C7E-Waive Bidding And Utilize FDOT Contract Major Event Traffic Monitoring ServiCOMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And
Authorizing The City Manager, Or His Designee, To Utilize Florida Department Of Transportation Contract
Number C-9006, For Major Event Traffic Monitoring Services Through May 2014; And Waiving By 5/71
h Vote, The
Formal Competitive BiddinQ Requirement, Findino Such Waiver To Be In The Best Interest Of The Citv.
Key Intended Outcome Supported:
Enhance Mobility Throughout the City.
Supporting Data (Surveys, Environmental Scan, etc.): N/A
Item Summary/Recommendation:
The City of Miami Beach is one of the main centers of attraction for events in Florida due to its weather,
restaurants, nightlife, beaches, and people. Most events are heavily attended and therefore increase traffic
volumes on the City's roadway networks. The increase in traffic volumes severely burdens traffic signals, thus
negatively impacting level of service and driver experience. The adverse traffic conditions are further exacerbated
by roadway closures as a result of major roadway construction projects.
On October 2013, FOOT acquired the services of a traffic engineering consultant particularly for the purposes of
providing real-time traffic monitoring and traffic data collection within active work zones (including the Alton Road
Reconstruction Project), implementation of smart technologies and innovative systems within work zones, signal
timing support, reviewing Maintenance of Traffic plans and determining the need for detailed analysis of
Maintenance of Traffic impacts, and other innovative traffic management practices to improve traffic flow through
the Alton Road Reconstruction project.
The consultant performing these services for FOOT, Advanced Transportation Engineering Consultants, Inc.
(ATEC), also performed event traffic monitoring services for the City during Art Basel 2013 via a Commission-
approved Pilot project. As part of this pilot project, ATEC provided real-time traffic and parking availability updates
using a Smart Variable Message Board on Alton Road and constantly updating traffic and parking messages on
social media networks. ATEC's traffic monitoring and traffic management services were found to be effective in
decreasing vehicle travel times, improving vehicle throughput through the network during these major special
events, and allowing the Miami Beach Police Department to effectively allocate its resources.
Pursuant to the requirements of the City Code, this is a request for the City Commission to approve utilizing the
FOOT Contract C-9006, for major event traffic monitoring and management. The City has obtained a lump sum
price proposal of $100,174.74 from FOOT's consultant (ATEC) for traffic monitoring and management services
during Winter Party Week, Winter Music Conference, Winter Music Conference (ULTRA), and Memorial Weekend
through May 2014.
The Administration recommends that the Mayor and City Commission authorize the City Manager, or his
designee, to utilize FOOT Contract Number C-9006, for major event traffic monitoring and management; and
waive by 5/71
h vote, the formal competitive bidding requirement, finding such waiver to be in the best interest of
the City. FundinQ for this item will be re-alioned from the Resort Tax Continoency Account.
Advisory Board Recommendation:
Financial Information:
Source of Amount Account Approved
Funds: 1 $101,000 Resort Tax Fund-160-4300-000312
[ill 2
3
4
OBPI Total
Financial Impact Summary: N/A
City Clerk's Office Legislative Tracking:
Jose R. Gonzalez, ext 6768
. 81 n-Offs:
Department Director Assistant City Manager
ETC KGB
MIAMI BEACH
173
City M nager
AGENDA ITEM ____,G:-----=,7=£-:--:--:-
DATE 3 ... ~--/(.{
MIAMI BEACH
City of Miami Beach. 1700 Convention Center Drive. Miami Beach. Florida 33139. vvww.miamibeachfl.gov
MISSION MEMORANDUM
TO:
FROM: Jimmy L. Morales, City Manager
DATE: March 5, 2014
SUBJECT: A RESOLUTION OF THE MAYOR A D CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY
MANAGER, OR HIS DESIGNEE, TO UTILIZE FLORIDA DEPARTMENT OF
TRANSPORTATION CONTRACT NUMBER C-9D06, FOR MAJOR EVENT
TRAFFIC MONITORING SERVICES THROUGH MAY 2014; AND WAIVING BY
5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING
SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY.
ADMINISTRATION RECOMMENDATION
Approve utilizing a Florida Department of Transportation (FOOT) contract to engage a Traffic
Engineering Consultant through May 2014 for major event traffic monitoring and management
services.
FUNDING
Funding will be allocated from Resort Tax Fund.
BACKGROUND AND ANALYSIS
The City of Miami Beach is one of the main centers of attraction for events in Florida due to its
weather, restaurants, nightlife, beaches, and people. Most major events are heavily attended
and therefore increase traffic volumes on the roadway network. The increase in traffic volumes
severely burdens traffic signals, thus negatively impacting level of service and driver experience.
The adverse traffic conditions are further exacerbated by roadway closures as part of the FOOT
Alton Road Reconstruction Project.
On October 2013, FOOT acquired the services of a traffic engineering consultant (Attachment A)
particularly for the purposes of providing real-time traffic monitoring and traffic data collection
within active work zones (including the Alton Road Reconstruction Project), implementation of
smart technologies and innovative systems within work zones, signal timing support, reviewing
Maintenance of Traffic plans and determining the need for detailed analyses of Maintenance of
Traffic impacts, and other innovative traffic management practices to improve traffic flow through
the Alton Road Reconstruction project.
The consultant performing these services for FOOT, Advanced Transportation Engineering
Consultants, Inc. (ATEC), also performed event traffic monitoring services for the City during Art
Basel 2013 via a Commission-approved Pilot project. The consultant's services were found to be
effective in monitoring and managing traffic during this major special event. The consultant
monitored travel times through the use of Bluetooth technology and adjusted traffic signal
timings along event routes as needed. As part of this pilot project, A TEC provided real-time
174
Commission Memorandum-March 5, 2013
Traffic Management Services Contract Authorization
Page 2of3
traffic and parking availability updates using a Smart Variable Message Board on Alton Road
and constantly updated traffic and parking messages on social media networks. During Art Basel
2013, ATEC also worked with the City of Miami Beach Police Department to identify when police
assistance was needed at an intersection, thus allowing Police to efficiently and effectively
allocate its resources. The services provided by ATEC proved to be a valuable addition to the
event planning and operations, thus improving the attendee experience and residents' quality-of-
life. For example, the measures deployed during Art Basel 2013 and the Miami International
Boat Show 2014 allowed ATEC engineers to proactively make changes to signal timing at critical
intersections along event routes to avert heavy congestion and keep traffic flowing. When
compared to a considerably less intense event (Miami Beach Auto Show 2013), travel times
during Art Basel 2013 improved approximately 13 percent for drivers traveling from the North to
the Miami Beach Convention Center via Michigan Avenue and 8 percent when traveling
northbound along Alton Road from the Fly-over to 1 ih Street Traffic monitoring and
management measures were also deployed for the Miami International Boat Show in February
2014 on a partial basis and considerable improvements were observed (Attachment B). Through
the use of traffic management, vehicles accessing the event from the North via Michigan Avenue
saved an average of 105 seconds per trip during the morning peak, 76 seconds in the mid-day
peak, and 36 seconds in the afternoon peak when compared to the first two (2) days of the event
when no traffic management was deployed. These travel time savings translated into a larger
throughput of vehicles through the network. Vehicles that continued South onto the 17th
Street/Alton Road intersection saved an average of 7 seconds during morning peak and 174
seconds in the mid-day peak. However, during the PM peak, motorists accessing the event from
the North experienced an increase in travel times of approximately 33 seconds per trip. The
increased delay was due to the need to balance signal green time between ingress and egress
movements, thus accommodating egress traffic more effectively. Traffic accessing the event
from the South via northbound Alton Road did not experience any travel time savings before and
after the traffic monitoring effort, however, it is important to note that vehicular throughput
between the sth Street fly-over and 1 ih Street increased by 300 vehicles per hour.
Pursuant to the requirements of the City Code, this is a request for the City Commission to
approve utilizing the FDOT Contract C-9006, for major event traffic monitoring and
management. The City has obtained a lump sum price proposal of $100,174.74 from FOOT's
consultant (ATEC) for traffic monitoring and management services during Winter Party Week,
Winter Music Conference, Winter Music Conference (UlTRA}, and Memorial Weekend
(Attachment C and D), based on pricing in the FOOT contract.
As part of the due diligence process, staff analyzed the cost of the services outlined in the FDOT
contract. While these services will include traffic monitoring and management services through
May 2014, the Administration anticipates issuing a competitive bid for city-wide traffic monitoring
and management services by June 2014.
RECOMMENDATION
Based on the analysis of the need for traffic monitoring and management services for Winter
Party Week, Winter Music Conference, Winter Music Conference (UlTRA), and Memorial
Weekend, the documented benefits of the services provided during Art Basel 2013 and the
Miami International Boat Show in February 2014, the due diligence of staff, and pricing available
through a contract awarded by FOOT, it is recommended that the Mayor and City Commission
authorize the City Manager, or his designee, to utilize FOOT Contract Number C-9006, for major
event traffic monitoring and management; and waive by sn'h vote, the formal competitive bidding
requirement, finding such waiver to be in the best interest of the City.
175
Commission Memorandum-March 5, 2013
Traffic Management Services Contract Authorization
Page 3 of3
Attachments:
Attachment A: FOOT Contract C-9006 for Traffic Monitoring Services
Attachment 8: Miami International Boat Show Traffic Management Summary
Attachment C: ATEC Price proposal
. Attachment D: Map of Traffic Management Area per Event
..l!o J F.l>.
ETC/JRG/JFD
T:IAGENDA\2014\March\FDOT Traffic Management Service Piggy Back Contract.docx
Wo oro commilled 10 pru.,,J,ng excei!efll publ1c .IPivcc,c, ond safety lo ali who ,',ve work and ploy :n our v1b<ant irop,·coi. l115louc wrnmu{.llly
176
Attachment A
STATE OF FLORIDA DEPAflTMENT OFTRAt<SPORTATION
STANDARD PROFESSIONAL SERVICES AGREEMENT
Contract No. C-9006
375-030-12
PROCUREMENT
OGC-07113
Page1 or:z
-------FDOT Finam:laiiD No.(s) 429286-2·32-01
-----------------------------------------------------------------------------------------
Appropriation Bill Number(s}JLine Item Number(s) for
1st year of contract, pursuant to s. 216.313, F.S. N/A
-----------------~,~~~~~~~c~oo~~~K~~~m~e~~.,~,~w~~~m~~~J--------------
F.A.P.No, TBD
TH-IS_A_G_R_E_E_M_E_NT_, -m-ad_e_a_n_d_en_t-er_e_d -in-to_th_i_s--:1--3-,.;e .... _o~;---d-a-y-of-v~-itULi/J~=-· --rr---;;DJ-,.~,:---13'""'!'""'-. -by-a-nd
~ (This date I.e) be entered by OOT only)
between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, herelnfter called the
Department and Advanced Transportation Engineering Consultants, Inc.
(F.E.I.D. No. F593811264 ) of 13940 SW 136th Street, Suite 107, Mfaml, FL 33186
authorized to conduct business in the State of Florida, hereinafter called the Consultant, agree as follows:
The Consultant and the Department mutually agree to abide by the Department's Standard Professional Services Agreement,
Terms, d.ated July, 2013 • which are. available as an appendix to this fom1 in the Department's Professional Services
web site or from the Department's Office of Procurement. The Standard Professional Services Agreement Tarma, wi1h the
exception of the following non-applicable sections:
NfA
are Incorporated by reference and made a part of this Agreement
1. SERVICES AND PERFORMANCE
A. The Department does hereby retain the Consultant to furnish certain services as described in Exhibit "A", attached hereto
i!nd made a part hereof, in comection with
Traffic Engineering Support SetVIces Consultant
B. Unless changed by written agreement, the site for insoection of work referenced in Section 1.1 of the Standard
Prof .. aional Services Terms, will be 13940 SW 136th Street, Suite 107, Miami, Fl33186
2. .IERM
A. Unl~s otherwise provided herein or by Supplemental Agreement or Amendment, the provisions of this Aqreement will
remain in full force and effect through completion of all services required of the Consultant or a 5 year term
from the date of execution of this Agreement, whichever occurs first. ----
9. Check applicable terms
D
D
The schedwled project services to be rendered by the Consultant will commence, subsequent to
execution of this Agreement, on the date specified In the written notice to proceed from the Departmenfs
=:---::~--:------~--~----:---:-""":""which notice to proceed wftl become part of this Agreement
The Consultant will complete scheduled project services within months of the commencement
date specified in the notice to proceed or as modified by subseQuent Amendment of Supplemental Agreement.
The project services to be rendered by the Consultant for each task assignment will commence,
upon written noUce from the Department's Project Manager , and will be completed
within the time period specified In each task assignment. All services performed under tills contract will be
completed within 60 months from lhe date of this Agreement. The total fee for all accumulated task
assignments may not exceed $1,500,000.00
The scheduled project services to be rendered by the Consuftant will commence, subsequent to execution
of this Agreement, on the date specified in the written notice to proceed from the Department's
which notice to proceed will become part of this Agreement.
::=T:-he-;:;C~on""'"s-u-.::-lta-n-:t-w""'ilr.-1-co_m_p-:le~t:-~-s-c:-he:-d:;-u-;-led:-:;-p""m,_J;-.e-.ot~services within calendar days following completion
of the constructlon contract(s} with which consultant services are associated. The anticipated length of the
consuitan1 eervices Is months.
177
3. INSURANCE
The amount of liability Insurance fo be maintained by !he Consultant in accordance with Section 4.8 of the
Standard ProfeMional Services Agreement Terms is ::;$2~5::;0:.a.:,O::.:O:.:O.::.OO:.:-_______ _
4. SUBCONTRACTS
The foUowing subconsultants are authorized under this Agreement In aCCtJrdance with Section T.A. of the
St1111dard Profeelonal Services Agreement Terms:
AECOM Technical Services, Inc. (F952661922) Pinnacle Consulting Enterprises, Inc. (F1420053{)7)
CSA Central, Inc. (F311446286) TRACE Consultants, Inc. (F455418595)
HBC Engineering Company (F223936061) TSM International, Inc. (F271743076)
Klmley-Hom & Associates, Inc. (F560885615) Media Relations Group, LLC (F200118620)
Metric Engineering, Inc. (F591685550) T131lsportatlon Technology Solutions (F461568953)
5. COMPENSATION
~75.(]30-12
PROCUREMENT
OGC-D7113
Pego2o(2
The Department agrees to pay the Consultant compensation as detailed in Exhibit "B', attached hereto and made a part hereof.
6. MISCELLANEOUS
A. Reference in thls Agreement to Director will mean the District Ofreetor of Transportation Operations
B. The services provided herein 1&1 do D do not involve the expenditure of federal funds. In the event federal funds
are involved, Section 9 of the Standard Prof1o1ssional Services Agreement Terms is incorporated by reference.
C. The following attachments are hereby incorporated into this Agreement as part hereof as though fully set forth herain.
Page A-1 through PageA-Q;...4..:..__: Exhibit "A", Scope of Services
Page~through Page B-7 :Exhibit "B", Method of Compensation
IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month
and year set forth above.
STATE OF FLORIDA
DEPAR~~;:, lRAi,PG)TATION •
BY: (!\)(~~._
Authorized Sig
£11m R.. Ls?'1n'O
(Print/Type:~ (PrinVType}
Title: P ( l -(1 dJ,nJ; Title: District Director ofTransfl(lrtation Operaflon11
FOR DEPARTMENT USE ONLY
178
EXHIBIT "A"
SCOPE
OF
SERVICES
179
EXWBITA
SCOPE OF SERVICES
TRAFFIC ENGINEERING SUPPORT SERVICES CONSULTANT
FPID: 429286-2-32-0l
A. OBJECTIVE
The Department desires to obtain assistance from the Consultant for the performance of
miscellaneous Maintenance of Traffic support services including, but not limited to (1)
providing real time traffic monitoring and traffic data collection within active work zones
(2) implementation of smart technologies and concepts within work zones (3) signal timing
support within work zones (4) reviewing Maintenance ofTraffic Plans and determining the
need of the detailed analysis of Maintenance of Traffic impacts (5) analysis of maintenance
of traffic alternatives (6) Traffic simulation and modeling of Maintenance of Traffic
alternatives (7) Coordination with traffic signal maintaining agencies, FDOT offices, and
other public agencies (8) providing the data collection and analysis of traffic prior to the
beginning of project construction (9) Miscellaneous activities to support the District traffic
operations office such as traffic operations studies, coordination with municipalities and
other agencies.
B. SERVICES
The Consultant shall provide anyone or more of the following engineering services or
elements contained therein, as required by the Department:
• Traffic simulation -Develop a traffic simulation model of the highway system affected
by the maintenance of traffic setup. The objective of the traffic simulation is to
evaluate traffic operations during constructi~n and to assess the traffic operational
impacts. The consultant shall have the ability to use the most appropriate and up to date
traffic simulation tool including, but not limited to Synchro, VISSIM, CORSIM.
• Real time traffic monitoring and traffic data collection within active work zones -
collect real time travel time and deiay data and monitor significant cha."'lges i.."'l travel
time along active work zones. Consultant shall have the ability to provide temporary
video monitoring and collect real time travel time and delay data to monitor the
operational performance of the work zone. Consultant shall have the ability to share
real time video images with the contractor and FDOT.
• Develop and implement traffic signal timing and phasing plans along the work zone.
Stage Ill
The Consultant shall coordinate with the traffic signal maintaining agencies to develop
and implement signal timing and phasing plans.
A-1
180
• Identify strategies that could be used to mitigate impacts of the work zone on the
operation and management of the transportation system within the work zone impact
area. These strategies can be used to minimize traffic delays, improve mobility,
maintain or improve motorist and worker safety, complete road work in a timely
manner, and maintain access for businesses and residents. Coordinate the
implementation of these strategies with the district construction office and/or traffic
signal maintaining agencies.
• All necessary engineering required for reviewing Maintenance of Traffic Plans,
roadway construction projects, PD&E studies to identify impacts on traffic and
determine the need of traffic operational components in the Transportation
Management Plans. The Consultant shall make reference to Chapter 1 0 of the Florida
Department of Transportation Plans Preparation Manual.
• Coordinate with the necessary FDOT office to obtain all available roadway plans,
bridge plans, right-of-way maps and other available information pertinent to the project.
Coordinate with the signal maintaining agency to obtain the necessary signal timing
and phasing information.
• Represent the district traffic operations office in multi-discipline transportation
management plan teams that may be fanned to handle the planning, coordination,
implementation. monitoring, and evaluation details of transportation management plan
elements.
C. DEPARTMENT RESPONSIBILITIES
The Florida Department of Transportation will furnish any or all or the following items, as
appropriate, for perfonnance of the required services:
1. All previously completed studies or data collection (if any).
2. Aerial photography
3. Right-of-way maps and legal descriptions which are not part of the Consultants work
effort, when required.
4. Conceptual drawings, roadway construction plans, PD&E studies, traffic studies (if
any).
5. The DEPARTMENT will arrange for use of the DEPARTMENT's mainframe system,
subject to normal secwity procedures.
Stage 1!1 A-2
181
D. CONSULT ANT RESPONSIBILITIES
1. The CONSULTANT shall provide a Project Manager (CPM) who is acceptable to the
Department and who will be the primary point of contact for the CONSULT ANT fur
scope, schedule. manpower coordination, negotiation of staff-hours, and completion of
all Work Orders.The Project Manager (CPM) shall meet with the DEPARTMENT
Project Manager on a regular basis and shall provide monthly progress reports by Task
Work Order. These progress reports shall be the basis for evaluation and processing of
invoices for payment.
2. The CONSULTANT shalJ provide sufficient staff, either the specific staff person
requested or acceptable staff at defined levels of expertise as agreed to by the
DEPARTMENT's Project Manager, in a timely manner to complete all assigned work
within the Task Work Order schedule. If. at any time, the DEPARTME!'-.l"f's Project
Manager determines that the number or expertise of particular staff assigned to a
specific task is inadequate, the Project Manager shall coordinate with the
CONSULTANT Project Manager to n::medy the situation so as to ensure the timely
completion of the work.
3. \Vhile it is expected that the CONSULTANT shall seek and receive advice from
various state, regional, and local agencies, the final direction on all matters of this
project remain with the DEPARTMENT Project Manager.
4. Copies of all written correspondence between the CONSULTANT and any party
pertaining specifically to this contract shall be provided to the DEPARTMENT for their
records within one ( 1) week of the receipt or mailing of said correspondence.
5. The CONSULT ANT shall have a Registered Professional Engineer in the State of
Florida sign and seal all reports, documents. and plans as required by DEPARTMENT
standards.
6. The CONSULT ANT shall have as part of the staff at least one IMSA certified traffic
signal technician level II as required by DEPARTMENT.
7. The CONSULTANT shall have at least one staff member who holds an advanced
maintenance of traffic certification as required by DEPARTMENT.
F. QUALITY ASSURANCE/QUALITY CONTROL
It is the intention of the DEPARTMENT that CONSULT ANTS are held responsible for
their work The CONSULT ANT shall be responsible for the professional quality, technical
accuracy and coordination of all surveys, designs, drawings, specifications and other
services furnished by the CONSULT ANT under this contract.
The CONSULT ANT shall provide a Quality Assurance/Control Plan that describes the
procedures to be utilized to verify, independently check, and review all tasks and services
performed as a part of the contract. The CONSULTANT shall describe how the checking
and review processes are to be documented to verify that the required procedures were
followed.
Stage 111 A-3
182
The names of the CONSULTANT's staff that will perform the quality control reviews shall
be included in the Quality Control Plan. The Quality Control reviewer shall be a Florida
Registered Professional Engineer. The Quality Assurance/Control Plan may be one utilized
by the CONSULTANT as part of their normal operation or it may be one specifically
designed for this project. The CONSULTANT shall submit a Quality Assurance/Control
Plan for approval within 10 (ten) calendar days of the written Notice to Proceed. Unless
specifically waived, no payment shall be made until the CONSULTANT's Quality
Assurance/Control Plan is approved by the Department. Significant changes to the work
requirement may require the CONSULTANT to revise the Quality Assurance/Control Plan.
It shall be the responsibility oftbe CONSULTANT to keep the plan current with the work-
requirements. The CONSULTANT shall, without additional compensation, correct all
errors or deficiencies in the designs, maps, drawings, specifications and/o~ other services.
The CONSULTANT shall maintain adequate records of the quality control actions
performed by the CONSULTANT team, (including sub-contractors and vendors), in
providing services and products under this Contract. All records shall indicate the nature
and number of observations made, the number and type of deficiencies found, and the
actions taken. These records shall be available to the Department, upon request, during the
contract term. All records are subject to audit review.
G. METHOD OF COMPENSATION
Payment for the work accomplished will be in accordance with Exhibit B of this contract.
The CONSULTANT shall meet with the DEPARTMENT as required and shall provide a
written progress and schedule status reports that describe the work performed on each task.
Progress and schedule status reports shall be delivered to the DEPARTMENT concurrently
with the monthly invoice. The Project Manager will make judgment on whether work of
sufficient quality and quantity has been accomplished by comparing the reported percent
complete against actual work accomplished.
Payments will not be made that exceed the percentage of work for any event until those
events have actually occurred and the results are acceptable to the DEPARTMENT.
Stage 111 A-4
183
EXHIBIT "B"
METHOD
OF
COMPENSATION
184
1.0 PURPOSE
METHOD OF COMPENSATION
EXHmiT "B"
FPID: 429286-2-32-01
This exhibit defines the method and limits of compensation to be made to the Consultant for the
services described in Exhibit "A" (Scope of Services) and method by which payments will be made.
2.0 COMPENSATION
For satisfactory completion of services authorized under this agreement, the Department will pay the
Consultant a Total Maximum Limiting Amount not to exceed $1.500.000.00. This is a task
assignment type agreement. The Department will furnish the Consultant a task work order
specifying the services to be performed and the fees to be paid for each project assigned under this
agreement. Compensation for individual assignments will not exceed $300.000. The Department
will confirm funds availability prior to issuing a task work order to the Consultant.
The Department shall request Consultant services on an as-needed basis. There is no guarantee that
any or all of the services described in Exhibit "A,. of this Agreement will be assigned during the term
of this A.greement. Further, the Consultant is providing these services on a non-exclusive basis. The
Department may, at its option, elect to have any of the services ser forth herein performed by other
consultants or Department staff.
The total amount of this agreement is expected to be funded by multiple appropriations.-The State of
Florida's perfonnance and obligation to pay under this contract is contingent upon an appropriation
by the Legislature. Currently $300.000.00 of the total amount has been approved. Therefore, it is
agreed that the Consultant will not be obligated to perform services nor incur costs which would
result in exceeding the funding currently approved, nor will the Department be obligated to
reimburse the Consultant for costs or make fee payments in excess of currently established funding.
The Department will provide written authorization if and when subsequent appropriations are
approved and encumbered for this contract.
This Agreement allows for Task Work Orders to be individually funded. When funds are
encumbered by the Task Work Order a specific Financial Project Number and amount shall be
identified on the Task Work Order. The Consultant shall invoice using the specific Financial Project
Number associated with the TaskWork Order where services were performed.
2.1 Summary of Compensation
Fees for each task work order will be negotiated either as a lump sum amount (fixed price), a
limiting amount (cost reimbursement), or as a combination lump sum and limiting amount.
Where lump sum amounts are established, fees will be negotiated in accordance with Section
2.2. Where limiting amount fees are established, compensation will be in accordance with
Section 2.2.
This Agreement does not involve the purchase of Tangible Personal Property, as defined in
section 273.02 Florida Statutes_
B-1 Project Cost Redistribution
185
2.2 Details of Compensation
LUMP SUM ELEMENTS:
For task work order compensation elements established as lump sum, the
Department may compensate the Consultant in accordance with one or more of the
following methods of payment:
LS·l-At Completion of Task
(LS-1) The Consultant will receive payment upon completion and acceptance by the
Department of the subject task. required under this Agreement.
LS-2 -% of Completion of Services for Task
(LS-2) The Consultant will receive progress payments for task services based on the
percentage of task services that have been completed and accepted by the Department during
the billing period.
For those rates specified in Table 6 without operation margin, a separate lump swn
compensation element (ftXed fee) will be established.
LIMITING AMOUNI ELEMENTS
For task work order compensation elements estab1ished as limiting amounts. the Department
will compensate the Consultant. subject to the established limiting amount. for all reasonable,
allocable and allowable costs incurred. The reasonableness. allocability and allowability of
compensation sought under this agreement is expressly made subject to the terms of this
Agreement; Federal Acquisition Regulations; Office of Management and Budget Circulars
A-21, A-87, A-102, A-110; and any pertinent Federal and State Law.
Salary & Salary Related Costs
Salary Costs: (LA 4)
Subject to the established limiting amount, the Consultant will be compensated for time
expended by personnel in the performance of authorized work. during the billing period at the
billing rates specified in Table 6 of Section 5.0. Payment for such services will be based on
approved time incurred during the billing period. Vlhere the time units are in days, the rate
will be prorated when less than a day is used. Billing Rates in Table 6 are identified as either
the Home Otiwe and Field Office .Rates for those Coosultants who have both Home and Field
Overhead Rates which have been approved by the Department. The Consultant must use
tbe appropriate Home or Field Billing Rate when invoicing for this Contract. Operating
margin shall be provided as a separate fixed fee for all rates specified in Table 6 without
Operating Margin.
All overtime must be authorized in advance in writing by the Department. When
authorized in advance in writing by the Department, premium overtime will be paid at the
rate:s specified in Table 6 of Section 5.0, for employees paid premium overtime by the
Consultant. Only the following firms listed in Table 6 of Section 5. 0 are authorized for direct
reimbursement of premium overtime: N/ A.
B-2 Project Cost Redistribution
186
Administrative Overb.ead/Facllities Capital Cost of Money/Direct E!1!9nses:
Compensation for the loaded billing rates specified in Table 6 of Section 5.0 include
administrative overhead and fringe benefit costs, Facilities Capital Cost of Money (FCCM)
and direct expenses that are calculated as a percentage of chargeable direct salary and wages
exclusive of premium overtime.
Public Involvement Services I Specialty Services: (LA 4)
Subject to the established limiting amount, the Consultant will be compensated for these
services based on the rates at the rates specified in Table 6 of Section 5.0. No multipliers will
be applied to these rates< Payment for such services will be based on approved time incurred
during the billing period. Where the time units are in days, the rate will be prorated when less
than a day is used. Time for excess travel will not be included as time worked. These rates
include allowances for salaries, overhead, operating margin, direct expenses and FCCM if
applicable.
3.0 l:'lVOlCING PROCEDURE
The Consultant will be eligible for progress payments under this agreement at intervals not less than
monthly or when individual tasks or mileposts defined in this agreement are completed or reached.
Invoices for this agreement will be prepared by the Consultant and submitted through the Department's
Consultant Invoice Transmission System. The invoices will be supported by such information as may
be required by Department procedures to substantiate the charges being invoiced. The Consu1tant will
maintain for this purpose a job cost accounting system that is acceptable to the Department.
If requested by the Department, the final invoice for this agreement will be accompanied by a certified
job cost summary rq1ort generated by the accounting system. The report will include at a minimum the
total number ofbours and salary cost actually charged to the project, the total direct vehicle expense, the
total misceUaneous direct expense, and total sub-consultant cost charged to the project.
The Consultant will report sub-consultant payments through the Department's Equal Opportunity
Compliance System on the Internet. Failure to submit sub-consultant payment information may be cause
for rejection of the invoice. Within thirty days after receipt of final payment, the Consultant will report
fmal sub-consultant payments through the Equal Opportunity Compliance System. The Consultant will
pay all sub-consultants their proportionate share of payments received from the Department within
thirty days of the Consultant's receipt of payment from the Department.
The Department will render a decision on the acceptability of services within five (5) working days of
receipt of either the services or invoice, whichever is later. The Department reserves the right to
withhold payments for work not completed, or work completed unsatisfactorily, or work that is deemed
inadequate or untimely by the Departtnent. Any payment withheld will be released and paid to the
Consultant promptly when work is subsequently performed.
The Consultant must use the appropriate Home or Field BilUng Rate when invoicing for this
Contract.
B-3 Project Cost Redistribution
187
3.1 Project Cost Accounting
The Department has established a Cost Redistribution Application (automated process) for the
putpose of breaking out and capturing project costs associated with District-wide
(miscellaneous minor professional services) and General Consultant task assignment contracts.
This District wide miscellaneous minor professional services contract hM been selected for
project costing using the Cost Redistribution Application. The Consultant will be assigned
work by means of Task Work Orders. Each Task Work Order will initially be associated to a
single general (non-specific) financial project identification number for billing pmposes in
CITS (Consultant Invoice Transmittal System). It will be the consultant's responsibility to
maintain a job cost accounting system that will capture detailed project cost information
associated with each assigned Task Work Order. The Consultant and its subconsultants shall
have staff performing work on this contract charge their time to the nearest quarter hour to each
specific project on which services are to be performed. The Department shall provide the
Consultant and its subconsultants the eleven digit project identification number assigned to each
specific project for purposes of capturing time and costs. At any given time there may be
several specific projects against which the Consultant and its subconsultants would be charging
time on a single Task Work Order. At the time of submittal of each invoice in CITS, the
Consultant will submit a Project Cost Redistribution spreadsheet that provides a breakdown of
the invoice costs into the associated detailed project specific nwnhers where services were
performed and costs were incurred. The spreadsheet must conform to and be submitted in a
pre-defmed format. The spreadsheet will contain the following key data fields: Consultant
Contact E-maU address; Contract Number; DOT Invoice Nwnber; "From•• Project Number (the
general project identification number); "To" Project Number (the project specific financial
identification number); the dollar amount to be redistributed; the project description (optional
data field); and the total amount for the spreadsheet. The spreadsheet template and dire<..'tions
for preparing the spreadsheet can be downloaded from the Department's Procurement website,
at the following web address:
http://www.dot.state.fi.uslprocurement/Project%20Costing%20Initiative.shtm Once the invoice
has been submitted electronically in CITS by the Consultant, the consultant must separately,
outside of CITS, e-mail the Project Cost Redistribution spreadsheet as an attachment file to the
following Department e-mail address: PCRLOAD@dot.state.fl.us. The subject line for the e-
mail should confonn to the format 'FDOT.PCR.FILE CCCCCNNNN' where CCCCC
corresponds to the FDOT contract number and NNNN corresponds to the FDOT invoice
number. A Project Cost Redistribution spreadsheet should be submitted to PCRWAD every
time an invoice is submitted through CITS. After an initial validation, the Cost Redistribution
Application will transfer the data contained in the Project Cost Redistribution spreadsheet to
data sets on the Department's mainframe computer .. The redistribution information will be
processed and used to assess project costs for District-wide and General Consultant contracts.
Project Cost Redistribution spreadsheets not timely submitted will be identified on a District
Error Report. Failure to timely submit Project Cost Redistribution spreadsheets may constitute
grounds for rejection of subsequent invoices submitted through CITS.
4.0 PROJECT CLOSEOUT
4.1 Final Audit
If requested, the Consultant will pennit the Department to perform or have performed, an audit
of the records of the Consultant and any or all sub-consultants to support the compensation paid
the Consultant. The audit will be performed as soon as practical after completion and
acceptance of the contracted services.
B-4 Project Cost Redistnbution
188
In the event funds paid to the Consultant under this Agreement are subsequently properly
disallowed by the Department because of accounting errors, or charges not in conformity with
this Agreement, the Consultant agrees that such disallowed funds are due to the Department
upon demand. Further, the Department \\ill have the right to deduct, from any payment due the
Consultant under any other contract, any amount due the Department.
4.2 Certificate of Completion
A Certificate of Completion will be prepared for execution by both parties stating the total
compensation due the c;onsultant, the amount previously paid, and the difference.
Upon execution of the Certification of Completion, the Consultant will either submit a
termination invoice for an amount due or refund to the Department for the overpayment,
provided the net difference is not zero.
S.O COMPENSATIONRATES
The following tables are provided for definition of contractual rates. Table numbers not listed are not
included in this document.
Table 6-Loaded Billing Rates
Table 6
PARTI.\LLY 10.\DEDBlLLll'IG RATE&
Salary Relited Co.b
Cousultant Item U:Dft Billing Rate" Fixed Fee
{w/out OM) OM
lChiefEng:incer Hour $ 201.22 $ 23.47
Designer Hour $ 104.70 $ 12.21
Advanced Transportation Engineering Consultants ;Engineer Hour $ 83.0S $ 9.69
,Engineering Intern. Hour S. 83.66 $ 9.76
:En. Technician Hour $ 47.83 $ 5.58
; Chief Engineer Hour !S 214.62 $ 23.52
:Designer Hour $ 111.88 $ 12.26
: EoiDilcering Intern Hour $ 75.94 $ 8.32
Project Engineer Hour $ 137.04 $ 15.02
AECOM Technicial Services, Inc. !ProjectManaE Hrn.u: $ 194.47 $ 21.31
; Secretary/Clerical Hour $ 60.25 $ 6.60 I . -~-·--------·· Hour $ 164.44 $·-18.02 'Senior Engineer
Senior . . Technician Hour [ $ 73.20 $ 8.02
Senior Specialist Hour $ 370.74 $ 40.63
Chief Engineer Hour $ 293.23 $ 26.09
Designer Hour $ 122.41 $ 10.89
CSA Central, Inc. Engineer Hour $ 84.05 $ 7.48
Senior Engineer Hour $ 211.76 $ 18.84
Specialist Hour $ 137.26 $ 12.21
Designer Hour $ 68.6.5 s 8.46
Engineering Intern Hour $ 78.02 $ 9.62
HBC Engineering Company ~ect Engineer How-$ 118.58 $ l4.<i I __ .. .,.
Project Manager Hour $ 143.56 $ 17.69
Senior Engineer Hour $ 129.83 $ 16.00
B-5 Project Cost Redistribution
189
lablt6
PAR'IIALL\ LOADED BILL~Mi RAUS
Salaey Related C~V.
Consultant • Item Unit Billing Rate* Fixed Fee
('ftit~ut OM) OM
Engineer Hour $ 110.45 $ 9.97
Project ~15;...,.... Hour $ 11730 $ 10.58
Project Manager Hour $ 191.51 $ 17.28
$ecretaJy/Clerical Hour , $ 64.69 $ 5.84
Senior F.ngineer Hour · $ 173.56 $ 15.66
Kimley-Hom & Associates, Inc. Senior Project .Engineer Hour $ 154.70 $ 13.96
• w
~~5!r §p~ialistA Hour $ 268.32 $ 24.21
Senior SpecialistB Hour $ 184.90 $ 16.68
i SpecialistA Hour $ 149.41 $ 13.48
SpecialistS Hour $ 90.67 $ 8.18
SpecialistC Hour $ 122.69 $ ll.07
Otief Engineer Hour s 201.47 $ 19.89
Metric Engineering, Inc. E Intern Hour $ 62.55 $ 6.18
Project Manager Hour $ 147.03 $ 14.52
Pinnacle Consul tin£ EnttltlXises Inc. Senior Engineer Hour $ 149.27 $ 24.15
Engineering Jntem Hour $ 80,07 $ 8.66
TRACE Consultants, Inc. Project Engineer Hour $ 117.95 $ 12.75
Senior Engineer Hour $ 138.77 $ 15.00
CADD/Computer TllChoician___ _ Hour $ 55.15 s 9.00 --
Chief Engineer Hour $ 133.80 $ 21.60
Designer Hour $ 100.35 $ 16.20
Engineering Intern Holll' $ 80.28 $ 12,96
Engineering T ecbnician Hour $ 44.60 $ 7.20
~SM lntemationa.I. lnc. Project Engineer Hour $ 100.35 $ 16.20
Project Mananger Hour $ l33.SO $ 2l.6(]
Secretacy/Clerical Hour $ 44.60 $ 7.20
Senior Engineer Hour $ 129.34 $ 20.88
~·
Senior Engineering Technician Hour s 55.15 $ 9.00
Technician Aid Hour s 39.03 $ 6.30
*The above billing rates include overhead, direct expenses and FCCM, if applicable.
Table 6
LOADID BILLING R.<\. '1'1!8
P[rBLIC INVOLVEMENT SER.VICmJ
No Multipliers •hould be added to the•e ratu.
Consulfant Item 1 Unit Rate
Hour $ 130.50 .. -· ·-· -~---" ,., --·-· •.
Media Relations Group, LLC Graphic Designer l Hour $ 80.00
-·"··---~ .. -_ .. ______ .. ____ --···-~-~-·------·---·---------t------.. -: .. _____ .,.
~~-~~~:~::-~--·-:::~~;:~~~~~OffR:er -~· =~ li ~~%6-
B-6 Project Cost Redistribution
190
The above billing rates include overhead, direct expenses, operating margin and FCCM, if applicable.
Table 6
LOADm BILLING R..-\'IES
SP.FCIAL'IY SERVICIS
No Mu.ltiplien ~hould be added to the•e ratello.
Consultant 1 Item ) Unit Rate
Transportation Tech ology Sohltions ~Senior g .... ,..ialist : Hour $ 79.46 ~r~p~~;tk,n Tec~ology Solutio~~~· I spec~;-· ... -r!fuur-i$-·· 6622
The above billing rates include overhead, direct expenses, operating margin and FCCM, if Applicable.
B-7 Proj~t Cost Redistribution
191
TO: PM626RC®dot.state.fl.us 10545596
SUBJECT: FUNDS APPROVA~/REVIENED FOR CONTRACT C9D06
Contract #C9D06
Vendor Name: ATEC
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract Type: Method of Procurement:
Vendor ID: VF593811264001
Beginning date of this Agmt: 10/02/13
Ending date of this Agmt: 10/02/18
************************************************************************
ORG-CODE "EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA
(FISCAL YEAR)
AMENDMENT ID
*BUDGET ENTITY *CATEGORY/CAT YEAR
*SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATUS
*****************************************************************"******
Action: ORIGINAL Funds have been: APPROVED
55 064030662 *TO *131567 *
2014 *55150200
0001 *00 *
TOTAL AMOUNT: *$
300000.00 *42928623201 *119 *
*088866/14
*0001/04
300,000.00 *
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER
DATE: 10/03/2013
192
METRI-4 OP 10: TLS
CERTIFICATE OF LIABILITY INSURANCE DATE IMMIDD/YYYV}
10/17/2013
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(SI, AUTHORIZED
REPRESENTATIVE OR AND THE CERTIFICATE HOLDER.
PRODUCER
MDW Insurance {North I
362 Minorca Ave
Coral Gables, FL 33134
Craig Weinstein
INSURED Advancecrfraiisiiortition~-~ -~ -~--··
Engineering Consultants, Inc.
13940 SW 136th Street, #1 07
Miami, FL 33186
COVERAGES CERTIFICATE NUMBER·
must If SUBROGATION IS subject to
A statement on this certificate does not confer rlgnts to tha
REVISION NUMBER"
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR COr-.JDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTA1N. 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.
~r~c TYPE OF INSURANCE
. GENERAL LIABILITY
A ; X i COMMERCIAL GENERAL LIABILIT't' • . . 1
; , .
1
l CLAIMS-MADE t ?C j OCCUR
l GEN'LAGGREGATE LIMIT APPLIES PER:
: POLICY rx-~i ~f& ! · 1 LOC
• AUTOMOBILE LIABILIT't'
B • X. ANY AUTO
• -· 1 AlLOWNEO 1 . ·~SCHEDULED
. ! AUTOS L._ ~gm~WNED
• X ; HIRED AUTOS l·~j-AUTOS
I I
WORKERS COMPENSATION i AND EMPLOYERS' LIABILITY y JN
D I ANY PROPRIETORJMRTNERIEXECUTIVE D N /A
, OfFICERIMEMBER EXCLlJDED?
(Mon~alllry In NHI
If ~as, de!lcri.be undM l
DESCRIPTION DF OPERATKJNS oelow
21 UUNAN3986
21 UENAN4048
21XHUAN3161
21WBAH4207
lo3142B218
=~~~~~~ij--·+-~-···· --~~ooo,oe~ 0310112013 0310112014 .J!SLM!SE~~-..~·-+-L ___ . .SPP·.~~o
MED EXP (Any ono person) 1 S 10,000
PERSONAL & ADV INJURY_!..!.__~-~· 1,000:000
GENERALAGGREGATE i ~ 2,000,000 . --··-·-r--------.;:;,
PRODUCTS. COMP/OP AGG ! $ 2,000,00" ·--··-····---r--·--.... .. ---· r s
~~fll'KiLELIMIT I~ 1,000,000
03/0112013 03/01/2014 BODILY INJURY (P;~pOfllon) I$-------. -
f.-~----·-·-:-;:;::::;;t.--··------····-··-···· ...... .
BODILY INJURY (Pe• aocidenl] I $
PRDPER1YDAWi.Gl::--~-=H-········--· -.. ··-·
..iE![iga<1_!!l!L_ _ __ _ _ ·-$ --· ___ __ . --
s
EACH OCCURRENCE
03/01/2013 03/01/2014 AGGREGATE
x lr~·.slru-Ns ' ~
o3/0112013 o3t01t2o14 ~--~-~9:~.~~-c!.D~ ....... l !.--·-. ].ooo;o~.o
! !,!_:, DIS_!=ASE • EA EMPLOY~~$ ___ ·-. 1,000!~~0
I I e.L.. DISEASE. ~oucv LIMIT I s 1,000,000
E !Professional Liab
.Full Prior Acts I r100,0DO DEDUCTIBLE
i 03101/20131 03/01/2014 Ea Claim 250,000
I Aggregate 250,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES [Atlacn ACORD 101, AG~Itlonol Remarl<s S<:l1ed"le, II mol1! 51>10115 requlrod)
Project Description:
Contract I C-9006; Traffic Engineering Support Services Consultant
CERTIFICATE HOLDER CANCEllATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Florida Department of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Transportation
1000 NW 111th Avenue, Rm. 6202 AUTHORIZED REPRESEN TA TIV!: Miami, FL 33172 ~-~
® 1988-2010 ACORD CORPORATION. All nghts reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
193
October 17, 2013
A:IEC
Advanced Transportation
Engineering Consultants
RE: Contract Execution Authority
Dear Sir/Madam:
The following is a true, certified copy of the portion of our July 17, 2013 corporate
minutes, which authorizes Mr. Elio R. Espino to execute (sign} proposals and contracts
on behalf of ATEC:
"Upon duly motion made, seconded and unanimously carried, it was RESOLVED that
Elio R. Espino, Director and President, shall have authority to execute any contracts on
behalf of the Corporation."
Sincerely,
~ 0)
Mariley Pere~ ~
Vice President/Corpora~ecretary
STATE OF: FLORIDA
COUNTY OF: MIAMI-DADE
Produced Identification
Notary Public-State of: Florida Commission Expires: __ 4_-_3_-_.:<_0_I_!:f __ _
JESSIE IMftiTEVM
Natary f'uNI; • ltllt Ill Flarldl
My C0111111. _...... 3, 2017
COIIIIIII,tllon • H 11121 I
12905 SVV 42 St ·Suite 209 • M<JmL FL 33175
p 305.480,!-1938 · t 305 480.9964 · W'i:N il!(cc;r~.''' cv
194
Date: 10/17/2013
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
DBE PARTICIPATION STATEMENT
375-{)30-21
PROCUREMENT
10/01
Note: The Consultant is required to complete the following information and submit this form with the technical proposal.
Project Description: Traffic Engineering Support Services Consultant FM No. 429286-2-32-01
Consultant Name: Advanced Transportation Engineering Consultants
This consultant is not a Department of Transportation certified Disadvantaged Business Enterprise (DBE).
Expected percentage of contract fees to be subcontracted to DBE(s): 1Q%
If the intention is to subcontract a portion of the contract fees to DBE(s), the proposed DBE sub-consultants are as
follows:
DBE Sub-Consultant
TRACE Consultants, Inc.
Pinnacle Consulting Enterprises, Inc.
HBC Engineering Company
By: Elio R. Es lno Ph.D. P.E. PTOE
Title: President
Date: 10/16/2013
Type of Work/Commodity
Roadway Design
Construction Engineering & Inspection
Traffic Engineering Studies
195
MIAMI BEACH
February 26, 2014
Assessment of Procurement Operations
December 12, 2012
Recommendations Section
1 of8
DEPARTMENT OF PROCUREMENT MANAGEMENT
1700 Convention Center Drive
Miami Beach, Florida 331 39
305-673-7 490
Advanced Transportation Engineering Consultants, Inc.
13940 SW 136th Street, Suite 1 07
Miami, Florida 33186
Attention: Erik Echezabal
Subject: Piggy-backing Florida Department of Transportation Contract C-9D06 for
Traffic Monitoring Services
Dear Mr_ Erik Echezabal:
The City of Miami Beach Code would like to consider utilizing Contract C-9D06 for
Traffic Monitoring Services awarded to ATEC by the Florida Department of
Transportation, and effective through July, 2018, to procure traffic management
services at the same scope, terms, conditions and pricing as in the above-referenced
contract.
Please acknowledge and verify, by signing and returning this document to my attention
that your firm will extend to the City the same scope, terms, conditions and pricing as
awarded in the contract referenced above.
Please feel free to contact me at 305-673-7490.
Director
Procurement Management Department
By signing and returning this document to the individual named above, the firm agrees to extend to the
City the same scope, terms, conditions and pricing as awarded in the contract referenced above.
COMPANY NAME: AUTHORIZED REPRESENTATIVE:
SIGNATURE: DATE SIGNED:
C: Kathie Brooks, Assistant City Manager
Jose Gonzalez, Transportation Manager
196
I~
J ~
1
~ (Q 00 Traffic Evant Management -2014 Evarlt Traffic Management Peak Season Summary SUMMARY FEE SHEET ACTIVITY Event 1· 2014 Miami Winter Party Week Event 2: Winter Music Conference Event 3: Winter Music Conference (ULTRA) Event4: 2014 Memonal Day Weekend TOTALS PROJECT: Event Traffic Management-2014 Event Traffic Management Peak Season Summary CONSULTANT: Advanced Transportation Engineering Consultants, Inc. DATE: February 24,2014 Fee Estimate Notes Ch1ef Eng1neer Signal Systems Traffic Engineer (Engineer Engineer (Designer) Intern) Man-14 14 14 18 60 6% Hourly Man-Hourly Man-$224.69 58 $116.91 $224.69 58 $116.91 $224.69 58 $11691 $224.69 74 $116.91 $13,481 40 248 $28,993 68 24% ATEC FEE COMPUTATIONS Bucket truck ($210 per day, All Events) Operating Cost for Wifi +ITS (All Events) VMS S1gns (All Events) 58 68 58 76 260 25% 1' II= C . ..... Advanced Transportation Engineenng Consultants Hourly $9342 $93.42 $9342 $9342 $24,28920 Attachment C Engineenng Technician TOTAL HOURS Man-Hourly 90 $5341 220 142 $53.41 262 118 $53.41 248 118 $53.41 286 468 $24,995.88 1,036 45% 100% Total ATEC Fee (Lump Sum) TOTAL DOLLARS $20,151.70 $23,863 22 $21.647 16 $26.098.06 $91 760.16 3990 1875 2550 $llr0,174.74
Attachment D
WINTER MUSIC FEST. TRAFFIC MANAGEMENT AREA
FOOT TRAFFIC MONITORING DEVICES (EXISTING) SMART VMS
PROPOSED WINTER MUSIC FESTIVAL TRAFFIC MONITORING DEVICES
199
ULTRA MUSIC FEST. TRAFFIC MANAGEMENT AREA
FOOT CONSTRUCTION DEVICES INSTALLED
PROPOSED ULTRA MUSIC FESTIVAL DEVICES
SMART VMS
200
MEMORIAL DAY TRAFFIC MANAGEMENT AREA
FOOT TRAFFIC MONITORING DEVICES (EXISTING) SMART VMS
PROPOSED MEMORIAL DAY TRAFFIC MONITORING DEVICES
201
RESOLUTION TO BE SUBMITTED
202