, Miami -Dade County, FL — Outreach efforts include developing the Public Involvement Plan (PIP), preparing and hosting the virtual Kick -Off Meeting for Elected Officials and the Public, and spearheading a Cultural Resource Committee. • 2019-Present — Outreach Manager, City of Miami Beach Citywide Stormwater Management Plan, Miami Beach, FL — Ms. Diaz works with the Jacobs and the City of Miami Beach Public Works Department and team to execute all outreach efforts to educate the public and elected officials about Blue Green Infrastructure (BGI), road raising and neighborhood prioritization for mitigating stormwater and sea level rise. Ir 105 00 INFINITE SOURCE COMMUNICATIONS GROUP 2017-Present — Project Manager, FDOT Palmetto Express Design East-West, Miami -Dade County, FL — Ms. Diaz is responsible for managing the public involvement team as FDOT implements the design of new managed lanes and major roadway improvements along the Palmetto Expressway from 1-75 to the Golden Glades Interchange. Efforts include developing overall outreach plans, collaterals in English, Spanish and Creole as well as hosting a series of outreach events to educate and inform the community about the benefits of Express Lanes. The project is currently on hold. 2013-2015 — Project Manager, FDOT District Six Districtwide Public Information Contract for Miscellaneous Construction Projects in Miami Beach and Surrounding Areas, Miami -Dade County, FL — Ms. Diaz was responsible for spearheading all outreach efforts for various projects in Miami Beach and the surrounding areas, particularly Alton Road from Michigan to 17 Street. She oversaw the public information team, developed the overall marketing and communication strategy for FDOT and worked with local agencies to communicate all construction related information on a daily basis. 2011-Ongoing — Project Manager, City of Miami Beach Public Information Services Right of Way and Facilities Construction Contract, Miami Beach, FL — Ms. Diaz manages staff and communications for ongoing and upcoming transportation projects including the renovation of one of Miami Beach's most famous venues and historic building. Ms. Diaz represented the City Manager's office by coordinating all construction related activities with surrounding stakeholders, the media and special events such as Art Basel, Design Miami and the Auto Show. 2011-Present FDOT— Project Manager— Districtwide Communications Consultant Services for Miscellaneous Projects in Miami -Dade and Monroe Counties, Miami -Dade County, FL — Ms. Diaz currently manages a large team of public information staff and consultants as they execute outreach for FDOT in Planning, PD&E, and Design. She works with FDOT to disseminate project information to the public and media, coordinates special Department events and campaigns as well as works with the District Secretary's office to execute the public affairs for their Five -Year Work Program. ADDITIONAL WORK EXPERIENCE: • 2007-2008 — Marketing and Label Manager Coordinator, Sony BMG Music Entertainment Latin America, Miami, FL — Ms. Diaz aided with campaign planning and project execution for the Director of Marketing and Label Managers at Sony BMG Music Latin America. She updated and managed online media outlets for the Digital Marketing Division to promote artists (i.e.; Eros Ramazzotti, CAMILA, Barbara Munoz, Gloria Estefan). • 2006-2007 — Account Manager/Journalist El Paso Media Group/El Paso Magazine, El Paso, TX — Ms. Diaz researched, wrote and published article assignments in print media. She handled advertising sales for three publications in the U.S. Hispanic (El Paso Magazine, The El Pasoan and Newspaper Tree Online.) She assisted in the coordination of outside events associated with the El Paso Media Group. • 2004-2005 — Executive Assistant, The Walker Agency Marketing Communications, Scottsdale, AZ — Ms. Diaz assisted in itinerary planning, press material production and mapping driving routes for the Toyota Scion Press Introduction Campaign. She updated, developed and distributed media exposure reports to national clients: Yamaha, Toyota Motors, Bushnell, Foodsaver, Ducks Unlimited. Assembled promotional media kits and other press materials (i.e. online distribution and mailouts). 106 Ln Manuel G. Vera Jr., PSM M.G. VERA Principal -in -Charge/ Chief Surveyor & Mapper & AssocUTO MD-DTPW, Miami to Miami Beach Light Rail I Modern Street Car (Miami Beach Corridor Connector) PD&E Project Limits: Miami Transit Connector from Alton Road and 5th Street in Office Location Miami Beach west along the Macarthur Causeway (1-395), south along Biscayne Boulevard to Miami, Florida 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 Years of Experience existing right of way for planning purposes of the Miami portion of the project limits, and design 39 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) Years with MGV survey will be performed from right of way to right of way and will extend to the radius return on 39 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 Education well as station and off -set for the entire project limits; work zone safety; and subsurface utility Bachelors of Science, engineering. Parsons Transportation Group, Inc. I Odalys Delgado, AICP (305) 507-5583, Legal Studies, Nova Southeastern odalys.delgado@parsons.com 10612017 thru 12120191 Contract Amount: $550,948.67 I University, 1994 City of Miami Beach, Lummus Park Site Survey MGV provided a topographic survey locating Associates of Science, all above ground features and improvements within the survey limits including: fences, walls, Land Surveying, buildings, and appurtenances, visible above ground utilities, drainage structures, etc. Cross Miami Dade College, sections and spot elevations were also gathered along the project site. Construction services 1988 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 Registrations (305) 670-2350, amillan@bcceng.com 10912017 thru 01120181 Contract Amount: $3,000.00 Professional Surveyor & Mapper, Florida MD-DTPW, City of Miami Beach Seawalls MGV was responsible for designating (horizontally License No.: LS5291 mark on the surface) known existing toneable and non-toneable subsurface utilities found within 01/05/1994 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 Professional Affiliations 215 utility locates (test holes) on potential utility conflicts as identified on the plans provided by Florida Surveying & Mapping the client. Each locate (test hole) includes horizontal coordinates, depth of cover, elevation, size, Society type, material and general direction of each found utility. BCC Engineering, LLC I Christian Aquino, PE (305) 670-2350, caquino@bcceng.com 11212019 thru 0712021 I Subcontract Amount: The Transportation and $8, 944.00 Expressway Authority l Membership of Florida FDOT District 6, SR Al / Indian Creek Drive Subsurface Utility Engineering Services from 25th Street to 41st Street MGV was responsible for designating (horizontally mark on the Surveying Experience surface) known existing toneable and non-toneable subsurface utilities found within 6 "Scan" Manuel G Vera & Assoc., Inc areas depicted on the plans provided by the client utilizing electromagnetic geophysical (1983 -Present) prospecting equipment, including ground penetrating radar (GPR). MGV also performed up to j 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 0912019 1 Subcontract Amount: $82, 980.00 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 I 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. I 107 TRTP26038.2022 Manuel G. Vera Jr., PSM &ASSOCIATES ,,,M.G. VM Principal -in -Charge/ Chief Surveyor & Mapper 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 cbrsandh.com 1 01/2016 thru 12/20161 Subcontract Amount: $17,958.801 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 110/2018 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 Linar, 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 41 Jeffery Smith (954) 777-4560, jeffery.smith@dot. state. ft. us 10212017 thru 02/20221 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. fl.us 10912015 thru 10120161 Contract Amount: $1.5 Million Village of Palmetto Bay, Phase VI Localized Drainage Improvements MGV is responsible for preparing a complete Design survey, which includes the establishment of horizontal (NAD 83/90) and vertical control (NAVD 88) networks, the creation of Topographic surveys and Digital Terrain Model (DTM/3D) in 3D laser scanning, as well as survey baseline and right of way, cross sections, drainage survey, and miscellaneous surveys requested by the Project Manager. Civil Works, Inc. I Linda Bell, PE (305) 591-4323,IbellCDcivilworks.com 1 1012013 thru 04/20161 Contract Amount: $25,189. 72 108 TRTP26038.2022 Mark R. Sowers, PSM SUE Director / Chief Surveyor & Mapper MD-DTPW, Miami to Miami Beach Light Rail I 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 41 st 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 109/2017 thru 0 112018 1 Contract Amount: $3,000.00 MD-DTPW, City of Miami Beach Seawalls 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. 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 / 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 102/2019 thru 09120191 Subcontract Amount: $82, 980.00 M .G. VERA & ASSOCIATES Office Location Jupiter, Florida Years of Experience 35 Years with MGV Education Bachelors of Science, Land Surveying, University of Florida, 1988 Registrations Professional Surveyor & Mapper, Florida License No.: LS5266 07/19/1993 Professional Affiliations Florida Surveying & Mapping Society The Transportation and Expressway Authority Membership of Florida Surveying Experience Manuel G Vera & Assoc., Inc (2015 - Present) Cardno TBE (2001 - 2015) Florida Department of Transportation, District 4 (1993 - 2001) Kimley Horn & Assoc., Inc (1991 -1993) Avirom & Hall (1990 -1991) Keith & Schnars (1988 -1990) City of Miami, Miscellaneous Surveying and Mapping Services (No. 16-17-027) Task driven i 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 I Fernando Ponassi (305) 416-1902, fponassi@miamigov.com 0212018 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 109 TRTP26038.2022 Mark R. Sowers, PSM SUE Director / Chief Surveyor & Mapper M .G. VERA & ASSOCIATES 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 cDrsandh.com 101/2016 thru 12/20161 Subcontract Amount: $17,958.801 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 61 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 Linar, 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 61 Victor Marrero (305) 470-5249. victor.marrero@dot. state. fl.us 10912015 thru 10120161 Contract Amount: $1.5 Million Village of Palmetto Bay, Phase VI Localized Drainage Improvements MGV is responsible for preparing a complete Design survey, which includes the establishment of horizontal (NAD 83/90) and vertical control (NAVD 88) networks, the creation of Topographic surveys and Digital Terrain Model (DTM/3D) in 3D laser scanning, as well as survey baseline and right of way, cross sections, drainage survey, and miscellaneous surveys requested by the Project Manager. Civil Works, Inc. I Linda Bell, PE (305) 591-4323,lbell(a civilworks.com 1 1012013 thru 04/20161 Contract Amount: $25,189. 72 110 TRTP26038.2022 Kevin Deal CHIEF OPERATIONS OFFICER BACKGROUND Mr. Deal has amassed a great deal of experience in every aspect of the data collection industry. His expertise includes field operations, administrative operations, program development, R & D and companywide quality control. He has successfully managed over 35,000 projects from inception to completion which have at times included customized study development as well as customized deliverables. Mr. Deal oversees the annual collection of approximately 20,000 Turning Movement Counts, 25,000 Automatic Traffic Recorder Counts, and thousands of specialized studies. PROJECT EXPERIENCE OCTA (Orange County Transportation Authority) I Orange County, CA 12005, 2007, 2009, 2011, 2013, 2015, 2021 In 2021, the contract requirements included: ❖ 101: 3-Day Turning movement counts ❖ 48hr Pedestrian/Bicycle/e-Scooter counts ❖ 50: 24hr Volume machine counts Historically, the contract included: ❖ 200: (3-Day) Turning Movement Counts ❖ 12,000 miles: Travel Time runs (2015) New York State DOT I New York, NY 12021 - Current NDS is the on -call traffic data collection company for NYCDOT. Annual data collection consists of approximately ❖ 2,800: 3-Day Class machine counts 2,500: 3-Day Volume machine counts ❖ 180: 50hr Non -Intrusive classification counts 100: Turning movement counts with varying collection requirements New York City DOT I New York, NY 12019 - Current NDS is the on -call traffic data collection company for NYCDOT. Annual data collection consists of approximately ❖ 3,208: 7-day, 9-day, or 14-day Volume machine counts .• 2,860: 1-day, 2-day, or 3-day Turning movement counts requiring various hours of collection as well as sub -classification of vehicles and pedestrians. ❖ 606: 1-day, 2-day, or 3-day Pedestrian counts •:• 719: 1-day, 2-day, or 3-day Bicycle counts of requiring various hours of collection as well as sub classification of cyclists. ❖ 184 Spot Speed Radar Counts Los Angeles DOT I Los Angeles, CA 12005 - Current NDS is the on -call traffic data collection company for LADOT. Annual data collection consists of approximately ❖ 700: Average daily traffic counts ❖ 300: Turning movement counts requiring heavy trucks, buses (school vs. metro), pedestrians (adults vs. children), and bicycles. Other studies such as travel time, parking, pedestrian and bicycle screenline counts, and spot -speed radar surveys City of Sacramento I Sacramento, CA 12005 — Current NDS is the primary firm conducting all traffic counts for the City of Sacramento under a Master Services Agreement and has been since 1998. NDS annually collects approximately: ❖ 300: Speed machine locations ❖ 64: 4hr Turning movement counts National Dab & &wv"ins Sarvim EDUCATION B.S. in Production & Engineering YEARS OF EXPERIENCE 17 PROJECT MANAGEMENT EXPERIENCE 17 SCHEDULING MANAGEMENT 17 DATA COLLECTION MANAGEMENT 17 PROFESSIONAL CERTIFICATIONS NA TRTP26038.2022 111 IVS National Data & Surveying Services John Greist FLORIDA AREA MANAGER Mr. Greist's expertise includes field operations, project coordination, project estimation, client management / communication and scheduling / employee management. He has successfully managed large turning movement count projects, machine tube counts, and has also assisted in the successful coordination and collection of specialized studies throughout Florida. He has also piloted several new types data collections PROJECT EXPERIENCE SPACE COAST TPO Space Coast TPO Traffic Count Program — 2021, 2022 ❖ 532 Volume machine counts (additional Speed & Class ADTs with varying durations along with some TIVICs and Ped counts) POLK COUNTY TPO/TINDALE OLIVER Polk County 2019 Traffic Count Program - 2019 ❖ 263 Speed & Volume machine counts (varying durations) DAVID PLUMMER & ASSOCIATES Miami Freedom Park Traffic Project- 2018 ❖ 57 Turning movements counts with pedestrians, bicycles and heavy trucks ❖ 43 Speed & Volume machine counts (varying durations) TAMPA DOWNTOWN PARTNERSHIP 12/2018 ❖ 13 field techs doing parking occupancy for 25,000 public parking spots, public parking garages and on -street through the downtown Tampa, for 3-days FDOT D4 Contract C9Y93 with Kimley-Horn 1/2021 ❖ 30 Turning movements counts with pedestrians, bicycles and heavy trucks ❖ 8 Volume machine counts (varying durations) EDUCATION Bachelors in Business Administration/Management Florida International University PROJECT MANAGEMENT EXPERIENCE 15 SCHEDULING MANAGEMENT 15 DATA COLLECTION MANAGEMENT 5 All with NDS TRTP26038.2022 112 MARLIN HAROLD PANTALEON TECHNOLOGY & INNOVATION MANAGER / CERTIFIED FAA DRONE PILOT Harold Pantaleon has 12 years of experience in traffic engineering, freight, GIS, transportation planning and construction supervision. He is responsible for developing data collection studies and analyses such as classification/truck count trends, origin/destination, turning movement counts, spot speed studies, approach counts, gap, travel time and delay and crash analyses. He regularly compiles, processes, and analyzes data and results; performs quality control analysis; generates data graphs and reports using Jamar Technologies Software; conducts calibration of data collection equipment and vehicles; and collaborates with engineers assisting in fieldwork such as field reviews, collecting project information and on -site pictures, and surveying. Harold is an FAA Part 107 Certified UAV Pilot. RELEVANT EXPERIENCE NE 15th Ave Lane Repurposing Project I Fort Lauderdale I Engineering Technician: The project provides plan documents to allow the City of Fort Lauderdale to repurpose the outside lanes to Buffered/Protected Lanes on NE 15th Ave from Sunrise Boulevard to N. of 13th Ave as a pilot project. Harold is responsible for the coordination and analysis of the traffic data collection. Other tasks involve identifying and analyzing pedestrian activity, behavioral origin, and destination along the study segment to support the design of the bike lanes and locations for new pedestrian crossings. For this purpose, the MARLIN data collection team used high -resolution cameras with deep learning algorithms to detect and analyze pedestrian trajectories along the segment. The collected data results effectively identified the areas of most pedestrian activity and potential safety improvements. This contract is being performed under MARLIN's Traffic and Transportation Engineering and Planning Services contract. (2021-Ongoing) Reference: Karen Warfel, Transportation Planning Program Manager, (954) 828-3798 Transit Planning & Operations Non -Motorized Traffic Monitoring I FDOT Central Office Senior Engineering Technician: MARLIN is developing a research -based study that evaluates and provides direction in providing safe access to transit stop locations design. The project involves deploying bike and pedestrian count equipment near transit stops in coordination with five Florida transit agencies to standardize methods for analyzing and utilizing non -motorized traffic datasets specific to transit. Harold is responsible for deploying the counting equipment, including infrared detection devices, bicycle tube counters, and cameras. He then uploads and analyzes the data for the weekend and weekday pedestrian and bicycle counts. (2019-Ongoing) Reference: Chris Wiglesworth, (850) 414-4532 SW 10th Street Consensus Building Livability Planning I Broward MPO I Senior Engineering Technician: Led community outreach and livability planning effort for the Broward MPO to bring together regional and adjacent community groups to concur and collaborate on a transportation project that has been delayed for decades because of community concerns. Developed a project logo, tag line, dedicated phone line, and website address to share collateral material and provide a public review and input portal. (2015-2016) Reference: Paul Calvaresi, (954) 876-0031 Travel Time and Delay Study I Port St. Lucie I Senior Engineering Technician: Providing data collection, graphics, and drone pilot. This project aims to perform a Travel Time and Delay Study to evaluate the performance of Port St. Lucie Boulevard along nine intersections, from the Interstate 95 northbound off/on-ramp terminal intersection to the Bayshore Boulevard intersection. The corridor length encompassing these nine signalized intersections is 2.8 miles. The study's goal would be to evaluate this corridor's efficiency before, and after the adaptive signal system (Rhythm Engineering InSync) improvements were made to the signals along this corridor. The City of Port St Lucie owns all nine traffic signals along this corridor, except the 1-95 northbound off/on-ramp terminal, owned by the Florida Department of Transportation (FDOT) but maintained 113 TRTP26038.2022 HAROLD PANTALEON MARLIN TECHNOLOGY & INNOVATION MANAGER / CERTIFIED FAA DRONE PILOT by the City. The work will be conducted in three tasks for evaluation before and after school traffic and during peak traffic. We will submit a report to the City with a full review and field data collected for each task. (2018-Ongoing) Reference: Heath Stocton, (772) 344-4239 Young Circle Roadway Redesign I Hollywood CRA I Senior Engineering Technician: Traffic analysis for redesigning the 800-foot diameter Young Circle in Downtown Hollywood, Florida. This project includes traffic engineering services, including data collection, SimTraffic illustrative traffic simulation, conceptual planning -level cost estimates, and stakeholder meetings participation. Harold managed an extensive data collection that included O/D data collection utilizing Bluetooth technology, MIOVision data collection for ped/bicycles, trucks and buses and bi-directional traffic counts. He also assists in collecting data and creating graphics and maps using GIS software for the collected data. (2018-Ongoing) Reference: Susan Goldberg, AIA, Deputy Director, Hollywood CRA, (954) 924-2980 Krome Avenue Construction Progress Drone Footage Study I FDOT District 6 1 Drone Pilot: Collection of drone footage of the construction progress of a 2-mile segment along SR 997/Krome Avenue in Miami -Dade County. The footage showed five 2-mile sections, including select typical sections, interchanges, bridges, railroad crossings, and trails. Deliverables included six videos, one for each of the five segments and one comprehensive video of all five sections from south to north. Harold operated the drone and edited the videos. (2007-2014 Design; 2014-2018 Construction) Reference: Judy Solaun, (305) 470-5343 SMART Plan NE Corridor Inventory Analysis I Miami -Dade TPO I GIS Specialist: Development of an Inventory Analysis along with one of the six (6) Strategic Miami Area Rapid Transit (SMART) Plan corridors. The project involved a comprehensive data collection process reviewing relevant case studies, identifying incoming development, and mapping existing conditions in proximity to the FEC railway corridor extending from downtown Miami to the Broward County line. Harold's tasks involved GIS and mapping future developments. (2017) Reference: Maria Teresita Vilches-Landa, (305) 375-2069 Safe Routes to School Grant Applications 2017, 2016 & 2015 1 Miami -Dade TPO I GIS Specialist: This project evaluated ten (10) schools per year selected by the Miami -Dade Transportation Planning Organization (TPO) Safe Routes to School infrastructure improvements. The scope of work included documentation of unsafe walking/biking conditions, developing recommendations and cost estimates for improvements to infrastructure within each school's attendance boundary, and writing and submitting an FDOT grant application for each school. This evaluation included field visits, coordination with school administration, and public outreach to stakeholder groups to gain input on needed safety improvements. Harold's tasks included public outreach, data collection, and GIS mapping. To date, the twenty schools involved in the 2015 and 2016 cycles were all approved and funded. The ten (10) schools in the 2017 period are still developing. (2016-2018) Reference: David Henderson, (305) 375-1647 Transit Operations Facility Feasibility Study I Martin MPO I GIS Specialist: A feasibility study that provided the Martin MPO with a list of potential locations to consider for a transit operations facility. The scope involved identifying parcels that offer optimal geographic location, appropriate acreage, and zoning to support an industrial facility that would also serve residents needing transit -related services. Harold's tasks included GIS mapping and illustrative concepts of how the transit facility may look and function. (2017-2018) Reference: Ricardo Vasquez, (772) 223- 7983 Doral Subarea Freight Plan I FDOT District 6 1 Traffic Analyst/GIS Specialist: Developed a freight plan for FDOT District 6 that focused on a study area centered around the City of Doral. The study aims to identify and advance projects that maintain mobility and foster economic development. The study area is the most significant freight center in the state, including the Miami International Airport Cargo area, the Flagler Rail Yard, the Doral and Medley warehousing districts, FEC and CSX railroad infrastructure, FDOT, MDX and Florida's Turnpike SIS facilities. The strategy is to format the study in a Planning and Conceptual Engineering (PACE) format so that freight and freight -related projects from the study can be advanced in the FDOT Work Program. As part of this effort, Harold performed GIS analysis, classification counts, and Origin/Destination studies along the main arterials and collectors and between the study area and the Port. (2017-2018) Reference: Carlos Castro, (305) 470-5238 SW 95th Avenue Parking Study I Palmetto Bay I Traffic Analyst/Drone Pilot: This project entailed a traffic study to review the parking requirements along SW 95th Avenue from SW 174th street to US 1. Harold's responsibilities included monitoring traffic using drone video to analyze traffic circulation in the study area. This study assisted in qualifying the turning movements observed from the traffic counts and field reviews. In addition, vehicles needed to circle the study area due to a lack of parking spaces were identified. (2019) Reference: Dionisio Torres, (305) 969-5011 114 TRTP26038.2022 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND The projects listed below were completed under the direction of Ian Rairden, P.E., project manager for the Kimley-Horn team. Districtwide Traffic Operations Studies Consultant (FDOT D6) Kimley-Horn served as FDOT Traffic Operations consultants for District Six from 2014-2019. During the five-year contract, we completed 130 individual task work orders throughout Miami -Dade County. Major tasks have included bottleneck studies, arterial analyses, intersection operational studies, bicycle/ pedestrian improvement studies, traffic signal warrants, and multiple conceptual design alternatives with cost estimates. Projects included a Speed Zone Study for Krome Avenue; Pedestrian Signal Studies in Miami Shores; Pedestrian Study for Downtown Miami along Biscayne Boulevard; bottleneck studies along S Dixie Highway, Bird Road, Flagler Street, and SR 94/Kendall Drive; and Road Safety Audit at Krome Avenue and SR 25/Okeechobee Road. Origin -Destination (O-D) Surveys for Local Bus Service (South Garage), Miami -Dade MPO GPC Kimley-Horn was selected by the Miami -Dade MPO to conduct on -board transit surveys for 22 Miami - Dade Transit bus routes serving downtown Miami, Miami Springs, Kendall, and Homestead. Our team interviewed about 6.5% of the 69,000 daily transit riders over six survey days to develop improved origin -destination (O-D), transit boarding and alighting, travel pattern, and socioeconomic data for inclusion in the Southeast Florida Regional Planning Model (SEPRM). The project continued the traffic modeling improvements started the previous two years for the Northeast and Central Garages as well as provided an overall system -wide summary of the ridership characteristics. Project Duration: 2014-2019 Client Representative: Ramon Sierra Contact Information: 305.470.5336, ramon.sierra@dot.state.fl.us Volume of Contract: S1,500,000 Project uuration: zui 4-zui 5 Client Representative: Wilson Fernandez Contact Information: 305.375,1886, wilson.fernandez@miamidade.gov Volume of Contract: $120,000 Kimley>Morn TRTP26038.2022 115 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND South Florida Regional Transportation Authority Boca Raton II Tri-Rail Station PD&E Study After an initial phase deemed a second Tri-Rail station feasible, Kimley-Horn provided professional consulting services for a Project Development and Environment (PD&E) Study. The proposed station will increase mobility for residents and commuters and will also provide access to a variety of local community features, such as Town Center at Boca Raton mall, downtown Boca Raton, several recreational facilities, and colleges/schools nearby. Kimley-Horn evaluated location alternatives that met the project objectives in an environmentally responsible, socially acceptable, and cost feasible manner, consistent with public and agency input. The scope included public involvement, engineering analyses and considerations, environmental analysis and reports, environmental documents, and 30 percent design plans. Safe Routes to School 2021 Infrastructure Plans Kimley-Horn was selected to develop Safe Routes to School plans for six schools. The plans included safe route determinations, infrastructure improvements, cost estimates, and a walking map. Our team also reviewed the data collected in the previous year for Horace Mann Middle school and provided an updated report. Based on our findings, Kimley- Horn prepared FDOT FY 2021 Safe Routes to School infrastructure funding applications for the selected schools. Kimley-Horn also provided a summary of the status of previous SRTS projects to monitor implementation. uuem representative: Nataiie reSDecrc Pustizzi, AICP Contact Information: 954.788.7957, 77 Project Duration: 9/2020-1 /2022 ffin 15` Client Representative: Kevin C. Walford =r ■ Contact Information: 305.375.2642, &i I - kevin.walford@miamidade.gov Volume of Contract: S70,000 Kimley)))Horn TRTP26038.2022 116 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND The Kimley-Horn team is highly experienced in projects that demand close coordination among multiple team members. Our professional staff is uniquely experienced and familiar working collaboratively with other disciplines, both in-house and as subconsultants on transportation improvement projects. Kimley-Horn's professionals are accustomed to working on projects involving various components and understand the importance of productive coordination to provide the required high -quality services in an efficient and timely manner. Our clients expect a high level of responsiveness, communication, and quality. These high standards have been ingrained in our staff and navigates how we operate with our subconsultants to adhere to demanding schedules, a strict quality assurance program, and open lines of communication. We understand that open, clearly defined channels of communication and prompt response to your requests will be essential to achieve the desired project results. Successful projects will require close coordination between the City's project manager for this contract and our project manager Ian Rairden, P.E. Ian will serve as the point of contact for this contract and will be responsible for identifying the appropriate personnel for each assignment and coordinating subconsultant activities. Ian will also confirm that quality assurance/quality control (QA/QC) measures are built into preparation of assignments. Each assignment will include a kick-off meeting with key team members to clearly define the scope, outline responsibilities, establish schedules, and identify milestones and goals. At the end of each assignment, a QA/QC review will be conducted through a peer review process as a check to make sure that the project deliverable is technically correct and consistent with your objectives. All Aboard Florida Master Planning and Station/TOD Design Zyscovich, LLC developed the initial concepts for All Aboard Florida's four stations and associated TODs to be located in Miami, Fort Lauderdale, West Palm Beach, and Orlando. Kimley-Horn provided traffic engineering services for this project. Agency Name: Florida East Coast Industries Project Duration: 2/2013 - Ongoing Client Representative: Brian Kronberg Contact Information: 305.521.4844, brian.kronberg@gobrightline.com Volume of Contract: $750,000 1-95 Corridorwide Planning for Operational Deficiencies, US 1 to Broward County Line, FDOT District Six Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the 1-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange influence areas, and ramp junctions, as well as post -implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify deficiencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. Infinite Source Communications Group, LLC helped to lead the Public Participation and Outreach for the project as three (3) separate public meetings had to be help in different parts of the County to reach all impacted residents and stakeholders. Agency Name: Florida Department of Transportation District Six Project Duration: 12/2014 - 6/2021 Client Representative: Ken Jeffries Contact Information: 305.470.5445, ken.jeffries@dot.state.fl.us Volume of Contract: $4,154,809 Wave Streetcar Alternatives Analysis/ Environmental Assessment and Small Starts Application, FDOT District Four Kimley-Horn completed the Alternatives Analysis (AA)/ Environmental Assessment (EA) for the Wave Modern Streetcar, a new 2.8 mile fixed guideway modern streetcar transit service within Downtown Fort Lauderdale. Modern streetcar technology was selected as the locally preferred alternative (LPA) for the project. Ten streetcar stations were identified to be provided approximately every two to four city blocks. Following the completion of the AA/EA, Kimley- Horn was selected as a member of the Project Management Consultant (PMC) team. Clary Consulting Company served as the lead financial advisor for the project, helping resolve financing and short-term funding challenges through securing a Florida State Infrastructure Bank (SIB) loan. Agency Name: South Florida Regional Transportation Authority Project Duration: 5/2013 - 2/2018 Client Representative: Robert E. Bostian, Jr., P.E. Contact Information: 954.777.4427, robert.bostian@dot.state.fl.us Volume of Contract: S1,775,150 Kimley>))Horn TRTP26038.2022 117 CITY OF MIAMI EEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND The team members listed on the organizational chart on page 43, including our subconsultant partners, have an extensive history of working together to complete projects on time and within budget. Listed below are personnel details for our relevant project experience section located on page 39. South Florida Regional Transportation Authority (SFRTA) General Planning Consultant The Kimley-Horn team is assisting the South Florida Regional Transportation Authority (SFRTA) in implementing its legislative agenda for FY 2007. The objective of this effort is to secure a dedicated funding source amounting to $50 million per year through 2030 to implement proposed Tri-Rail/transit projects in Miami -Dade, Broward, and Palm Beach counties. Our team performed research and analysis of potential dedicated revenue sources and other technical tasks, including revenue projection of potential funding sources, preparation of fact sheets and GIS maps of planned transit/Tri-Rail projects. Kimley-Horn prepared presentation material geared for public and legislative meetings. Kimley-Horn Project Team Members: Adrian Dabkowski, Brady Walker, Clarence Eng, Don Do, George Puig, Greg Kyle, Ian Rairden, Jill Capelli, Joe Crozier, John Lafferty, John McWilliams, Jonathan Haigh, Lisa Stone, Stewart Robertson, Tori Bacheler Subconsultants: Zyscovich, LLC, Clary Consulting Company, Manuel G. Vera & Associates, Inc. Miami -Dade MPO General Planning Consultant Kimley-Horn served as the General Planning Consultant for the Miami -Dade TPO (formerly Miami -Dade MPO) since June 2000. Over this course of time, Kimley-Horn was selected five separate times for three-year contracts with the MPO. Kimley-Horn's role was to provide technical support to the Miami -Dade TPO with studies/projects focused on specific issues to improve the transportation system. These studies/projects are an integral part of the TPO's UPWP. Kimley-Horn Project Team Members: Adrian Dabkowski, Brady Walker, Allison Fluitt, Clarence Eng, George Puig, Ian Rairden, Greg Kyle, Jill Capelli, John Lafferty, John McWilliams, Jonathan Ford, Stewart Robertson, Tim Padgett Subconsultants: Zyscovic, LLC, National Data & Surveying Services, Inc., Clary Consulting Company Miami Beach ITS/SMART Parking Kimley-Horn is developing a project system engineering management plan, concept of operations, project plan, and procurement documents for a Smart Cities initiative combining ITS and smart parking. The project will deploy cameras, arterial dynamic message signs, vehicle detection, parking occupancy information to communicate real time traffic and parking conditions throughout the City. Also through this contract, Kimley-Horn is providing hot spot signal timing support for the City of Miami Beach in coordination with Miami -Dade County. Kimley-Horn Project Team Members: Jill Capelli, Jonathan Ford Miami -Dade County Miami River Greenway Design Kimley-Horn was retained for the development of a master plan for six sites owned by Miami -Dade County. Two design options were developed for each site and presented to the public and the Miami River Committee for discussion and concurrence for the recommended alternative to proceed with the design phase. Design included site development, drainage, permitting (DERM and FDEP), lighting, structural design new seawalls, and repairs of existing landscape and irrigation. Kimley-Horn Project Team Members: Burt Baldo, George Puig, Jonathan Haigh Kimley>>)Horn TRTP26038.2022 W:1 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND City of Fort Lauderdale General On -Call Miami Dade County The Underline Traffic Engineering Services Kimley-Horn led the transportation planning and ci Kimley-Horn is providing general traffic engineering and transportation planning services as part of an on -call contract with the City. Kimley-Horn's role includes the review of traffic impact analyses/site plans submitted by private developers with tasks that included methodology development/coordination, analysis review, interdepartmental coordination, site plan review including parking garage/loading area maneuverability analysis. Work assignments also included the design of pilot complete streets projects, studies for speed limit reductions, traffic operations issues, and crosswalk warrants. Kimley-Horn Project Team Members: Adrian Dabkowski, Stewart Robertson Miami -Dade County Complete Streets Design Guidelines Kimley-Horn prepared the Miami -Dade Complete Streets Design Guidelines to provide the unifying design document for local governments in Miami -Dade County to be able to identify and incorporate Complete Streets elements into road projects. The Design Guidelines are targeted toward engineers, planners, and developers. The Design Guidelines were made possible through a Centers for Disease Control and Prevention (CDC) grant administered by the Florida Department of Health (FDOH) in Miami -Dade. Kimley-Horn Project Team Members: Adrian Dabkowski, Brady Walker, George Puig, Greg Kyle, Jill Capelli, John McWilliams, Jonathan Haigh, Lisa Stone, Stewart Robertson, Tim Padgett, Tori Bacheler Subconsultants: Manuel G. Vera & Associates, Inc. vil engineering support aspects of The Underline Master Plan. The Underline is an iconic bicycle and pedestrian greenway and urban linear park under the Miami - Dade Metrorail corridor. Our services included site analysis, mobility recommendations, transportation safety recommendations, framework plan support, key agency review meetings, and public meeting support. Improvements included wide path crossings with separate space for bicyclists and pedestrians, pavement markings, colored pavement treatments, and bicycle traffic signals. Kimley-Horn Project Team Members: Adrian Dabkowski, George Puig, Greg Kyle, John McWilliams, Stewart Robertson Subconsultants: Manuel G. Vera & Associates, Inc. Kimley-Horn had its Dun & Bradstreet SQR Report sent directly to the Procurement Contact, Natalia Delgado, on 12/8/2022. We have included a copy of the Dun & Bradstreet SQR Report on the following pages for your reference. Kimley>>)Horn TRTP26038.2022 119 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND dun & r)radstreet Business Information Report On Demand KIMLEY-HORN AND ASSOCIATES, INC. D-U-N-S: 06-109-9131 ADDRESS: 421 Fayetteville St Ste 601, Raleigh, NC, 27601, United States Date: 04/26/2022 RISK ASSESSMENT SCORES AND RATINGS Max. Credit PAYDEX(D SCORE Delinquency Predictor Financial Stress Supplier Evaluation Recommendation Percentile Percentile Risk Rating 78 89 54 4 US$ 4,500,000 LOW RISK LOW -MODERATE RISK MODERATE RISK LOW RISK MAXIMUM CREDIT RECOMMENDATION Overall Business Risk Maximum Credit Recommendation The recommended limit is based on a low probability of severe delinquency. Dun & Bradstreet Thinks... Overall assessment of this organization over the next 12 months: STABLE CONDITION Based on the predicted risk of business discontinuation: LIKELIHOOD OF CONTINUED OPERATIONS Based on the predicted risk of severely delinquent payments: LOW POTENTIAL FOR SEVERELY DELINQUENT PAYMENTS PAYDEX" SUMMARY 3 Months When weighted by dollar amount, payments to suppliers average 3 days beyond terms. Value is based on payments collected over the last 3 months. PAYDEX" 24 Months When weighted by dollar amount, payments to suppliers average 3 days beyond terms. Value is based on payments collected over the last 24 months. Based on 24 months of data TRTP26038.2022 120 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND ® Risk of Slow Pay Payment Behavior LOW 3 Days Beyond Terms Based on a D&B PAYDEXr, of 78 Business and Industry Trends 8711 - Engineering services Industry Median Industry Upper Industry Low KIMLEY-HORN AND ASSO- 100 90 80 70 60 50 40 30 20 10 0 MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR 2020 2020 2020 2020 2020 2020 2020 2020 2021 2021 2021 2021 2021 2021 2021 2021 2021 2021 2021 2021 2022 2022 2022 2022 DELINQUENCY PREDICTOR SCORE Based on a D&B Delinquency Predictor Percentile of 89 Level of Risk Raw Score LOW -MODERATE 574 Proportion of past due balances to total amount owing Evidence of open suits and liens Higher risk industry based on delinquency rates for this industry Proportion of slow payments in recent months Probability of Delinquency Compared to Businesses in 1.67% D&B 10.2% Business and Industry Trends 8711 - Engineering services Industry Median KIMLEY-HORN AND ASSO— too 90 80 70 60 50 40 30 20 10 0 MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR 2021 2021 2021 2021 2021 2021 2021 2021 2022 2022 2022 2022 TRTP26038.2022 121 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND FINANCIAL STRESS SCORE ® Low proportion of satisfactory payment experiences to total payment experiences H,) r' - UCC Filings reported Based on a D&B Financial Stress Percentile of 54 Evidence of open suits High number of enquiries to D&B over last 12 months Evidence of open liens Level of Risk Raw Score Probability of Failure Compared to Businesses in MODERATE 1483 0.23% D&B 0.48% Business and Industry Trends 8711 - Engineering services Industry Median KIMLEY-HORN AND ASSO- 100 90 80 70 60 50 40 30 20 10 0 MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR 2021 2021 2021 2021 2021 2021 2021 2021 2022 2022 2022 2022 SUPPLIER EVALUATION RISK RATING Based on a Supplier Evaluation Risk Rating of 4 Factors Affecting Your Score Proportion of past due balances to total amount owing Evidence of open suits and liens Proportion of slow payment experiences to total number of payment experiences reported Business and Industry Trends 8711 - Engineering services Supplier Evaluation Score- 10 9 8 7 TRTP26038.2022 122 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 4 3 2 1 0 MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB 2021 2021 2021 2021 2021 2021 2021 2021 2022 2022 D&B RATING Current Rating as of 07-21-2014 Employee Size Risk Indicator 1 R: 10 employees and over 3: Moderate Risk MAR APR 2022 2022 Previous Rating Employee Size Risk Indicator 1 R: 10 employees and over 4: Higher than Average Risk TRTP26038.2022 123 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND TRADE PAYMENTS TRADE PAYMENTS SUMMARY Based on 24 months of data Overall Payment Behavior % of Trade Within Terms Highest Past Due 3 88% USA 65,000 Days Beyond Terms Highest Now Owing: US$ 900,000 Total Trade Experiences: 185 Total Unfavorable Comments: 0 Largest High Credit: US$ 2,000,000 Largest High Credit: US$ 0 Average High Credit: US$ 42,390 Total Placed in Collections: 0 Largest High Credit: US$ 0 TRADE PAYMENTS BY CREDIT EXTENDED $ CREDIT EXTENDED % OF PAYMENTS WITHIN TERMS OVER 100,000 50,000 - 100,000 15,000 - 49,999 5,000 - 14,999 1,000 - 4,999 UNDER 1,000 TRADE PAYMENTS BY INDUSTRY Collapse All I Expand All Industry Category -93 - Public Finance Taxation And Monetary Policy 9311 - Public Finance .48 - Communications 4813 - Telephone Communictns 4833 - Television Station 4812 - Radiotelephone Commun # PAYMENT EXPERIENCES 8 3 15 15 20 27 TOTAL & DOLLAR AMOUNT $2,950,000 $235,000 $400,000 $97,500 $38,000 $9,850 Number of Payment Largest High Credit % Within Terms Experiences (US$) (Expand to View) 23 95,000 23 95,000 100 22 200,000 14 200,000 100 5 2,500 40 3 7,500 96 TRTP26038.2022 124 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND -99 - Nonclassifiable Establishments 7 100,000 9999 - Nonclassified 7 100,000 82 .49 - Electric, Gas And Sanitary Services 5 1,000 4911 - Electric Services 5 1,000 100 .45 - Transportation By Air 5 750 4513 - Air Courier Service 5 750 100 .61 - Nondepository Credit Institutions 4 100,000 61 S3 - Short-trm Busn Credit 3 100,000 43 6159 - Misc Business Credit 1 50,000 100 .60 - Depository Institutions 2 15,000 6021 - Natnl Commercial Bank 2 15,000 100 -27 - Printing, Publishing And Allied Industries 3 25,000 2711 - Newspaper-print/publ 2 7,500 50 2759 - Misc Coml Printing 1 25,000 100 ,73 - Business Services 6 30,000 7389 - Misc Business Service 2 1,000 100 7374 - Data Processing Svcs 1 30,000 100 7379 - Misc Computer Service 1 2,500 100 7361 - Employment Agency 1 1,000 100 7363 - Help Supply Service 1 500 100 -50 - Wholesale Trade - Durable Goods 4 2,000,000 5045 - Whol Computers/softwr 1 2,000,000 100 5044 - Whol Office Equipment 1 250,000 50 5064 - Whol Appliances 1 2,500 0 5085 - Whol Industrial Suppl 1 1,000 100 38 - Measuring Analyzing And Controlling Instuments; 1 100,000 -Photographic Medical And Optical Goods; Watches And Clocks 3829 - Mfg Measure Devices 1 100,000 100 87 - Engineering Accounting Research Management And 2 100,000 Related Services 8748 - Business Consulting 1 100,000 100 8744 - Facilities Support 1 100 0 `RTP26038.2022 125 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Lonsultant Services Bid 2023-030-ND -94 - Administration Of Human Resource Programs 9431 -Admin Public Health _35 - Industrial And Commercial Machinery And Computer Equipment 3572 - Mfg Computer Storage 3585 - Mfg Refrig/heat Equip 3579 - Mfg Misc Office Eqpt 36 - Electronic And Other Electrical Equipment And Components Except Computer Equipment 3625 - Mfg Relays/controls -57 - Home Furniture Furnishings And Equipment Stores 5713 - Ret Floor Covering -51 - Wholesale Trade - Nondurable Goods 5113 - Whol Service Paper �75 - Automotive Repair, Services And Parking 7514 - Passenger Car Rental 7536 - Auto Glass Shop 7513 - Truck Rental/leasing ,17 - Construction - Special Trade Contractors 1711 - Mechanical Contractor -96 - Administration Of Economic Programs 9611 - Admin Economic Prgm TRADE LINES Date of Experience Payment Status Selling Terms 04/2022 Prompt 04/2022 Prompt 04/2022 Prompt to Slow N30 04/2022 Prompt to Slow 04/2022 Slow 1 15,000 1 15,000 100 3 10,000 1 10,000 50 1 5,000 100 1 50 100 1 5,000 1 5,000 100 1 2,500 1 2,500 0 1 1,000 1 1,000 50 3 500 1 500 100 1 500 0 1 100 50 1 500 1 500 100 1 50 1 50 100 High Now Owes (USS) Past Due (USS) Months Since Credit (USS) Last Sale Between 2 and 501; 0 0 3 Months Between 6 and 100 0 0 12 Months 7,500 250 0 1 Month 2,500 2,500 1,000 1 Month 500 100 100 1 Month TRTP26038.2022 126 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 03/2022 Prompt 100,000 0 0 Between 2 and 3 Months 03/2022 Prompt 100,000 25,000 0 1 Month Between 6 and 03/2022 Prompt 45,000 0 0 12 Months Between 6 and 03/2022 Prompt 45,000 0 0 12 Months 03/2022 Prompt 25,000 25,000 0 1 Month 03/2022 Prompt 25,000 500 0 1 Month 03/2022 Prompt 15,000 2,500 0 1 Month 03/2022 Prompt 10,000 7,500 0 1 Month 03/2022 Prompt 7,500 0 0 1 Month 03/2022 Prompt 5,000 5,000 0 1 Month Between 2 and 03/2022 Prompt 5,000 0 0 3 Months 03/2022 Prompt 5,000 5,000 0 1 Month 03/2022 Prompt 5,000 0 0 1 Month Between 6 and 03/2022 Prompt 2,500 0 0 12 Months 03/2022 Prompt 2,500 250 0 1 Month Between 2 and 03/2022 Prompt 1,000 0 0 3 Months 03/2022 Prompt 1,000 750 - 1 Month 03/2022 Prompt N30 1,000 50 0 1 Month 03/2022 Prompt 750 750 - 1 Month 03/2022 Prompt 750 750 1 Month 03/2022 Prompt 750 750 - 1 Month 03/2022 Prompt 250 0 0 1 Month Between 2 and 03/2022 Prompt 100 0 0 3 Months Between 6 and 03/2022 Prompt 50 0 0 12 Months 03/2022 Prompt 50 0 0 1 Month 03/2022 Prompt 50 0 0 1 Month Between 6 and 03/2022 Prompt to Slow 100,000 0 0 12 Months 03/2022 Prompt to Slow 1,000 100 0 1 Month TRTP26038.2022 127 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 03/2022 Cash Account - - - 1 Month 03/2022 Cash Account 500 0 0 1 Month Between 4 and 03/2022 Cash Account 250 0 0 5 Months Between 6 and 03/2022 250 0 0 12 Months 03/2022 Cash Account 250 0 0 1 Month 0312022 Cash Account 100 - - 1 Month Between 4 and 03/2022 N30 100 0 0 5 Months 03/2022 Cash Account 50 - - 1 Month 03/2022 Cash Account 50 1 Month 03/2022 Cash Account 50 1 Month 03/2022 Cash Account 50 1 Month 03/2022 Cash Account 50 - - 1 Month 03/2022 Cash Account 50 0 0 1 Month 03/2022 Cash Account 0 0 0 1 Month 03/2022 Cash Account 0 0 0 1 Month 03/2022 Cash Account 0 0 0 1 Month 02/2022 Prompt - - - 1 Month 02/2022 Prompt 1 Month 02/2022 Prompt 1 Month 02/2022 Prompt - 1 Month 02/2022 Prompt 15,000 1 Month 02/2022 Prompt 1,000 - - 1 Month Between 6 and12 02/2022 Prompt 50 0 0 Months Between 6 and 02/2022 Slow 2,500 0 0 12 Months 12/2021 Prompt 90,000 40,000 0 1 Month 12/2021 Prompt 2,500 - - 1 Month 12/2021 Prompt 0 0 0 1 Month 12/2021 Prompt 0 0 0 1 Month 12/2021 Prompt 0 0 0 1 Month 11/2021 Prompt 250 100 0 1 Month TRTP26038.2022 128 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 11 /2021 Prompt to Slow 750 250 0 1 Month 04/2021 Prompt 500 0 0 Between 6 and 12 Months 03/2021 Prompt 500 0 0 Between 6 and 12 Months 03/2021 Slow 2,500 0 0 Between 6 and 12 Months 02/2021 Prompt 750 0 0 Between 2 and 3 Months Between 2 and 02/2021 Prompt 250 0 0 3 Months Between 2 and 02/2021 Prompt 250 0 0 3 Months Between 2 and 02/2021 Prompt 250 0 0 3 Months Between 6 and 11 /2020 Prompt 500 0 0 12 Months Between 6 and 09/2020 Prompt 1,000 0 0 12 Months 07/2020 Prompt 2,500 - 0 1 Month 06/2020 Prompt 250 - 1 Month 04/2020 Prompt 2,500 1 Month 04/2020 Prompt 2,500 1 Month 04/2020 Prompt 2,500 - - 1 Month Between 6 and 04/2020 Prompt 500 0 0 12 Months Between 6 and 03/2020 Prompt 2,500 0 0 12 Months 129 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND EVENTS LEGAL EVENTS The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. SUITS JUDGEMENTS LIENS UCC FILINGS TOTAL 6 TOTAL 0 TOTAL 3 TOTAL 22 LAST FILING DATE 06/07/2021 LAST FILING DATE - LAST FILING DATE 06/12/2020 LAST FILING DATE 04/01/2021 General: The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this was reported. This information may not be reproduced in whole or in part by any means of reproduction. UCC Filings: There may be additional UCC Filings in the D&B file on this company which are available by contacting 1-800-234-3867. Suits, Liens, Judgements: There may be additional suits, liens, or judgements in D&B's file on this company available in the U.S. Public Records Database that are also covered under your contract. If you would like more information on this database, please contact the Customer Resource Center at1-800-234-3867. Lien: A lien holder can file the same lien in more than one filing location. The appearance of multiple liens filed by the same lien holder against a debtor may be indicative of such an occurrence. EVENTS Lien - Tax Lien Filing Date 2020-06-12 Filing Number 20JG076782 Status Open Date Status Attained 2020-06-12 Received Date 2020-06-25 Amount 17425 Debtors KIMLEY-HORN AND ASSOCIATES INC Creditors STATE OF OHIO Court FRANKLIN COUNTY COMMON PLEAS COURT, COLUMBUS, OH Lien - Tax Lien Filing Date 2020-02-13 Filing Number 20-0177321 Status Open Date Status Attained 2020-02-13 Received Date 2020-03-04 TRTP26038.2022 130 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Amount 208 Debtors KIMLEY HORN AND ASSOCIATES INC, LOS ANGELES, CA Creditors TAX COLLECTOR Court LOS ANGELES COUNTY RECORDER OF DEEDS, NORWALK, CA Lien - Tax Lien Filing Date 2016-07-05 Filing Number 16-0275537 Status Release Date Status Attained 2016-08-25 Received Date 2016-09-14 Amount 1220 Debtors KIMLEY HORN ASSOC INC, ORANGE, CA Creditors TAX COLLECTOR Court RIVERSIDE COUNTY RECORDERS OFFICE, RIVERSIDE, CA Suit Filing Date 2021-06-07 Filing Number 2021-013239-CA-01 Status Pending Date Status Attained 2021-06-07 Received Date 2021-06-09 Plaintiffs MORRISON-COBALT JV Defandant KIMLEY-HORN AND ASSOCIATES, INC., PLANTATION, FL Court DADE COUNTY CIRCUIT COURT, MIAMI, FL Suit Filing Date 2021-03-29 Filing Number 2021-007669-CA-01 Status Pending Date Status Attained 2021-03-29 Received Date 2021-03-31 Plaintiffs GRANADOS, KAROLINA (PR) Plaintiffs ESTATE OF FRANCISCO GRANADOS Defandant KIMLEY-HORN AND ASSOCIATES, INC. Defandant AND OTHERS TRTP26038.2022 131 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Court DADE COUNTY CIRCUIT COURT, MIAMI, FL Suit Filing Date 2021-03-08 Filing Number 21CV08856 Status Pending Date Status Attained 2021-03-08 Received Date 2021-03-31 Amount 38048 Plaintiffs OREGON WORSTED CO. Defandant KIMLEY-HORN AND ASSOCIATES INC. Defandant AND OTHERS Court 4TH JUDICIAL DISTRICT, PORTLAND, OR Suit Filing Date 2021-03-03 Filing Number 21 CV07912 Status Pending Date Status Attained 2021-03-03 Received Date 2021-03-24 Amount 43219 Plaintiffs OREGON WORSTED CO. Defandant KIMLEY-HORN AND ASSOCIATES INC. Defandant AND OTHERS Court 4TH JUDICIAL DISTRICT, PORTLAND, OR Suit Filing Date 2020-04-02 Filing Number 20CV14589 Status Pending Date Status Attained 2020-04-02 Received Date 2020-04-22 Amount 60780 Plaintiffs BAYSINGER PARTNERS ARCHITECTURE PC Defandant KIMLEY-HORN AND ASSOCIATES INC. Defandant AND OTHERS TRTP26038.2022 132 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Court 4TH JUDICIAL DISTRICT, PORTLAND, OR Suit Filing Date 2019-05-01 Filing Number 502019CA005775XXXXMB Status Pending Date Status Attained 2019-05-01 Received Date 2019-05-15 Plaintiffs WALMART STORES EAST LP, Plaintiffs WALMART STORES INC, Defandant KIMLEY HORN AND ASSOCIATES INC, Defandant AND OTHERS Court PALM BEACH COUNTY CIRCUIT COURT, WEST PALM BEACH, FL UCC Filing - Amendment Filing Date 2021-04-01 Filing Number 20210040763G Received Date 2021-04-06 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Secured Party WELLS FARGO BANK, NATIONAL ASSOCIATION, DENVER, CO Debtors KIMLEY-HORN AND ASSOCIATES, INC. Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Amendment Filing Date 2021-03-11 Filing Number 20210029942B Received Date 2021-03-16 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Debtors and OTHERS TRTP26038.2022 133 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Continuation Filing Date 2021-03-11 Filing Number 20210029942E Received Date 2021-03-22 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, INC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, INC UCC Filing - Assignment Filing Date 2018-04-20 Filing Number 20180039969J Received Date 2018-04-23 Original Filing Date 2018-04-17 Original Filing Number 20180038603E Secured Party CENCOR CAPITAL, LLC, PARK RIDGE, IL Debtors KIMLEY-HORN AND ASSOCIATES, INC. events-panel:as-is-Assignee BANKFINANCIAL, NATIONAL ASSOCIATION, BURR RIDGE, IL Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2018-04-17 Filing Number 20180038603E Received Date 2018-04-24 Collateral Computer equipment including proceeds and products Secured Party CENCOR CAPITAL, LLC, PARK RIDGE, IL Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, INC UCC Filing - Amendment Filing Date 2018-03-27 Filing Number 20180029994F TRTP26038.2022 134 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Received Date 2018-04-02 Original Filing Date 2008-07-31 Original Filing Number 20080070480M Secured Party WACHOVIA BANK, NATIONAL ASSOCIATION, CHARLOTTE, NC Secured Parry WELLS FARGO BANK, NATIONAL ASSOCIATION, DENVER, CO Debtors KIMLEY-HORN AND ASSOCIATES, INC., CARY, NC Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Continuation Filing Date 2018-02-21 Filing Number 20180017133H Received Date 2018-02-25 Original Filing Date 2008-07-31 Original Filing Number 20080070480M Secured Party WACHOVIA BANK, NATIONAL ASSOCIATION, CHARLOTTE, NC Secured Party WELLS FARGO BANK, NATIONAL ASSOCIATION, DENVER, CO Debtors KIMLEY-HORN AND ASSOCIATES, INC., CARY, NC Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Amendment Filing Date 2018-02-21 Filing Number 20180017118M Received Date 2018-03-06 Original Filing Date 2008-07-31 Original Filing Number 20080070480M Secured Parry WACHOVIA BANK, NATIONAL ASSOCIATION, CHARLOTTE, NC Secured Party WELLS FARGO BANK, NATIONAL ASSOCIATION, DENVER, CO Debtors KIMLEY-HORN AND ASSOCIATES, INC., CARY, NC Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing- Amendment Filing Date 2017-05-12 Filing Number 20170050124C Received Date 2017-06-06 Collateral Negotiable instruments and proceeds - Inventory and proceeds - Account(s) and proceeds - Computer equipment and proceeds - and OTHERS 6,�'5� �)0« 135 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Amendment Filing Date 2017-05-05 Filing Number 20170047167E Received Date 2017-05-09 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Continuation Filing Date 2016-04-26 Filing Number 20160041880A Received Date 2016-04-28 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Amendment Filing Date 2016-04-26 Filing Number 20160041874E Received Date 2016-05-17 Original Filing Date 1991-09-11 TRTP26038.2022 136 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2015-03-04 Filing Number 20150019283E Received Date 2015-03-10 Collateral Negotiable instruments and proceeds - Inventory and proceeds - Accounts receivable and proceeds - Account(s) and proceeds - and OTHERS Secured Party COMMUNICATIONS SUPPLY CORPORATION, CAROL STREAM, IL Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Continuation Filing Date 2013-02-18 Filing Number 20130015163C Received Date 2013-02-24 Original Filing Date 2008-07-31 Original Filing Number 20080070480M Secured Party WACHOVIA BANK, NATIONAL ASSOCIATION, CHARLOTTE, NC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2011-12-28 Filing Number 20110108885F Received Date 2012-01-24 Collateral Account(s) including proceeds and products - Assets including proceeds and products - Chattel paper including proceeds and products Secured Party BRANCH BANKING AND TRUST COMPANY, AS ADMINISTRATIVE AGENT, RALEIGH, NC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC TRTP26038.2022 137 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND UCC Filing - Original Filing Date 2011-12-28 Filing Number 20110108884E Received Date 2012-01-24 Collateral Account(s) including proceeds and products - Assets including proceeds and products - Chattel paper including proceeds and products Secured Party BRANCH BANKING AND TRUST COMPANY, AS ADMINISTRATIVE AGENT, RALEIGH, NC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2011-06-23 Filing Number 20110054547M Received Date 2011-07-26 Collateral Leased Equipment and proceeds Secured Party OCE NORTH AMERICA, INC., CHICAGO, IL Debtors KIMLEY-HORN AND ASSOCIATES, INC., SARASOTA, FL Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Continuation Filing Date 2011-05-25 Filing Number 20110044854M Received Date 2011-05-29 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2011-04-15 Filing Number 20110032734E Received Date 2011-06-17 Collateral Leased Equipment and proceeds TRTP26038.2022 1 w CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Secured Party OCE NORTH AMERICA INC., CHICAGO, IL Debtors KIMLEY-HORN AND ASSOCIATES, INC., SARASOTA, FL Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing- Original Filing Date 2008-07-31 Filing Number 20080070480M Received Date 2008-08-27 Collateral Account(s) including proceeds and products - Assets including proceeds and products - Chattel paper including proceeds and products Secured Party WACHOVIA BANK, NATIONAL ASSOCIATION, CHARLOTTE, NC Debtors KIMLEY-HORN AND ASSOCIATES, INC. Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC UCC Filing - Original Filing Date 2007-03-23 Filing Number 2007009077-6 Received Date 2007-03-26 Secured Parry BURGARELLO ALARM INC, SPARKS, NV Debtors KIMLEY-HORN & ASSOCIATES, PHOENIX, AZ Filing Office SECRETARY OF STATE/UCC DIVISION, CARSON CITY, NV UCC Filing - Continuation Filing Date 2006-05-25 Filing Number 20060052034C Received Date 2006-05-30 Original Filing Date 1991-09-11 Original Filing Number 0817108 Secured Party FIRST UNION NATIONAL BANK OF NORTH CAROLINA, RALEIGH, NC Debtors KIMLEY HORN & ASSOCIATES INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION, RALEIGH, NC COMPANY EVENTS TRTP26038.2022 139 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND The following information was reported on: 06-02.2021 The North Carolina Secretary of State's business registrations file showed that Kimley-Horn And Associates, Inc was registered as a Corporation on February 10, 1967. Business started 1967 by John Horn. Present control succeeded May 2008. 100% of capital stock is owned by the parent company. JOHN C ATZ. Work history unknown. Business address has changed from 3001 Weston Pkwy, Cary, NC, 27513 to 421 Fayetteville St Ste 600, Raleigh, NC, 27601. SPECIAL EVENTS There are no special events recorded for this business. TRTP26038.2022 140 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Financials D&B currently has no financial information on file for this company. TRTP26038.2022 141 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND COMPANY PROFILE COMPANY OVERVIEW D-U-N-S Mailing Address Annual Sales 06-109-9131 421 Fayetteville St Ste 601, Raleigh NC 27601, US Business Form Telephone Employees Corpoi ation (US) (919) 677-2000 2,500 Date Incorporated Fax Age (Year Started) 55 years (1967) State of Incorporation Website Named Principal www.urg-kha.com STEVEN E. LEFTON, FIRES Ownership Line of Business sic Engineering services 8711 TRTP26038.2022 142 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND OWNERSHIP FAMILY TREE SUMMARY Members in the Tree Subsidiaries of this Company Branches of this Company 84 2 81 FAMILY TREE Aphc, Inc. - Raleigh, NC CAphc, Inc. - Sarasota, FL C. Aphc, Inc. Fort Lauderdale, FL CSUrban Resource/group, Inc. Vero Beach, FL (�5 Kimley-horn And Associates, Inc. Raleigh, NC OKimley-horn And Associates, Inc. Salinas, CA OKimley-horn And Associates, Inc. Los Angeles, CA OKimley-horn And Associates, Inc. Atlanta, GA OKimley-horn And Associates, Inc. New York, NY OKimley-horn And Associates, Inc.. Childress, TX OKimley-horn And Associates, Inc. 5560b4901 San Antonio, TX OKimley-horn And Associates, Inc. " Philadelphia, PA OKimley-horn And Associates, Inc. 1 > . - Lakeland, FL OKimley-horn And Associates, Inc. 02852- San Diego, CA Kimley-horn And Associates, Inc.": 6 5 -, Nashville, TN OKimley-horn And Associates, Inc. Bryan, TX OKimley-horn And Associates, Inc. Richmond, VA Os Kimley-horn And Associates, Inc. Ocala, FL OB Kimley-horn And Associates, Inc. Phoenix, AZ OKimley-horn And Associates, Inc. Reston, VA OKimley-horn And Associates, Inc. 0 Lubbock, TX OKimley-horn And Associates, Inc. c:5 Orange, CA OB Kimley-horn And Associates, Inc. ; _ Troy, MI OKimley-horn And Associates, Inc. Virginia Beach, VA OKimley-horn And Associates, Inc. Tallahassee, FL OB Kimley-horn And Associates, Inc. Germantown, TN OKimley-horn And Associates, Inc. West Palm Beach, FL TRTP26038.2022 143 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND OB Kimley-horn And Associates, Inc. j0625: Pleasanton, CA OKimley-horn And Associates, Inc. :147248 Saint Paul, MN OB Kimley-horn And Associates, Inc. 113315654 Houston, TX OKimley-horn And Associates, Inc./,01846657 Orlando, FL OKimley-horn And Associates, Inc. � z0295492 Charleston, WV Oe Kimley-horn And Associates, Inc. 1977963 Austin, TX OB Kimley-horn And Associates, Inc. 026900232 Beaufort, SC Oe Kimley-horn And Associates, Inc. 781718820 Las Vegas, NV Oe Kimley-horn And Associates, Inc. 133616909 Sacramento, CA Oe Kimley-horn And Associates, Inc. 093910734 Alpharetta, GA OKimley-horn And Associates, Inc. 791319028 Prescott, AZ OKimley-horn And Associates, Inc. 361284768 Pleasanton, CA OKimley-horn And Associates, Inc. 969013002 Peachtree Corners, GA OKimley-horn And Associates, Inc. 166134445 Charlotte, NC OKimley-horn And Associates, Inc. 170537683 Dallas, TX OKimley-horn And Associates, Inc. i873965 San Jose, CA Oe Kimley-horn And Associates, Inc. 7621543 Dallas, TX OKimley-horn And Associates, Inc. .'S348522 Riverside, CA OKimley-horn And Associates, Inc. 835899717 Denver, CO OB Kimley-horn And Associates, Inc. 076729479 Tucson, AZ OB Kimley-horn And Associates, Inc. 079174555 Austin, TX Oe Kimley-horn And Associates, Inc. '719869 Rochester, MN Oe Kimley-horn And Associates, Inc. 279687 Fort Myers, FL Oe Kimley-horn And Associates, Inc. 690609 Mesa, AZ OKimley-horn And Associates, Inc. i455124 Jacksonville, FL OB Kimley-horn And Associates, Inc. '629666 Vero Beach, FL OKimley-horn And Associates, Inc. )640103 Columbia, SC Oe Kimley-horn And Associates, Inc. i975586 Fort Worth, TX OKimley-horn And Associates, Inc. '805704 Chicago, IL OB Kimley-horn And Associates, Inc. i886026 Delray Beach, FL OKimley-horn And Associates, Inc. ;595834 Oakland, CA OB Kimley-horn And Associates, Inc. 358222 Plantation, FL OKimley-horn And Associates, Inc. U59098324 Warrenville, IL OKimley-horn And Associates, Inc. 1, 18604768 West Palm Beach, FL Oe Kimley-horn And Associates, Inc. 171900160 Cary, NC THTF26U3ib 2022 144 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND OKimley-horn And Associates, Inc. Coral Gables, FL OKimley-horn And Associates, Inc. ` ' Reno, NV OKimley-horn And Associates, Inc. ' - Tampa, FL OB Kimley-horn And Associates, Inc. Frisco, TX OKimley-horn And Associates, Inc. Rock Hill, SC OKimley-horn And Associates, Inc. Dallas, TX OKimley-horn And Associates, Inc. Norfolk, VA OAphc, Inc..;. Lubbock, TX Aphc, Inc. 0610880gc Austin, TX OAphc, Inc. 082387261 Mckinney, TX OAphc, Inc. 07611692:'. West Palm Beach, FL Aphc, Inc. ' Oc- =' 1. Troy, MI OAphc, Inc. 073602795 Indianapolis, IN OAphc, Inc. Irving, TX OAphc, Inc. - Los Angeles, CA O Aphc, Inc. Philadelphia, PA OAphc, Inc. 0613' Miami, FL OAphc, Inc. 017811841 Port Orange, FL OAphc, Inc. - Charlotte, NC OB Aphc, Inc. Dallas, TX OAphc, Inc. Atlanta, GA Aphc, Inc. - Spring, TX VDun & Bradstreet, Inc. 2022. All rights reserved. Privacy Policy I Terms of use TRTP26038.2022 145 5 Approach and Methodology TRTP26038.2022 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND 3, Approach and Methodology Project Management Our project manager, Ian Rairden, P.E., will be the one point of contact for the City of Miami Beach. He will direct each assignment and will assemble the appropriate teams of Kimley-Horn and subconsultant staff to address the goals of each work order. Kimley-Horn recognizes that both a strong project manager and experienced management team are key to exceed your expectations for each assignment and execute this project successfully. Our standard management practices require that project managers prepare a detailed work plan and management plan for each assignment. This work plan includes all project elements such as staffing, schedule, project requirements, and implementation strategies. Our approach to project management is characterized by the following philosophies and policies, which are ingrained in Kimley-Horn's culture: • Our project management plan will promote efficiency, clarify communication protocols, and provide project direction. • Our project management plan will clearly identify the staffing requirements, schedule, budget, and plan for effective quality control and independent reviews, producing a result that exceeds expectations. • We will view the project from your perspective, examine issues in a strategic context, and provide you with tactical solutions. Kimley-Horn recognizes that a cohesive project management technique is necessary to successfully provide transportation and transit engineering services to the City of Miami Beach. Our standard management practices are outlined in a formal manual published by the firm entitled, Project Manager's Manual. This document clearly establishes the firm's policy, which requires the project manager to prepare a detailed work plan and management plan for each major project. This includes a plan for controlling and directing all elements of the project. Our entire approach to project management is characterized by the following philosophies and policies, which are ingrained in the Kimley-Horn culture: • We will not only manage the project schedule, we will anticipate problems, creatively develop solutions, and implement a set of actions before problems arise. • We will follow up on action items to ensure that planned actions are executed by a single responsible person. There will be no misunderstanding as to who was or is responsible. • Our project management plan will promote efficiency, clarify communication, provide direction, avoid misunderstandings, and govern routine action. • Our project management plan will clearly identify, budget, and plan for effective quality control and independent reviews, and we will produce a result that exceeds expectations. • We will execute random inquiries into schedule adherence, work performance, quality performance, and resource allocations to determine compliance with planned project performance. We will identify anomalies and take instant corrective actions as needed. • Our project manager, Ian Rairden, P.E., will be in command and control of the project at all times. In short, Kimley-Horn's management approach is team - oriented, no-nonsense, results -oriented, and saturated with top quality people who routinely produce superior results. Detailed Work Plan Fundamentally, a Kimley-Horn work plan defines the "who, what, when, where, and how" for all project tasks and includes clearly defined channels of communication. This level of detail requires the project manager and team members to think the project through to completion before ever starting work. This work plan process also helps to ensure the correct team members are selected for the work and minimizes problems through early detection, experience, and expertise. By doing so, they develop a systematic plan for which they take full charge of implementing. Kimley>))Horn TRTP26038.2022 147 CITY OF MIAMI EEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Communication Kimley-Horn's first step in accountable supervision of your budget and schedule is fully understanding the City's vision for the project and developing a realistic itinerary and allowance to make that vision a reality. We will accomplish this through clear communication between City staff and our project manager, Ian Rairden, P.E. We will define the project requirements, recognize potential obstacles to success, identify possible opportunities to achieve additional value within the same project, and create a project work plan that allows us to accomplish your goals resourcefully. Paramount to the success of any project is continued partnering to adapt as necessary to unforeseen circumstances. For that reason, we will include critical decision -making points in our work plans so the project team and City staff can agree upon the best course of action to keep the project on track at all times. Not only is communication with the City critical, the project manager must also communicate with the entire team to be aware of the project status and adjust any work plan issues if they occur. This level of communication is key to a successful project and an effective method for identifying any potential problems before they become serious. Early detection followed by immediate action is critical. If a problem does develop, the best approach is to research the issue to determine the severity of the problem, formulate a plan to address the issue with the appropriate team members, and then immediately present the client with the best resolution —one that is supported by clear and concise documentation so that if direction is required by the client, the necessary facts are available for an informed decision. Quality Assurance/Quality Control (QA/QC) Kimley-Horn's commitment to project excellence is reflected in the fact that over 80 percent of our services are for repeat clients —a testament to our commitment to quality for every task, deliverable, and service provided by the firm. Quality is a keystone principle of Kimley-Horn and is one of the key attributes that has enabled us to become one of the leading consultant firms in the country and is essential to our continuing success. The objective of our QA/QC program is to ensure all deliverables conform to project requirements and are void of errors and omissions. Our QA/QC project is based on the philosophy that: Achieved by intentional planning and coordination; G understanding the scope of services; and the use of appropriately skilled personnel performing work functions carefully. Assured through the careful checking, reviewing, and surveying of work activities by individuals who are not directly responsible for performing the initial efforts. j Controlled by assigning a manager to evaluate all work and procedures. Verified through independent reviews by a qualified staff member of the processes, procedures, documentation, supervision, technical direction, and staffing associated with the project development. Project quality in "built-in", not added on. Our formal QA/QC program is based upon assigning experienced senior professionals —who are otherwise qualified to manage a particular project —to serve in an independent quality control role. Our staffing depth allows us to provide such personnel, and their involvement provides the project with a fresh perspective and critical eye. Production Meetings We conduct weekly production meetings to stay up-to- date with current and near -future assignments. Additionally, weekly regional production meetings are held to assess the availability and distribution of resources amongst Kimley- Horn's Florida offices. With our depth of staff and ability to activate highly qualified team members from other offices, we can ensure your projects are completed on time. We are committed to providing the ideal mix of technical, administrative, professional, and review staff on each project to guarantee success. Kimley-Horn is exceedingly skilled in project management and administration. Kimley>))Horn TFTP,'602,82022 148 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Workload and Availability Kimley-Horn is very progressive when it comes to understanding its current workload and has a long history of achieving successful project completion through a combination of effective project management and technical expertise. Consequently, Kimley-Horn is committed to providing the City of Miami Beach with the highest quality staff and service to meet your project schedule and budget requirements. The members of our project team were selected using two criteria: (1) their experience with similar projects, and (2) their availability to assume major technical responsibilities within your project schedule. Kimley-Horn's proactive management system, known as "Castaheads", is used to detail every project's personnel needs, as well as to determine each staff person's availability. By continuously matching project needs with staff availability, our Castaheads system is an accurate tool for keeping our projects on schedule. We know our availability at any given moment, and because we have access to the resources of 17 offices in Florida (and over 100 offices across the firm), we assure you we have the required staff and tools to meet critical deadlines for any task, at any time. Willingness to Meet Time and Budget We recognize that budget and schedule control are critical to the success of your program. As stated earlier, our mandate is to meet your schedule. We know that things can change and we are prepared to adapt to those changes by quickly understanding the new demand and allocating resources appropriately. As we have done on many past successful projects, we will keep in constant contact with the City Project Manager on schedule and budget to make informed recommendations to avoid impacts to the project schedule and budget. In addition to our proactive communication, Kimley-Horn uses a work plan tool for organizing individual project tasks by phase and discipline. The anticipated labor effort is then summarized in a matrix that forms the basis for establishing and tracking the project budget. We track the budget on a percent -complete basis in order to measure performance during each accounting report period. Project budget status reports are accessible via our intranet. The work plan is also the tool for establishing staffing for each project and identifying the anticipated labor requirements of each phase. The work plan is reviewed frequently throughout the project and is used in conjunction with our in-house "Castaheads" process to forecast project workloads. This program requires project managers to forecast, on a weekly basis, their staffing needs for the ensuing week. This Castaheads process is followed by a weekly conference call among company resource managers to identify who is overloaded and who needs work. Resources are reallocated on a weekly basis as needed to meet client schedules. A similar process is conducted monthly as project managers forecast their resource needs during the next six months. This information is used to assess hiring needs. Conducted throughout the entire 6,797-person firm, these extra efforts are performed to make sure our project managers have the resources they need to meet our clients' needs. Key Staff Availability 60% Ian Rairden, P.E. (Project Manager) 50% John Lafferty (Transportation Planning Task Leader) 40% Jill Capelli, P.E. (Transportation Engineering Task Leader) Suria Yaffar, AIA, LEED AP 40% (integration of Transportation and Land Use Task Leader) Kimley>>)Horn TRTP26038.2022 149 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Traffic Engineering Kimley-Horn offers complete traffic engineering services in-house, including traffic impact reviews. The firm has completed thousands of traffic engineering projects ranging from single intersection designs and analysis to major area wide systems involving hundreds of intersections. Our traffic engineering staff includes experts in the areas of signal system design, intersection design, signing and marking studies and plans, speed studies, traffic analyses, review of onsite and offsite circulation plans, access management planning and evaluations, traffic impact analysis review, safety and operations studies and plans, accident analysis and testimony, pedestrian safety programs, access parking and circulation studies, and general traffic engineering consultation. Traffic operations, traffic safety, and levels -of -service (vehicular and non -vehicular) are key components in evaluating roadway networks and identifying areas for improvement, as well as those warranting further study. We utilize the latest analytical tools including the Highway Capacity Manual (HCM) and Highway Capacity Software (HCS), Synchro, SimTraffic, SIDRA, CORSIM, and VISSIM, to perform technical operations analyses. We have found these tools to be useful for public involvement, and in certain instances, rebutting public opposition. In addition, our staff has the ability to translate these analyses into easy -to -understand language for public officials, stakeholders, and the general public. We have also assisted numerous municipalities with their development review and approval process. Kimley-Horn has been involved in the development and application of traffic impact analyses (TIAs) for more than 50 years. The firm has conducted thousands of TIAs locally, state-wide, and nation-wide for projects of virtually all magnitudes and types, including mixed use, commercial, institutional, recreation, residential, industrial, and research developments. Our engineers and planners have also reviewed TIAs for local and regional agencies, developed impact analysis and impact fee systems, and trained public agency staffs in TIA review and computer modeling techniques. Typical goals and responsibilities during these studies include: • Maximizing the efficiency and use of existing roadways to minimize additional costs • Determining mitigation measures for adverse project impacts • Assuring a workable project Kimley-Horn's traffic engineering staff includes experts in many other relevant sub -disciplines of traffic engineering. Intersection Design - Kimley-Horn has a clear understanding of regional and local intersection planning and design having successfully completed intersection designs that have been constructed across the City and the County. Every intersection has a unique combination of elements —roadway layout, signal equipment, mix and volume of vehicles, pedestrians, and bicycles, and susceptibility to sea -level rise. As a result, every intersection requires careful study prior to designing the various intersection design elements to produce a safe, efficient, and lasting intersection. Good design also allows the intersection, when signalized, to adjust timing automatically to changes in traffic volumes and travel patterns. We also bring experience with evaluating intersections for possible roundabout conversion as we have recently done for the City at the Pine Tree Drive and 46th Street intersection. Kimley>»Horn TRTP26038.2022 150 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Traffic Control Warrant Analysis - Understanding your traffic control options is critical in defining and creating safer, more efficient and politically acceptable traffic control improvements in your downtown area. From way - finding signage to pedestrian features to intersection stop controls to roundabouts or traffic signalization, Kimley- Horn provides you with a comprehensive understanding of your options. Our diverse skills and experts in the traffic engineering profession provide you with unparalleled experience to determine the appropriate use of traffic control devices. We will use resources including the Manual on Uniform Traffic Control Devices (MUTCD) and FDOT's Traffic Engineering Manual (TEM) to determine the appropriate control device warranted for the study locations. Signal System Design - Kimley-Horn's systems specialists offer expertise in advanced traffic management projects including City-wide signal system designs, transportation control centers, electronic toll facilities and revenue control systems, and innovative transit and public transportation systems. Each of our systems is designed not only to address current needs, but also to accommodate future growth and advances in technology. Our specialists will work closely with City staff to identify existing deficiencies and future needs and provide solutions. Traffic Calming - Kimley-Horn's traffic engineers know how to plan and design roadways that accommodate reasonable traffic volume and speed while harmonizing neighborhood livability and a balance between automobiles, bicycles, and pedestrians. Our team emphasizes a wide variety of traffic calming principles including narrowed lane widths that serve to slow traffic and reduce the overall street width -while providing safer pedestrian crossings; landscaped medians and bulb - outs that reduce the appearance of expansive paving, help slow traffic, lower the number of accidents, and promote pedestrian safety through the provision of median refuges at crosswalk locations; raised intersections (or speed tables) equal to the elevation of the sidewalk; paving designs created to announce intersections or neighborhood gateways; and traffic circles or roundabouts that permit the development of major gateway features, calm through traffic, and in some instances, even improve the flow of traffic. Utilizing data provided by the City or collected by our Team as part of this project we will identify speeding issues, if any, at the study locations and provide proven countermeasures to reduce speed, with minimal impact to non -vehicular traffic, while maintaining the characteristics of the surrounding neighborhood. Transportation/Transit Planning Kimley-Horn has been studying and improving the transportation network in Florida as a consultant to cities and counties for over 50 years. Kimley-Horn has become a leading consultant in the planning of regional and statewide transportation systems, corridor studies, transportation demand management programs, and transportation impact assessments. The firm has assisted numerous local and state agencies in developing short - and long-range transportation plans and programs. Kimley-Horn's knowledge of Florida's transportation regulations, policies, and procedures, is unsurpassed. As we have learned from our vast experience, agency coordination is a significant aspect of all types of transportation planning and engineering tasks. Our experienced staff will partner with the City to identify existing needs for all modes of travel, and work together to find the appropriate solutions. We know that there are often trade offs when addressing the needs for the different types of users so we will use of vast experience from prior projects to provide City staff with recommendations for potential future projects. Additionally, we understand that transit must form the backbone of a sustainable transportation systems. Kimley- Horn brings the City, as a top -tier planning and design firm, innovative transit experience from a national transit perspective providing on -call transportation and transit planning services to numerous agencies across the country, including major transit operators such as Virginia Kimley>>)Horn TPTP26038.2022 151 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Department of Rail and Public Transit (DRPT), San Diego Association of Governments (SANDAG), Washington Metropolitan Area Transit Authority (WMATA), and Santa Clara Valley Transportation Authority (VTA). Kimley-Horn also continues to provide professional services to Florida based agencies at the State, regional, county, and municipal level. For these and other agencies Kimley-Horn has successfully completed hundreds of separate transit related task orders over the past decade through transportation on -call contracts. Kimley-Horn's transit experts guide our clients through all phases of a project, from the early planning stages through final design and construction administration. For urban, regional, and statewide transit systems all over the country, we provide comprehensive analysis, planning, and design services such as major investment studies, major route planning, alternatives analysis, line -by-line analyses, on -board surveys, demand modeling, environmental documentation, and comprehensive consensus -building activities. We stay up-to-date and lead state-of-the-art transit planning and operations analysis. We also offer in depth knowledge of Miami Beach's current transit routes and ridership patterns, as we completed origin -destination surveys for the entire Miami -Dade Transit bus system. As part of this effort, we interviewed about 10% of the daily transit riders to develop improved origin -destination, transit boarding and alighting, travel pattern, and socioeconomic data for inclusion in the Southeast Florida Regional Planning Model (SEPRM). We further enhanced our knowledge of bus routes serving Miami Beach while leading the environmental impact review for the Miami Beach Light Rail/Modern Streetcar, evaluating the opportunity to consolidate closely spaced bus stops. We also offer substantial experience supporting municipalities develop and refine local circulator trolley routes, including preparing the Local Municipal Transit Circulator Policy Study for the TPO. This experience may be leveraged by Miami Beach to fine-tune the Miami Beach Trolley routes. Transit operations planning services that we can provide include: • Ride -check and origin -destination surveys • Analysis of routes and ridership patterns • Transit market analysis • Ridership forecasting • Service plan development • Route evaluations • Development of transfer/intermodal facilities Based on these services, Kimley-Horn can start by helping the City create a transit plan to address the needs of the City and propose improvements ranging from operations plans to infrastructure to optimize transit services in the City while aiming to reduce vehicular demand. Bicycle and Pedestrian Planning Drawing on local expertise in bicycle and pedestrian planning, Kimley-Horn has recently helped the Miami -Dade TPO, Miami, South Miami, Miami Lakes, Miami Gardens, Miami Shores, Medley, and many others complete their bicycle and pedestrian plans and improvements. Beyond systems planning, we continue to partner with local officials to implement those improvements targeted during the visioning process. Our team of traffic engineers and transportation planners, landscape architects, and environmental scientists work together with agency staff to understand the local issues and prepare feasible design concept plans, typical cross sections, and construction cost estimates to reinforce the presence of bicycles and pedestrians along the travel corridor. Kimley>>)Horn TRTP26038.2022 152 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Kimley-Horn also possesses a wealth of regional, statewide, and national expertise related to bicycle and pedestrian planning. We have completed mobility master plans, network plans, corridor studies, and safety plans for non -motorized transportation. Our approach to bicycle and pedestrian planning focuses on three key visions: Focus on developing robust non -motorized network facility strategies that appeal to a broad audience of potential users to increase mode share. Focus on the joy of bicycling and walking Ensure that the by developing facilities documentation clearly that can be enjoyed in illustrates how the pleasant environments, recommendations are such as cycle tracks or consistent with sound off -road shared use paths. engineering principles Complete Streets Kimley-Horn is uniquely qualified to undertake complete streets projects in the County as we authored Miami - Dade County's Complete Streets Design Guidelines. We know that providing complete streets design services involves the integration of all aspects of mobility, including vehicular, bicycle, pedestrian, and transit modes. Our approach is multidisciplinary and goes well beyond simply providing plans, specifications, and estimates, but also acknowledges how the project fits within the functionality of the mobility network and characteristics of the surrounding area. This understanding allows Kimley- Horn to provide our clients with reasonable, practical, and constructable design solutions that will not detract from the functionality of the roadway network for either the existing or future users. Kimley-Horn has successfully represented the interests of all types of users and modes of travel having designed numerous compete streets projects locally, across the state, and nationally. We understand the benefits derived from the complete streets approach and the increased safety it provides for all modes of travel. Because of this aspect, our proposed project organizational structure uses an integrated team approach of engineers, planners, and landscape architects who work together with our clients to understand local issues and prepare a feasible design concept that addresses multimodal connectivity and safety. Our built resume of complete streets projects includes separated bicycle lanes (cycle tracks), green bike lanes, bus rapid transit streets, pedestrian priority zones, and curbless "festival" streets. Smart Growth We understand the importance to balance both the mobility and livability needs of all transportation users. We assist local governments in achieving this balance by promoting livable communities through planning and designing neighborhood traffic calming projects, bicycle and pedestrian facilities and master plans, streetscaping projects, and urban revitalization projects. Kimley-Horn is dedicated to ensuring that new construction forms a part of the commercial/residential fabric of the community in terms of design, functionality, and safety. We address this challenge by helping to guide the City in bridging business plans and neighborhood aspirations. This partnership with the businesses and surrounding residents is realized Kimley>>> Horn TRTP26038.2022 153 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND though arranging and managing community consensus meetings, ensuring early discussions with local government officials, and planning and designing neighborhood -friendly features such as traffic calming and traffic regulation. Livable Cities Our approach to livable cities includes incorporating smart growth principles into our transportation designs for livable communities. For example, as part of the South Miami Intermodal Transportation Plan we worked with the city to develop a series of recommendations that prioritized projects within the different neighborhoods to improve quality of life and community connectivity. In Boca Raton, we designed the Downtown Boca Raton Pedestrian Promenade project based on the principles of smart growth and livable communities. Our process will be to use the experience we learned through these projects to help the city identify key issues needed to be addressed to improve the quality of life of the residents. Kimley-Horn has partnered with Zyscovich, LLC (Zyscovich) to expand our depth of experience and service to you in the areas of smart growth and livable cities. Zyscovich has garnered a national reputation in market -based livable communities planning and design. Integration of Transportation and Land Use Kimley-Horn offers complete transportation and land use planning services in-house. Therefore, we understand the impact that the transportation network can have on the surrounding land uses and vice versa, both good and bad. Using this knowledge, we have assisted numerous municipalities develop transportation plans with the surrounding land uses in mind to improve not only the transportation network but help to provide the existing or attract the desired land uses to improve the surrounding area. We tailor solutions to meet your needs today while also laying groundwork for any anticipated vehicular and population growth. Economic and Financial Analysis Clary Consulting Company (CCC) will lead the economic and financial planning and analysis tasks for the Kimley- Horn team. CCC staff have extensive experience with revenue alternatives analysis and financing techniques, such as system generated revenue options, bonding, revolving loans such as the State Infrastructure Bank, Federal loan programs such as Transportation Infrastructure Finance and Innovation Act (TIFIA), public - private partnerships and other "innovative tools" to accomplish the financing required to move projects forward. In many cases, CCC staff developed and utilized new techniques to finance these projects. These new techniques are now part of the "toolbox" used to finance infrastructure projects in Florida, and many are being adopted across the United States. Lowell Clary with CCC will serve as the task leader for financial planning and analysis. Lowell offers expertise in funding for all modes of transportation, including innovative transportation finance and public -private - partnerships (P3s). Lowell serves as the Chair of the Transportation Research Board (TRB) Joint P3 Committee and is the former chair of the TRB Revenue and Finance Committee. Lowell is the former Assistant Secretary for Finance and Administration for FDOT, where he was responsible for statewide functions such as work program development and programming. Moving transportation projects forward in today's financial environment has several key challenges, with the identification of the funding required to support the capital and operating costs for projects. Central to our approach is the full development of all potential revenue options and incorporating these options into a comprehensive project Kimley>>)Horn TRTP26038.2022 154 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND life cycle funding plan for each project. We understand that the financial plan must include both the upfront capital costs as well as the longer -term operations and maintenance costs to deliver a project that is designed to meet the immediate needs and be in a "state of good repair" well into the future. We will also investigate innovative project delivery approaches to understand the ability of whether these approaches can stretch existing funding/revenue sources via revenue enhancements, cost offsets and life -cycle costs savings to help deliver the best value for the City at the lowest price. Transportation Related Urban Design For urban transportation design to be effective, a successful balance must be achieved between the City's goals and the users, both residential and business. While the City's goals can be broad to serve the public sector and community as a whole, the goals must also account for the reality, and quality of life, of the everyday users. Our approach is to work with staff to identify both the short- term and long-term goals for not only the roadway and transit networks but the community as a whole. Along with our sub -consultant Zyscovich, who has vast experience in the City and is at the forefront of urban design, we will partner to develop City -centric transportation solutions with the urban design of the City in mind that can be incorporated into the design. We realize creating ideal projects that work is an important part of the City's focus, as it is ours; in our experience, we've provided exactly this focus to other municipalities. Zyscovich's transportation related urban design practice and station area planning work are centered on integrating land use and transportation planning with the goal of improving economic development and ridership, fostering multimodal connectivity and accessibility, improving transit access for pedestrian and bicycle traffic, engaging the development community and private sector, identifying infrastructure needs, and enabling mixed -use development near transit stations. Our work's methodology and approach highlights how communities can address housing, recreational, and commercial opportunities around bus and rail stops and how access to transit services can serve as a lifeline to jobs and contribute to improving communities and people's lives. We understand that the success of transit systems in Miami's urban neighborhoods is critical to the economic health and sustainable growth of our communities. By ensuring through design the development of dense, walkable, mixed -use development and infill near transit, we can leverage the development of affordable housing around transit to support neighborhood residents, attract new residents and create connected, sustainable and equitable communities. A major component of this is how to accommodate freight in and around the City. With the proximity of PortMiami to the City as well as the many hotels and businesses freight is a reality; however, that does not mean the experience can't be improved. We will work with staff to identify the freight needs and existing freight network. Then we will work towards identifying solutions such as hub freights which can consolidate freight access and provide for less impactful delivery branches. We understand every community is unique. Our work specific to transportation related urban design has identified four common themes that we value and are important to successfully implementing transportation - related projects and plans including TOD: Public transit as a focal point for investment. Transit investments have the potential to be transformative, especially in terms of how residents and visitors navigate a city. TOD is characterized by a concentration of development that supports walkability and transit use. Transit, in turn, encourages and serves to benefit the community. • Aligning citywide initiatives with public transit. To maximize the economic return on transit investments, priorities around housing, development, and growth also must be aligned. Strong leadership that prioritizes transit -planning and TOD. Strong leadership and cross sector collaboration that cuts across silos to align land use and transit is crucial. • A need for private sector buy -in and support. For TOD to realize its anticipated benefits, support from the private sector and business leaders across all sectors is important. Our planning approach, community engagement, and public outreach process involves observation, technical analysis, and careful listening to and continuous dialogue with the community and its numerous stakeholders. Our experience has taught us that no plan can be successful without resident and community input and support and thorough research and analysis. Most importantly, we are dedicated to innovative and creative project solutions. We partner and collaborate closely with our clients in order to deliver an efficient and cost-effective project while consistently maintaining the original design integrity. Zyscovich has specific and extensive experience working with city officials and key stakeholders to develop clear visions and implementable plans. Kimley>>> Horn TRTP26038.2022 155 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Ideally transportation related urban design culminates in a clear vision for identified improvements, while recognizing both the positive and negative impacts of changes over timeWhile the economy is doing well, the County's transportation system is strained, and travel choices remain car -centric or are limited in many communities. Transit -related investments should strive for travel equity, economic opportunity, access to jobs and housing, and consider the environment and users of the system. By thinking in holistic terms about what success looks like, our work is critical to fully weigh all options that reflect the desires of the local community as well as the priorities of the City and the County. Station Area Planning The Kimley-Horn team provides a wealth of experience in station area planning, from multimodal planning as part of multidisciplinary teams to development of policy, legislation, and business planning for transit -oriented development (TOD). We understand that TODs provide a high level of opportunity to leverage existing and future transit investments for economic returns and to create mobility -led communities desirable to the City's residents and businesses. A TOD seeks to create a sense of place that enhances community livability and sustainability. A more compact and diverse community is created within the station area by providing a variety of housing types and commercial uses. The design configuration and mix of buildings and activities emphasize pedestrian - oriented environments and encourage the use of public transportation. Public -private partnerships supporting TODs can help revise current patterns of growth and mitigate the effects of urban sprawl. Our team includes a sizeable array of land planning, architecture, and design professionals capable of taking a station -area project from concept through construction including market and development analysis, network analysis, conceptual planning, land use and zoning entitlements. We have extensive experience in land development and site planning, much of it transit -oriented. We have the required expertise to identify unique and creative development and partnering opportunities, and negotiate partnership agreements or assist in the establishment of guidelines for future joint development agreements. Zyscovich' integrated design approach provides rail operators with efficient and flexible facilities while offering passengers a unique and comfortable travel experience. Station area plans are integrated with existing pedestrian facilities and bike paths to the stations, where the station area infrastructure, where possible, would reinforce sustainability goals, that are fully coordinated with local plans and infrastructure investments and that would provide bike facilities at Stations, such as bike lockers, charging stations, accessibility, and convenient on - boarding. The station area design and branding inspiration comes from a marriage of functional requirements and contextual concerns, taking into consideration the local culture's social, economic, and ecological ideals. The resulting architecture is a unique representation of the station's environment and integrating elements such as security, wax/finding, efficient passenger movement, passenger experience, customer satisfaction, ambiance, and other such essentials directly into the design elements of the station. We consistently strive to design projects that celebrate and enhance their surroundings. Our projects become good neighbors not only due to their architectural appropriateness, but also to effective site planning that leverages all potential opportunities in order to create the most successful project. As architects, Zyscovich brings an intimate knowledge of constructability and viability to the design process and can help to ensure that the final design can be realized. Kimley>»Horn TRTP26038.2022 156 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND Computer Visualization/Graphics At Kimley-Horn, we are always examining our use of technology to be sure it matches our clients' needs. We understand that you want a consultant who serves as a true extension of your staff and, as such, Kimley-Horn does whatever is required to make our communication and design methods compatible with our clients. Our graphics arts software capabilities include SketchUp, Adobe InDesign, Adobe Photoshop, Adobe Illustrator and Microsoft Office. Our presentation systems include high resolution digital projection of PowerPoint slide shows, interactive Smart Board displays and DVD video. In-house production capabilities also include foam -core presentation boards and multi -media displays. Kimley- Horn also maintains digital photography equipment, digital video recording and video editing/ production hardware and software. Additionally, Computer Aided Design (CAD) is the backbone to producing quality design documents that are feasible and constructable. Kimley-Horn uses CAD software coupled with AutoTurn software to prepare maneuverability analyses for parking garages, loading areas, rideshare drop-off/pick-up locations, and residential and hotel porte- cocheres. Our CAD technical expertise is evident as we use CAD on a daily basis to successfully complete various projects including traffic calming, safety studies, roadway design, complete streets projects, streetscape design, traffic signal design, drainage and grading plans, and site plans for development projects. We also utilize CAD to ensure that development projects meet the applicable codes through preparing maneuverability analyses. We also recognize the value and importance of GIS technology in environmental analysis and land -use planning fields particularly in providing a simplified graphical representation of the data that can be shared both internally and with the public. Therefore, Kimley-Horn has developed a multidisciplinary team of professionals that offer GIS services to many municipalities statewide. This multidisciplinary expertise enables Kimley-Horn to develop a GIS that is tailored to the specific requirements of the project objectives. We can identify the level and types of data needed to gain the maximum possible benefit from the analytical capabilities of our GIS system. Ground truthing, ecosystem analysis, and impact evaluation can be combined with GIS to provide a functional land use planning tool. Zyscovich project teams utilize a wide array of data, products, resources and tools to combine data in insightful ways and to analyze and visualize transportation and geospatial data impacting land use and urban form. Visual representation in architecture, urban -design and planning is critical for both the design and decision -making processes. Despite major advancements in the field of computer graphics, crafting visual representations is still a complex and costly task, usually carried out by highly -trained professionals. This is particularly true during preliminary design stages - such as zoning exercises or schematic design - in which key decisions are made yet partial information about final design details is available. In addition to traditional rendering and graphic techniques, computer visualization tools help our designers focus on spatial organization, urban programming and massing exercises without the need for detailed design, complex visualization processes and costly setups. Data visualizations help data collection and analysis and are powerful tools when it comes to communicating with the public and with decision makers. They are a useful tool both internally (during the planning process) and externally (as we share information with others). Data visualization provides a quick and effective way to communicate information in a universal manner using visual information. The practice can also help make data Kimlep Horn TRTP26038.2022 157 CITY OF MIAMI BEACH General Transportation Planning and Traffic Engineering Consultant Services Bid 2023-030-ND more understandable and memorable for stakeholders. Other benefits of data visualization include the following • the ability to absorb and analyze information quickly, improve insights, test and compare scenarios and evaluate pros/cons of each to make faster decisions; • an increased understanding of the next steps that must be taken to improve the project; • an improved ability to maintain the audience's interest with information they can understand and relate to; • an easy distribution of information that increases the opportunity to share insights with everyone involved; • eliminate the need for data scientists since data is more accessible and understandable; and an increased ability to act on findings quickly and, therefore, achieve success with greater speed and less mistakes. Zyscovich will work with stakeholders to ask questions and explore how data can better inform transit related solutions and scenario alternatives for land use and design. Our firm utilizes BIM (Building Information Modeling) and other software like Revit Architecture, AutoCad, Rhino, and Sketchup to produce our technical drawings and renderings. Data Collection Many of the analyses that are anticipated in this Contract will need to be based on existing traffic to warrant/justify the recommendations. Therefore, we have teamed with National Data & Surveying Services, Inc. (NDS) to provide data collection for this Contract. NDS has the staff and technology (tube counters, Bluetooth, and video, etc.) to allow for multiple tasks/locations to be taken at the same time to meet the City's needs without delay. Additionally, we have teamed with Marlin Engineering, Inc. (Marlin) to provide additional traffic data collection support. In addition to traffic related data collections, we can develop and use custom data collection applications to allow us to accurately collect critical information needed to solve your problems, such as: We have developed on -board survey applications to gather ridership information to assess local transit systems We have developed mobile field data collection application used to collect information associated with existing roadway network characteristics and ADA compliancy. The development of these applications saves times both when collecting and processing the information which in turn saves you money. Public Outreach As we have done for prior projects, we propose to use interactive tools in the public outreach and public involvement process through the development of web applications to allow the public access from their home to document and provide feedback on the type of projects they wanted to see. This approach allows us to reach a broader audience, as attendance and representation of a broad cross-section of the community at public workshops can be challenging. Kimley>>)Horn TRTP26038.2022 158