C7X-Waive Bidding-Utilize FDOT Contract For Traffic Engineering Support ConsultaUOMMISSION I I EM SUMMARY
Condensed Title:
A Resolution Of The Mayor And Gity Commission Of The City Of Miami Beach, Florida, Authorizing The
Gity Manager To Utilize The State Of Florida Department Of Transportation (FDOT) Contract No. C-9D06
For Traffic Engineering Support Services Gonsultant, With Advanced Transportation Engineering
Consultant, lnc., And Waiving, By 5/7th Vote, The City's Formal Competitive Bidding Requirements,
Such Waiver To Be !n The Best lnterest Of The Citv.
Maximize Efficient Deliverv of Services. Maximize Miami Beach as a World Class Destination.
Data: N/A
Item Summarv/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 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.
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 Att 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 5t7th vote, the
City's formal competitive bidding requirements, finding such waiver to be in the best interest of the City.
RECOMMENDATION
The Resolution.
Financial Information :
Source of
Funds:z@j
Amount Account
1
2
otsPr Total
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 aoorooriation of the funds bv the Citv Commission.
Citv Clerk's Office
Alex Denis. Extension 6641
4\July\Procurement\Waiver of Bid - FDOT
AGE},IDA ITEItiE MIAMIBTACH BATE
c7x
514
July 23, 2014 City Commission Meeting
Waiver of Bid - FDOT Contract for Traffic Engineering Support Servicesg MIAMIBEACH
Gity of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,
www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Me of the Cit Commission
FROM: Jimmy L. Morales City Manager
DATE: July 23, 2014
SUBIECT: A RESOLUTTON OF THE MAYoR AND CITY COMMISSTON OF THE GITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO UTILIZE
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT)
CONTRAGT NO. C.9DO6 FOR TRAFFIC ENGINEERING SUPPORT SERVICES
CONSULTANT, WITH ADVANCED TRANSPORTATION ENGINEERING
CONSULTANT, INC., AND WAIVING, BY 5I7TH VOTE, THE CITY'S FORMAL
COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE
BEST INTEREST OF THE CITY.
ADM I NISTRATION RECOM M E NDATION
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 Seruices
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 BluetoothArui-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 230%. Moreover, average speed along the
routes increased between 8% 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
realtime 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 efforts 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 traffic 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, 2014 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, !nc., and waiving, by
5/7h vote, the City's formal competitive bidding requirements, finding such waiver to be
in the best interest of the City.
RECOMMENDATION
APPROVETHE RESOLUTION.
,fitb
JLM / Kggt AD
T:\AGENDA\20'| 4UulylProcurement\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 CONTRAGT WITH ADVANCED TRANSPORTATION
ENGINEERING CONSULTANT, INC., FOR THE PURPOSE OF
IMPLEMENTING A TRAFFIC MONITORING AND MANAGEMENT PROGRAM,
FOR AN AMOUNT NOT TO EXCEED $200,000; AND WAIVING, BY 5l7TH
VOTE, THE GITY'S FORMAL COMPETITIVE BIDDING REQUIREMENTS;
FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE GITY; 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 Transportation'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 pro1ect
efforts to date, the Administration would like to continue engaging traffic monitoring and
management services for future 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 GITY COMMISSION
OF THE CITY OF MIAMI BEAGH, 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 $200,000; and waiving, by 5/7th vote, the City's formal competitive
bidding requirements, finding such waiver to be in the best interest of the City; and further
authorizing the Mayor and City Clerk to execute the Contract upon successful negotiations by
the Administration.
PASSED AND ADOPTED THIS DAY OF 2014.
ATTEST:
Rafael E. Granado, City Clerk Philip Levine, Mayor
520
STAIE OF FLOfuD6 OEPARTTENT OF TRANSPORTATPN
STANDARD PROFESSIONAL SERVICES AGREEMENT
37'03G12
PROCUREMENT
occ - 074 3
PrO6l dacontracrNo. c€D06
FDOT Flnan'Cal lD No.(s) 42S286-2-32-01
FAP" No. T3D , ," _ a. -
fHlS AGREEMENT, made and entered ,""
betwesn the srArE oF FLoRIDA DEpARTMENT oF rRANsponrarr$Xiat*#"1l""fltffryggl YFbrftda, hereinf,er caled the
Departmont 9n( Advanced Transportation Englneerlng Consultants, lnc.
Appopriation Bilt Numbe(s}Line ltem Numbe(e) for
lsiyear of conhaol pursuar{,to s. 216.313, F.S. l.{/A
lreo*d br finlr*ts iI, erosss ol*i rnflmcr,
(F.E.l.O" No. F59381 1264 ) sf 1394() SW 136th Street, Suite 107, Mlaml, FL 39186
authorized to conduci businoss in th6 State of Florida. herelnafler called the Consultant, sgres as blhws:
The Cone{"dtantand the Dspartroer( mutually agree to abide by the Bepartrnenfs Standard Prsfesslonal Servless Agraomont
Term3, dgted Julv, 20{3 which are available as an appondix to lhisform in t}re Departrnenfs Professional Servlces
web slte orfrom the Department's Ofiice of Procurement. The S(andald Profasslonal Scllcas Agrccment Tarms, with the
excoplion of tho follori/lng norapplir:abla sections:
N/A
are lncorporated by refursnce end made a part sf this Agreement.
1. SERVICES AND PERFORIf,AilCE
A. ?tu Dapartmentdoec hereby retrain the Consultantto fumish certaln seMces as described in E*rlbl't'A", attachad hereto
ard made a part hereof, in connedion with
Traffic Erqglner{ng Support Serylces Coneultanl
2.
Unless ctranged by written agreement, the sita fur lnspedion of wo* referencod in Sec{ion 1.1 of lhe StEndard
Profasslonsl Sorvices TErma, wlll b€ 13940 SW 136h Street, Suita 107, Mlami, FL 33186
TERM
A. Unless ottrcrwiso provided hercln or by Supplemental Agraement or Amendment tfia prcUsions of this Agrearn€dt $rill
remain in full force and efiect through comple0on of dl services rcquired of the Consultant or a S year tBrm
from the date of executlon of ihls Agreement, whidrever occurs fird.
Checkapplicabb terms
n The sclreduled prcJect services to be rcndersd by the Conultant will commenca, submquent tou €xeq.*ion of this Agroarnsnt, on lhe date specified ln the written .notile to proceed from the ElepartnEnfs
which notice to gnceed rafll become partof this Agraament
The Consuttant wlll comptete acheduted project sgrvicas withiil months of the cornmencernont
date specified in the notice trc proceed or as rnodlfiod by subsequent Amerdment of Supplemental Agreenrent.
The proiect services to be rendemd by the Coneultant for each task asslgnment will commence,EI
tr
upon written nolice from th€ Departnent'g Project Menager , and will be completed
within lhe tme pericd sp€cifed in each task asslgirmert. A{ services performed underthis confactwlll b6
completed within 60 montrs ftorn he date of this Agreenrent The totel fee for gll acerimulEted task
assignments may not exceed $1,500,009.00 , ,, -"-. .
The scheduled project servlces to be rendered by the Consuttant will commence, subsequent to execution
of thls Agoernsnt on tho date specifisd in the wrlten nsthe to proc€od from lhe Oepartmont's
which notice to procsed rriill become ffi of this Agreement.
rvices within cabndardays follouing comphtion
of ths consbwtlon contac{s) vtith whieh consullant services are emaied- The anticipated length of the
consullantservlces is months.
521
373-0E0.rZ
FMCUN€I€NT
ocic-07113Pte 2 or2
INSURANCE
The amount of liabllily lnsurarc to be maintained by the Consuttant in accordance with Sec{lon 4.8 of the
Standatd Profisssional &rvlcet Agrccmrnt Tlrrns is $359'000.00
SUBCOilTRACTS
The follodurg suboonsullants are authorked under this Agraarnent ln accordancs with Secdon 7.A. of the
Standard Professlonal Scwiccs Agruomant Termt:
AECOM Technlcal SeM6es, lnc. (F952661922) Pinnacb Consulting Enterprises, hc. (F1420O5307)
CSA Central, lnc. (F31144O286) TRACE Consuttants, lnc. (F455418595)
HBC Englneering Corqrany (F223936061) TSM lntamational, lna {F2717430761
KImlBy-Hom & Assodates, lrc. (F56088561S) Media Hsfsthns Group, LLC (F200118620)
6.
Metric Engineering, lnc" (FSS1 685550)Transpa&fon Tectrnology Sokrtionr (F461 56S953)
qOmPEilSATlOtll
The Department agrees to pay the Consr.rltant componsa$on as detrailed in Exhhit 'B', attached herelo and nrade a part hareof.
TSEqELLANEOUS
A. R*rence in this Agreement to Oirector will mean the Dlstrlct Dirsctcr of Taasmtta(* Ooel?llons
c.
The servbes prorEed herein frl do E do not invofue the expenditurs of federal funds. ln the ever(federal funds
are lnrctved, Section I o{ the Standard Prsferdonal Servlcsr Agrcament Trrmc is incorpor&d by refensnce.
The followirq atlachments are hereby incorporated into his Agraement as p6rt hersof as thor4h fully set forlh herein.
Page A-1 through PaSe&l_: Exhibit'A", Soope of Servbes
Page B-1 throughPageB-7 ;ExhibitB',MedrodofCompensation
lN VflTNESS I/|/HEREOF, fie parties have Executed lhls Agr€Brnont by their duly auttrorlzed officera on the day, month
and yearset forth sbove.
STATE OF FLORIDA
DEPARTUENT OF TRAI{S.POETATIOIII,,,W'J**; -
Elin R.. Esllno
(PrinUTypei I
riue: ?rr g'tdtnT
(PrintIlvpe)
Ti0e: tXE0id0lr#btofTpnsportalion Orera*ins
FOR DEPARTMENT USE ONLY
LEGAL REVIEW:
522
EXHIBIT 3-4"
SCOPE
OF
SERVICES
523
B.
EXHIBTT A
SCOPE OT'SERYI€ES
TRAtr'FIC ENGINEERING ST}PPORT SERVICES CONSULTAIIT
FPID: 42Y28G2-32-AI
OIL'ECTTVE
The Department desires to obtain assistance froru the Consultant for the performance of
miscellaneous Maintenaace of Traffic support senrices including, but not limited to (1)
providing real time taffic monitoring and trafEc data collection within active work zones
(2) impleurentation of smart technologies and concopts witldn work zones (3) signal timing
support rvithin work zones (4) rwiewing Maiateuance of Traffic Plans and determiniug the
need of the detailed analysis of Mainte,rrance ofTraffic impacts (5) analysis of maintenance
of traffic alternatives (6) TraffEc sirnulation and modeling of Maintenanee of Traffic
altei:ratives (7) Coordination with haffic signal maintaining agencies, FDOT offices, and
other public agemcies (8) providiug the data collection and analysis of kaffic prior io the
beginaing of project coostruction (9) Miscellaaaous activities to support the District traffic
operations office such as traffic operations studies, coordination with municipalities and
other agencies.
SERYICES
The Consultant shall provide anyone or more of the following engineering services or
elenoents coatained therein, as required by the Deparlrnent:
. Traffic simulation - Develop a traffic simulation model of the higlrway system affected
by the maintenaoce of traffic setup. The objective of thE traffic simulatior is to
evaluate traffic operations during construstion and to zrssess 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.
r Real time kaffic monitoriug and tafEc data eollection within active work zoncs -
coliect real iime trayel tirne and delay daia and monitor significani chenges in travel
time along active work zones" Consultant shall have thc ability to pmvide temporary
video monitoring and collect real time kavel time and delay data to monitor the
operational perfonnance of the work zone. Consultant shall bave the ability to share
real time video images with the contuactor and FDOT.
r Develop aad implmsrt traffic sigral timing and phasing plans aloog the work zone.
The Consuitant sh6ll coordinate with the traffic signal maiutain;ng agencies to develop
and implerneut signal timing and phasing plans.
Staga lll A-1
524
Identify strategies that could be used to mitigate irntrracts of &e work zone on the
operation and manageme,nt of the tansportation systenc within the work zone impact
area These skategies can be used to minimize traffic delap, impmvc mobility,
rraintain or improve motorist and worker, safety, complete road work in' a timely
manncr, and maintain aceess for businessss and resiilents. Coordinate the
implemetrtation of these strategies with the distict conskuctiou office and/or trafifie
si$al maintaining agencies.
All necessary engineering required for reviewing Maintemance of Traffic Plans,
roadway constuction projects, PD&E studies to identifu impacts on kaffic and
dete,r:nine the need of kafEc operational components in ths Transportation
Management Plans. The Consultant shall make reference to Chapter l0 of the Florida
Departnrent of Transportation Plans Pre,paration Manual.
Coordinate with the necessary FDOT ofEce to obtain all available roadway plans,
bridge plans, right-of-way maps and other available inforrration pertinent to the project,
Coordinate with the signal maintaining agcncy to obtain the necessary signal timing
and phasing informatioa.
Represent the district traffic operations office in multi-discipline transportation
mauagsment plan teaurs that may be formed to haadlc the planning coordination,
impleurentation, monitoring and evaluation details of taasportation management plan
elements.
C. DEPARTMENTRESTONSIBILITIES
The Florida Deparhnent of Transportation will furnish any or all or the following items, as
appropriate, for performance of the required services:
l. All previously completed studiEs ot dsta sollestion (if anyi.
2. Aerial photography
3. Right-of-way mqps ancl legal descriptions which are not part of the Consultants work
etrort, whenrequired.
4. Conce,ptual drawings, roadnay constructiou pians, PD&E studies, traffic studies (if
aoy)'
5. The DEPARTMENT will arrange for use of the DEPARTMENT's mainframe system,
subject to nonnal security procdures.
Stage lll A-2
525
D. CONSULTANTRESPONSIBILITIES
1" The CONSULTAI.IT shall provide a Project Manager (CPM) who is accetrrtable to the
Departmeirt and who will be the primary point of cqntact for the CONSULTANT for
scope, schedule, manpower coordinatioa, negotiation of staff-hours, and completiol of
all tffork Orders.The Project Marager (CPM) shall meet with the DEPARTMENT
hoject Manager on a regular basis and shall provide monthly progr€ss reports by Task
Work Order. These progress rqrorts shall bE the basis for evaluation and processing of
invoices forpaymcnt.
2. The COI\iSULTANT shall provide sufflcient stafi, either the specific staff person
requested or acceptabie staff at defined lwels of expertise as agreed to by the
DEPARTMENT's Project Manager, in a timely manner to completc all assigned work
within the Task Work Order schedule. I{ at any time, the DEPARTMENT's Project
Manager detamines that ths nirmber or expertise of partioular staff assigned to a
spccific task is inadequatg the Project Manager shali coordinale with the
CONSULTANT Project Manager to reuredy the situation so as to flrsure the timely
corrpletion of the wotk.
3. While it is expected that the CONSULTANT shall seek and receive advice fum
various statq region*l, and local ageireics, the final directiotr on all matters of this
p,roject remain with the DEPARTMENT ProjectManager.
4. Copies of all uritten oorrespondence between the CONSULTANT and any party
pertaiuing speciflcally to this confi:act shall be provided to tho DEPARTMENT for their
records within one (1) woek ofthe receipt ormailing of said co:respondence.
5- Thc CONSTILTANT shall have a Registered Professional Engineer in the State of
Florida sign and seal all reports, docume,nts, and plans as requAed by DEPARTMENT
staadards.
6. The CONSULTANT shall have as paxt of the staffat least one IMSA c€rtified taffic
signal technician lwel II as required by DEPARTMENT.
7. Thc CONSULTANT shall have at least one siaff member who holds an advanced
mainternaoce oftraffic certification as required by DEPARTMENT.
F. QUALITTASSUR,AIICE/QUALTTy COFTTROL
It is the inte,ntion of the DEPARTMENT that CONSULTANTS are held responsible for
&eir work The CONSULTANT shall be responsible for the professional quality, technical
accuftrcy and coordination of all suweys, designs, drawinp, specifications aad other
services fumished by the CONSULTANT undff &is contract.
The CONSULTANT shall provide a Quatity AssurancdConbol Plan that desctibes the
proeedures to be utilized to verif, independontly check, and review dl tasks and seryices
performod as a parl of the conhact. The CONSULTANT shall dessribe how the checking
and review proccsses are to be documented to verify that the required procedures were
followed.
Stage lll
526
The names of the CONSULTANT's staff that will perform the quality control reviews shall
be included in the AwW Control Plan. The Suality Cantrol reviewer shall be a Florida
Registered Professionol Engineer. The Quality Assurance/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 CONSULTAI.IT shall submit a Quality Asswaace/Contol
Plan for approval within 10 (en) calendar days of the written Notice to Proceed. Unless
specifrcally waived, no payment shall be made until the CONSULTANT's Quafity
Assurance/Control Plan is approved by the Deparhent. Significant changes to the wotk
requirement mayrequire the CONSULTANT to revise the Quality AssurancdControl Plan.
It shall be the responsibility of the CONSULTANT to keep the plan cune,nt with the work-
requirerne,nts. The CONSULTANT shall, withont additional compensation, correct all
offors or deficien:ies in the designs, maps, drawings, specifications and/o1 other senrices.
The CONSULTANT shall maintain adequate records of the qualrty control actions
performed by the CONSULTANT team, (including sub-contractors and ve,ndors), in
providing services and products under this Contuact. AII records shall indicate the nature
and ntrmber of observations made, the number and type of deficiencies found, and the
actions taken. These records shall be available to the Departnant upon request, &ring the
contract temr. All records are subject to audit review.
G. METTIOD OF COMPENSATTON
Payrrent for the work accomplished will be in accordance with Exhibit B of this contract.
The CONSULTAI.IT shall mest with the DEPARTMENT as required and shall provide a
written progress and schedule status reports that describe tho work performed on each task
Progress and schedule status reports shall be delivered to the DEPARTMENT coucurmfly
with the monthly invoice. The Project Manager will make judgmerrt on wheth€r work of
sufficient quality and quantity has beeir accomplished by comparing the reported pilc€nt
complete against actual work accomplished.
Payneirts will not be made that exceed the percentage of work for any evert until those
evcnts have actually oceurred and the results are acceptable to the DEPARTMENT.
A-4Sta8e lll
527
EXIIIBIT {nB,,
METHOD
OF
COMPEr{SATION
528
1.0
METHOD OE COMPENSATION
EXHIBIT "B"
FPID: 42928G2-12-01
PURPOSE
This exhibit dcfiqes thc method and limi* of compensatioa !o be made to the Consultant for tbe
services dcsoibcd fu Exhibit "A" (Scope of Services) and mcthod by which palments will be nadc.
COMPENSATION
For satisfac{ory completiou of services authorized under this agreemenl the Dcpartment will pay the
Consultant a Total Maximum Limiting Amormt not to ecrceed Str5g!"000.09. lti$ is a task
assignment type agrcemcnt. The Deparheat rryill fumish the Consultant a task wort order
qpeoifring the services to be pcrformed and the fees to be paid for eech project assigaed rmder this
agreement. Compcosatiol for individual assigrments will not exceed $300.000. The Departnent
will confirrn funds availability prio,r to issuiag a task work order to the Consult nt.
The Departmat shall request Consultaot senrices oo an as-needed basis. There is no guaraatee that
any or all of the seryices describcd in Exhibit "A" ofthis Agreement will be assi$ed during the tsrrr
of this Agreement. Further, the Consultaat is providing these services on a nor-exclusive basis- The
Department may, at is option, olect to have any of tle services ser forth herein performed by othr
consultants or Deparfnent staff-
The total amount of this agreement is expected to bo fuadedby multiple appu,priations.. The State of
Flodda's porfonnanoe and obligation to pay under this cootract is contingeut upon an appropriation
by the Legislature. Currently $3Q0OA0OA of the total amourt has besn approved. Thcreforc, it is
agreed that the Coosultmt will not be obligated to perfornr ssfiric.ss nor incur costs which would
result in exceeding ttre funding crxtently approved, nor will the Deparlrnent be obligated to
reimburse the Consultant for costs or make fee payments in excess of currertiy established funding.
The Dqparturent will pmvide written authoriation if and when subseguent appropriations are
approved and encumbered furthis contract.
T.his Agreemcnt allows for Task Work Orders to be individually fuod€d. Whea firnds are
encumbered by tLc Task Work Ordor a specific Financial Project lftmber and amount shall be
identified on the Task Work Order. The Consultaut shall invoice using the specific Finarcial hoject
Number associated with the Task Work Orda wherc s€fi/ices were perforrnd.
2.1 gurrlmtrJr of ComFens{tion
Fees for each task work order will be negotiated either as a lump sum amouot (fixed price), a
limiting amouat (cost reimbunornent), or as a combiaation lump sum and limitiug afirount.
Where lump sum aoounts are esrablishd fees w'ill be negotiated in accordance with Section
2.2. Wherc limitiag anount fees are e$tabli$hed, qonlrsnsatior will be in eccordancc with
Seaion2.2.
This Agreemeut does not iavolve &e purchase of Tangible Personal Propfiy, as defined in
section 273.02 Franda Statutes-
2.0
B-l Project Cost Redistribution
529
2.2 Detaile of Compensation
tuMrstM.Er+r.JkIsNXs-:
For task work order cornpensation elements sstablished as lump suur, the
De,parbnemt may compensale the Consultant in accordance with one or more of the
following nro&ods of paymcnt:
LS-l - At Completion of Task
(LS-l) The Consultant will receive pa)axmt upon completion and accqrtance by &e
Departme,nt of the subject task required uoder this Agreement.
LS-2 - 9/o of Completion of Servites for Task
(tS-2) The Consultaut will rcceive progr€ss pa)rment$ for task servicw based on the
percentag€ oftask seryices that harre been complAed and accepted by the Departneut duriug
the biliingperiod.
For those rates specified in Table 6 without operation margil, a sepsrEte lurnp sum
compmsation el@eff (Iixed fea) wilt be estabtshed.
Lrlr[ITm.G, J*Il{ o u,{aET.EMENTS
For task work order compensation ele,meuts established as limiting amounts, the Deparbnent
will compensate the Consultanf subject to the established timiting smolnt, for all reasonable,
allocable and allowable cosfs insurred" Thc reasoaableness, aUocability and aliowability of
compensation sought under this agreemmt is oEressly made subject to the t€nns of this
Agreement; Federal Acquisition Regulations; Office of Management and Budget Cirrculars
A-21, A-87, A-10a 4-110; and any pertinent Fedaal and State Law"
Selanr & Selarv Releted Cgstr
SaIeru CqEts: (LA a)
$ubject to the established limiti"g amoud: the Consultant will be compensated for time
expended by penonnel in the performance of authorized lrork during 1[e lilling pcriod at the
bi[iag raies specified in Table 6 of Section 5.0. Payncnt for such serviccs will be based oa
approved timc incurrrd dudog tbe billiag period. Wbere thc time units are io d"yt, the rate
will be prorated when less than a day is used. Billing Rates in Table 6 are id€otified as either
(lq, Hqrp*..]0ffiee arld fietd:*ffiqr Rat6s fsr thoss C@sult nts whe;b**, hpth.Sqme aad fie"ld
Orle*ead S.ates which have been aporcyed bv the D€paxtm€nt. Tha Consultant ggg[ usc
the nppropriate Eome or Field Btlltrg Rrte whel invoicing for thic Contract Operating
rnargin shall. bc provided as a separate fixed fee for all rates specified in Table 6 without
Operating Margin.
All overtime must bc authorized in advance in writing by the Department. lYhen
authorizsd fur advance in writing by the Department, premium overtime will be paid at the
rates specilid in Tabls 6 of Section 5.0, for emplcyees paid premium overtime by the
Cousultant. OnIy the following firms list€d in Table 6 of Sectio'n 5.0 are authorized for direct
reimbursem.ent ofpremium overtime: lrl/A.
B-2 Project Cost Redistribution
530
Adqni#.gq*Sy* Ovf;I**adlFsx*i$ss CrlM €ost of ffionwlDtrs.t Erutry.$:
Compensation for the loaded billing rates specified in Table 6 of Section 5.0 hclude
administrative overhead and ftinge benelit costs, Facilities Capital Cost of Money OCCM)
and direct expsrses that are calculated as a percentage ofchargeable direct salary aud wages
exclwive of premium overtime.
**.hli,#.Involveme+f. Sef:'lges / Specialtv Services: (LA 4)
$ubject to the established limiting amount, thc Consultant will bc compensated for these
services based on the rates at ths rat€s speoffied in Table 6 of Section 5.0. No multipliers will
be applied to these rates- PaSrmcnt for such ssvices will be based on approved time ircurred
&uing the biling period. Wherc the time urits are in days, the rate will beprorated when lsss
thaa a day is used. Time for excess kavel will not be included as time worked. These rates
include allowances for salaries, overhead, operating margin, direct expenses and FCCM if
apptcable.
3.0 LYVOTCINGPROCEDUPJ
The Coasultant will be eligible for progress payo3.qxts uader this agreemetrt at intervals not less than
aronthly or when individual lssks 6p mil€posts d6fiE6d itr this agreeoat are completed or reached,
Invoices for this agre€ment will be prepared by the Consultant and subfldtted ttrough the Department's
Consulunt Invoice Transmission System. The invoices wiU be supported by such inforrration as may
be r€Edr$d by Deparsnont procedures to substetiata the charges being invoiced. The Consultaot 'rillmairtsin for this purpose a job cost accouating system that is accoptable to the Department.
If requested by the Departmat, the final invoice for this agreement will be accompanied by a certified
job cost sumnary rqport gcnerated by the accounting sy$tsm. The r€pfft will inciude at s minimusl lhs
total nunrber ofhor:rs and salary cost actually charged to the pmject, the total direct vehicle expense, the
totalmiscellaneous dircct exp€ase, asd total sub-consultant cost ctarged to the projcct.
The Consultant will report sub*onsuluat payments fhrough the Departnent's Equal Opporfrrniry
Compliance System on the Internet" Failure to submit sub-consultsot pa]4neot information may be cause
for rejection of ihe invoice. Withh thirty days after receipt of final payme,nt, the Consultant will report
final zub-consullant payrnents through the Equal Opportrmity Coryliance Syste,m" The Consultant will
pay all sub-consultants tleir proportionate sharc of pal'nl€ots recsivcd from the Dcpartmmt withis
thiay days ofthe Consultant's receipt of payment from the Department.
The Deparfrr€ot will rernder a deeisioa oa tle accqptability of services within five (5) workiag days of
receip of eith€r the seryices or invoice, whishevcr is later. The Deparbert leseryes the right to
withhold palments for work aot oomplctsd" or wor{c completed unsatisfacmrily, or wor& that is dseaed
inadequate or untimcly by the Departoe,nt, Any palmreat withheld will be released aad paid to the
Consultant promptly when work is subsequently performed.
The Consuliant murt uce the *pproprirte llome or Field Bil[ng Rrte when inroicing for t]ir
Coafiact"
B-3 Projcct Cost Redistribution
531
3.1 Project Cost Accounting
The Deparbnent has cstablished a Cost Redistributioa Application (automated gocess) for the
pulpose of breaking out and capturing project costs associatcd with District-wide
(-iscellaneous minor professional senrices) and General Con$ltant task assignment contracts.
This Distrjct wide miscellaaeous.qinor professional servicss cqrilract has been selected for
project costing using the Cost Redistributioa Application. The Consultant will be assigaed
work by meaos of Task V/ork Orders. Fach Task Work Order will initiatly be associated to a
single general (non-specific) financial projeot ide,ntification number for billing pu4poses in
CITS (Consultant Invoice Transmittal System). It will be the consultant's responsibility to
maintain a job cost accounting systsm that will captme dstailed projed cost informatior
assoeiated wi& each assigned Task Work Order. The Consultant and its subconsultants shall
have staff performing wor{< on tlfs contraot charge their time to the nearest quarter hour to each
specifio project on which senrices are to be perfonoed., The Departruent shall provide the
Cousultant and its subeoosultaots the eleven digit project identification numbcr assigned to each
specilic prcject for purposes of capnring timp and costs. At any given time there may be
ssveral specifio projects against whic,h the Coosultant and itr oubconsultants 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 qpreadsheet that provides a breakdown of
the invoice costs hto the associsted dstailcd project specific numbers where servises wene
pernbrmed aad costs were incurred" The spreadsheet must conform to and be submitted in a
predefi.ned format. The spreadsheot will contaia the following key data fields: Coosultant
Contact E-mail address; ContactNumbee DOT Invoicc Number; "From'Project Number (the
general projest ideutification number); "To" Project Number (the project specific financial
identification number); the dollar axnount to bc redistributed; tbe project descriptioa (optional
data field); and the total arqount for the spreadsheet. The spreadsheet template and directions
for preparing the spreadsheet can be downloaded &om the Departnent's Prccurerf,ent website,
at ths folowing web address:
htrp://www.dot.srate.fl.usbocurn*n*.plRwiqgt*620C-o4i4gyd0hitistive"$htm Once the invoice
has been zubmitted electronically in CITS by the Consultan! tls consultsnt must sqrarately,
outside of CITS, e-fiBil the Project Cost Redistribution spread*eet as en attachmeut file to the
following Departuat e-mail address: PCRl0AD@dot.state.fl.us. The subject line for the e-
mail should conform to the format 'FDOT"PCR-FILE CCCCCNNNN' where CCCCC
corresponds to the FDOT coflract number and NNNN corresponds to the EDOT invoice
trumber. A Projoct Cost Redistribrnion spreadsheet should be submitted to PCRLOAD every
time an iavoice is subnitted through CITS. After aT initial validation, the Cost Redistribution
Applicatioa will transfer the data contained fu. the Pmject Cost Redistibution qpreadsheet to
data sets on the Departnent's mainfiame computer. The rcdistibution information will be
processed aud used to assess proje{t costs fff District-wide atrd Gcneral Consultant contracts.
Project Cosi Redistribution spreadsheets not timely submiued will be identified on a Dishict
Error Report. Failure to timely submit Proje.ot Cost Redistribution spreadsheets may constitute
grounds for rejection of subsequeot iuvoices submited through CITS.
4.0 PROJf,CT CLOSEOUT
Final Audit
If reqrrested, tbe Coasultant will permit the Departnent 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 Consultaot. The audit will be perfornxed as soon as practical after completion aad
acc€.ptanoe of the sonkacted services.
4.L
B-4 Project Cost Redistrftutiol
532
In the event funds paid to the Consultant under this Agreemrent are subsequently properly
disallowed by the Departnrent because of accounting errors, or charges not in conformity $/ith
this Agreement, the Coosultant agre€s that such clisallowed funds are due to the fleparnnent
upon demand. Furthu, the Department will have the right to deduc! from any paya:rent due the
Consultad under my other c<rnkact, any amount due lhe Department.
4,2 Certificate of Compledon
A Certificate of Completioa will be prepred for execution by both parties stating the toul
compensation dus the Consultant, the amount previously paid, rrd the diffcrerce.
Upon execution of the Certification of Completion, the Consultant will either submit a
termination invcice for an amount due or refund to &e Deparment for the overpE[xleat,
provided the aet diffsrmce is not zero.
5.0 COMPENSATION RATES
The following tables are provided for definition of contrastual rales. Table nuobers not listed are oot
included ia this doeunent.
Table 6 - l.oaded Biiling Rates
Table 6
PARTI.TLLY LO.{DEI} BIIIING RA ES
Srlur RelrtcdCoilr
Courulhnt Item Unlt BillingRrtei
fr/outOMl
Fired Fee
OM
iC,IidFUioccrodelq -ArlvenccdTransportationEngineeringConsulEnts ffi
rEnqistmiaglntem _"_..'
l&ttitrt6i[* Todrdciatr
ilor { zil,n $ 23.47
Hour $ 104,70 $ l2.zl
Hour $83.0i $ 9.69
Hour $ 83,66 $ 9.76
Hour : $ 47.83 $ 5.s8
{,ECOM Technicial Srviceq Inc.
Chief EusilqF
DE$$*q,
tugiseairglnem .-." *"* "
Projeaq$lgflS"
Ihoi,esn*mqq* . ,
SeniorSo{irySr.
saigrE@!ec4$lgl_
SeniorSocddis
Hour , $ 214.62 $ 23J2
IIou $ 11 1,88 fi 12.26
Hom $75.94 $ 8.32
tlun $ 137.04 $ 1s.02
Hcxn $ 194.47 $ 21.31
llon $6425 $ 6.60
Hour 0 154.44 $ 18,02
Hour i fi.m $ 8.02
Hour $ 370.?4 $ '{0.63
CSACental, inc.
IhicfEnsineer Hour s 293.23 $ 26.09
)esicner Eor $ tn.4,$ 10.89
[npineer IIcrr $84.05 $ 7,4E
Senior Eneineer Ilcnr $ 211.76 $ 18.84
Soeciali*llcn s 13?.26 s l2l1
:IBC Enginecring Company
Desiser Hsr $ 68.6s $ 8.46
lncine€rifle Intem Hor $'18.02 s 9.62
h{ectEugineer Hour $ 118.58 $ 14.61
Proiect Manae€r Hour $ 143.s6 $ 1?.69
SenirEnshffir Hour $ t29.83 $ 16.00
B-5 Projcct Cost Redistribution
533
'IrSf f
PAR IIAILI LO.IDT'D BIIIII\G RA'ItrS
Srl*n RelrtetlCottt
Conrultsnt Item thit BilliryRrte*
(nlout Ol0
Ered Fee
OM
Kimley-Horr & AsociaEs, Inc.
Horr $ 110.45 $ 9.97
Hour s 117.30 $ 10.58
I{our $ 191.51 $ 17.28
llour $&.59 s 5.E4
Hour $ 173;56 $ 15.56
llour $ 154.70 $ 13.96
Hou $ 268,32 I 24,2t
Hour $ 184,90 $ 16,68
Hour $ 149,41 $ t3.48
Spesi*lirlts Hsur $90.67 $ 8.r8
8o€eialnstr Hour I 122.69 $ 1r.07
lletic Engine<riug, Inc.
ShiefEneineer Hour $ 201.47 $ 19,89
Ensineerins Iotem llour $62,55 $ 6,18
Proiect Manas€r i Horu $ 147.03 $ 14.s2
linnacle Consultine Enterods€s. krc,icniorEnsineff i Hour s rcg.n $ 24.15
IMCE ConsulmnB, Inc,
EnsineErins Int€m Hour $ 80.07 $ 8.66
Pmiect Ensinefr Hour $ 1l?.95 $ 12,75
Senior Eneineer Hor:r $ 138.7?$ ls.m
ISM Intemational Inc.
CADDiComputer Tecbdqiao Horu $ 55.75 $ e.00
ChiefEnsineff Hour s 133.80 $ 21.50
Desisaer Hour $ 100.35 $ 16.20
Eneineerine Int€rn Hour $ 80.28r$ 1296
EocLrcsrinc T€chnician Hour $M.50 $ 7.20
Proiect Ensinecr Hou $ 100.3s $ 16.20
hoiect Manans€r Hour $ 133.80 $ 21.60
lecreurviCledcal llour $44.fi $ 't,20
lenicEneineer Hour $ 129J4 $ 20,88
lenior Eneitr€erine Technician Hour ,$ s5.75 $ s,oo
Icctoician Aid Horu $39.03 $ 6.30
*The above billing rates include overhead, direct expenses and FCiM, if applicable.
'fable 6
ITOADE) BIrr rl$P11Pg
PLTBLIC II\VOLVUIIB{T SRVICES
IS llfrItiiliers chould be edded to thece rrtes.
Consultent ftem Unit Rate
Ivledia Rebtbns Croup, LIC Public Information lVIauager i Ibur $ 130.s0
Media Relations Group, LI,C Graphb D,gsrgrl€r i. I{o1tr $ 80.00
Media Relations Group, LLC Public Information Manager j I{our !
$
80.00
55,00Media Rehtilrs Group, IJ.C
,t
Assistant Pubtc Informatbn Officer I [trour
B-6 Projcct Cost Redistribution
534
' Table 6
' LOADtrI) f,[r'rrNGtrL'tIES
SPf,CTALTY SRVTCEI
No ]l<tollcrc *hould bc added to these rate .
Consultant Item Ihit R^ete
lr44gpolqtbp Tec hnology Sot rtions rSpulqr- $ppgiFlitt tlour $ 79.46
Iransportatbn Tecbnobev Sohrtions Soeciallst Hour s 66,22
The abovo billiug rates includ€ overhead, diroct expenses, opereting margin and FCCX\{, if applicable.
The aborrebilling rates include overhead dircct expenses, operating margin and FCCM, if applicable.
B-7 Proj oc-t Cost Redistributioa
535
TOr Ptd525Re@dot.atatB. fl.ug 10545596
SIIB'JECT: PUI'TDS APPROVAI,/REVIEITBD FOR COIITR.LCT C9DO6
STATE OF FLORIDA DEPARTIIEIIT OF TruINSPORTATTON
FI'I{DS APBROVAI.
eongrast #C9D05 Contract Ty1re: Method of Procurement:
Vendor lilane: ATEC
Vendor ID: VF5938L1264001
aeglnning date of this Agnt: LO/021L3
Ending dare of, rhis Ag8tr La/02/L8
**t*+'r***********it*t*t********i********************t**t**tt++*t*r:****t*
OB€-CODE TEO *OBOECT *EUOTNflT *FIN PROJECT *8CT *CFDA
{FISCAI] YEAR) *BI'DGET ENTITT *CATEGORY/CAT YEAR
AMEIID!,'ENT ID *SEQ. TUSER .ASSIG:NED ID *E[IC T.INE(5S)/SIATUS
t*t********t****+******************+************r*t****t****************
ACtion: ORIGIIIAIJ Elnds have bean: APPROVED
55 064030652 *TO '1131567 * 300000.00 *429286232AL *119 *
20L4 155150200 't088866/14o00L *00 i *000L/04
TOTAL .[I*IOI]Mf,: *$ 300,000.00 r.
E'I,NDS APPROVED/REVIETTM FOR ROBTII ld. NAITOVE, CPA, COMP?ROLIIER
DATEr nlB/20L3
536
ACORD"\----GERTIFICATE OF LIABILITY INSURANCE OAIE (iTUDD'YYYY}
10t17t2A13
THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER" THIS
CERTIFICATE DOES NOT AFFIRII'ATIVELY OR NEGATIVELY AMENO, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLIGIES
BELOW. THIS CERTIFICATE OF INSURAHGE DOES NOT CO}ISTIUTE A CONTRACT BETWEEN THE ISSUING INSURER(S}, AUTHORIZED
REPRESENTATIVE OR PRODUCEFI" AND THE CERT]FICATE HOLDER.
IMPORTANT: lf tho cedlficate holder ls an ADOITIONAL INSURED, the policy(lo$) must be endoEod. lf SUBROGAnON lS WAIVE0, sublect to
th6 tenrs and conditions of the policy, cerialn policles may requlr€ an ondoEemont A statement on lhis coiliflcate does not confer rights to ths
cartilicate holdor in lieu of such endorsomBn(rl"
PRoDtcER phone:905444-2324
MDW lnsurance (North!
iee miiroici AG' -' - Fax: 305-444498(
Coral Gables, FL 3313,{
Craig Weinsteln
ffiEi-' qarrie Worlgy_
ffi8..*,954616€408 I [#.nor, 954.616-6410-EdHk" iwoaev@iidwlns uii nCe.iom_-.__----
^."-*,"r***,**r=** -- -----l-- ft;
rrusuneRr,Hartford Casualty tnsurance Co 129424
rNsuRED Advanced Transportation
Engineering Consultants, lnc.
13940 SW 136th Streef, #107
Miami, FL 33186
rHsunsna:Hartfotd Fire lns. Co.
rNsunsa c : Har'6ord Casualty lnsurance Co
t!.Ir*lnEiabrHartford lnsurance Co of SE
tNsuRER.ElL
-
-
METRI4 OP ID: TLS
COVERAGES CERTIFICATE NUMBER:RE.IflSl(l}I NUMBER:
CERTIFICATE }IOLDEF CANCELI,ATION
@ 1988-2010 ACORD CORPORATION. All rights reseryed,
ACORD 25 {2010/0q The ACORD name and logo are registered marks of ACORD
TI"IIS IS TO CERTIFY THAT THE POLICIES OF TNSURANCE LISTED BELOW HAVE BEEN I$SUED TO THE NSURED NAMED AAOV€ FOR THE POLICY PERTOD
INDICAIED, NOTWTHSTANBING ANY REOUIREMENT, TERI!'I OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDEO BY THE POLICIES DESCRIEED HEREIN IS SUEJECT TO ALL THE TERMS"
EXCI-USIONS AND CONDITIONS OF SUCH POLICIES" LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.H,"o.o,i^.u^*,*-a?*trtrl.*J..,,;-*ffi;;*
, cef
A ;I
i:
IERAL UAALITY
COMMEECIAL GENERAL LIAELN'Y
-l "*,***oo. [xl *"u*
2I UtJNAN3SS6 ailo1n013 03to112014
EACH OCCURRENCEUHTEEl*][ffiigE.-
PR$rAEg Grocc{iranoai
r 1,0fi),001
MEO EXP (Any one p€tson)t 10,001
PERSONAL CAOV INJURY s 1,000,00{
2,000,00{
J GEIILAGGREGATE LIMIT APPLIES PER:
*.,"' iJil tE* [-l .*PRODUCTS. COMP/OP AGG t 2,000,00(
B
AUTOillOBILE LIABIUTY
X irwnuro"' Attowr,GD 1*"""lSCHEDULEDAUIOS I .-l AUTOSsr ;vlNON-OVYr.lEO,1 ilttFfgAUrOS iA iAUTosa i*1tli
lluENAN4048 03/01/2013 03r01r2014
[{lffqirEo sr*ilE Llifir
{Ert rcddsdt ,.000,00{
BODILY INJURY (Parpmon)I
gPOILY INJURY (Por a6idrnl)t
Pflgl'EH lY UAi/iAt e
fPsr tqiider*l
t
c
X ! UMBRELLALTAa I X loccun* ! i*l
I EXCESS L|AA i I cLrtus-r.lroeI;" ;xi;";;""*-lI:600 'XHUAN3l6I
03,01n0r3 o3tafi2ar4
EACH OCCURRENCE g 1,000,00(
AGGREG,qTE I 1,000,00(
. WORKERS COMPENSATION
_ i ANoEMPLoYERS'LIAB'L|TY ylrD i ruv pRopRteroR/pARrNenGxeculve rt
:OTFICER/M€MBEREXCLUDEO? TJ(Mrnd8brrkr Nll,
. lfyos. dossiDaunde(I ni:qCPIFTtOU frF nPFPATnNq hd6d
IA tlwBAr{4207 03,o112013 0x101t2014
vlrestAts I utH-alIaRYJJMllS"l_IEs-
E.k"E{q!,*!.9!qFryr. -
E"L OISEASE. EA EMPLOYEE
E I, DISFASE.POIICY I IMfT
E lProfessional Liab
lFull Prlor Acts
,31428218
IIOO,OOO DEDUCTIELE
03r0il20t3 03/01120r4 Ea Claim 250,00(
Aggregate 250,00(
DESCRImON OF OPERATIONS / LOCA'IOHS, VEHICLES (Attach ACORD 10t, Addltimll Rcmerk ScheduL, lf no6 spacB lr nqulred,
?roject Deserj.ption::ontxact f c-9D06: traffic Engineering SupporC Sarvices Consultant
Florida Department of
Transportation
1000 NW 11lth Avenue, Rm, 6202
Miami, FL 33172
SHOULD ANY OF THE ABOVE DESCRISED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE flLL BE DELIVERED IN
ACCORDANCE WlrH THE POLICY PROVISIONS.
AUTHORUED REPRESENTATIVE
WhA^
537
Ac\,; nceci Tra nsportation
Engineering Consul'tants
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,
/lt-g;s*An*r
Maril6y Perez { \
Vice P residenV0orporal#ecreta ry
STATE OF: FLQRIDA
COUNTY OF: MIAMI-DADE
Sworn to (or affirmed)gubscribed before me this 17th day of October 2013.
OR Produced ldentification
Notary Public - State of: Florida Commission Expires:+- 3-eotq
12905 $lv'42 5t. Su;ie 209. tu'liami, FL 33,.7i
;; 305,480.9938 . f 305.480,9S64 . !t'i"^jr iti{'}i-:irii:i!;.*.ril
JE8CTE lllttrrEvrX
t{oisy Ptfli - ltrf d RodarI, Ccilr, lflrElgr t,201,
GmnL.hn, EC tCrltt
Date: frfl,7?913
538
$TATE OF FLORIDA DEPARTIVIENT OF TMNSPORTATION
DBE PARTICIPATION STATEII'IENT
Note: The Consultant is required to complete the following information and submit this form with the technical proposal-
Project Description: Tlaflic Engineerino Suooort Services Consultant FM No. 429286;?#?-0'l
Consu ltant Name: Adva nced Transoortation Eng ineeri n g Conzu ltants
This consultant is not a Department of Transportation certified Disadvantaged Business Enterprise (DBE).
Expected percentage of contract fees to be subconkacted to DBE(s): 10 o/o
lf the intention is to subcontract a portion of the contract fees to DBE(s), the proposed DBE sub-consultants ar€ as
follows:
DBE Sub-Consultant
By:
TiUe: Pra*idenl
37ff3021
PROCUREMENT
1oml
Type of WorUCommodity
TRACE Consultants, lnc.Roadway Design
Plnnacle Consulting Enterprises, lnc.Constuction Engineering & lnspection
HBC Engineering Company Traffic En gineering Studies
Date:10/1612013
539
STATE OF FLORIOA OEPARTi/ENT OF TMNSPORTATION
PROFESSIONAL SERVICES SELECTION PACKAGE
FINAL SELECTION
375G&2A
PROGT.IREMENT
Nt13
PrO. l of4
Name of Proiect Traffic Enoineerino Supoort Services Consultant
Fil Numbe(s): 429286-2-32-01
FINAL SELECTION MEETING WAS HELD ON:
lnterview summary scores and narrative enclosed:
lnteryiew indlvidual scores and narntive enclosed :
[l Yes
fi Yes
E tto
Eruo
TECHNICAL REVIEW GOMMITTEE:
NAME
A. Evelin Leoc-evic Proiect Manaoer
PHONE
305-470-5335
305S40-7103 .
305-64$.7307
30s470-5299
B. Sunday Enoqeiru TRC Member - N. Dede Construction
TRC Member- lTS _
TRC Member- Desion
C. Derole Duncan
D. Vinod Tuli
E.
F.
G.
District Secretarv
District Director of Transoortiation Develooment
District D irector of Tra nsportation O oe rations
SELEGTION COilIMITTEE MEMBERS:
540
STATE OF FLORIDA DEPARTI€ITT OF TMNSPORTANON
PROFESSIONAL SERVICES SELECTION PACKAGE
FINAL SELECTION
37$03c2A
PROCUREMEMT
0{,i13
PsqB2 of4
Name of Projecfi Traffic Engineerino Support Services Consultant -
lnstructions: lndividual scores, to the nearest whole number, should be developed by each Technical Review
Cornmittee member. lndividual evaluations that make up the overall technical score must be retained in
a project file and shEl! be made avaihble to the selection committee upon request.
Average Scores
-N/A--
Name of Firm
Awareness of
lssues0-_
Approach to
Project0--
Proposed
Staffing Oiher Other Other Total
0-100
0.00
0.00
0.00
0.00
0.00
0.00
Summary of maior comments of the Technical Review Committee:
See lndividual Memos & Evaluations-
Average Scores
-.!NTERVIEWS.
Name of Firm
Awareness of
lssues0-_
Approach to
Project0-_
Proposed
Staffing Other
0-
Olher0-_Other Total
0-r00
0.00
0.00
0.00
0.00
0.00
0.00
Summary of rnajor commenls of the Technical Revieur Commiltee:
See lndividual Memos & Evaluations.
541
STATE OF FLORIOA DEPARTMENT OF TMNSPORTANON 37SO3O2A
PRoFESSIoNAL SERVIGES SELECTIoN PACKAGE PR..UREHI
FINAL SELEGTIoN Page3d4
Name of Project Traffic Engineerino Suppgrt Services Consulta,It _
FM Number(s): 429286-2-32-01
lnstructions: lndividual evaluations that make up the overall technical score must be retained in a project file.
N'A
I ndividual Total Scores
Name of Firm A B C D E F G
Average
Score
For Each Firm
lnterview 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 TRANSPORTATOI{
PROFESSIONAL SERVICES SE LECTION PACKAGE
FINAL SELECTION
Name of Prc{ec,t: Traffic Enoineering Suooort Services Consultant . ._
FM Number(sl; 4292862-32-01
376-{'@24
PROCUREMENT
c/,t13
P.9.4 dl 4
lnstructions: This form is to be completed once all lnterview Evaluations are complete. The Recording Sec[tary sftaff
record the considerations, evaluation hctors and observations expressed by the Selection CommitteJmembers in
r9?cf_'lry the final selection. NOTE: The Selection Committee shall designate a priority ranking {1,2,3} in the columntitled "Rankinq".
Name of Firm
Volume of Work
Previously
Awarded to the
Firm in Past Five
Years
WEGHTED
AVERAGE
_%
Advanced
Transportation Eng.,
lnc.
$81,508,000.00 $30,114,000.00
Thefollowingspace.shouldbeusedtosummarizethemajorfactorsconsider
this selection. lf the firm scoring the best technir:al score is not selected, a specifiacomment as to why should be
The. btqtu.i* S€lec+ion Conarn it4ec, ynexnyee*s ebytrr &edu)it\^ +\^e I'fqhnicflt Eeyr'eur C;An"ifriF; h^eyy.t W$tiffi,llfffl€&* ap?vo\,o r.., ci;rc,Af il\i+.,ffidr*p
Recording Secretary:n"te, Ot.l(+ l.3r[- 5, -nr 3,
543
F lori da Department of T ran sportation
RICK SCOTT
GOVERNOR
ANANTH PRASAD, P.E.
SECRETARY
DISTRICT SIX
REQUEST FOR PROPOSAL (RFP)
FOR
Traffic Engineerinq 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 exemptfrom the 1% fee. To register, verify registration,
or for more information about MFMP, go on-line to:
http://d ms. mvflorida. com/eoovern ment tools/mvflorida ma rketplace
544
REQUEST FOR PROPOSAL (RFP)
CONTENTS
PURPOSE1.0
2.0
3.0
3.1
3.2
3.3
3.4
3.5
3.6
4.0
4.1
4.2
4.3
5.0
5.1
5.2
8.0
8,1
8.2
8.3
8.4
8,5
8.6
SCOPE OF CONSULTANT SERVICES
CONTRACT SUMMARY
Length of Consultant Serwbes--- ------- I
ProfessionalLiability lnsurance ---------l
Computer Usage----- ---------------------2
Public Entity Crime lnformation Statement --
S u b co ntractual Seryices
EVALUATTON pROC ESS --------------------
Evaluation Criteria
1
1
2
2
)
1
Required Certified Forms
Required Su pplemental Documents
INTERVIEW GUIDELINES & FORMS SUBMITTAL
lnterview Guidelines-
Forms Submittal---
DEADLINE FOR QUESTIONS
CONSULTANT SELECTION
CONTRACT NEGOTIATIONS -
Automated Fee Proposal-------------
Overhead Allowance
---------------4
----4
, - -. - - -.. ----------- 6
6.0
7.0
-------------6
--------------7
':'-------- - -- ----'-'-'- 8
Operating Margin -----------8
Expenses
Method of Compensation and lnvoicing--
Equ al Opportu nity Reporting Sysfem ----------9
9.0 TENTATIVESCHEDULE-----
------8
------9
ATTACHMENTS
A SGOPE OF SERVICESB STANDARD PROFESSIONAL SERVICES AGREEMENT TERMSC REQUIRED CERTIFICATIONS AND FORMS
545
1.0
REQUEST FOR PROPOSAL (RFP)
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 Order:
o Advanced Transportation Engineering Consultants, lnc.o HBC Engineering Company, lnc.
o Metric Engineering, lnc.
SCOPE OF CONSULTANT SERVICES
For a detailed description of the required consultant services, refer to Attachmenf '?", 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 participation will be onlv via
teleconference bridqe 850-414-4972 (2 ports per prime). 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.
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 "8". 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.
2.0
3.0
546
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.
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.
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 prolect 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 subjectto
viewing by the public, but copies of the material will not be provided to the public.
EVALUATION PROGESS
The firms being considered for this project are required to submit all Certifications and Standard
Consultant Forms. and Required Supplemental Documents described in Section 4.2 and 4.3, and
participate in a Technica! lnterview addressing the evaluation criteria presented in Section 4.1, for
anticipated work.
3.4
3.5
4.0
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 project 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 Staffing: 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. Disadvantased Business Enterprise (DBEI: The use of DBE subconsultants
mandatory and no preference points will be given in the selection process for
participation, but it is strongly recommended. The Department's goal is 8.61%.
is nof
DBE
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 Negotiations 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 Suhconsultant 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.
lf 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.
- Orsanization 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. lt is atthe discretion of the consultantto choose a page size of either 8-/2" x11"
or 11" x 17". (This chart is exempt from the font and margin size specifications.)
INTERVIEW GUTDELINES & 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-A 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:
Gonsultant 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
NO 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 project and other
considerations.
550
- 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 packase.
One (1) set marked "Original" and four (4) copies along with an electrgmc_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 111th 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.
6.0 DEADLINE FOR QUESTIONS
The question cut-off 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.profserv@dot.state.fl.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 forurrarded to the Department Project Manager so that a response can be
addressed to all firms.
551
7.0 CONSULTANT SELECTION
The Technical Proposals will be reviewed by a Technical Review Team. The Team membership for
this project consists of Evelin Leqcevic. Proiect Manaqer; Sundav Enosieru. North Dade
Maintenance; Javier Rodriquez. ITS: and Vinod Tuli. Desiqn. 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 fonvarded 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://www2.dot.state.fl.usiprocuremenUProfessionalServices/advertise/advreslt.htm
Twenty four (24) hours after the selection, the public record documents for this project will be posted on
the following website:
ftp://ftp. dot.state.fl. us/LTS/D6/Professional%20Services/
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/procuremenVNeqotiations. 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 arc exempf from the 1% fee. To register, verify registration,
and get detailed Information about MFMP go onJine to:
8.0
http://d ms. myflorida. com/esovern ment 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://mvw. dot. state.fl. us/procuremenUforms/form men u. 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
1000 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 lnvoicing
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/procuremenWVelcome to CITS. shtm
Equal Opportunitv Reporting 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 Consultant/Contractor'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 ttp : //www. d ot. state. f l. u s/eq u a I o p po rtu n itvoff i ce/
9.0 TENTATIVE SCHEDULE
8.5
8.6
D.4. "' -
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