C7X-Waive Bidding-Utilize FDOT Contract For Traffic Engineering Support ConsultaUUMMISSIUN I I E,M SUMMARY
Gondensed Title:
A Resolution Of The Mayor And Gity Commission Of The Gity Of Miami Beach, Florida, Authorizing The
City Manager To Utilize The State Of Florida Department Of Transportation (FDOT) Contract No. C-9D06
For Traffic Engineering Support Services Consultant, With Advanced Transportation Engineering
Consultant, Inc., And Waiving, By 5/7th Vote, The City's Formal Competitive Bidding Requirements,
Findinq Such Waiver To Be ln The Best lnterest Of The
Maximize Efficient Delivery of Services. Maximize Miami Beach as a World Class Destination.
Data: N/A
Item Summary/Recommendation :
The 2012 City of Miami Beach Community Satisfaction Survey identified traffic congestion and degraded traffic
flow as the number one problem in Miami Beach resident's minds. Daily traffic volumes and limited network
capacity has caused traffic conditions negatively impact transportation routes and times across the City,
especially during major events. However, given the geometric characteristics of the City, the limited capacity of
the street grid, and existing right-of-way constraints, there are not many opportunities to widen roadways or add
lanes, thus it is critically important for traffic signals to function efficiently and maximize the movement of vehicles
across the City.
To mitigate traffic conditions during "high-impact periods", in November 2013, the City Commission approved a
pilot project to engage a firm to provide traffic monitoring and management services during the 2013 Art Basel
event period. Based on the positive results obtained in the pilot prolect, on March 5,2014, City Commission
approved additional traffic monitoring and management services from FDOT's traffic engineering consultant for
five (5) events (2014 Miami lnternational Boat Show, Winter Party Week, Winter Music Conference, Ultra Music
Festival, and MemorialWeekend). The traffic monitoring and management project has proven to be an effective
tool in active arterial traffic management during special events.
As a result of the success of the traffic monitoring and management project efforts to date, the Administration
would like to consider engaging a continuation of traffic monitoring and management services for future events,
including (but not limited to) the 2014 Art Basel event period. To do so, the Administration recommends engaging
the services of Advanced Transportation Engineering Consultant (ATEC). ATEC has been selected as the top-
ranked firm and has been awarded the competitively solicited contract C-9D06, effective through October 2018,
by the State of Florida Department of Transportation (FDOT) for traffic engineering support services consultant
services to implement a Traffic Monitoring and Management Program (TMMP).
The FDOT contract allows the City to deploy the TMMP services expeditiously at cost-effective pricing through a
competitively solicited contract with a service volume much greater than the City's requirements. Due to FDOT's
volume and competitive process, it is not in the City's best interest to delay the process of implementing the
necessary services by issuing its own competitive solicitation. Therefore, it is recommended that the Mayor and
City Commission of the City of Miami Beach, Florida, approve a resolution authorizing the City Manager to utilize
the State of Florida Department of Transportation (FDOT) Contract No. C-9D06 for Traffic Engineering Support
Services Consultant with Advanced Transportation Engineering Consultant, lnc., and waiving, by 5/7th vote, the
City's formal competitive bidding requirements, finding such waiver to be in the best interest of the City.
RECOMMENDATION
The Resolution.
Financial lnformation:
Source of
Funds:
a1a-l
Amount Account
1
2
otsn Tota!
Financial lmpact Summary: A request for funding for the 201412015 Fiscal Year has been submitted in the
amount of $200,000.00 for the related services. All expenditures pursuant to this request are subject to approval
and aooropriation of the funds bv the Citv Commission.
Gity Clerk's 9ffice Legislative Tracking:
I Alex Denis, Extension 6641 |
AGE}IDA MEilI
trATE
14\July\Procurement\Waiver of Bid - FDOT C-9D06
E MIAIIAIBTACH
c7x
514
July 23, 2014 City Commission Meeting
Waiver of Bid - FDOT Contract for Traffic Engineering Support Services
TC:
g MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,
www.miamibeachfl.gov
COMMISSION MEMORANDUM
Mayor Philip Levine and Memberq of the Cit Commission
FRCM: Jimmy L. Morales City Manager
DATE: July 23, 2014
SUBIECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE GITY
OF MIAMI BEAGH, FLORIDA, AUTHORIZING THE CITY MANAGER TO UTILIZE
THE STATE OF FLORTDA DEPARTMENT OF TRANSPORTATTON (FDOT)
CONTRACT NO. C.9DO6 FOR TRAFFIC ENGINEERING SUPPORT SERVICES
CONSULTANT, WITH ADVANCED TRANSPORTATION ENGINEERING
CONSULTANT, INC., AND WAIVING, BY 5I7TH VOTE, THE GITY'S FORMAL
COMPETITIVE BIDDING REQUIREMENTS, FINDING SUGH WAIVER TO BE IN THE
BEST INTEREST OF THE CITY.
ADM INISTRATION RECOMMENDATION
Approve the recommendation.
FUNDING
A request for funding for the 201412015 Fiscal Year has been submitted in the amount
of $200,000.00 for the related services. All expenditures pursuant to this request are
subject to approval and appropriation of the funds by the City Commission.
KEY INTENDED OUTCOME
Maximize Efficient Delivery of Services. Maximize Miami Beach as a World Class
Destination.
BACKGROUND
The City of Miami Beach is a main center 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 City's already busy roadway
network. The increase in traffic volumes severely burdens traffic signals, negatively
impacting transportation across the City, as well as resident and visitor experiences.
The adverse traffic conditions are further exacerbated by roadway closures resulting
from several roadway construction projects across the City.
515
July 23,2014 City Commission Meeting
Waiver of Bid - FDOT Contract for Traffic Engineering Support Services
The 2012 City of Miami Beach Community Satisfaction Survey identified traffic
congestion and degraded traffic flow as the number one problem in Miami Beach
resident's minds. Daily traffic volumes and limited network capacity has caused traffic
conditions to degrade and Level of Service (LOS) conditions to fail along principal
arterials. Failing corridors and intersections also affect other aspects of daily life in the
City. Federal Highway Administration (FHWA) case studies have proven that traffic
congestion adversely affects the local economy, air quality, and safety of pedestrians
and drivers. The increased congestion also has a direct effect on law enforcement. The
City endures a cost for every police traffic detail deployed during major impact periods
and special events. Research has also shown that as congestion continues to increase,
more valuable hours are being spent driving and more dollars are being spent on fuel
consumption; money that could be spent on activities to improve our quality-of-life.
Given the geometric characteristics of the City, the limited capacity of the street grid,
and existing right-of-way constraints, there are not many opportunities to widen
roadways or add lanes, thus it is critically important for traffic signals to function
efficiently and maximize the movement of vehicles across the City.
To mitigate traffic conditions during "high-impact periods", in November 2013, the City
Commission approved a pilot project to engage a firm to provide traffic monitoring and
management services during the 2013 Art Basel event period. The project consisted of
the installation of BluetoothA/Vi-Fi Travel Time Detectors and Pan-Tilt-Zoom (PTZ)
cameras to measure travel times and observe traffic congestion as well as smart
Variable Message Signs (VMS) for travel time and parking information dissemination.
The traffic engineering consultant was responsible for collecting the appropriate data
and manually adjusting signal timing to correspond to the demand observed. The Pilot
Project yielded positive results in the reduction of travel times and increasing average
vehicular speed and through-put. Based on the positive results obtained in the pilot
project, on March 5,2014, City Commission approved additional traffic monitoring and
management services from FDOT's traffic engineering consultant for five (5) events
(2014 Miami lnternational Boat Show, Winter Party Week, Winter Music Conference,
Ultra Music Festival, and MemorialWeekend).
The traffic monitoring and management project has proven to be an effective tool in
active arterial traffic management during special events. Using the Miami lnternational
Auto Show as a baseline, travel times along the six (6) principal ingress and egress
routes were reduced between 7oh and 230o/o. Moreover, average speed along the
routes increased between B% and 58% (Attachment A). One of the advantages of this
service is the ability to respond to incidents and/or sudden spikes in traffic demand on a
real-time basis. During Memorial Weekend, drivers heading north on Collins Avenue
encountered the closure of two (2) northbound lanes beginning on 41't Street due to a
FDOT construction project. The closure adversely affected travel times and created
excessive congestion in the northbound direction during the event peak hour,
particularly for left turns on Collins Avenue at 41't Street. The Traffic Monitoring and
Management team deployed a signal engineer to visit the site and modify signal timing
516
July 23, 2014 City Commission Meeting
Waiver of Bid - FDOT Contract for Traffic Engineering Support Services
along 41tt Street at Collins Avenue, lndian Creek Drive, and Pine Tree Drive. This
modification improved travel times by 72 seconds per vehicle which translated into an
increase in average speed from 14 mph to 27 mph (Attachment B).
As a result of the success of the traffic monitoring and management project effotts to
date, the Administration would like to consider engaging these services for future
events, including (but not limited to) the 2014 Art Basel event period.
To do so, the Administration recommends engaging the services of Advanced
Transportation Engineering Consultant (ATEC). ATEC has been selected as the top-
ranked firm and has been awarded the competitively solicited contract C-9D06, effective
through October 2018, by the State of Florida Department of Transportation (FDOT) for
traffic engineering support services consultant services to implement a Traffic
Monitoring and Management Program (TMMP).
The TMMP contract will provide for the management of tr"affic demand by continuously
monitoring traffic conditions, evaluating performance, updating signal timing, providing
real-time information, and coordinating with the Miami Beach Police Department to
promote smooth traffic flow, improve LOS, and provide motorists with travel time and
parking information during special events and to reduce drivers over-burdening the
roadway network by searching for parking. The TMMP will establish a traffic
management and monitoring plan for seven (7) special events. The City envisions that
the experience in preparation acquired during the pilot project and the subsequent effort
will assist in the implementation of the TMMP.
One of the main objectives of the project is to promote the application of innovative
traffic management practices to improve resident quality-of-life, and visitor experience.
At a minimum, the consultant shall have the ability to provide video monitoring and
collect real time travel time and delay data to monitor the operational performance of the
network during special events. All the real time video images and data will be shared
with the City and its staff. The Consultant shall also have the ability to implement and
adjust signal timing plans and phasing plans along the event network. ln addition, the
TMMP services include signal timing support during special events, coordination with
jurisdictional and agencies for traffic signal modification during events, and providing
data collection and analysis of traffic conditions during events.
As part of the budget process, the Administration has proposed that $200,000 be
allocated yearly beginning in Fiscal Year 201412015 for the establishment of the TMMP.
CONCLUSION
The FDOT contract allows the City to deploy the TMMP services expeditiously at cost-
effective pricing through a competitively solicited contract with a service volume much
greater than the City's requirements. Due to FDOT's volume and competitive process, it
is not in the City's best interest to delay the process of implementing the necessary
services by issuing its own competitive solicitation. Therefore, it is recommended that
the Mayor and City Commission of the City of Miami Beach, Florida, approve a
resolution authorizing the City Manager to utilize the State of Florida Department of
517
July 23, 20L4 City Commission Meeting
Waiver of Bid - FDOT Contract for Traffic Engineering Support Services
Transportation (FDOT) Contract No. C-9D06 for Traffic Engineering Support Services
Consultant with Advanced Transportation Engineering Consultant, lnc., and waiving, by
5/7th vote, the City's formal competitive bidding requirements, finding such waiver to be
in the best interest of the City"
RECOMMENDATION
APPROVE TH E RESOLUTION.
JLM / xWno
T:\AGEN DA\20'1 4\July\Procurement\Waiver of Bid - FDOT C-9D06 MEMO.docx
518
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO
NEGOTIATE A GONTRACT WITH ADVANCED TRANSPORTATION
ENGINEERING CONSULTANT, INC., FOR THE PURPOSE OF
IMPLEMENTING A TRAFFIC MONITORING AND MANAGEMENT PROGRAM,
FOR AN AMOUNT NOT TO EXGEED $200,000; AND WAIVING, BY 5l7TH
VOTE, THE CITY'S FORMAL COMPETITIVE BIDDING REQUIREMENTS;
FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; AND
FURTHER AUTHORIZING THE MAYOR AND CIry CLERK TO EXECUTE THE
CONTRACT UPON SUCCESSFUL NEGOTIATIONS BY THE
ADMINISTRATION.
WHEREAS, the 2012 City of Miami Beach Community Satisfaction Survey identified
traffic congestion and degraded traffic flow as the number one problem in Miami Beach
resident's mind; and
WHEREAS, in order to mitigate traffic conditions during "high-impact periods", the City
initiated a pilot project to provide monitoring and management services during the 2013 Art
Basel event period; and
WHEREAS, based on the positive results obtained from the pilot project, on March 5,
2014, City Commission passed Resolution Number 2014-28512, approving additional traffic
monitoring and management services from Florida Department of Transpo(ation's (FDOT)
traffic engineering consultant for five (5) events (2014 Miami lnternational Boat Show, Winter
Party Week, Winter Music Conference, Ultra Music Festival, and Memorial Weekend); and
WHEREAS, as a result of the success of the traffic monitoring and management project
efforts to date, the Administration would like to continue engaging traffic monitoring and
management services forfuture events, including, without limitation, the 2014 Art Basel event
period; and
WHEREAS, the Administration recommends engaging the services of Advanced
Transportation Engineering Consultant, lnc. (ATEC), to implement a Traffic Monitoring and
Management Program (TMMP); and
WHEREAS, ATEC has been previously selected as the top-ranked firm by FDOT,
through FDOT's procurement process, initiated on June 19,2013, and subsequently awarded
Contract No. C-9D06, effective through October 2018, for traffic engineering support services
consultant services; and
WHEREAS, the City, as a governmental agency, is eligible to utilize the competitively
solicited State of Florida Department of Transportation (FDOT) agreements which aggregate the
buying power of many governmental agencies across the United States; and
WHEREAS, the Administration recommends waiving, by a 5/7th vote, the City's formal
competitive bidding requirements, as being in the best interest of the City.
519
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE Glry OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
authorize the Administration to negotiate a contract with Advanced Transportation Engineering
Consultant, for the purpose of implementing a Traffic Monitoring and Management Program, for
an amount not to exceed $200,000; and waiving, by 5/7th vote, the City's formal competitive
bidding requirements, finding such waiver to be in the best interest of the City; and further
authorizing the Mayor and City Clerk to execute the Contract upon successful negotiations by
the Administration.
PASSED AND ADOPTED THIS DAY OF 2014.
ATTEST:
Rafael E. Granado, City Clerk Philip Levine, Mayor
520
STATE OF FLORIDA DEPARTIUENT OF TR^NSPO.ITATON
STANDARD PROFESSIONAL SERVICES AGREEMENT
a?$03G12
PROCUREMENT
occ -07x3
P.9r 1 of2
Contrsct No. G9D06
FDOT Flnan,:lal lD No.(s) 42S286-2-32-01
Appmpriation Eill Number{s/Lino ltem Numbe(s) for
1st year of conkact, pursuant to u 216.313, F.S. fVA
lreofid br @nt*ts h excess dqi rr{fica}
ffhls dab io be entered by DOT only)
between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, sn agency of the State of Florida, hereinfler called the
D€partmont and Adrranced Transportation Englneering Cansultants, lnc.
(F.E.l.O. No. F59381 1281 ) of 13940 SW 136th Street, Suite 107, Miaml, FL 33186
authorized to conduct businos in the Stale of Florida. herelnafler called the Consullant, sgree as follorns:
The Cons{rtantand tfie Departmed mutually sgr€e to abide by the Deparlrnont's Standard Professional Servlcss Agresmont
Termr, dgted ..* Jtlv, 2013 which are available as an appendix to thisform in the Departments Professional Servlces
web site orfrom the Department's Office of Procurement. The Standard Profosrlonal Scrvlces Agrccment Terms, wth the
exseplion of th6 follotyirg non-applir:able sections:
N/A
are lncorporated by refurence end made I part of this Agreement
1. SEByTCES ANp PERFORTUAIICE
A. ihe Departmentdoet hereby ratain the Consuliantto fumish certaln servicas as describedin Exhibit "4", attached hereto
ard made a part hereot in connedion with
Traffic Erlglneer{ng Support SeMces Consultant
2, ITR}I
Unless changed by wrltten agreement, the site fur lnsoection of wor& referencsd in Section I .l of lhe Standard
Prcfiaslonal Ssrvices Termr, vr{ll b€ 13940 SW 136th Streel Suita 107, Mlami, Ft 33186
Unless otherwise provlded herein or by Supplemental Agreernent orAmendmant, the prcvlsions of this Agream€fit rvill
remain in full force and efiec{, through comple0on of dl services required of the Consul&ant or a 5 year term
from the dale sf executlon of this Agreement, whidrsver occurs fret-
Check applir:abb terms
1-1 The scheduled prcJect aeMces to be rendersd by lhe Consulunt will commence, subsequent tor'J €xscdion of his dgreemgnt, on lhe date speclfied ln the writlsn noliee to proceed from tha Deparfiranfs
which notice to procead wfll becoma part of this Agreemenl
The Consuttant wlll comptete scf'reduled project gervbes within months qf the commencement
dale specified in the notice trc proceed or as modlfied by suUsequfrfffi'endment of Supplernental Agreernent.
The proiect services to be randered by the Consultant for each task asslgnment will commence,
upon written no(icB from lhe Depaltmeots Project Manager . and will be comdebd
within lhe tirne perbd specified in each trask asggnmenl. A[ sewices perfanned under this corilrad wlll be
cornpleted wi*rin 60 monlhs fronr he date of this Agreenrent The totel fee for all accumulated task
assignments may not excaed $1,500.000.99,, .
The scheduled proiect services to be rendered by the Consuttant will mmmence, subsequeni lo executlon
of thls Agreem€nl on the date specilied in the wrltten nothe to proceed from lhe Department's
which notice to procaed will becoma part of this Agreement.
The Consultantwill complete scfreduled project services withln calendar days following complefion
of the conshrction contact(s) with which consullrnt seruices are a-ffi6teO- The anticipaFd lengh of the
concJltafi services ls rflonth8.
B.
tr
tr
521
375{t30-12
PffiUREIIENT
occ-07tt3?*2dz
INSURANCE
The amount of liability insurmca to be maintain€d by the Consuthnt in accordance with Sactlon 4.B of he
Standand Profiessional SeMcec Agrccmcnt Tcnnr is $35p,000,@
SUBCOI{TRACTS
The follouritrg subconsullants are aulhorked under this Agreement ln accordanc€ with Secdon 74. of tha
Standard Profeanlonal ScMccs Agrucmont Tormr:
AECOM Technlcal SeMces, lnc. (F952661922) Plnnach Consulting Enterprises, lnc. (F1420O5307)
HBC Englneering Company (F223936061) TSM lntamaUonal. lns. (F271743O761
Klmley-Hom & Assodatas, lnc- (F560885615) Media Relations Group, LLC (F200118620)
Metric Engineering, lnc (F5S1685550)Transpor&ilon Tectnology Sohrtions (F461 568953)
-COIIPENSATION
The Department agrees to pay the Consullant compensation as detalled in Exhlbtt "B', etiached herEto and rrade a prt hereof.
UEqELLANEOUS
A. Rehrence in this Agreemeflt to Dir€ctor wlll mean the Dlstrlct Director of Transoorta$on Ooeratlone
Theservlcesprovidedherein fiit do tr donot invohethaexpenditureoffedsral funds. lntheever(federal funds
ere lnvolved, Saction I ol the Standard Prsfesdonal Sarvlcer Agrcement Termg is incorpoohd by rcfensnce.
The following afiactrments are hereby incorporated into trig dgreement as part hereof as though fully set forth hereln.
Page A-1 through Page Ae,[-: Exhibit "A", Soope of Services
Page_Slthru4h Page * 7 : Exhibit B', Method of Compsffiation
lN Y/ITNESS VW{EREOF, the parties have execulsd thls Agrearnent by their duly authodzed orfficerB on the day, month
and lrearset lorth ebove.
STATE OF FLORIDA
DEPARTTIENT OF
(PrinUType)
Title: RstridDkectorofTransoortalion O,tratbne
B,
FOR DEPARTMENT USE ONLY
522
EXHIBIT 33A,"
SCOPE
OF
SERVICES
523
B.
EXHIBIT A
SCOPE OF SERVICTS
TRAF'FIC ENGINEERING STIPPORT SERVTCES CONSULTANT
FPID: 429286-242-At
OBJECTTVE
The Department desires to obtain assistaacc *om the Consultant for &e performance of
miscEllaneous Maintenance of Traffic support services including, but not limited to (1)
providing real time taffic monitoring and traffic data collection within active work zones
(2) implenrentation of smart tecbnologies and concepts vrithin work zones (3) signal timing
support rvithin work zones (4) reviewing Maintenance of Traffic Plens and determining the
nesd of the deiailed analysis of Maintenence ofTmffic impacts (5) analysis of maintenance
of traffic alternatives (6) Traffic simulation aad modeling of Maintenance of Traffic
alte.rnatives (7) Coordination with hafEc signal maintaining agencies, FDOT ofEces, and
other public agmcies (8) providing tLe data collection and analysis of haffic prior to the
beginning of project construction (9) Miscellaaeous activities to support the District trafEc
operations office such as trafEc operations studies, coordination with rrunicipalities and
other ageircies.
SERYICES
The Consultant shall provide anyoae or more of the following engineering services or
ele,meirts containod thereir" as required by the Departnent:
r Tra"ffic simulation - Develop a traffic simulation model of the higlrway system affected
by the maintenauee of traffic setup. The objectivo of the traffic simulation is to
evaluate trafflc operations during construction and to assess the traffi.c operational
impacts. The consultant shall have the ability to use the most appropriate and up to date
traffic simulation tool including, but not limitod to Syncbro, VISSM, CORSIM.
r Real time kaffic monitoring and kafEc data collection within active lrork zoncs -
coliest real time savel tirne and delay dara and monitor significani changes in travel
time along aetive work zones. Consultant shall have thc ability to pmvide tanporary
video monitoring and collect real time tavel time and delay data" to monitcr the
operatioaal perforrrance of the work zone. Consultant shall bave the ability to share
real time video images with the eonhactor and FDOT.
r Develop and implemqrt traffic signal timing and phasing plans aloag the work zone.
The Consultant shall coordinate with the traffic signal mainfrining agencies to develop
and implernent signal timing and phasing plans.
Stage lll A-1
524
identiff stralegies that could be used to mitigato imFacts of the work zone on the
operation and mauagerne,nt of the transportation system within the work zone impact
area- Thee strategies can be used to minimize traffic delala, imprcvc mobility,
maintain or improve motorist and worker. safety, complete road work in a timely
marmetr, and maintain access for businesses and residents. Coordinate the
implementation of tbese strategies with the district conskuction officE and/or trafEc
signal maintaining agencies.
All necessary engineering required for rwierring Maintemauce of Tra{Ec Plans,
roadway conskuction projects, PD&E studies to identifr impacts on kaffic and
dete,r:nine the need of tafEc operational components in the Transportation
Management Plans. The Consultant shall makE reference to Chapter 10 of the Florida
Department of Transportation Plans Pre,paration Manual.
Coordinate with the necessary FDOT office to obtain all available roadway plans,
briclge plans, right-of-way maps and othsr available information pertinent to the project.
Coordinate with the sigual maintaining aga{rcy to obtain the necessary signal tining
aod phasing inforaratiou.
Represent the distict trafr.c operations offics in multi-discipline transportation
managsnent plan teams that may be formed to handle the planning, coordination,
imflmentation, monitoring and evaluation daails of tmasportation management plan
elements.
C. DEPARTMENTRESTONSIBILITIES
The Florida Departuient of Transportation will furnish any or all or the following items, as
appropriate, for performance of the required serrices:
1. All previously completed studies or data sollestion (if any).
2. Asrial photography
3. Right-of-way maps aud legal descriptions which are not part of the Consultants work
€trort, wtreirrcquired.
4. Conceptual drarvings, roadr*,ay construction plans, PD&E studies, traffic studirx (if
ary)'
5. The DEPARTMENT will arrange for use of the DEPARTMENT's mainframe system,
subject to oonnal security procedures.
StaBe lll A-7
525
D. CONSULTAIITRBSPONSIBILITIES
l" The CONSULTAI.IT shall pnovide a Project Mauager (CPM) who is acceptable to the
Deparhreirt and who will be the primary point of cqntact for the CONSULTANT for
scope, schedulg manpow€r coordinatiol, negotiation of staflhours, and mmpletion of
all r$flork Orders.The Projcct 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 forpaynaent.
2- The CONSULTANT shall provide sufficient stafl 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 DEPARTMENI's Project
Manager determines that t&e nunber or expertise of partiouiar staff assiguod to a
spccific task is inadequate, the Project Mauager shall coordinate with the
CONSULTANT Project Manager to remedy the situation so as to effrure the timely
courpletion of the work.
3. While it is expected that the CONSULTANT shall soek and receive advice from
various state, regional, and local age,ncies, the final directiotr on all matters of this
project remain with the DEPARTMENT Project Manager.
4. Copies of all written corespondence between the CONSULTANT aad any party
pertaining specifically to this contract shall be provided to the DEPARTMENT for their
records within one (t) week of tbe receipt or mailing of said correspondence.
5. The CONSTILTANT shall have a Registered Professional Engineer in the State of
Florida sigr and seal aU reptnts, docume,nts, and plans as requAed by DEPARTMENT
staadards.
6. The CONSULTANT shall have as prt of the staffat least one IMSA c€rtified haffic
signal technician lwei II as required by DEPARTMENT.
7. Thc CONSULTANT shall have at least one staff member who holds an advarced
maintenance oftraffic certifieation as required by DEPARTMENT,
F, QUALTTYASSUR.ANCE/QUALITYCONTROL
It is the intention of the DEPARTMENT t&'at CONSULTANTS are held responsibls for
their work The CONSULTANT shall be rsponsible for the professioaal quality, technical
accuracy and coordination of all surveys, designs; drawings, specifications aod other
senrices fumished by the CONSULTANT undil this contract.
The CONSIILTAI.IT shall provide a Quatity AssurancdCoukol Plan that desczibes the
p'rocedures to be utilized to verify, independently checl and rwiew all tasks and senrices
performed as a part of the conhact. The CONSULTANT shall dessribe how the checking
and rcview proccsses are to be documented to verify that the required procedurss wers
followed.
Stage lll A-3
526
The names of the CONSULTANT's staff that will perform the quality control reviews shall
be included in the Quality Control Plan. The Suality Control reviewer shall be a Florida
Registered Professional Engineer. The QualityAssurance,/Control Plan maybe 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/Conkol
Plan for approval within I0 (ten) calendar days of the written Notice to Proceed. Unless
specifically waived, no payment shall be made until the CO\SULTANT's Qudity
Assr:rance/Control Plan is approved by the Deparhent. Significant ohanges to the wotk
requiremrent mayrequire the CONSULTANT to revise the Quality Assurance/Control Plan.
It shall be the rcponsibiliry of the CONSULTANT to keep the plan current with the work-
requirements- The CONSULTANT shall, without additional c,ompensation, correct all
etrors or deficiencies in the designs, maps, drawings, specifications and/or other services.
The CONSULTANT shall maintain adequate records of the quality control actions
performed by the CONSULTANT team, (including sub-conractors and ve,ndors), in
providing services and products under this Contact. AII records shall indicate tho nature
and number of observations madq the number and type of deficiencies found, and the
actions taken. These rEcords shall be avaiiable to ttre Departurenl upon re(iuest, during the
contract term. All records are subject to audit revieur.
G. METHOI} OF COMPENSATION
Payment for the work accomplished will be in accordance with Exhibit B of this coatract.
The CONSULTAI,IT shall meet with the DEPARTMENT as roquired 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 DEPARTN{ENT concurrently
with the monthly invoice. The Project Manager will make judgrnent on wheth€r work of
sufficient quality and quantity has been accomplished by comparing the reported peroent
complete against actual work accomplishd.
Payneots wilt uot be made that exceed the percentage of work for any eve,nt until those
eveirts have actually occurred and the rssults are acceptable to the DEPARTMENT.
Stage lll A-4
527
EXHIBIT f.B-,,
METHOD
OF
COMPENSATION
528
1,0
2.4
METEOD OF' COMPENSATTON
EXIIIBIT'B'
['PID: 42928G2-32-Ol
PURPOSE
This exhibit dsfines the method and limits of compensation to be made to the Consultaat for the
sewicm dcsc.ribed in Exhibit "A" (Scope of Services) and method by which payments will be mads.
COMPENSATION
For satisfactory completioa of services authorized under this agree,menl the Departmeut will pay the
Conzultant a Total Ma,rimum Limiting Amount not to excced $1509..000.00. Tti$ is a task
assignment type agreemcnt. The Depar&ent will fumish the Consultant a task wort order
qpeoifring the services to be performed and the fees to be paid for each ptoject assigned under this
agre€ment. Compcosatiol for individual assigpents will not exceed $399.000. The Departnent
will confirrn fuads availability prior to issuiag a task work order to th Consultant.
The Dqpartmeot shall rcquest Consultant senrices on an as-aeeded basis. There is uo guaraatee that
any or all of the services described in Exhibit'oA" oftJris Agreoment will be assigrred during the tcrrr
of this Agreement. 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 othu
consultants or Dcpartrneart staff-
The total amount of this agreement is expected to be funded by multiple appropriations, The Statc of
Flodda's perfonnance and obligation to pay under this contract is contingent upon an appropriation
by the Legislature. Currently $390S09.00 of the total amount has begn approved. Thcrcfore, it is
agreed thet the Consultant will not be obligated to perform senrices nor incur costs whic.h would
result in exceeding the funding cumeatly approved, nor will the Deparknent be obligated to
reimburs€ the Consultant fot costs or make fw payments in excess of currently established funding.
The Departurent will pmvide wriEEn authorization if and when subseguent ap'propriations are
approved and eactrnbered forthis contrast.
T.his Agroemcnt allows for Task Work Orders to be indivi&ully fiuded. Itrhea funds are
encumbercd by thc Task Work Order a specific Financial Projcct l.hrmber and amotnt shail bc
iderrtifled on the Task Work Order. The Consultant shall invoice using the speeific Financial Project
Nunber associatd with the Task Work Order where sayices were performd"
2.1 Summsry of Compensstiol
Fees for each task work order will be negotiated either as a lump $rm amount (fixed price), a
limiting anrouat (cost reimburserneat), or as a combination lump sum and limiting amount.
Where lump sum amouats are establishsd" fees vrill be negotiated in accordance with Section
2.2. Where limiting anount fees are established, compensatio'n will be in aceordance with
Section2.2.
This Agreement does uot involve the purchase of Tangible Pexonal Propfiy, as defined in
section 273.02 F]rarjda Statutes-
B-t Project Cost Rodiskibution
529
2.2 Detailr of Compensation
rt${p suM ELEII{- riI$:
For task work order compe.nsation eleme,nts established as lump sum, the
Deparhnent may compensate the Consultant in accordance wi& ofle or more of the
following methods of paymsnt:
LS-l-At Completion of Tssk
(LS-l) The Consultant will receive paymcnt upon complstion and accq:tance by tbe
Departuent of the subject task required under this Agreement.
LS-z - 7o of Completion of SeMces for Task
(tS-2) The Consultant will rcccive progr€s$ payments for task services based on the
perc€ntage of task seinices that hale been complaed and accepted by the Departnent during
the billingperiod.
For those rates specified in Table 6 without operation margin, a separate lulop sum
compeasation el€mert (fixed fee) will be established.
L4i'gTS[q A[f O UNT ELEME NTS
For task work order compensation elements established as limiting amouuts, the Deparbnent
will compensate the Consultant, subject to the established timiting amount, for all reasonable,
allocable aud ailowable costs incurcd" The reasoaableners, allocability and aliowability of
compensation sought under this agreeinmt is expressly made subject to the terms of this
-4.greement; Federal Acquisition Regulations; Office of Mauageurent and Budget Circulars
A-21, A-87, 4-102, A.-110; and any pertinent Federal aod State Law.
Salan & $rlerv Related Co.sts
Salrur 9ogts: @A a)
Subject to the established limiting amoutrt, the Coosultant will be compensated for time
expcnded by personnel in the performauce of auttrorizcd work during the bilhng period at the
biling rales specified in Table 6 of Sestioa 5.0. Paynent for zuch scrviccs wiil be based oa
appmved time iacurred druing the billiug p€riod. Where thc time units are in d"ys, the rate
will be prorated when less than a day is used. Eilling Rates in Table 6 are id€ntified as ei&er
thg.Horps 0fficc asd field"0frc€ Rates for tho$r Cossulklrts who have both I{ome aad Field
Overtead Rates which trave beel aporcyed by &e Dcoartment. The Consultant ggg! uce
the lppropriate Home or Fleld Bilttng Rete when invoicing for thic Contract. Operating
margin shall bc providecl as a separate fixd fee for all rates speoified in Table 6 without
Operating Matgin.
All overtime must be authorized in advance in writing by the Department. When
au&orizcd in advance in writing by th. Departmeut, premium overtime will be paid at the
rates specifi.ed in Table 6 of Section 5.0, for employees paid prerriun overtime by the
Consultaat. Only the following firms listed in Table 6 of Secdon 5.0 are authorized for direct
reimburscm€,Bt of premium overtime: N/A.
B-2 Project Cost Redis8ibutiotr
530
A4n*i*hfr*#,r**y*gh*rd{sc,{*1$p.q -*paitsl Cost of }IqqWffi{r, Fxssnspq:
Compensation for the loaded bilting rates specified in Table 6 of Sectioq 5.0 include
administative overhead and fringe benefit costs, Facilities Capital Cost of Money GCCM)
and direct expfirses that are calculated as a perceutage ofchargeable direct salary and wages
exclusive of premium overlimc,
Rpbli*.In*v, olvemqpt,.$ ervices / Specialtv Servicer : (LA 4 )
Subject to the established limiting anount, thc Consultant will be psmpensated for these
sqvices based on tie rates at the rates speoified in Table 6 of Section 5.0. No multipliers will
be applied to these rates- Paymcnt for such services will be based on approved time incurred
dluitrg the billing period. Where thetimeunits are in days, the rate will beprorated when less
than a day is used. Time for qxcess havel will not be included as tiue worked. These rates
iuclude allowancEs for salarieq overhead, operating margin, direct expenses and FCCM if
pplicable.
3.0 LWOTCING PROCEDURE
The Consultant will be eligible for progress pa)lr.ents under this agfeem€nt at intervals aot less than
oronthly or when individual 1agk3 sy mil€posts defined in &is agreernmt are completed or rcached.
Invoices for this agreement will be prepared by the Consultant and submitled through the Departnent's
Consultant Invoice Trausmission Sptern The invoices will be supported by such infonnation as may
be rcquircd by Deparuurt procedures to substetiate the charges being invoiced. The Consultant will
maintaio for this purpose a job cost accouatiag systenr that is acceptable m &e Departurent.
If requested by ttre Departrrent, the final invoice for this agreerrent wili b€ acccmpanied by a certified
job oost summary rqrort geire,tated by the accounting systen. The r€pofi will inciude at a tninimum the
total number ofhours and salary cost actually eharged to the project, the total direct yehicle expense, the
total miscellaneous dirrct elrpilse, asd total sub+onEultsnt cost ctarged to thc projoct.
The Consultant will report sub<onsultant payments through the Departnent's Equal Opportunity
Compliance System on thc Intemet. Failure to submit sub-consultant pa]alref,t infornation may be cause
for rejection of the inyoice. lVithin thirty days a$er receipt of finel palment, the Consultant will report
final sub-conzultant palrments through the Equal Opportunity Compliance System" The Consultant will
pay all sub-consultants tleir proportionate shars of payrreols recEived froaa the Dcpartmeut within
thirty days ofthe Consultant's receipt of payrment hom the Department.
The Depafrreirt will reuder a decisioa on &e acce,ptability of services within five (fl workiag days of
receip of either the senrices or inroice, whichever is later. The De,parhent reserves the right to
withhold paleents for work aot complcted, or work completed unsatisfactorily, or wor& that is deesed
inadequate or untimely by the Departmeirt. Any pala:rcnt witbheld will be released and paid to the
Consultant promptly when work is subsequelrtly performed.
The Consultant muat use the rppropriate Ilome or Field Billlng Rrte when invoieing for this
Coltrrct
B-3 Project Cost Redistribution
531
3.1 Project Cost A.ccounting
The Department has established a Cost Redistribution Application (automated process) for the
purpose of breaking out and capturing project costs associated with District-wide
(miscellareous minor professional services) and General Conzultant task assignment coltracts.
This Dstrict wida miscellaneous rrinor professional services contract has 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-specifio) financial projoct identification number for billing pu4poses in
CITS (Consultant Invoice Transmittal Systern). It will be the consultant's responsibility to
maintain a job cost accounting system that will captrrc ilstailed prcjsct cost information
assoeiated with eacb assiped Task Worl Order. The Coozultant and its subconsultants shall
have staff performing work on this contract charge their time to the nearest guarter hour to each
specific project on nrhich services are to be performed, The Department shall provide the
Consultant and its subconsultants the eleven digit project identi{icationnumbcr assigned to each
specific project for purposes of caphriqg tim,e and costs. At any giveo time therc may be
several specifio prcjects agaiast which the Consultant and ix subconsultauts would be charging
time on a singie Task Work Order. At the time of submittal of each invoice in CITS, the
Consultant will submit a Project Cost Redistribution qpreadsheet that provides a breakdown of
the invoice costs into the associated d€tailed project specific numbers where senvices were
performed aad costs were incurred The spreadshcet must conform to and be submitted in a
predefined format. The spreadsheet will conLain the following key data fields; Coosultant
Costact E-mail address; Consact Number; DOT Invoico Number; "From'Project Number (the
general project ideutification number); "To" Project Nrunber (the project specific financial
identification number); the dollar amount to be redistributed; the project &scriptioa (optional
data field); and the total mouat for the sprcadsheet. The spreadsheet template and directions
for preparing the spreadsheet can be downloaded &om the Departnent's Procurernent website,
at the following web address:
h*p:./lmqXfdgt.s{ate"fl,us&o$rsment/Proimt%20Co{iagfa?0lnitktivr.shtm Once the invoice
has been submitted electmnically in CITS by the Consultant the consultant must sqtarately,
outside of CITS, e-mail the Project Cost Redistribution qprcadsheet as an attachment filc to the
following Departuent e-mail address: PCRl0AD@dot.state.fl.us- The subject line for the e-
mail should conform to &e format 'FDOT.PCRFILE CCCCCN}TIM{' where CCCCC
corresponds to the FDOT conmct number and NNNN conesponds to fte FDOT invoice
uumber. A Project Cost Redistribution spreadsheet should be submitted to PCRLOAD every
time an invoice is submitted through CITS, After m initial validation, the Cost Redistribution
Application will transfer the data contained in the Prcject Cost Redistribution qpreadsheet to
data sets on the Deprtrent's maintame computer. The redistribution information will be
processed and used to assess projost costs for District.wide snd General Consultant contracts.
Project Cost Redistribution spreadsheets noi timely submiued will be idcntified on a District
Error Report. Failure to timely submit hoject Cost Rdistribution spreadsheets may constitute
grounds for rejection of zubsequent invoices submited through CITS.
4.0 PRO.TECT CLOSEOUT
Fiual Audit
If requested, the Consultant will permit the Departnent to perform or have performed, aa audjt
of the reeords of the Consultant and aly or all sub-consultants to support tle compensation paid
the Consultant. The audit will be perfonned as soon as practical after completion and
acceptanoe of the conftacted services.
4-t
B-4 Projcct Cost Redishtution
532
In the event fi,rnds paid to the Consultant under this Agreement are subsequently properly
disallowed by the Departnnent because of accounting errors, or charges not in conformity with
this Agreement, the Consultant agrees that such disallowed fimds are due to the Dcpartment
upon demaod. Further, the Department will have the right to deduot from any palm:rent duc the
Cousultant under my other contact, any amouni due tle Department.
4,2 Certilicate of Compledon
A Certificate of Completion will be prepared for executicn by both parties staiing the toul
compensation due the Consultant, the amount previously paid, md the difference.
Upon execudon of the Certification of Completion, lhe Consultant will. either submit a
te,rorination inrryice for an amourlt due or refund to the Departrrefi for th€ oveqpaltrent,
provided the aot difference is not zem.
5.0 COMPENSATION RATES
The following tables are provided for definition of contractual rales. Table numbers not listed a{e f,ot
included in this document.
Table 6 - Loaded Billing Rates
Table 6
PABII.ILLY LO.{DEI' BITIING RA ES
Srlut RehledCortr
Conrultrnt Item UDII BilliryRatcr
{r/outOMl
FiredFee
OM
iEhi,*f,qi$Hicr%
f*rg,in€6
i$p.g_inomiaelotffit
-
t&trinuinaTechniciatr
ddrarccd Transportxion Eryineering ConsulEntr
Hqr $ 201,n $ 23.47
IIour $ 104,70 $ 12.21
Hou $83.0'$ 9.69
Hour $83,66 $ 9.76
Hour $ 47.83 $ 5.s8
rChief&
:f*lr hkm
AECOM Technicial Servicff, Inc,
;SseUy/Ckrical
i5*ttrEn8ine€r--- ---l
ismiorEagiaeerireTechnician ilseniorSocciatl* |
Hour | 214.62 $ 23J2
Ilour $ rII,88 $ 12.26
Horn
Ilry*
UorL
Hgl*
Hour_
Hour
Hour
I $ rs,g+
N f tr:.o+[s rg,t1lls --io:s
I t 154.44
[ ?120
$ 3'.r0.74
$ 8.32
$ 15.02
$ 21.31
$ 6.60
$ 18.02
$ 8.02
$ 40.63
CSA Cental,Inc.
Chief Ensine€r llour $ 293.23 $ 26,09
Desi*aer Eour t tn4l $ 10.89
Enpineer TIflIT $84.05 $ 7.4E
Senior Ensiner Hsn $ 21 1.76 $ 18.84
Soeciali*Ilcnr $ 137.26 s t2Jl
HBC Engiuering Company
)esiqer Hqr $68.65 $ 8.46
lnshmrirelffern Hor $78.02 $ 9,62
Projecl Eugi4ger Hour $ 118.58 $ 14.61
Proiect Manac€r Hcrr $ 143.56 $ 17.69
SenirEnsiostr ilour $ t29.83 $ 15.00
B-5 Projcct Cost Redisbibution
533
Irtled
PAR IIATLT IO.IDT'D BILLI.NG RA'IIS
Srltn RelrtcrlCotti
Coucultent Item uhtt BlllhgRete*
(rr/out OM)
trIred Fee
OM
Kirulcy-t{om & AsociaEs, Inc.
Hour $ I 10,45 $ 9.97
Hour $ 117.30 $ 10.58
Hour $ 191.51 j 17.28
Hour $ 64.69 $ 5.E4
Hour $ 173.55 $ 15.56
IIour $ 154.70 $ 13.96
SpecialietA llour s 268.32 | 24,21
Hour $ 184,90 $ 16,68
Hour $ 149,41 $ 13.48
Spceialisits Hour $90.67 $ 8,r8
8o€eirtttf Hour s 122.69 $ 11,07
lvletic Engircering, Inc.
ChiefEnein€€r Hour $ 201.47 $ 19,89
Ensine€rim Int@ llour $62.55 s 6.18
Proiect Maoaper . Hou I 147.03 s 14.s2
linnacle Consulting Enterprises, Lrc.ieniorEneincer ; Horu $ t49.27 $ 24.15
TRACE Consulmrts, Inc,
Ensinerrins Intr,m Hour $80.07 $ 8.65
Fmiect Ensif,ed Hour $ 117.95 $ 12,75
lenior Ensineer Hour 3 138.77 $ ls.m
TSM Intemational Inc.
CADDiComouter Tecbdcian Horu $ 55.7s s 9.00
ChiefEnsinexr Hour $ 133.80 $ 21.60
Desipner Hour $ t00.35 $ 16.20
Eneineerine Irtem Hour $80.28 $ 12.96
Encirc€rinc T€chdcia Hour $4.60 $ 7.20
hoiect Ensinecr Hou $ 100,35 $ 16,20
Prsiect Mananeer Hou $ 133.80 $ 21.60
iecreary/Clerical llour $M.fi $ 7,20
lenimEnsineer Ilour s 129.34 $ 20,EE
ledor Ensheerins Techniciatr IIorr $ 55.?5 $ 9.00
Icchnician Aid Hour $39;03 $ 6.30
*The above billing rates include overhead, direct expenses aud FCiM, if applicable.
'Iable 6
TI)ADE) BILUNGR4.TES
PL'BLT C IIIIVOLVII}THIT SRVICEI
tS n/foitiiliers chould be added to these rotei.
Consultant ften i Unit Rrte
tvledia Rehtions Croup, LLC Public ldornation ldanager i lfour $ 130.s0
Media Relations Group, LJ.,C Graphic Designer ; gour s 80.00
Media Relations Group, LLC Publfo Information Manager j llour
't- - """"'
Assistarrt Pubfrc Informatbn Offper i l{our
$ 80.00
Media Rehtbus Group, LI"C s ss.oo
B-6 Prdcct Cost Redistrtution
534
The above bilting rates include ol,etrhead, direct expenses, operating maryrn and FCCM, if applicable.
' I4UE I
LOAI}E) BILLING R.{IES
SPI1CIALTIr SER\/ICES
rhould be ad&d to theie rate*.
The abovebilling rates include overhea{ dircct cxpenses, operating margin and FCCM, ifapplicable.
Consultant tr ftem
B-7 Projoct Cost Redistributioa
535
TO: PM626RC@dot " Btate. fl.ue 10545595
suB,rECT: FtlfDS APPROVaL/REVTE?rED 5.OR eO$rRACr C9D05
STATE OF FLORIDA DEPARTIIENT OE' TNA}ISPORTATION
FI'NDS APPROVAT
Cont,ract #C9D05 Contract Tlpe: Method of Procurement!
Vendor Na$e: ATEC
Vendor ID: VF593811254001
BegLnaing date of tbig Agmtst L0/o2/L3
Ending date of tbis AgmE:. Lo/ozlLB
**t*****************r,**********t***********r****t*****ttr*t*************
ORG-CODE *EO *OB{IECT *AIi[OI'N:T *EIN PROJECT TFCT *CFDA
(FISCAI. YE.tr8) *BIIDGET ENTITY TCATEGORY/CAT YEAR
aMEIIDITIENT ID *SEe. rUSER ASSIGNED ID *ENC LI]IE(OS]/STArUS
t****t***t*****+***!t*+********t*******************************a*********
Action: ORIGINAL Fundg have been: APPROVED
55 064030652 *ro *131557 * 300000.00 *429286232AL *119 *
20L4 155150200 *088865/14
0001 tr00 * * o00L/ 04
TOTAL.}}tOUIff,: *$ 300,000.00*
EUNDS APPROVED/REWEWED FOR ROBIIT M" NAITOVE, gPA, COMPTROI,I.ER
DATE: L0/03/2oL3
536
ACORD"
\v-CERTIFICATE OF LIABILITY INSURANCE OAT€ IilM'DDTTYYY}
1At17t2A13
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE OOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. TH|S 6ERTTF|CATE OF TNSURANCE DOES NOT CONSTTTUTE A CONTRACT BETyVEEN THE ISSUTNG [.TSURER(S), AUTHORTZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: lf the cerilficate holder ls an ADOITIONAL INSURED, tho policy(los) must be ondorssd. lf SUBROGAnON lS WAIVED, subJoct to
th6 terms and conditions of tho policy, certaln policle8 may requle an ondoBomont A statem€nt on thas coltificate doos not confer rights to the
cartillcate holder ln lieu of such €ndor19smont(s}-
PRoDUCER Phone:305444-2321
MDW lnsurance (ilorth)
isz laiiioici lve - ' Fax: 305444-498t
Coral Gables, FL 3313i1
Craig Weinstein
rNsuRED
* Aovanc6d'TranbportCtion"-*-.*
Engineering Consultants, lnc.
13940 SW l36th Street, #107
Miami, FL 33186
M
XHF" n,n.9s4616-6408 ll#.oo,,9s4-616-64i0l#ii cwoxaveniirvlnsurance.com
11'15gpg6 s ; Hartford Fire lns. Co.
rNsunrac
'
Harford Casualty lnsurance Co
rNsil*EnrrHartford lnsurance co of sE l3sm1*--"*
lr$s*-**-
I
-
METRI{ OP lD: TLS
COVERAGES CERTIFICATE NUMBER:REI/ISIOIII NUMBER:
CERTIFICATE HOI.SEft,CAilCELI,ATIoNT
@ 1988-2010 ACORD CORPORATION. All rights reserved,
ACORD 25 {2010/0q The ACORD name and logo are registered marks of ACORD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN T$SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWTHSTANBING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUXANCE AFFORDEO BY THE FOLICIES DESCRISED HEREIN IS SUEJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
fff "roiotir,.u^r*ie lrrJo lwn i Fc*-rcYr.)ur"rBEn lriil66?frM irii66i$in I uMlrs
A
GENERAL UAEIUTY
X, cor,,tMencru cENERAL LrAarLmr-. i ' l"*,rr-u*. [il o..r"
lt uLJNAN3SE6 03/01r2013 03to1t2014
EACH OCCURRENCEEli$n*:rs"lteErEr**
"eBS$WSS-tSS?*rmffi.l*
MED EXP {Alil ono r.tronl
1,000,001
s 300,001
I ,t0,00r
PERSONAL &AOV INJURY 3 1,000,00(
GEN'LAGGREGATE LIMIT APPUES PER:rii aon i-"-"1iPOL|CYiIilii? I iLoc
GENEMLAGGREGATE I 2,000,00(
PRODUCTS. COMP/OP AGG 2,000,00(
; AUTOMOBILE LIABIUTY
a--. ,, -
B : X :A$rAUrO' 'ALLOliYi{EO :- " ; SCHEDULEDAuro6 ! I Aurosr;i :-;-!NoN-oivhlED, ; I{IREOAUTOS i ^ iAUTOS'1 ra
ll uENAN4048 03101t2013 03to1t2014
gUD4HEUOaMgSILEt-iS{!d}*"-
BODILY INJURY (Fer pEnon)-s-* --,".l*S-l09!i
BPoILY INJURY (Par amidrnt)i
PROPEtrIYPAMAAE(Psr &rid€ol t
$
c [1 uueneru unB LLI occun
iExcEssLtAB I lcurrasuoe llXHUANS{61 o3r0112013 oetailm14
E4!H ogqgBnHygE
AGGREGATE
,^* .l*-09,,3"91s 1,000,001
inro 1 X lnnrsi.rpr t0.000
D
WoRKERS COIdPENSATIOt'l
ANO EMPLOYERS'L|AB|LTTY Yra{
ANY PROFRIETOR/PARTNER/EXECUTHE T""1oFF|CERIMEMaERExcLUoED? LJ(MtndBbry in NX)
tl yas, dessib6 lnd€lffiqcalPTlnil OE nPFeATloNq h.hd
,A tflJyBAH4207
v iTSIAIU , 0lH-A llnavrrMtrc I ltrp
0310112013 0s10u2014 E.L. EACH ACCIOENT J--*1,990".o*9(q 1,000,00(E.L DISEASE. EA EMPLOYEI
E.t DISFASE . P.JI I6Y I IMIT s 1.0m.00(
E lProfessional Liab
lFull Prlor Acts
,
o31428214
SIOO,OOO DEDUCTIBLE
03101/20{3 03t01t2014 !a Claim 250,00(
{ggregate 250,00(
DESCRIPTIOI{ OF OPERAfENS , LOCATIOI{S TVEHICLES (Att8ci ACORD '10t, Addltimal Ren.rh Schrdul., tf noru space l! nqldrud,
Proj€ct D6scription:contract * c-9D05: fraffic Engineering Support Services Consultant
Florida Department of
Transportation
1000 NW l{'tth Avenue, Rm.
Miami, FL 33172
SHOULD ANY OF THE ABOVE DESCRISED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WLL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
6202
AUTHORIZEO REPRESENTATIYE
WhE*
537
ACv,: nreiJ Transportation
Engineering Consultants
October 17,2013
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,
STATE OF: FLORIDA
couNw oF: UEAMI-PAPF
Sworn to (or affirmed)ubscribed before me this 17th day of October 2013.
OR Produced ldentification
Notary Public - State of: Florida Commission Expires:
<{ - s-eotq
12905 SYV 42 5t. Su:ie 209. &rliami, FL 33'!75
tr 305,480,9331i .i 305.480,90S4 . !ir!i+$;ttEiijrrui;i; tui)l
JE88Etrr'trrEvll
taotry Prair. !!h d Rorfrf, Coiln,lnl[rgrt,20l,
Cmnltiloa a EE ti22ta
Date: 1An72013
538
STATE OF FLORIDA DEPARTMENT OF TMNSPORTATION
DBE PARTICIPATION STATEMENT
375{3&21
PROCUREMENT
r$01
Note: The Consultant is required to complete the following information and submit this form with the technical proposal.
Project Description: Traffic Engineering Suoport Services Consultant FM No. 42928ft?#2-91
Consu ltant Name: Advanced TrFnsport?$on Eng ineeri no Consultaqts
This consultant is not a Department of Transportation certified Disadvantaged Business Enterprise (DBE).
Expected percentage of contract fees to be subconkacted to DBE{s): 10 %
lf 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 Type of WorUCommodity
TRACE Consultants, lnc.Roadway Design
Pinnacle Consulting Enterprises, lnc.Conskuction Engineering & lnspection
HBC Engineering Gompany Traffic Engineering Stud ies
J}
By: Elio B. Esoins. Ph.D., P.E.. PTOE
Title: Ptraident E,/ Y *
Date: 10/1612013
539
STATE OF FLORIDA OEPARTMENT OF TMNSPORTATION
PROFESSIONAL SERVIGES SELECTION PACKAGE
FINAL SELECTION
375{3C2A
PROGUREMENT
04/13
Paop 1 of 4
Name of Project: Traffic Enoineerino Supoort Services Gonsultant
FM Numbe(sl: 429286-2-32-01
FINAL SELECTION MEETING WAS HELD ON:
lnterview summary Ecores and narrative enclosed:
lnterview individual scores and narmtive enclosed:
[l Yes
E Yes
U tlo
E ttto
TECHNICAL REVIEW COMMTITEE:
NAME PHONE
305470-5335
305640-7103
30ffi40-7307
30s470-5299
A. Evelin Leocevic Proiect Manaoer
B. Sundav Enooeiru TRC Member - N. DAde Construction.
TRC Member- ITS _
TRC Member - Desiqn
C. Derole Duncan
D. Vinod Tuli
E.
F.
G.
District Secretarv
District Director of Transoortiation Developrnent
D istrict D i rector of Tra nsportation O oe rati ons
SELECTION COII/IMITTEE MEMBERS:
540
STATE OF FLORIOA DEPARTMENT OF TRAAISPORTATION
PROFESSIONAL SERVICES SELECTION PACKAGE
FINAL SELECTION
37$o3G2A
PROCUREMENT
ut13
Peqs2 of4
Name of Project: Trafiic Engineering Suppgrt Services Consultant
lnstructions: lndividual scores, to the nearest whole number, should be developeo by each Technical Review
Committee member. lndividual evaluations that make up the overall technical score must be retained in
e project file and shall be made available to the selection Committee upon request.
Average Scores
-N/A--
NanQe of Firm
Awareness of
lssues0-_
Approach to
Projeci0-_
Proposed
Stafiing Other
0-
Other
0-
Other0-_
Total
0-{00
0.00
0.00
0.00
0.00
0.00
0.00
Summary of maior @mments of the Technical Review Committee:
See lndividual Memos & Evaluations.
Average Scores
-TNTERV!EWS--
Name of Firm
Awareness of
lssues
0-
Approach to
Projed
Proposed
Staffing0-_
Olher0-_Oiher Other0-_
Total
0-100
0.00
0.00
0.00
0.00
0.00
0.00
Surnmary of mairr comments of the Technical Review Committee:
See lndividual lvlemos & Evaluaiions.
541
STATE OF FLORIOA DEPARTMENT OF TMNSPORTATION
PROFESS]ONAL SERVICES SELECTION PACKAGE
FINAL SELECT]ON
375{3G2A
PROCUREMENT
04/13
Prge 3 ot4
Name of Project Traffic Engineering Suppo.rt Services Consuttant
FM Number(sl= 429286-2-32-0'l
lnstructions: lndividual evaluations that make up the overall technical score must be retained in a project file.
I ndividual Total Scores
Name of Firm A B C D E F \t
Average
Score
For Each Firm
lnteruiew Scores
lndividual Total Scores
Name of Firm A B c D E F G
Average
Score
For Each Firm
542
STATE OF FLORIDA OEPARTMENT OF TRANSPORTATION
PROFESSIONAL SERVICES SELECTION PACKAGE
FINAL SELECTION
37s-GlG2A
PROCUREMENT
04i1 3?q.4d4
Name of Project: Traffic Enoineerino Slrppqrt Services Consultant ,-
FM Number(sl: 429286-2-32-01
lnstructions: This form is to be completed once all lnterview Evaluations are complete. The Recording Secretary shall
record the considerations, evaluation fiactors and observations expressed by the Selection CommitteJmembers in
r9gcling the final selection. NOTE: The Selection Committee shall designate a priority ranking (1,2,3) in the columntitled "Rankino".
Name of Firm
Volume of Work
Previously
Awarded to the
Firm in Past Five
WEIGHTED
AVERAGE
-Yo
Advanced
Transportation Eng.,
lnc.
$147,000.00
Metric Engineering,
lnc.$81,508,000.00 $30,114,000.00
ThefollowingSpaceshouldbeusedtosummarizethemajorfactorsconsideredbytheS@
this selection. lf the firm sooring the best technlcal score is not selected, a specificcomment as to why should be
included.the brstric+ sclec*ion cornrnit4ec, ynermE43 CbyT-r-tr€'8f,(Julth+\^e I'Fqhnic+t p-evieJ a;An^i'iriac rneirn w*tiffillfffl€;p* ap?v.,\,o {,... d;nAJ +l\i+.,,ffidr*r
o"te' ouQ l.3rl- 5, ^n13..
543
Florida Department of Tran sportation
RICK SCOTT
GOVERNOR
ANANTH PRASAD, P.E.
SECRETARY
DISTRICT SIX
REQUEST FOR PROPOSAL (RFP)
FOR
Traffic Enqineerinq Support Services Consultant
F.M. No(s):429286-2-32-01
Advertisement No.: 14611
Date lssued:June 19 2013
NOTE: The selected firm and all subconsultants must be registered in MyFloridaMarketPlace (MFMP)
as vendors in order to conduct business with the Department or any other Agency within the State of
Florida. Professional Services contracts are exempf from the 1% fee" To register, verify registration,
or for more information about MFMP, go on-line to:
http:/ld ms. mvflorida. com/eqovern ment tools/mvflorida marketplace
544
REQUEST FOR PROPOSAL (RFP)
CONTENTS
1.0 PURPOSE
2.0
3.0
3.1
3.2
3.3
3.4
3.5
3.6
4.O
SCOPE OF CONSULTANT SERVICES
CONTRACT SUMMARY
Length of Consultant Servrces---
Profe ssio nal Liab il ity I nsura nce
Computer Usage
-1
--------------- 2
Public Entity Crime lnformation Statement
EVALUATION PROCESS --..----------
4.1 Evaluation Criteria l
4.2 Required Certified Forms -----------------4
4.3 Required SupplementalDocuments -------------------4
5.0 INTERVIEW GUIDELINES & FORMS SUBMITTAL ----------------5
5.1
5.2
lnterview Guidelines-- ------j
Forms Submittal-----------6
6.0 DEADLINE FOR QUESTIONS -------------------- 6
CONSULTANT SELECTION
Subcontractual Services ------------------2
Copyrighted Materials---- ------------------2
7.0
8.0
8.1
8.2
8.3
8.4
8.5
8.6
9.0
CONTRACT NEGOTIATIONS
Automated Fee Proposal----------
Overhead Allowance ---------8
Operating Margin -----------8
Expenses ---------------------8
Method of Compensation and lnvoicing--- -----------9
Equal Opportunity Reporting Sysfem ------------------9
TENTATIVE SCHEDULE -------------------9
--7
ATTACHMENTS
A SCOPE OF SERVICESB STANDARDPROFESSIONALSERVICESAGREEMENTTERMS
C REQUIRED CERTIFICATIONS AND FORMS
545
REQUEST FOR PROPOSAL (RFP)
1.0 PURPOSE
The Florida Department of Transportation (FDOT) requires professional consultant services in
connection with the project listed below:
FM No.: 429286-2-32-01 Advertisement Number: 14611
F.A.P. No.: TBD
Description: Traffic Engineering Support Services Consultant
Additional information is necessary to complete the evaluation of each shortlisted consultant's ability to
provide the desired services. As a result, the consultants shortlisted below are requested to participate
in a Technical lnterview and to submit the Required Certifications and Standard Consultant
Forms and Supplemental Documents ("Required Forms") for the anticipated work.
Shortlisted Consultants in Alphabetical Or!er:.. Advanced Transportation Engineering Consultants, lnc.o HBC Engineering Company, lnc.o Metric Engineering, lnc.
2.0 SCOPE OF CONSULTANT SERVICES
For a detailed description of the required consultant services, refer to Attachmenf "A", Scope of
Services. A Scope of Services teleconference has been scheduled for this project with all shortlisted
consultants to discuss questions regarding the project scope of services, abbreviated technical
proposal guidelines, submittals and any other relevant issues. Meetinq oarticipation will be onlv via
teleconference bridqe 850-414-4972 (2 oorts per orime). Attendance in person will not be permitted. lt
is suggested that the consultant team coordinate accordingly to ensure maximum participation. The
teleconference is scheduled for 2:30 PM on June 26. 2013.
3.0 CONTRACT SUMMARY
A Standard Professional Services Agreement will be executed by the selected consultant for this
project. The standard contract terms are provided as Attachment "B". The following additional
information is furnished to the consultant firm for consideration:
3.1 Lenqth of Consultant Services
The Consultant services term will be for a maximum of 24 months. The Consultant services
shall begin only upon the receipt of a written Notice to Proceed (NTP) from the Project Manager
or Designee.
3.2 ProfessionalLiabilitvlnsurance
Professional Liability lnsurance in the minimum amount of $250.000.00 per claim must remain
in effect during the period the services are rendered. lnsurance deductible should not be
greater than $250,000.
546
4.0
3.3 Gomputer Usage
The selected Consultant firm may desire to use the Department's mainframe computer (not
CADD) for project related tasks. The consultant should identify the specific FDOT computer
programs and an estimate of system usage that is proposed for the project, if applicable.
Requested computer services will be considered during contract negotiation.
3.4 Public Entitv Crime lnformation Statement
A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit a bid on a contract to provide any goods or services to a
pubic entity, may not submit a bid on a contract with a public entity for the construction or repair
of a public building or public work, may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a contractor, supplier, subcontractor or
consultant under a contract with any public entity and may not transact business with any public
entity in excess of the threshold amount provided in 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.
3.5 Subcontractual Services
Services assigned to subconsultants must be approved in advance by the Department.
Subconsultants performing the standard types of work covered by Rule Chapter 14-75, F.A.C.,
must be technically prequalified with the Department or have an application for prequalification
under review at the time that they are proposed.
Subconsultants used to qualify the team in the major types of work in the Letter of Response
must remain part of project team throughout the selection process. The team must be
prequalified for ALL advertised types of work, both major and minor, at the time of submittal of
the Required Certifications and Standard Consultant Forms, and Supplemental Documents.
After submittal of the required documents, any changes to the team must be requested via
d6.profserv@dot.state.fl.us for the Department Project Manager's approval prior to the
scheduled Technical lnterview.
3.6 Copvriqhted Materials
Copyrighted material will be accepted as part of a Technical Proposal only if accompanied by a
waiver that will allow the Department to make paper or electronic copies necessary for the use
of Department staff and agents. lt is noted that copyrighted material is not exempted from the
Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to
viewing by the public, but copies of the material will not be provided to the public.
EVALUATION PROCESS
The firms being considered for this project are required to submit all Certifications and Standard
Gonsuftant Forms. and Required Supplemental Documents described in Section 4.2 and 4.3, and
participate in a Technical lnterview addressing the evaluation criteria presented in Section 4.1, for
anticipated work.
547
4.1 Evaluation Criteria
1. Awareness of Proiect lssues; At a
demonstrate their understanding of the
involved in the project.
minimum, the Consultant will be asked to
scope of services and any unique issues
o Knowledge of Scope (0 - 10 points)
o Coordination Requirements (0 - 10 points)o Knowledge of Chapter 10 of PPM (0 - 5 points)
2. Approach to the Proiect: At a minimum, the Consultant will be asked to demonstrate
the proposed approach for completing the desired work. Questions may address critical
management activities involved with the prolect and project issues. These issues could
include technical or managerial issues that are unique to this project or are particularly
challenging. The consultant's approach to dealing with these issues should be
described.
o Traffic Simulation (0 - 10 points)
:o Traffic Monitoring (0 - 10 points)
o Data Collection (0 - 5 points)o Signal Timing lmplementation (0 - 5 points)
3. Proposed Staffins: At a minimum, the Consultant should be able to describe the
staffing plan and clearly explain the key elements of the organizational structure that is
proposed to accomplish the work. The plan should address the administrative and
technical aspects of the project. Key personnel by discipline must be identified. Past
work experience of key personnel may be discussed as it relates to this particular
project. The Consultant should be able to clearly explain the availability of the proposed
team members at the time of the proposed start of this contract, as well as how conflicts
with ongoing projects will be resolved.
o Signal Timing Experience (0 - 10 points)
o Traffic Modeling Experience (0 - 10 points)o Maintenance of Traffic Experience (0 - 10 points)
4. Other Considerations: The Consultant should be able to discuss other data
demonstrating communication ability, use of specialized equipment, innovative ideas,
commitment to satisfy the Departments need, past performance on similar projects and:
- Office Location (0 - 5 points)
The consultant should identify the office location that will provide office support.
- Quality Assurance / Quality ControlProcess (0 - 5 points)
The consultant should describe, in detail, the firm's quality control program,
specifically in relation to the requirements specified in the Scope of Services.
- lnnovative ldeas (0 - 5 points)
Describe any innovative approaches/ideas for the project.
5. Disadvantaged Business Enterprise (DBEI: The use of DBE subconsultants is nof
mandatory and no preference points will be given in the selection process for DBE
participation, but it is strongly recommended. The Department's goal is 8.610/o.
548
4.2 Required Certified Forms
Required Certified Forms contained in Attachment "C" are to be submitted by the Prime firm
only. The signature must be that of a person authorized to legally commit the firm to a contract
with the Department. (Refer to Attachment "C" for forms)
- Truth in Neqotiations Certification: This form is primarily used for any lump sum or cost-
plus-a-fixed fee professional service agreement over $60,000, and should be executed by
an officer of the prime consultant firm.
- DBE Participation Statement: The Department encourages DBE firms to compete for
professional services projects and also encourages Non-DBE Consultants to use DBE firms
as subconsultants. However, use of DBE subconsultants is nof mandatory and no
preference points will be awarded in the selection process for DBE participation. Prime
Consultants are encouraqed to indicate their intention regarding DBE participation in the
Anticipated DBE Participation Statement contained in Attachment "D" to this Request for
Proposal.
- Proposed Subconsultant Listinq: The prime consultant shall complete this form and list
all subconsultants being proposed on this project. lt is recommended that the main
person(s) to perform the tvpe of work from each proposed subconsultant firm be listed.
- Federal Funded Proiects: The following certification forms for federal-aid contracts shall
be signed and dated by an officer of the prime firm, association or corporation submitting the
forms:
Exclusion for Federal Aid Contracts
Appendix B & Appendix I Federal Regulation 49 CFR, Part 29 requires that on all
federally-funded contracts, consultants provide a certification as to their current
history regarding suspension, debarment, ineligibility, voluntary exclusion,
convictions, or civil judgments.
If any funds other than federally appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a member of Congress, an officer or employee of a member of
Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the prime consultant shall complete and submit the standard form
"Disclosure Form to Report Lobbying" in accordance with its instructions.
Required Supplemental Documents
The following documents are required to be submitted with the Required Certifications and
Standard Consultant Forms, and should adhere to a minimum font size of 11 with Yz" margins:
- Professional Resumes: Provide resumes of Key Staff team members that are committed
to providing services for the duration of the contract term. Resumes shall be complete, with
no lapse of service. All prior work on Department projects will include references and contact
numbers. Resumes of senior managers or ancillary staff not proposed to work on this project
should not be included. Resumes are limited to two (2) pages and should be arranged
in alphabeticalorder.
4.3
549
5.0
Resumes should be formatted to conform to the following specifications:. Specify the office where the individual is located.. For each degree received, specify the year of graduation and the name of the University.. lndicate the time frame spent at each firm and the projects performed during that period". For each project, provide the client name, a reference name and a telephone number.r- For each project, list the common name, the State Road Number or applicable route
number, the length of the corridor, the County or City where the project is located, and
your role in the project.. Provide the beginning and ending dates of all referenced projects.
- Orqanization Chart Provide an organization chart that clearly defines who will be in-
charge of each project activity defined in the Scope of Services document. The advertised
types of work should be clearly indicated. Clearly identify by abbreviation or symbol, not
color, the company for which each individual works. The organization chart is limited to one
(1) page. It is atthe discretion of the consultantto choose a page size of either 8-%" x11"
or 11" x 17". (This chart is exempt from the font and margin size specifications.)
INTERVIEW GUIDELINES & FORMS SUBMITTAL
5.1 lnterview Guidelines
The firms being considered for this project are required to participate in an interview that will
address the evaluation criteria presented in Section 4.1 for the anticipated work as defined in
the Scope of Services.
The interviews are requested to enable the Department to evaluate the capability of the firms to
provide the desired services.
lnterviews will be held on Julv 17. 2013, in the Procurement Conference Room. located in
Room 6204-4 of the Sixth District Office, located at 1000 NW 111th Avenue, Miami, Florida
33172. The interview schedule will be randomly selected in the Scope of Services
teleconference and deemed as follows:
Consultant Time
Firm #1 9:00 AM
Firm #2 10:30 AM
Firm #3 1:00 PM
The interview time limit will be fiftv-five (55) minutes. The time will be divided as follows:
Five (5) Minutes:
Review lnterview Questions
Five (5) Minutes:
lntroduction of Staff
N-O formal presentation will be allowed
Fortv-Five (45) Minutes:
- Consultant Opening Statement (-5 minutes, optional)
- Question & Answer Session demonstrating awareness of project issues, an explanation of the
proposed approach to the project, plans for the staffing of the prolect and other
considerations.
550
6.0
- Consultant Closing Statement (optional; if time permits, 5 minutes will be allowed)
NO HANDOUTS, ELECTRONIC DEVICES OR DOCUMENTS OF ANY KIND will be allowed
during the interview. Consultants shall not utilize any display boards during the interview.
The maximum number of consultant representatives, including subconsultants, is six (6). The
following representatives are required to attend: Project Manager, IMSA Certified Traffic Signal
Technician Level ll, Advanced Maintenance of Traffic Certified Engineer and a Traffic Engineer.
Two (2) other representatives may also attend the interview. Questions will be addressed to
specific job classifications. lf a portion of a response requires assistance from another job
class, only half the points will be awarded for that portion.
5.2 Forms Submittal
The Required Certifications and Standard Consultant Forms, and Required Supplemental
Documents, as detailed in Sections 4.2 and 4.3, are due NO LATER THAN:
Julv 10. 2013 at 3:00 PM
Required Certifications and Standard Consultant Forms, and Required Supplemental
Documents received after this deadline may be considered non-responsive. A Cover Letter is
not permitted with the forms package.
One (1) set marked "Original" and four (4) copies along with an electrcoic-copy, in .pdf
format on CD or DVD of all required forms and submittals should be mailed or delivered to:
Florida Department of Transportation
Professional Services Office
1000 NW 1 1 1th Avenue, Room 6202-8
Miami, Florida 33172
It is suggested that submittals be addressed to the Professional Services Office, not to any
individual. They may be turned in to the PSU front desk for a time stamp.
DEADLINE FOR QUESTIONS
The question cutoff date is needed to assure that the Department has adequate time to notify all firms
in writing about any additional questions or issues that are raised by any of the competing firms"
The deadline for questions is: Julv 10. 2013 at 3:00 PM.
Any questions that arise after the scope of services meeting, whether administrative or technical,
should be submitted electronically:
Professional Services d6. p rofserv@dot.state.f l. us
The subject line should be formatted to display the Advertisement Number and the phrase "Consultant
Questions". For Example: 14611 - Consultant Questions.
Technical questions will be fonvarded to the Department Project Manager so that a response can be
addressed to allfirms.
551
7.O CONSULTANT SELECTION
The Technical Proposals will be reviewed by a Technical Review Team. The Team membership for
this project consists of Evelin Leqcevic. Proiect Manager; Sundav Enoqieru. North Dade
Maintenance: Javier Rodriguez. !TS: and Vinod Tuli. Design. However, consultants are asked to
refrain from any form of contact with the Technical Review Committee members and/or technical
experts subsequent to the advertisement date of any project.
lndependent score sheets and comments will be submitted to the District Professional Services Unit by
each Technical Reviewer. The final weighted scores and comments will be combined with other
appropriate information and forurrarded to the Selection Committee Members. The final weighted
scores will be determined as follows:
(Oral lnterview Raw Average X 1.00)
The Selection Committee is routinely scheduled to convene every other Monday in the District Six
Procurement Conference Room (Room 6204), located at 1000 NW 111th Avenue, Miami, Florida
33172. The Selection Committee Members, consisting of the District Secretary, District Director of
Transportation Development, District Director of Transportation Operations and a representative of the
Professional Services Unit (non-voting), will meet to discuss the capabilities of the consultant firms. At
the discretion of the Selection Committee, other persons may be requested to provide information at
the meeting"
lmmediately after the selection, the consultant firms will be notified of the ranking order selection
results. The results will also be posted on the following website:
http://wvwv2.dot.state.fl.us/procuremenUProfessionalServices/advertise/advreslt.htm
Twenty four (24) hours after the selection, the public record documents for this project will be posted on
the following website:
ft p://ftp.dot.state.fl. us/LTS/D6/Professional %2OServices/
CONTRACT NEGOTIATIONS
This contract is scheduled to be executed in October.
Contract discussions will be initiated by the Department with the firm ranked number one by the
Selection Committee once the selection process is complete. Negotiations will focus on the proposed
technical aspects, the scope of services and the wages and billing rates. For information and
guidelines when preparing a price/fee proposal, please refer to the Department Negotiations Handbook,
located on the following website:
http://www. dot. state.fl. us/procurement/Neqotiations. shtm
The selected firm and all subconsultants must be registered in MyFloridaMarketPlace (MFMP) as
vendors in order to conduct business with the Department or any other Agency within the State of
Florida. Professional Services contracts are exempf from the 1olo fee. To register, verify registration,
and get detailed information about MFMP go on-line to:
8.0
http://d ms. myflorida. com/eqovernment tools/mvflorida marketplace
552
8.1 Automated Fee Proposal
The selected consultant shall prepare a price proposal with backup information to support
proposed wages and expenses for the required services. The Automated Fee Proposal
spreadsheet must be prepared by the selected consultant. The Automated Fee Proposal and
the user guide are located at the following website:
http://www.dot.state.fl. us/procuremenUforms/formmenu.shtm
Once notified of the Final Selection, the number one ranked firm must contact the Department
Project Manager to make arrangements for a meeting to negotiate man-hours, if needed, and to
begin preparing the price proposal and audit package. Should the Department be unable to
negotiate a fair, reasonable, and competitive price for the consultant services with the number
one ranked firm within 30 calendar davs of the initial meeting date, the Department reserves the
right to terminate negotiations. The Department will then begin contract negotiations with the
next ranked firm.
Fee Proposals should be submitted electronically to:
Roland Chaviano
roland.chaviano@dot.state.fl.us
Florida Department of Transportation
1O0O NW 111th Avenue, Room 6202-8
Miami, Florida 33172
(305) 470-5457
Overhead Allowance
The allowance for administrative overhead and fringe benefits, expressed as a percentage of
direct salary and wages, shall be based on the firm's most recent overhead audit by a State or
Federal agency. lf the proposed project requires the establishment of a field office, a separate
overhead rate for the field office must be submitted,
The Department will accept the approved audited overhead rate for contracting purposes and
may not limit or negotiate these rates. lf the consultant, as part of the negotiation of overall
costs to arrive at a fair competitive and reasonable price, voluntarily proposes an overhead rate
lower than the audited rate, the Department may use this rate in the contract.
Operating Margin
Beginning October 1. 2003, the operating margin in Department of Transportation contracts will
be calculated as a percentage of direct salaries within a range of 12 to 42 percent The basis
for negotiating the operating margin percentage will be the complexity of the project, the degree
of cost risk or liability involved, the project schedule and the cost control efforts demonstrated by
the consultant's proposed staffing and overhead, direct expenses and salary rates compared to
industry averages.
Expenses
Direct project expenses will be compensated using the direct expense rate, which is required as
a part of annual overhead audits. Separate audited rates are required for home office expenses
and field office expenses. These rates represent the ratio of all corporate-wide direct expenses
to actual direct labor excluding premium overtime.
8.2
8.3
8.4
553
Consultants that intend to propose direct project expenses as part of their price/fee proposal
and have not received an audited expense rate must establish a direct expense rate percentage
as soon as possible. The establishment of an expense rate percentage will not be sufficient
grounds for delaying negotiations.
Method of Compensation and lnvoicinq
The Consultant will be compensated for services satisfactorily performed under the Professional
Services Agreement, based on a negotiated lump sum amount or limiting amount as stated in
Exhibit "B" of the negotiated agreement.
lnvoices for this agreement may be prepared by the Consultant and submitted to the
Department via the Department's computerized Consultant lnvoice Transmittal System (CITS).
The selected consultant shall obtain a corporate lD by accessing the following website:
http://www.dot.state.fl.us/procuremenVWelcome to ClTS.shtm
Equal Opportunitv Reportinq Svstem
Monthly, at the time of invoice submittal, the consultant will report subconsultant payments
through the Department's Equal Opportunity Reporting System on the lnternet. Failure to
submit a properly completed report may be cause for rejection of the invoice. Within thirty days
after receipt of final payment, the Consultant will submit a final subconsultant payment report.
The Consultant will pay all subconsultants their proportionate share of payments received from
the Department within thirty days of the consultant's receipt of payment from the Department.
The Equal Opportunity Reporting system will collect information of actual payments and
retainage paid to the Prime ConsultanUContractor by the Department of Transportation and the
Prime ConsultanUContractor's actual payments and retainage paid to their subs and suppliers,
by the type of work they performed. For access to this system, the Prime Consultant/Contractor
will need to review the Florida Department of Transportation's Computer Security lnstructions,
located at the following website:
h tt p : //www. d ot. state. f I . u s/eq u a I o p po rtu n i tyoff i ce/
9.0 TENTATIVE SCHEDULE
8.5
8.6
AGENDA
, l:::
DATE
Cut-off Date for Questions & Forms Submittal July 10, 2013
Consultant lnterviews July 17, 2013
Final Selection August 5,2013
Scope Clarification Meeting
(Final Selected Consultant Attendance Necessary)August 12, 2013 at 10:00 AM
Fee Package Submittal August 19,2013
554
THIS PAGE INTENTIONALLY LEFT BLANK
555