Loading...
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&lttollcrc *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